Loading...
Agenda 11/13/2012 Item #16E1011/13/2012 Item 16.E.10. EXECUTIVE SUMMARY Recommendation to accept reports and ratify staff- approved change orders and changes to work orders. OBJECTIVE: To enable the Board to oversee the execution of administrative change orders and changes to work orders and promote accountability in the use of staff authority. CONSIDERATIONS: On April 22, 2003, the Board approved a recommendation to implement a plan to enable changes to BCC - approved contracts (Section XV.C, Collier County Purchasing Policy) of not greater than 10 percent of the current Board approved amount or $10,000 (whichever is greater) to be authorized by staff. Also included in the report are changes to Work Orders. These include work orders issued under CCNA Contracts that are less than or equal to $200,000 (Section VII.C, Collier County Purchasing Policy), and changes to work orders for all other contracts (Section XV.G, Collier County Purchasing Policy) that are not greater than 10 percent of the current Board Approved amount or $100,000 (whichever is greater). The Administrative report identifies the percentage changes to contracts or work orders that have occurred since the prior BCC approved amount which are below the threshold limits as referenced above. The plan calls for staff to submit a monthly report listing these change orders from the previous reporting period. Enclosed is the monthly report of the Administrative Change Orders and Administrative Changes to Work Orders. These reports cover the period of September 25, 2012 to October 23, 2012. FISCAL IMPACT: The total for 11 changes to contracts is a deduction of $67,814.35. The total for 3 changes to work orders is $0.00. LEGAL CONSIDERATIONS: This item raises no legal issues and requires majority vote for approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners accepts the enclosed Administrative Change Orders Report and Administrative Changes to Work Orders Report and ratifies the listed change orders and changes to work orders. PREPARED BY: Diana DeLeon, CPPB, Contracts Technician, Purchasing Department Packet Page -2669- 11/13/2012 Item 16.E.10. COLLIER COUNTY Board of County Commissioners Item Number: 16.E.10. Item Summary: Recommendation to accept reports and ratify staff - approved change orders and changes to work orders. Meeting Date: 11/13/2012 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing 10/30/2012 4:03:25 PM Submitted by Title: Contracts Technician, Purchasing Name: DeLeonDiana 10/30/2012 4:03:27 PM Approved By Name: DeLeonDiana Title: Contracts Technician, Purchasing Date: 10/30/2012 4:26:58 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 10/30/2012 4:32:30 PM Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 10/30/2012 4:38:10 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 10/30/2012 5:49:50 PM Name: PriceLen Packet Page -2670- Title: Administrator, Administrative Services Date: 10/31/2012 8:21:42 AM Name: KlatzkowJeff Title: County Attorney Date: 10/31/2012 8:30:40 AM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 11/1/2012 4:29:09 PM Name: OchsLeo Title: County Manager Date: 11 /4/2012 11:48:25 AM Packet Page -2671- 11/13/2012 Item 16.E.10. N w o � N 9 C d C 0 CL m � o z= LUKE U Q O ` m O C tM O C U L L O m U w O e t a o ad O Q U w d C 0 toE U w M d > _ O d d O A U U GUG O a w U C O O Q � U U w m c c U c 0 z O m as Q w °a c m d rj M v C 'o o a` O C 2 2 j U d -°o ai R c a C G C d .0 > d U U 6 R d N Ta m O M a` E o Z U 0 0 d m O1 W C o O U O 0 U T O � (V N � -D y C O O N m _ 3 N U O NT d _ N CO v > C 'U d o E m o d °erg m 3 N d c o `m U 9 M W 7 N � N N C d d O o > � m O — d 6Nq d fp d � U D c M U L Cli p U N d0 Ld O V O N O N C N N � N N U N N M O O U ' CO d U ° �8 N N . N @ L w y O O N m � c D) f0 '� v W OD d N C d w > N ~ y o m d � C C C C� 8� C > c0 l0 E > d d m 0 O U o 3 N `p O p U N N U cD d a c O N C O O ¢c°o�UU 10- to c c N � U c n U eco N la: V N d o `o N d C D > O > 0 0 O C O U �o D m y 'O cJ � 0 U c n L rn 3 O O n d � O 9 N n �i y n m M L v o. h (Np T 3 m O O` O p C O ` O d CO a -`D (n0 O d N � n y CO I .� Cli w m L a o cc o cc °O A a d r Y N C w N N d � Y O U > > N � U T C 0 d C Em E CO Of .y W d O 3 .. d E � Q d U (n 3 C U O .` U N O n N O O c c C � y 4) � T ' � d O p Y> O O = n c O o o Z¢ ^ L E O 0 O z U E E F L T N c N U) L — � U 'p ° o m m E N > d � C e CD ri c M m e p y T y o C O t 0 1C [ c (D O Y °m d f ° N - t Cl) - O E C •c Ol C N O M N n O Nw CD O o ` C a i i o w CD° O Cl) N V d C c D 0 " C E N M C, O w o O M j M r» C cc � m w o Q d CO N m M a N - a M O W w � W C yi 0 N m w Cl) Cli Ol c d E Q CO d d d N U w om G fn m CJ U C CL J r c d c O d a)a a) T Y ¢ � O a d O C y E N m � m W �0 C aE N E O y a N M L Q C N O O in p 4 o. f0 O f0 = f6 0 C w _ T U [6 C m N Cl OU c6 .�'. t0 n d C ONj C.d.. m 2 f ° t wn�Ud h0- OCS L) a. N rn a Q! m N �z a N Z L d N Z p G O A! M V � O Packet Page -2672- d � O) d c r a U U O � T � C > m O `o 11/1312012 Item 16.E.10. e 0 0 CD CD O 0 W f» 0 w O °m O O Ci Oi M !A °o CD Oni 00 to N ro E c o Cc a of O U U) N U N d N � W a y M ..d. N � D 17 O d U N � U UW N M IL o Z O I Lf) r c0 ci m O O c � A L d U � O � _d @ � m > a O O N W O � O N t+i ry y 9 > > 0 C o v c > z E z E 0 .d p c o U w o E o t U m E g o z= U Q o E e° O U w O N T m M w U 0 a c _ m Cl) U C U m U w O o U E M —tM CL Z Q m G Q N. -0 U C N rn y : O d E m � V Q M C4 w y C O O C E U o a w y 9 > > 0 C N I. a o o. E z U Q N U w M CC m w O iL W S E K p ` m C 0 O N T S E M w U 0 a N0 C7 U w Cl) ¢ 69 U o O ui2 5a U c o N T U E M —tM CL Z Q m G Q N. Q w M w E O1 n acid E y (D m d Q n •O o a` U y U U l6 z o. 3 C y aa) 7n LL y E 0 a c � U `r 3 N 7 G d N L U) N al O1 t 01 U � U O U O c c O a) U L O U y d a U M C 0 a) 5i ~ 0) C r CL U `o a L a—' o E O n 0 � E N o. m g 7 ,o a rn o m j pcp � U O T ffAA m m M O X O m O C) 9 o m 0 C o Co E o° M '- o y Ill y CD � C w C ^V N CC a) U LO N m 0 a o 2 0 0. of d M a M 3 O � L D U 0 E 0 a m N U � 7 a d � U O U Li L.. O � U Q c m U o W 7 E y O U � C a) al N Co C qt a a o y= c 0 p O C N 0 5.�10='�a -00 FO - m�UJQ FO N m C �to a) O V C `0 M d c •� m > H O 1 0 ° g O O 0 0 (V N 0 w O 00 N O Cl N NN O N NN 0 C 2 S 0 O a) 7 c y (D a) c m L) L) a) m (D Y O CD O Y 0 _0 0c 0 E N L U Of o � Co �= N C C O O U C n 0 O O 'O 0 v x m C c O m C � C CC 'm L Gi N O O) C `O cc y L y V y `o >i y 7 y a m > O o° Packet Page -2673- e O C O � C d E E 0 °o p U .y s CL N 'y C M 0 co a r v O N � C a� C 0 m 3 U N >+ � U C c M c o >' N .7 T a N y 7 U cD t/1 O_ O w > N C a M r a7 C y O U w C O a 0 C a Nw c o (a a U H 0 y m N 0 f M <a c y m m 0 C a Z d E c o m 0 o C > m M O � s 2 y E 7 1 � L C N n? O Co 4t O a U y Z 3 a' ro 0c' a E .��Lg� t N CM U c i i � V 1 d � 0) > Or 11/13/2012 Item 16.E.10. e O N 7 n y m 0 3 00, 0 o E d N c0 C O 10 a m Y M N O w a a c E �n m N an W m co 0 C- � c m M cD NN 7 C OJ a E O C a7 (D N 0 '1 t+ L U cli 7i 69 E O � c � 7 0 E co n a) Lo m L.. oo M U () U 669 a U8 n T c y E m w m o 7 ID o- a C c a m m 7 21 2 y O N U 3 L O y O M C O` a7 C C QI ayi aci � o W N C u) 'O C Ol X m y E � � CD L O a7 w a) m E a 76 y m E m W O O C U Z O LL N L c L E 3 W L a1 a az�Ugo o n 0 m n � � y a U c o O V � 3 � a+ m ° a) E > o O v m C y °z° m IL z ) m � y y E o t7 E m m U 2 z Z z � V `o u m v E 0 m c m c p c m p^ E ¢ m C ns c > o. U UO. UzC U A N .d y � o O � v O o O M a` 0 y LL Z a aJ O 0 U y U U l6 z o. 3 C y aa) 7n LL y E 0 a c � U `r 3 N 7 G d N L U) N al O1 t 01 U � U O U O c c O a) U L O U y d a U M C 0 a) 5i ~ 0) C r CL U `o a L a—' o E O n 0 � E N o. m g 7 ,o a rn o m j pcp � U O T ffAA m m M O X O m O C) 9 o m 0 C o Co E o° M '- o y Ill y CD � C w C ^V N CC a) U LO N m 0 a o 2 0 0. of d M a M 3 O � L D U 0 E 0 a m N U � 7 a d � U O U Li L.. O � U Q c m U o W 7 E y O U � C a) al N Co C qt a a o y= c 0 p O C N 0 5.�10='�a -00 FO - m�UJQ FO N m C �to a) O V C `0 M d c •� m > H O 1 0 ° g O O 0 0 (V N 0 w O 00 N O Cl N NN O N NN 0 C 2 S 0 O a) 7 c y (D a) c m L) L) a) m (D Y O CD O Y 0 _0 0c 0 E N L U Of o � Co �= N C C O O U C n 0 O O 'O 0 v x m C c O m C � C CC 'm L Gi N O O) C `O cc y L y V y `o >i y 7 y a m > O o° Packet Page -2673- e O C O � C d E E 0 °o p U .y s CL N 'y C M 0 co a r v O N � C a� C 0 m 3 U N >+ � U C c M c o >' N .7 T a N y 7 U cD t/1 O_ O w > N C a M r a7 C y O U w C O a 0 C a Nw c o (a a U H 0 y m N 0 f M <a c y m m 0 C a Z d E c o m 0 o C > m M O � s 2 y E 7 1 � L C N n? O Co 4t O a U y Z 3 a' ro 0c' a E .