Loading...
Agenda 12/11/2012 Item #16E1012/11/2012 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 October 31, 2012 to November 21, 2012. FISCAL IMPACT: The total for 8 changes to contracts is $102,660.56. The total for 2 changes to work orders is $3,024.00. 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 -4041- 12/11/2012 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: 12/11/2012 Prepared By Name: DeLeonDiana Title: Contracts Technician, Purchasing 11/28/2012 5:01:53 PM Submitted by Title: Contracts Technician, Purchasing Name: DeLeonDiana 11/28/2012 5:01:54 PM Approved By Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 11/29/2012 9:22:40 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 11/29/2012 9:27:16 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 11/29/2012 10:32:54 AM Name: PriceLen Title: Administrator, Administrative Services Date: 11/29/2012 2:03:12 PM n Name: PryorCheryl Packet Page -4042- Title: Management/ Budget Analyst, Senior,Office of Manag Date: 11/29/2012 5:06:26 PM Name: KlatzkowJeff Title: County Attorney Date: 11/30/2012 1:32:56 PM Name: OchsLeo Title: County Manager Date: 12/3/2012 3:37:49 PM Packet Page -4043- 12/11/2012 Item 16.E.1O. N e C ' o @ L o .0. E Co w p i0 V E R e o V w O L6 N N (vj Q LL O N O C C6 d O) O1 W 0 C@ a) o O � Q C m N � e w O @ U E E U(`a m m 9 V C W N > E o m 0 � o N o E E o C 0 O � a7 O M Co C •O. a C O O C LOQ (? L6 N V w is CL 0) a) 'O > C O r U O C N = N ` Q O a M y (a Q U O O F- 0 m w 6 m O Y w w 0 c � � N N w C a Co d V 0 a O L O) O o E w U° Q v r (0 m C7 U w t N d \ Q O a, U c > C c U O 0 w O. O d4 Cl) U CO z O CL Q o (n 0 Q w It @ Q Q aa) r CL O c rn a) C m E� o6 7 O E Md Q N O CL ac O @ 0 ca C a O w O 0 0 rn o � Cu E o C N a) T U a1 @ E 7 0 z 'o Q E @ °- m m E @ E rn c O U m C N c d @ O ° @ Z N (cc N : @ @ @ E �ZZ m a°i wMM 0 o o v m= c Da') d o 0 0 a0i y O L 0 n ao >. r N C ,_ @ 'E -0 0 -0 n 3 >a t) UD_ Fw°rL) -1 H 0 U @ a oo @ di O U) o ` N N U Cl; U m LL O O O C 'o—', o 'o—', � r r e U a` 7 N C° 3 a) b m Co Z. � O N m o Z Z r (�O Co 69 @ E O 12/11/2012 Item 16.E.10. Packet Page -4044- e o o C) O p („ O O L6 N (vj Q LL O N O C 0 N Q la U E E Q N C O U 0 o o E E o i @ c 0 O L6 LO 0 p 3 C N = N N F O O p L ~ (NO 0 O 0 (Ca N Co cc .0 (u a O O L a) M o E ui V o U r (0 c o E N E Q O N m w w °U d4 Cl) U CO ((CAS O a) C O N 0 Q N O O C w C a O w O $ rn o Co d o m w e» 'o Q w 4 @ O L a y c E C14 Co M p 85 .o p° a oo y o Cl; r0 h 'O C r j 7 N C° a a @ E v M Co Z. � O N -O ° 0 (�O o U a) 69 @ E .0 m N U O) CN D1 c c E LD 69 ° a o :O N -0 C U (O @ > O W C @ O ° a) p C O N O p x N � °' E � v a M M N Y V a •� .0 _ C) � a) c L _ o C c w U 0. r» 3 N @ N m N E y c @ CD NT O N E C) 0 O (. 0 o ('� 7 d °' (D .0 o O et C C —° E M Go w a) -an O T (D U N r a) U C 0) 0 r Cu 04 N w 7 N N C U (n N N C O O cc O > @ a N @ W 7 m J m U c 3o U W F- p` @ d Q .N e c rn C7 Cl) a > Y = o o E _ .0 U 0 N C C O E 0) @ N N N a U � Co U N Co M 0) Cn Cu U 0 a) O Q' 'O p d N .O U) E d Cn N = E N 07 m _ m O @ N N @ O Z w Co 0 N a) O tf C N 02 @ a L N U U a) C N O E m U N 7 C Cn N~ C V% CO E a Q m 0 e- cp o o o~ Q o C d' 3t 2' W '0 C N N C --p L (") F- Q LO V U U_ C 'c ao m N W m " mp c @ aUi r C, y N to ('Oa o Z O c @ O (n cC0> @ Co ( la O0 C7 U C -0 H O 0 ° p N N (O0 COlpD) @ C'1c0rU0 Ci(°O�U 0. t-° > Q C o d Y _ U O o C7 r U f- U Q r U U o F- O 0) m N C @ C @ t N ` N r O) r d (C6 CM 0 01 N U m ("gym L oZ C t oU C @ 3 r �U C C N @ > Or U U U C0� V O r 0 r @ r `. O r 7 m � w N Cl) > > A O Q O Co O = m Packet Page -4044- W D O v O L o (0 C d L O O U U C m `� 3 Z E o m 0 o •m o m d U _ o c a' a d d `o L a a d E a t U,C E c o c 4 c m Z o a U E Q o o Cv a)LN o C O-� W as E v m E Z M L O a >MO CO c CN rn Z m O E m 0 3 Opp ` c m CM c A d '°tom ° Co a s c U y 0 o O E Z o N e E c m O U U m m = m ° m •O j; C M N O a n a7 O O U) 0 N Co > c o N O - CL O Q c m p m Co `� M on 0 n of c E d CD O c O o O o o c M E o iT 0 C UOQ e» cry c aa) N n U _ c U 0. V V O Ci N U H Cl a3 O O. O N O N O O @ ` a E 3 W Q o V o m° - c U ° O 3 U U N V m Co 5 rn . r O a d n� w o W ° 0 Cl) O ° ° a C V N_ E Y U N O o U O R O N o N-0 Cc a O o a O GQ U o `aiio ° d CD U N ° E >> 69 Q N 5 U r c m a U a w Co O O O U