��Lg� t N CM U c i i � V 1 d � 0) > Or 11/13/2012 Item 16.E.10. e O N 7 n y m 0 3 00, 0 o E d N c0 C O 10 a m Y M N O w a a c E �n m N an W m co 0 C- � c m M cD NN 7 C OJ a E O C a7 (D N 0 '1 t+ L U cli 7i 69 E O � c � 7 0 E co n a) Lo m L.. oo M U () U 669 a U8 n T c y E m w m o 7 ID o- a C c a m m 7 21 2 y O N U 3 L O y O M C O` a7 C C QI ayi aci � o W N C u) 'O C Ol X m y E � � CD L O a7 w a) m E a 76 y m E m W O O C U Z O LL N L c L E 3 W L a1 a az�Ugo o n 0 m n � � y a U c o O V � 3 � a+ m ° a) E > o O v N W O � N m M C 9 a > C C O 0 M 7 6 O o p z= L U A E V Q °• o w p ° 0 m d a c m rn c � 3 c m d c o '0 ° E o L r N M L F- V C p C O N : O o m > c E w Co .o r C W Z' 41 O C °' d o � E E P1 M E LO ' O` Q r- U w i 9 p U XdX W > C 0 7 p ` $ O ` O. E o c U U w C m U O a E w v C° a E W c C U p C ` O p N ¢ uj U o U w v _ 0 _ ~ c rn c � m U > p O coo o U) tM CM CL Q N Co y-o CL Q w Ci ` U Q U O E O U m N C V N p O C pl � N C N E r v c c E2 C m N � � a •o `m � E o a ; O N C C7 `p N G E C O N O O U U C O _cc 2 n O C C N O y m N L O p Z Z O1 72 c ° m m N c E E ` a E d 2 m L ID A O 5 R 0 Z X°m y L L vC ` d c v ° 0 Nv'n d c 2 U O C v L 3 E c p o L a > O. U U O. N O U Q d H a o y N CL c _ o cn U is ° YO U O N O C O 5 0 O r o N w U r a Z O p 0 U Packet Page -2674- 11/13/2012 Item 16.E.10. CD ci ) \( /} CD r ƒk2 \ \} °0 ° mom \ zoLO \ E /\ \ a& 6 co k , `L)0 6 \ / a / ƒ\ / » cm (D ) E72 ; o / L) it a [ 2$2 LO .a§ - } E/ ,E /z }) k0 ~ 0 Pa _ . aD ckm Page - §75 &62 ' /)� , i00 ` �)� } : } {uk0 } < CL k � ( CZ _ 2 = ) 2 2&2 LO i §E \ 0k- _ 7 0 I /] ) /} T\ § j ) \ 2 4) a� E | U $ z zz§ 0 la \\ k\� ( \ \ r \� j / \\ \ E «§ 3° C zz z % Q)( } 0 fM ) *0 7 f 2 E R < / ^^ ` Q >IL ua. L)L') a ) L LU / cli ] ( o a) L % o \ 2 ) � E | ■z 3 CD ci ) \( /} � \ � \ CD co § Efk \ \\ CL <3 k \)\ { mom \ zoLO \ /\ \ a& 0 / a / ƒ\ / » cm (D p E72 ; o / L) it a U CL /a) - } E/ ,E /z }) ) ~ 0 Pa � \ � \ CD co § Efk \ \\ CL <3 \ } J M 0 § J 11/13/2012 I m 16.E.10. \)\ \ mom \ / \� ]co } / }) \/ »/ CL /a) / co ,E /z }) §) ckm Page - §75 \ } J M 0 § J 11/13/2012 I m 16.E.10. I 11/13/2012 Item 16.E.10. C,6 ier Comity Purchasing Department R ECPj%!j6nge Modification Form XC ontract Change Request Work laOeq"tion Original Contract/Work Order Amount 28,220,238.93, 6J14/71, 10C Original BCC Approval Date; Agenda Item Current BCC Approved Amount 04%2.1;2.30. id4j Z, &E-1 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount 28,'04,04,21-230 SAP Contract Expiration Date (Master) Dollar Amount of this Change -0.64% Total Change from Original Amount Revised Contract/Work Order Total­ $28.D40,212.30 07-1/16 Change from Current BCC Approved Amount Cumulative Cha nges ($180.026.63)1 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: Last approved completion date: 1 Revised completion date (includes this December 26. 20,1131 March 15, 2014 change): Marcn 20, 2014 Number of days added Each step on the contract modification checklist form has been reviewed prior to me Four (4) Weather Days, One t'l) submitting for approval (this box must be initialed by Project Manager) Holiday Z, Add new taskEs) ED chance task(s)( ED Delete task(S) _L >:,' Other (specify) 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days added: 1) 48' Water Main Special connection needed to tie into existing Water Main on "SR 84" (Davis Blvd) 2) 42' Steel Casing, "SR 84" (Davis Blvd Station 1274+00) 3 1) 18" Concrete Flared End Section "SR 951" (Collier Blvd) 4)10" WIVI Deflection between S -811 & S-812 Beck Blvd "SR 951" 5)10" & 20" WM Tie-ins Beck Blvd "SR 951, 2. Provide detailed rationale for the requested change: II) The connection is a Hanson concrete pipe D that requires special fittings & a Hanson representative is to be present at the time of tie in. 2) No provision in the bid for 42" Steel Casing. 3) Plan Sheets show 18" concrete pipe with Flared End Section with no bid item for the Flared End Section in the contract. 4) WM in conflict with 30' RCP. 5) Astaidi requested these tie ins so they could perform testing. 3. Provide explanation why change was not anticipated in original scope of work: 1) Type of pipe was not identified in design. 2) No provisions in the plans for payment of steel casing for carrier pipe under SR 84, 3) This size flared end sectior, did not have a bid item but was called for in the plan sheets. 4) The existing WM elevation was unknown until construction began. 5) Due to existing fieid conditions and cost savings to Collier County this option was chosen. 4. Describe the impact if this change is not processed: 1) The connection must be made in order for the WM to be functional 2 ) By specification the carrier pipe cannot be installed without casing. 3) In order to complete the 18" pipe run per plans & specifications a 18" Flared End Section is required. 4) The proposed 30' RCP cannot be installed i without these deflections. 5) This change will give a cost savings to Collier County by tying into the south connection instead of the north connection. Type. of -Change,/ Modification tance 3' Qua Pianne Elective E31 2, Unforeseen --onditions/circums' ntity or price adjustment Correction or error(s) L S. Value added 6. Schedule adjustment Change Requested By [�g Using DeDa --ontractor/Consuitan' L Owner rtr Design Professional ❑ Reaul2toryAgency (specify",,: I ill Other (s2ecifi, Purcnasing Professional Participated in Negotiation of Chance Modification: D" Yes Z Date. Name- and Title Reviewed by: 7'Procurement Sea bis�'s 'Nafhe: >- Revised: 5,` 'l all Packet Page -2676- ?iCf. "rri?31�ti3ttVe S`YUI; 2S �I}iV ;,S!pn r. =urcha ,inti >' Contract Change Request COiitract #: 1 1 -5709 Mod #: 02 Project #: / Project Manager: 46;9, 4400 A/ ! A Bradley M uckel 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form (� VVork Order Modification PO /Work Order #: ( Project Name: immokalee Downtown 45001_34800 Stormwater Improvements Department: Immokaiee Contractor /Firm Name: DN Higgins CRA iginal ContmcttWork Order Amount Current BCC Approved $ 2.718 000.00 1124112; 1362 Originaf BCC Approval Date; Agenda Item # Amount Current Contract/Work Order Amount $ ?t 2�vc. e�C Add new task(s) [j Change iask(s) I V� Delete task(s) i J CCFfher is cif Last BCC Approval Date; Agenda Item # Dollar Amount of this Change $ 2,787,234.67 Iter'n #2 ADD: During the course of construction, it was discovered that our pipe run had to cross a 5' wide asphalt bike path SAP Contract Expiration Date (Master) '$77,437.53 Revised Contract/Work Order Total Item #3 ADD; Line item #16 on the original schedule of values entitled "pavement rebuild - full width" was meant to address -0.30% -:0 �0 Total Change from Original Amount Change from Current BCC Approved Amount $2,709,797.14 Cumulative Changes 08,202.86 -2.78% Change from Current Amount - _ -- I Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed completion date: Last approved completion date: 1 Revised completion date (include , s , 7, 2012 November 7, 2012 this change): December, 7, 2012 ILNovember Number of days added (if extension, must Explain why additional days are needed (detailed,ispecific): in order to re- attach current insurance certificate(s) from mobilize and perform the punch list items. I SIRE- or obtain from vendor): 30 days Add new task(s) [j Change iask(s) I V� Delete task(s) i J CCFfher is cif 1. Provide a detailed and specific explanation of the requested to change(s) the task(s): 1 item # -1 ADD: Conflicts with the immokalee Water & Sewer District's (IWSD) existing utility infrastructure were discovered in the field that required one more Type C Inlet be manufactured and installed by our general contractor, DN Higgins: $892.50 Iter'n #2 ADD: During the course of construction, it was discovered that our pipe run had to cross a 5' wide asphalt bike path along Delaware Avenue in four places, for a total of 20 linear feet of asphalt repair. Since fine item #15 on the existing schedule of values entitled "roadway crossings" refers to repaving 20' wide asphalt roadway trenches for our pipe runs, we are using that unit price for this service: $3,150, Item #3 ADD; Line item #16 on the original schedule of values entitled "pavement rebuild - full width" was meant to address pavement rebuild along Boston Avenue. The fine item identified a quantity of 1,100 square yards (SY) of asphalt. The contractor actually needed to use 1,315.60 SY of asphalt to repair this section of Boston Avenue. Using the existing unit price of $15.50tSY in the schedule of values, this results in a contract increase of $3,341.80. Item #4 DEDUCT: The following items on the schedule of values were not required, for a contract decrease of $84,821.83: Line Item f Description I Unit Price ! tfnits Not Needed I Net Deduction 6 1 Cmrci Driveway Mtl $'23.00 /CY ! 1431.12 1 $32,515.83 5C1 -- - -( j Mailbox Relocations S125.00. EA j 49 $0,125.00 .2" W = 151 $1,057.00 S: 2° Watermain Adjustment $2501 =A r 8 - ; $2,250.00 - -- - y - - - -- 18 _� -- - ✓" Watermain Adiustment I $1200 /EA $21,600.00 > 8" V�latermain Adiustment1600!EA 1 — - $i,60G.00 56 ! -- 12" Watermah Adiustment I $1800 /EA 2 � I �3,80G.00 � ! _ 5 ! Adi�ust Watermain Service i S12.00'EA 77 i $924.00 I 5F' Adiust iNiatermain Valves - ;$100lEA 8 5600.00 —�; i i _ f._._...__ va Adjust l=ire iv drants $4 EA c F 2,250.0 0 $11,700.00 i j !Adjust Sanfmrt Sewer Ltris $9501EA i8 i — I 1 Total Deduction: i i Re0sed 7/27,­, 1 Packet Page -2677- 11/13/2012 |tp0O 16_E.10. -� %. Provide detailed rationale for 'the requested change: |hsm This drainage structure accommodated both mystemn and avoided amaior reconfiguration cf the existing utility lines. These existing /VV8D lines were NOT disclosed to our engineer at the design and/or bid stage of this project. Item #2: In order to continue our drainage pipe run underneath an existing asphalt bike path, uurcontractorneydeUbocxand rebuild o5' section in four instances, In doing so, 'the vendor was able to.accornmodate our new drainage systern and the bike path. A system redesign was not possible in these four locations. )arm#3: The width of this stretch of roadway fluctuated causing the asphalt quantity to increase slightly. %. Provide explanation why change was not anticipated in original scope ofwork: Item 411: Inadequate as-bUilt records provided by The Immokalee Water & Sewer District during project design phase. |\om#2:Inadequate field investigations by the Design Engineer during project design phase. Item 9,3: Inadequate field investigations by the Design Engineer during project design phase. 4. Describe the impact if this change im not processed. Item #1: The project would stop until the Immokalee Water & Sewer District designed, bid and installed a system reonnhgurabon. This would take ei least a year, provided of course, that they agreed ho pay for the work. Item #2:Ths contractor would not be adequately compensated for their work. Item 43: his stretch o' Boston Avenue would have been rebuilt too narrow, causing us to fail our County Right-of-Way Type of Change /Modification 'I - �Iiannea / Elective 1 2. Unforeseen conditiOnS/01MUrnstance 3. Quantity or price adiUstment 4. Correction of error�s) 1 F-11 -5 Value added 6, Schedule adjustment Change Requested By tractor/Consultant Owner Using Department Design Professional Reguiatory Agency (specify) iCounty Right, LJ Other (specify): i of-Way Department I 1 Purchasing Professional Participated in Negotiation of (_han2e/ Modification: [J_ Yes E, No 1 Approved by- Narne and Title: Bradley cRA Project Ivillanaaer Revised: 7f27.!, I Packet Page -2678- v e' Cowzy Administrative Services Division ?urcha�ing 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form ® Contract Change Request ❑ Work Order Modification Contract#:10 -5447 1 Change #: 6 PO/Work Order #: Project Name: Public Utilities Asset 14500130081 Management Project #: 71012, Project Manager: Aaron Department: Public Utilities Contractor /Firm Name: EMA, Inc. 73055 Cromer PPMD Original ContractfWork Order Amount $ 1,349,236:00 9/13111 10E Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1.34t,2 -3(x00 Last BCC Approval Date: Agenda Item # Current Contract/Work Order Amount $ 1,399,152.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change r" to 3.70% Total Change from Original Amount Revised Contract/Work Order Total 81,399,152.00 reallocating specific tasks in Phase 3 to Phase 2, and renaming and reprioritizing some existing tasks in Phase 2. _ A_ '7cl' Change from Current BCC Approved Amount Cumulative Changes 849.916.00 direct move to an Enterprise -Wide Asset Management solution is the best value solution. 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change I Original completion date: 3/13/13 Last approved completion date: ; Revised completion date (includes this 4/5/13 'change):. Na Change from 4/5/13 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) I ❑Add new task(s) L-1 Change tasks); ❑ Delete tasks) 1 ©Other (specify):Reprioriiize and i I 1 Rename Tasks based contractual allowances 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: To better align with lessons learned from Phase 1 of the PUD Integrated Asset Management Project, PUD is reallocating specific tasks in Phase 3 to Phase 2, and renaming and reprioritizing some existing tasks in Phase 2. Specifically, the focus is on developing technical requirements and RFP respondent selection for an Enterprise -Wide Asset Management solution, instead of an interim work order system. j2. Provide detailed rationale for the requested change: The lessons learned in Phase 1 provided insight as to the benefit, if any, to be received by implementing an interim work order solution. Instead of implementing an interim solution, a direct move to an Enterprise -Wide Asset Management solution is the best value solution. 3. Provide explanation why change was not anticipated in original scope of work: The contract anticipated scope adjustments based on lessons learned. I 4. Describe the impact if this change is not processed: The County will not be able to fully utilize the existing contract to provide experience, guidance and support in developing requirements, evaluating RFPs from a technical perspective or developing contractual requirements in negotiating with selected respondents from the RFP. I Type of Change / Modification _ i. Planned ' Elective 2 Unforeseen conditions,,c:rcumstance QuantitV or pric2 2 Stment 5. So'neduie ad '� J 4 COrreCti0^ Gr a r0, ; s j � .� 5 l�'81u2 addeu i (:;Str'"?ent I Change Requested By antra IO '`':onCuitar�t �Jwner Lisinu Department t l Desigr, Professional I i Reauistory ,hgencv ;specify'; _ _❑ Other !speoiTV Purchasing Professional Particioated in Negotiation of Change 1 Modification- <_ Y_ eS ❑ No Revised: 5!16'12 Packet Page -2679- App&—edby: f Dale: 1,1/13/2012 Item 16.E.10. Name and Title: Ahron Cromer, Principal Projeot Manager Reviewed by: Date: Procurement Strategist's Name: 7/ j, 12. Revised - 5/15.12 Packet Page -2680- :rZf4we Sawa DI'laml-, Ni Contra6t Change Request 1/13/2012 Item 16. E.10. Purchasing Department Change Modification Form I Work Order Modification Contract #: 1 2- Change PO/Work Order *r: Project Name: Pelican Bay South 5927 - 45000113797-5 & Swale Maintenance Project #: 50056 Project Manager- Kyle Department: Pelican Bay Contractor/Firm Name: -Quality Lukasz rprises USA, Inc. Services Original Contract/Work Order Amount S T89, 123.1.80 Rid 1,1 42;151, Original BCC Approval Date; Agenda Item Current -RCC Approve~ Amount S Last 9C . C Approva I I D . ate; Agenda Item Current Contract/Work Order Amount -SAP Contract Expiration Date (Master) Dollar Amount of this Change Total C . ha . n0e tom 1. Or I iginal Amount I Revised C,':on't'ractA'Vo­rK Order Total L S2077293.80 j 9.33%1 Change from Current BCC Approved Amount CumulatNe --h ances 00 9- 83 °i °, Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: 11112!",2 1 Last approved completion date, Revisec completion date (inci his 11 !1 Z11 2 change} 11 /112!4 2? U7 NumDer of days added 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval K!- (this box must be initialed by Project Manager} ACIC new task4s) Change task,,s,, it Delete task(s) - 1 D Other (s I. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or the additional days added: Deleting 11,680 Ln. Ft. of silt fencing, adding additional stake to the single line silt screening and adding 3,220 Ln. ;::t. of turbidity barrier both according to the bid schedule unit pricing. 2. Provide detailed rationale for the requested change: After meeting with SFVVWlD they approved the deletion of some of the sift screening and indicated the necessity of the use of turbidity barrier for the entire length of the west side of f, the berm. 3. Provide explanation why change was not anticipated in original scope of work: At the design phase of the pro ' fect there was significantly less standing water present. therefore only 1,000 Ln, Ft- was provided for in the bid schedule Quantity with the intent to incr`e2Se or decrease according to the conditions at construciian. As nearly the entire length nomr has standing water it requires an additional 3,2270 Ln. Ft be added and the sift screeing on the west side is being eliminated. 4. Describe the impact if this change is not processed: If the project proceeded without the use of the turbidity bar it could lead tc a violation of the SRIVMD perinit. Type of Change I Modificatio Planned r _)ective i 2. unforeseen conditionsicir-curnstance Z 3. Quantity Or price 2djusiment 4. SwTeeion of errors' 5. Value added ❑ e. Schedule adius-iment Change Requested By --onlractor,,'�onsufta-t �l Owner Using Department Desinn. Protessiona! FleguiatcryAoency fsr)ecify,,: 1 f Other (spe-ify): Purchasing Profess�q Eri";'articibated jr-Nreootiation of Change ModFTI—Cair—or' 17 Yes E>1 No Date: Z= Name anO Mtfe: Kyle Lukasz, PESD �- raiions Manager Revisat: 5,116;1! 2 i Packet Page -2681- I iewed by: 11/13/2012 Item 16.E.10. Fev Procurement Strategist's Name: Nicole Parker, net ise:': 5"'16;' Packet Page -2682- Cote Coate Ad-l'iinit -, va Serum J- vision Purchasing © Contract Change Request 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: Change #: 3 PO/Work Order #: Project Name: Electrical Upgrades at 11 -5749 4500133689 SCWRF Project #: I Project Manager: Oscar Department: PUPPMD Contractor /Firm Name: Gulf States 70079.1,2 P. Martinez 10/3/2012 Electric Original Contract/Work Order Amount $ ` 800 970 OD 1`{x;25111:: Original BCC Approval Date; Agenda Item # Current BCC Approved Amount _ 8.00,970'QO 193 2511,1`.: Last BCC Approval Date; Agenda item # Current Contract /Work Order Amount 80b,970 0 ; 10/3/2012 SAP Contract Expiration Date (Master) Dollar Amount of this Change ..1.. _ Q OQ; 0.00% Total Change from Original Amount Revised Contract/Work Order Total $800,970.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 0.00% Change from Current Amount Com letion Date Desch tioniof 1he =Tasks Chan a acrd Rationale forthe Chan e..:, Original completion date: 8/16/12 Last approved completion date: Revised completion date (includes this 1013/12 change): 1/3/13 Number of days added : 92 Each step on the contract modification checklist form has been reviewed prior to me I submitting for approval (this box must be initialed by Project Manager) Add new task(s) � ❑Change task(s) ❑ Delete task(s) > Other (specify): Time extension I I 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andlor the additional days added: Extend project completion date 92 days to 113113 to allow time to perform material analysis of the cable and hardware used. 2. Provide detailed rationale for the requested change: Additional time is required to account for material testing of cable and hardware used in the installation to determine if they meet the specifications detailed in the project specs. The cable and hardware used have been staining the walls and have shown signs of premature deterioration. 3. Provide explanation why change was not anticipated in original scope of work: When the original installation for this project was done, it was not anticipated that the tinned copper cable and hardware used in the installation would cause unsightly staining of walls and show signs of premature deterioration. 4. Describe the impact if this change is not processed: If this change is not processed, the County would not be able to correct the problem causing the unsightly stains in the walls and, in addition to increasing painting expenses, ultimately have to accept a shortened life expentancy for the cable and hardware. T e of Change /Modification'; Yp.. ! 1. Planned / Elective 2. Unforeseen conditionsicircumstance i El 3. Quantity or price adjustment IJ 4. Correction of errors) i Li 5. Value added i [716, Schedule adiustment i Change Reques€ed'By ContractorlConsultant I EJ Owner ❑ Using Department _ I Design Professional ❑ Reoulatory Agency (specify): ❑ Other (specify): Purchasing Professiomal Parts ted in/Negotiation of Change / Modification: ❑ Yes ❑ No Approved bv- late: Name and Titi5J "�Jl;t Reviewed by: ( Date I Procurement Strategists Name: /o/_3 Z Packet Page -2683- Revised: 5!16.'12 i Cos AdrM5b*RSffV)XSDVWn Purdiming ® Contract Change Request 1 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 12- 1 Change #: 1 PO/WorklOrder #: NIA Project Name: Managed Care Services 5854 Project #: N/A Project Manager: Alice Department: i Risk I Contractor /Firm Name: Community Health Partners Revised Contract/Work Order Total I"—so Toppe Manage nt 0.00% ;Change from Current Amount Original ContractlWork Order Amount Original BCC Approval Date; Agenda Item # _. r _ .. Current BCC A roved Amount Pp Last BCC Approval Date; Agenda Item # _ . Current Contract/Work Order Amount [ SAP Contract Expiration Date (Master) Dollar Amount of this Change 0.00% Total Change_ from Original Amount Revised Contract/Work Order Total I"—so 0.00% < Change from Cunent BCC Approved Amount .. __.. _ Cumulative Changes 0.00% ;Change from Current Amount I ryy���,.H' ilk � `rf,.'1� "-�'f �T' �'�': �, ,.J, r. C�'rn �ion-o he T� Y.i. �� ubd" •� . � �t� J 3- s Than a �n e. i.on :aieesc �„ gate. NIA Revised completion date (includes this N/A Original completion date: � Last approved completion i21a1(2rJ14 i i change }: Number of days added :0 =ach step an the contract modification checklist form has been reviewed prior tg me submitting for approval (this box must be initialed by Proiel Manager) i Add new taskfs) ❑Change task(s) 1 Delete task(s) Other tspecify ?: Change I schedule 1. Provide a detaiied and specific explanation of the requested change(s) to the task(s) and/or the additional days added: To amend the contract to change Schedule 4.71 Program Fees 2. Provide detailed rationale for the requested change;: The contract effective 4/1/12 had the payment language based on per employee per month (PEPM) but the monthly invoice billed per member per month (PMPM). The D-2 Verisk system is used for all covered members not covered employees. ;. Provide explanation why change was not anticipated in original scope of work: The change was not anticipated because there should not have been a change in wording from the prior contract to the new one. Finance last month caught the wording error but have paid the invoices up until that time. 4. Describe the impact if this change is not processed: No further payment will be made by Finance until the contract wording has been amended. i-1 1. Planned 1 Elective ❑ 2. Unforeseen conditions /circumstance van i or price aalus men i � 4. Correction of errors} ! �, 5 Value added 6. Schedule adiustment 17 Contractor /Consultant I U Owner 11.E using uepar[rmemL Li Desian Professional I Reaulatory Agency (s eci `: ❑ Other (saeci' ): Purchasing Professional Participated in Negotiation of Changer Modification: U Yes No Approved by: f-- i Date: I D s G 1 6 1 hiame and Title: n , , --r— r-4 Revised: 5!16!',- Packet Page -2684- Reviewed by: s=-i' — Procurement Strategist' § game: 'Diana i Packet Page -2685- Date: Item 16.E.1.0. /-F P Revised: 5/16/12 2 11/13/2012 Item 16.E.10. EXHIBIT A -1 Contract Amendment # 1 1112 -5854 Community Health Partners Managed Care Service Agreement" This amendment; dated Gt , 20 i Z to the referenced agreement shall be by and between the parties to the original Agreement, Naples Physician Hospital Organization. Inc. d/b /a Community Health Partners ( "CHP ") and Collier County. Florida, ( "County "). Statement of Understanding RE: Contract # 12 -5854 - "Community Health Partners Managed Care Service Agreement" In order to continue the services provided for in the original Contract document referenced above, the CHP agrees to amend the Contract as follows (.Added language is shown as underlined, deleted language is shown as a t,.:, Chance Schedule 4.7, PROGRAM FEES D2 y Brisk Predictive Modeling Software $.17 per e%e member per month All other terms and conditions of the agreement shall remain in force. IN FITNESS WHEREOF. CHP and the County have each, respectively, by an authorized person or anent, hereunder set their hands and seals on the date(s) indicated below. Accepted: C `r- ri �.� — 3 20_. NAPLES PHYSICIAN HOS7AL ORGANIZATION, INC. OWNER: D /B /A COMMUNITY H5A-LTH PARTNERS WE kI 11 1,12 (--;f-e � 1 0 Type Name of Signatory WITNESS: Type Name of Witness BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Alice Toppe, Contrkl Manager DEPARTMENT D ECTOR l 'ff Wa ker DIVISION /ADMINISTRATOR, Len Golder' rice PROCUREMENT STRATEGIST By �� �' f� ;� t.. r ' l Gov G ­j" Duna DeLe-dl _ % 1__/ Packet Page -2686- CoPie'� Cowity Purchasing 11/13/2M12 |tpOM 16_;c_10_ Purchasing Department Change Modification Form Contract Change Request L-1 Work Order Modification 'Contract Change #: 2 PO(Work Order#: Project Name: 121 - 5810 1 45001353231 Louise Hasse CC Addition Project Project Manager: Department: Contractor/Firm Name: Original ContractfWork Order Amount s '�Qd - 24,' Original BCC Approval Date; Agenda Item # Current BCC Approved Amount YG:� La�t BCC Approva Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date 'Master) Dollar Amount of this Change Total Change from Original Amount Revised Contract/Work Order Total $443.641. 7 -1.49% Change.from Current BCC Approved Amount I Cumulative Changes ($6,591,53)1 -1.99%1 Change from Current Amount UW gp Original completion date: Last approved completion date', Revised _ completion date (includes this October 26, 20 12 1 October 26, 2012 change.): December 1, 20 12 NumrercJ days added: 3G / Each step on | | submitting for appnova�o� (this box must be initialed by Project Manager) 1. Provide a detailed and specific explanafi—onof the requested changes to the task(s) and/or the additional days added: a. The un-used allowance of $9,000 for the Gatekicker will be deducted from the contract and credited to the owner. b Thirty Six (36) calendar days will be added to the contract and final completion will beDeoember1.2D1Z 2. Provide detailed rationale for the requested change: a� The "Gatehicker' bar-code card hardware propose ho access the new Fitness Room has been cancelled in theconTraot,itiono|ongarrequiredbyPodm&Reoneation:the$S.00Oa||owanoeamoontforthioitemwi(|be deducted bythis change order. b. A total &Thirty Six (36) calendar days was requested to extend the contract time; 34 days were delayed on the construction start due to obt2ininc the building permit cause by impact fee payment and 2 rain days in addition 10 the 5 days allowance fnrnaindays. 3.Provide explanation why change was not anticipated in original scope of work: a. In the bidding documents, some allowances were added to the Base Bid and Owner can add or delete allowance amounts after award of the contract; the Gatekicker is one of 'the allowances that was deleted. b� A� total of.36 aays were added to the contrac," 34 days were due to building permit issue not anticipated when the NTP was issued; 2 more rain days were added in addition to 5 days allowance, this is due to unexpected many rain days this summer. 4'Desudbe the impact if this change ka not processed: a. The $A.D0Oallowance for Gatekiober will bea loss ho the Owner if" not deducted in the contract. b. Work cannot b | dif time T, �Chanee�1-Uodfficaf,6,n _J 1 . Planned /_E::�iective L 2. Unforeseen conditions,circurnszance 3. Quantity or price adiustment 4. Correction o; error(s) L7 5. Value added idiustment Purcnasing Professional ParlJoipateo ir Negotiation of Chanoe Modification: —7-771 _Yes No Approved i Date: 2 Reviewed- ov: Datei Revised: 5115!'2 � Packet Page -2687- ef TO CJer C: owit Adrarst 6~ivices DiVISIOn Purch2sing ® Contract Change Request 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 14.218 Change #: 2 I PO/Work Order #: Project Name: Immokalee CRA Business incubator Project #: CD 10-06 Project Manager: Rosa Munoz Department: HHVS Contractor/Firm Name: Collier County Community Redevelopment Agency —CRA lmmokalee Original Contract/Work Order Amount $ 212,000.00 10128710: 16D3 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 212;000,00 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 212,000.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0:'00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $212,000.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $0.00 1 0.00% Change from Current Amount F_ Completion Date, Description of the Task(s) Change, and Rationale for the Change i Original completion date: 6115112 Last approved completion date: Revised completion date (includes this .6{�. -2- ��r �� k� change): 11/30/2012 Number of days added: -4-7 k(-G I Each step on the contract modification checklist form has been reviewed prior to me i '?-�Y 1 submitting for approval RNA (this box must be initialed by Project Manager) L Add new task(s) Change task(s) 1 I.Add new task(s) L_ Chang= ta5k(S) 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andior the additional days added: This modification is to provide a� 4 day extension in order to allow the subrecipient to be reimbursed for their full funding. The justification for the request 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 project. The contract was extended up to and including October 15, 2012 previsously, however, the subrecipient has not been fully reimbursed. This second extension will allow for full reimbursement to the CRA. r, 2. Provide detailed rationale for the requested change: The justification for the change is to provide an extension that will allow the CRA to be reimbursed for their full CDBG funding. 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 — .,.4. is +hir H tha nrnia --t will not he able to be comoieted. ter. vea..we. �..c en.p... ... .. ...... ........�.. .....�. r.�__...____ .. ...-- — ..__ and we will not be able to provide the full grant funds towards the project. Collier County citizens may feel this impact directly as this is a business development project which allows entrepenours the chance for opeing a business or the training needed in order to open one. Type of Change 1 Modification i 1. Planned 7 Elective rl 2. Unforeseen conditions /circumstance j 3. Quantit or rice ad ustment 4 Correction of error(s) El 5 Value added Lj 6. Schedule adjustment Change Requested By 17 Contractor /Consultant Owner Using Department o Agency Other (s eci :HHVS Contract U Design Professional � Regulatory Agency (specify): P fY) Administrator Purchasing Professional Participated in Negotiation of Change % Modifications ED Yes !_} No Date. 10/12/20 2 i Approved by: }?' i- ,� ` i Name and Title:Grants Coordinatof,, - --� Reviewed by: �f''� /��r i Date. j r rn Procurement Strategist's Nbme: t� c. « _3-:_. �. . Revised: 5,16]12 1 Packet Page -2688- Co Jer Clm�y AdrinisUative Services Civision Contract Change Request Contract Change #: 2 -112-5817 Project #: 51101 Project Manager: I Joe Delate, ASLA 1/13/2012 Item 16. E.10. BY: = -kii r, Purchasing Department Change Modification Form 7_11 Work Order Modification P0 #-. 4500 13482 —1, Project Name: LASIP- Naples Manor North Canal Stormwater Improvements Department: Transportation Contractor Name: Lodge Construction, Enaineerinci I Inc )riginal Contract Amount 1',076 737.62 -124/12 #10C Original BCC Approval Date; Agenda Item 'urrent BCC Approved Amount 1,4076­737.62._; 1124/122 #10C Last BCC Approval Date- Agenda Item # 'urrent Contract Amount �$,:,;4,,076,737.15Z.0: 4�-, _ SAP Contract Expiration Date (Master) )oIla'r Amount of this Change °$0.00 0.00% Total Change from Original Amount levised Contract Total $1,076,737.62 0. 0C% Change from Current BCC �,p proved Amour , -mulatiVe iZ��anoes' 'u I sc. 00 0.00% Change from Current Amount Completion Date, Description of the -Task(s) Change, and Rationale for the Change Original completion date-, Last approved completion date: �7 Revised completion date (!5Ades this 9/11,12012 10/1812012 change): 212812013 Number of days added Each step on the contract modification checklist form has been reviewed prior to me i 3 3 submitting for approval JFD (this box, must be initialed by Project, Manager) Add new task(s) ❑ Change task's) i:1 Delete tasks) Other (specify): Time 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) andfor the additional days added: On january 24, 2012 the Board of County Commissioners awarded Contract # 12-5817 to Lodge Construction, Inc. for the construction of the Naples Manor North Canal Stormwater Improvements pro - Ject (Project #51101, Aaenda Iteml0C) for $1,076,737.62. Since that time, an unforeseen condition caused by an existing utility line was discovered during the installation of the box culvert at the Warren Street canal crossing. Based on the utility as-built information, it was understood during design that a sewer line was in close proximity to. but clear of, the proposed box culvert. On-site potholing and subsurface utilir<, eengaineenincr,was performed which showed that the sewer line was clear of the proposed box culvert. On-site physical impediments and high water table caused the locate information to be off and actual location of the sewer line proved to be one foot higher and in con:Eict, resulting in the need for a re- design. The design engineer has completed the re- design of the box culvert and the revised plans have been sent to the Contractor for pricing. In order to move the Ject forward while the pricing is being negotiated and vetted, the proi County issued Work Change Directive 4" 1 (see attached copy) to the Contractor on September 27, 2012. This Work Change Directive has allowed the Contractor to move forward with the construction of the revised project plans in a timely manner. 7his Change Order r4`2 adds 133 days to the project in order to allow suffacient time for the Contractor to complete the project. 2. Provide detailed rationale for the requested change: This Change Order is for time only and is justified. The added days are required for the shop drawing, fabrication, shop drawing process, staging, and construction of the box culve:4, due i to the lesion revisions. Also see explanation above and see 0,hanoe Order # 2. 3. Provide explanation why change was not anticipated in original scope of work: The utility confiict was 'Pocl� Revised: 5/16/1, 2 Packet Page -2689- identitfied during the design process. The design reflected the conflict. However during the 11/13/2012 Item 16.E.10. was uncovered and found that the pre - construction potholing information and as- builts were oft base, and a re- design was irequired. See explanantion above also. 4. Describe the impact if this change is not processed: The project could not be completed in a safe and sound I manner. The contract would expire and the County would have to stop the project and rebid the work. Type of Change I Modification 1. Planned / —Elective 2. Unforeseen conditions/circumstance ❑ 3. Quantity or price adjustment 6. Schedule adiustment I F-1 4. Correction of error(s). __ J ` Value added 1 Approved by: Name and Title: Joe `te, ASLA, for Pro] e t anager; TE Reviewed by: Procurement St�mte4ist's Name: Rhonda Cummings; ProCL Purchasinq r -. -- Packet Page -2690- ist, Date: I W9112 Date: Revised: 5116112 2 11/13/2012 Item 16.E.10 CHANCE ORDER TO: Lodge Construction, Inc. FROM: Collier County Transportation 2161 McGregor Boulevard 2885 South Horseshoe Drive Fort Mvers, FL 35901 Naples, FL 34104 Project: LASIP- Naples Manor North Canal Project 4 51101 Stormwater Improvements Contract 412 -5817 Contract date: January 24, 2012 PO# 45001348 �7 Chance Order: #2 Date: October 9.2012 Change Order Description: On January 24, 2012 the Board of County Commissioners awarded Contract �! 12 -5817 to Lodge Construction, Inc. for the construction of the Naples Manor North Canal Stormwater Improvements project (.Project 451101, Agenda Item IOC) for $1,076.737.62. Since that tinge. an unforeseen condition caused by an existing utility line was discovered during the installation of the box culvert at the Warren Street canal crossins?. Based on the utility as- built information, it was understood during design that a sewer line was in close proximit • m, but clear of the proposed box culvert. On -site potholing and subsurface utility engineering was performed which showed that the sewer line was clear of the proposed box culvert. On- site physical impediments and high water table caused the locate information to be off and actual location of the sewer line proved to be one foot hiygher and in conflict., resulting in the need for a re-desi m. The desi <,m Engineer has completed the re- design of the box culvert and the revised plans have been sent to the Contractor for pricinL,. In order to move the project forward while the pricing is being negotiated and vetted. the County issued Work Change Directive 4 1 (.see attached copy) to the Contractor on September 27. 2012. This Work Change Directive has allowed the Contractor to move forward with the construction of the revised project plans in a timely manner. 1 his Change Order '�2 adds 133 days to the project in order to allow sufficient time for the Contractor to complete the project. Original agreement amount ................ ..............................S 1.076,737.6-- ' r Sum of Previous Changes ........ ....... ....................... .......... S 0.00 This Chance Order No. 2 Amount (add or subtract) .................. S 0.00 i Revised Agreement Amount ..... ........ ..............................S 1,076,737.62 Orin =inal contract time in calendar days (tc substantial completion). . ............. 190 days _adjusted number of calendar dal -s due to previous thane orders ............... 3 7 days This change order adjusted time is ... ............................... . .. . ...............1 "drys • f Revised Contract Time in calendar daps (to substantial completion) ..... ...... 360 dabs Oriainal Notice to Proceed date ...,..... March 5% 2012 Substantial. Completion date based on original contract time...... Se ptembe 11, 20112 r' Reti.sed Substantial Completion date due to change orders) ..... Fenma7 -i 278, . 20713 r � Packet Page -2691- 11/13/2012 Item 16.E.10. C11"LIgt: C)rdcr p:Iu,t: 2 Your acceptance of this change order shall zonstitutc a modification to our and will be performed sut3lect to all the stone terms and conditions as contained in said f the same were repeated in this acceptance. The Agreement "ndic3tcd abovc� ' L' adjusin, ent., to this Agreement shall constitute a 4 01 and final settlement of any and all claims arising out of, or related to, the change set Forth herein, including claims for impact and delay costs, ?"=ar'-d bv. 4oscpli F. Delate. ASLi fu_ : Senior Project N;1=2-9er Transnortation Enuineering Department Date: \•ichael Dunn. liec.-Presiden, Lodge Construction, Inc. atC: pproved by: ,,heel Almad, P.Er Dircclor Trans arimer porj4jjqn Engineering e o, Dat" AT'provtd by' istr-nu or Growth 'Manazement Division )ate- Approved b,% 1UO'nda Cummings, Procure n i T t�r c1lasiTil-) L -)c )artment Packet Page -2692- --- 11/13/2012 Item 16.E.10. Transportation Engineerin�,Y Department WORK DIRECTIVE CHANGE PROJECT N4IE LASIP- Naples Manor North Canal Stormwater Improvements CRA-NGE # I DATE OF ISSUANCE: 9/27/2012 EFFECTIYE DATE: 9/27/2012 ON"FER: Collier County Board of Commissioners PROJECTS: 51101 CONTRACTOR: Lodge Construction Corporation ENGI-NEER: Georwe Brinson. .P.E.. PRA Inc. You are directed to proceed promptly with the following change(-"- Description: Box ouivert ana -weir modifications zeused t-v unlbr--st-..-i LA 4;',) line conifllkLs at the ',Xar-4en Street crossing of the Naples Manor','.','or-b CLnai as der - - ev"Stlj dlraA"TILTs of L.ASIP- Naples Manor Norm CarrA Stormwater lrnprovements project as engineered b- P1 IA. 7nc. dated 2. Pura -ose of Work Directive Change: 'Fo accelerate the Construction of the revised box cul1,err and we:, +0 ailow the Contactor to complete the work- and open I-Varrer. Street to trafl-ic as soon as possible. Attachments: Copy of plan sheets 1 thru 7. Revision #'L LkSPI - Naples'Manor North Canal Sturm",ater T Improvements design plans as prcparcd by P111. . inc, dated 8/-ZoL�o t 2 Ifa claim is madejiat the above ch ]gels; Ir.lave affected Contract Price or Contmactll 'imes any ciaim for a Chance Order based thereon will I'nv;ke one or more of the following- nietffiods of det-minin - I . g the effect of the Method of determining change in Contract Price: Method o1'deerr,-.:-' L.,1.111c, Z.11a.1111,7C in Contract Times: X Unil prices if applicabit:. offiz:rv;iso 1,b.d. Lon—nactor's -e ,-,rds I Lump Sum ng - n, --a:tz r s record L e., X Other: Coun,-(-y inspect is records --stimated increase(decrease) in Contract Price S -, . b -'d. AUTHORIZED: Bv: J'osenrh F. DeIuLc Proi= Administmtor owner's RI-Pnesenran-ve Contra m c� Tie- t.�,d. -Siirnated ch--2--L il, Packet Page -2693- P!, lam. CMany Aoninisar :cervices. Dvisix Purahssing E Contract Change Request Contract #: 12- 5040 Project #: l i .; Change #: 1 Project Manager: Margaret Bishop 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form ❑ Work Order Modification PONWork Order #: Contract #4600003116 Department: Transportation, Engineering, and Construction Management Original BCC Approval Date; Agenda Item # Last BCC Approval Date: Agenda Item # SAP Contract Expiration Date (Master) ­ Total Change from Original Amount Change from Current BCC Approved Amount Chanoe from Current Amount Project Name: LASIP US 41 Ditch Naples Manor Ditch Stormwater improvement Contractor /Firm Name: Quality Enterprises USA, Inc. Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: N/A PM Last approved completion date: N/A I Revised completion date (includes this I not issued NTP as of this date PM has not issued NTP as of this j change): 3, • 717012 date 10/17' 012 Number of days adoed . 0 each step on the contract modification cnecklist form has seen reviewed prior tc me submitting for approval RC for MM (this box must be initialed by Proiect Manager) ,Ado new tasks) hange tasks) Delete tasK(s) Other (specify): 11. Provide a detailed and specific explanation of the requested change(s) to the tasK(s) analor the aoulnoulai tys added: Amendment to change the language in section 3 of the contract that corrects the amount to match the cumber that was included in the Executive Summary and the bid tabulation. Provide detailed rationale for the requested change: Amend contract to match Executive Summary so that the two amounts in the documents are consistent. Provide explanation why change was not anticipated in original scope of work: The amount was pulled from the contractor's proposal which had math extension erros that were subsequently corrected. 4. Describe the impact if this change is not processed: Contact and Executive Summary would not match causing confusion at time of invoice payment. Type of Change l Modification �; :grin ed ! Elective 712, Unforeseen conditions /" ircumstance ❑ 3. Quantity or price adjustment . �l 6. Scheduie adjustment i 4. Correction of error(s) J c. Value added Change Requested By ContractorlConsuItant J Owner _r Usinc Department I— Other (specify): 1 Desion Professi eouiatory Agency specif): j J Purcnasino Professional Particip in Negotiation of Change t Modification: i Yes ❑ No ngs Approved by: Rhon Cu ` /�f E ,,- — Date, n I Name and Title: Pro- �-,.ment Sir -gist Reviewed Procurement Str eg>:st's Name: , Revise: 5115 ".. i Packet Page -2694- � E_kIITBIT A -1 Contract Amendment # 12 -5944 11/13/2012 Item 16.E.10. "LASIP US 41 Ditch and Naples Manor Ditch Stormwater Improvements" This amendment, dated /o -,„ , 2012 to the referenced agreement shall be by and between the parties to the original Agreement, Quality Enterprises OSA, Inc., (to be referred to as "Contractor') and Collier County, Florida, (to be referred to as "Owner "). Statement of Understanding RE: Contract # 12 -5940 - "LASIP US 41 Ditch and Naples Manor Ditch Stormwater Improvements" The following change to the above referenced agreement has been mutually agreed to by the Contractor and the County: (The additions to the existing language in the agreement are shown herein by underlining, deletions from the Contract are shown by Construction Aggreement Section 3: Contract Amount In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein " Conract Amount "), ir_ accordance with the terms of this Agreement: Two million three hundred .,inhty nve thousand seven hundred eighty seven dollars and sixty, rive cents (S2.385.787.55) All other terns and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. CONTRACTOR: Quality Enterprises USA, Inc. Bv. .ouis J. Gaudio, Vice President: Type Name of Signatory r Accepted: O '�AWER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA ,Vjaryaret B- shapSenior PManager By: DEPARTMENT DIRECTOR .toann° Mark eu`I•sz DNISION ADMINISTRATOR Len Golden Price P//M �CL�i`E?([M /EIS T STR:ATEciIST " 'Rhonda Cummings 'r Packet Page -2695- Coltr Counu Ad mnlstmtve. Services N. nor, Rumhazino E Contract Change Request Contract #: 12- 5820R Project #: 034021 Change #: I Project Manager: Marlene Messam I 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form ❑ Work Order Modification PO[Work Order #: Contract Project Name: Accelerated Bridge #4600003103 Construction Projects: White Bridge Replacement (034021) Department: Transportation, I Contractor/Firm Name: Zap Engineering, and Construction, Inc. Construction Management I Oriainai ContractfWork Order Amount urren t BCC Approved Amount 1.982 066.79 Current Contract/Work Order Amount '0 84 .......... Dollar Amount of this Change Revised ContractWork Order Total $1.982.066.'79 Cumulative Changes $0.00 11121,1,1�3 Original BCC Approval Date Agenda Item # Last BCC Approval Date, Agenda Item # 5/2912013 SAP Contract Expiration Date (Master) n r c '­.." I --- ­..'..'..'.__ .......... I''..., I—. 0.00%1 ­ ­ - ­.­ ... .. ......... Total Change from Original Amount 0,00%1 Change from Current BCC Approved Amount 0.00%1 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Chang e Original completion date: N/A PM ;i Last approved completion date: N/A Revised completion date (includes this his ,. nos not issued N T P as of this -at= PM has not issued N P as of this date 10/17,'2012 NumDer ol davS added Each step on the contracz modification checklist form nay Deen reviewec oriDi to iilt submitting f or approval RC for MM (this box must be initialer by Project Manager; Add new tasks; 1 i ; Change tasks) 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and/or tric addlitionai ays added: Amendment to change the language in section 31 of the contract that corrects the amount to match the number that was included in the Executive Summary and the bid tabulation. Provide detailed rationale for the requested change: Amend contract to match Executive Summary so that the two amounts in the documents are consistent. Provide explanation why change was not anticipated in original scope of work: The amount was pulled from the contractor's proposal which had math extension erros that were subsequently corrected. 4. Describe the impact if this change is not processed: Contact and Executive Summary would not match musing confusion at time of invoice pavm ent. 77 17, 1, Jc Durch ReVieW&0 DY procurement Type of Change / Modification unange KequesEeu oy Packet Page -2696- Revisec: 5.'15!',2 11 /13/2012 Item 16. E.10. EXHIBIT A -1 Contract Amendment # 11 -582OR "Accelerated Bridge Construction Projects: White Boulevard Bridge Replacement (034021)" This amendment, dated (�( ZZ , 2012 to the referenced agreement shall be by and between the parties to the original Agreement, ZEP Construction, Inc., (to be referred to as "Contractor ") and Collier County, Florida. (to be referred to as Statement of Understanding RE! Contract 4 I2 -582OR - "Accelerated Bridge Construction Projects: White Boulevard Bridge Replacement (034021)" The following change to the above referenced agreement has been mutually agreed to by the Contractor and the County: (The additions to the existing language in the agreement are shown herein by underlininiz; deletions from the Contract are shown by s�ii -e�3 Construction Agreement Section 3: Contract Amount In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner. Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount "), in accordance with the terms of this Aareement: v .. ne million nine hundred eighty two thousand sixty s ;x dollars and seventy nine cents (S1.982.066.791. All other terms and conditions ofthe agreement shall remain in force, P? WITNESS WHEREOF, the Contractor and the County have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date(s) indicated below. Accepted: 20 I CONTRACTOR: OWNER: ZEP Construction, Inc. BOARD OFz"COLTTY CUIv,MISSIONTERS OF COLLMk COUNTY,,`FLORIDA YY f_ Marlene- M -ssam 6enior Project Manager Lid f DEPARTMENT, DIRECTOR k;t 01Ype Name of Sigmatory t By: Joanne Markiew:;icz fo DNISION ADMINISTRATOR Bv: Len Goiden Price P�OCUREIJENT "RATEGIST t l By ' " �,r�`i �Z'► '��- , ,Rhonda Cummings Packet Page -2697- Coley County AdainistraheSenAces Dwism Rumhasing 7 Contract Change Request 11/13/2012 Item 16_E_10. Purchasing Department Change Modification Form Z Work Order Modification Contract #: 0,;- Mod#: 02 P01Work Order Project Name: County-Wide 5262-01 September 30, 2012 chanoe): March 8, 2013 4500132461 Engineering Services: Immokalee Current ContractYWork Order Amount 37,79,9.05: 3/8/2013 Downtown Stormwater Improvements Project Project Manager: Department-, Immokalee Contractor/Firm Name: CDM Smith Revised Contract/Work Order Total $37,79'905 #DIVIO! Change from Curren-,. BC-1" Approved Amount Original Contract/VVork Order Amount 37J99:05 3/9tl,O;:IGC Original BCC Approval Date; Agenda Item Current BCC Approved Amount September 30, 2012 chanoe): March 8, 2013 Last BCC Approval Date; Agenda Item # Current ContractYWork Order Amount 37,79,9.05: 3/8/2013 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00 0,00% Total Chanae.from Original Amount Revised Contract/Work Order Total $37,79'905 #DIVIO! Change from Curren-,. BC-1" Approved Amount Cumulative Chances $0.00] U0% Chancle from Currem Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change I Original nobce to proceed Last approved completion date: Revised completion aate (includes this completion date: September 30, September 30, 2012 chanoe): March 8, 2013 Number of cays added �Ii� ;=Xpiain why additional days are needed (detailed!specific): The actual construction extension, must attach current component of this project is takinc lonaer than originally anticipated. Since CDM Smith. insurance certificatet's) from SIRE is performing construction administration on the project, their work order wili also need Ll Acid new IL2sk(s) LJ Change task(s) L Delete task(s) Other (specify): Extension of performance period. 1. Provide a detailed and specific explanation uf the requested obonge(s)bo the tamk(s): The completion date is neina extended from 9130112 to 3/8!13. Tasks 6 has been comoieted and has an outstanding balance of $827.75. This change will reallocate that outstanding balance toTask 8: Other Past Design Services. Provide detailed rationale for the requested change: hired he Enaineer of Record for this project, 1C'DM Smith, has beer; certain construction administration services during the course of construction to include shop drawing reviews, cDntractor'invoice revieW,2 ' Oprovals, periodic interpretation requests, as well as other services. The construction period for DN Higgins under Agreement #11-5709, will need be extended under a separate Modification Form. Therefore, this subiect work order will aiso need to be extended to accommodate the increased construction period. 3. Provide explanation why change was not anticipatedin original scope of work: Additional time is needed by the contractor in order br address the work associated with the punch list that was rendered by the County Right-of-Way Department. 4. Describe the impact illthischangoisncdpnoceaned- Thesaniceao[thsEnginearnfReoor for the project wou|d not ba retained tu perform invoice revievdapprovais, periodic interpretation requests, as well ss other engineering services. Revised: 712T11 Packet Page 'Z698' Type of Change / Modification 11/13/2012 Item 16.E.10. k ❑ 1. Planned i OT error(s) I . 2. Unforeseen conditions /circumstance ❑ 3. Quantit or price adjustment ❑ 4. Correction of error(sj ❑ 5 Value added (� 6 Schedule adjustment Change Requested By j Contractor /Consultant � Owner ❑ Usin Department _❑ Design Professionai I ❑ Regulato � A enc (s ecif j: ❑Other �s ecif j: Purchasing Professional Participated in Negotiation of Change r' Modification: f 'Yes No pate: Name and Titf@�.l Bradley Muckel CRA P'oject Manager Reviewed by: iv pate: I Procurement Strati. gist's Name: Revised; 712711 2 Packet Page -2699- COfo*r .:V ilr�l'ir}51nii ❑ Contract Change Request 11/13/2012 Item 16.E.10. V -. Purchasing Department Change Modification Form Q Work Order Modification Contract #: 09- : Change #: 1 PO/Work Order #: Project Name: Tertiary Stormwater 5262 CI $ N %AA4., = 1 4500132371 improvements for the Gateway Triangle Current Contract/Work Order Amount j 3/8/2013 Residential Area Project #: 33189 Project Manager: Sue Department: Bayshore Contractor /Firm Name: Q Grady Minor Revised ContractfWork Order Total Trone Gateway Triangle CRA Change from Current BCC Approved Amount Original Contract/Work Order Amount $ 44,715.00 3 ci, r u Original BCC Approval Date, Agenda Item # ' Current BCC Approved Amount $ N %AA4., = Quantitv or price adiustment Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount 44,715:00 3/8/2013 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00 0.00% Total Change from Original Amount Revised ContractfWork Order Total $44,715.00 0.00% Change from Current BCC Approved Amount Cumulative Chanoes $0.6-0-1 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: I Last approved completion date: Revised completion date (includes this 09; 30!2012 09/3012012 change): 01/31/2013 Number of days added :123 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) Add new tasks) ❑ Change task(s) ❑ Delete task(s) N Other (specify): Add time. 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional lays added: QGM is providing post - design services for the DRI- funded Tertiary Stormwater Drainage project. DN Higgins could complete the construction in December. I have to extend this work order so that post - design services can be completed. 2. Provide detailed rationale for the requested change: Q Grady Minor designed the project, they have to be retained to do post- design services. 3. Provide explanation why change was not anticipated in original scope of work: The change was not anticipated Decause DN Higgins' should have completed construction in June. If it had not been for delays related to Section 3, DN Higgins wouid have started construction in Fall of 2011 and post - design services and all related other work wouid have been completed by June 2012. I 4. Describe the impact if this change is not processed: Q Grady Minor will not perform post - design services. Revised: 516112 6'1 Packet Page -2700- Type of Change f Modification ^! 1 Planned t Elective ! 2. Unforeseen conditions /circumstance 3. Quantitv or price adiustment 4. Correction Of erfms? i ❑ 5. Value added f�f Schedule adlUStment Change Requested By �I Contractor /Consultant ❑ Owner ❑I Using Department Design Professional ❑ Regulatory Agency (specify): 17 Other (specify): rchasinc Professional Participated in Negotiation of Change ' Modification: _ Yes j No Revised: 516112 6'1 Packet Page -2700- Name and Title:Sue Tro P ..ct Manager 11/13/2012 Item 16.E.10. Reviewed by: �� Gate: G Procurement Strategi 's ame: �° .�— i . i I / 2 lO/ Z Revised: 5116,12 2 Packet Page -2701- Aw "xr. er amt t "' ;T1ii li—zntive Se` ces Nsia"1 71 hosinc ❑ Contract Chance Request 11/13/2012 Item 16.E.10. Purchasing Department Change Modification Form X Work Order Modification Contract #09 -5262 i Mod #: 1 PO/Work Order #: I Project Name: SCWRF Clarifiers 1 & 2 4500135861 Project #: Project Manager: Oscar Department: PUPPMD Contractor /Firm Name: Hole Montes 73969 35.13 P. Martinez Original ContractNWork Order Amount „.34,100:D0 n at Original BCC Approval Date, Agenda item # Current BCC Approved Amount Number of days added (if NA Last BCC Approval Date; Agenda Item # Current CpntractlWork Order Amount insurance certificate(s) from SAP A , Dollar Amount of this Change t$0.00; 0.00% Change from Original Amount Revised New Contract/Work Order Total $30,100.00 0.00% Change from Current BCC Approved Amount Cumulative Chances $0.0D 0.00% Change from Current Amount Corn leiion Qate Descri tian of thd7ask(s) Change, and'Ratior�aie for .the Change P . P, i Original notice to proceed Last approved completion date: Revised completion irate (includes this I completion date: 1112113 1112113 change): 1112/13 Number of days added (if I Explain why additional days are needed (detaiiedispeciTic). NA extension, must attach current >! 5. Value added '; ❑ insurance certificate(s) from SAP or obtain from vendor7: 0 [ Add new tasks) ❑Change task(s) LJ Delete task(5) I Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): Add "Design of chlorine raceway to feed clarifiers 1 & 2” to scope of work. This raceway will prevent any chlorine leaks in the existing-line from reaching the ground, which would be in violation of FDEP regulations. 2. Provide detailed rationale for the requested change: The additional task is closely related to the original proiect's scope of work and will require no additional funds. Adding this task to the project provides best value to the County. 3. Provide explanation why change was not anticipated in original scope of work: When this project was awarded, the chlorine raceway was not considered necessary. A subsequent chlorine leak in the existing line proved that this raceway was necessary; including this raceway in this project offers best value to the County. 4. Describe the impact if this change its not processed: This raceway represents a better value than the considerably costlier alternative which would involve construction of a separate chlorine distribution facility adjacent to clarifiers 1 & 2. Change Requested By Type cif Change 7 Modification ❑ 1. Planned ! Elective i ❑ 2. Unforeseen conditions /circumstance ❑ 3. Ouantity or price adjustment ❑ 4. Correction of errors; >! 5. Value added '; ❑ 6. Schedule adjustment Change Requested By 1 171 Contractor /Consultant I Ownpr ❑ Using Department Design Professional -' ❑ Regulatory Agency (saecif )i 1 17 Other !specify;: Purchasing Professional Participated in Negotiation of Change ( Modification: D Yes ? No Approved by. f!; ��.J( Date: Name anri Titie,Tom Chrsii,lik, P.:—::., Director PUPPMD Reviewed by: �+ �,° Date: i Purchasing Professionals Name. Revised: 212111' 1 Packet Page -2702-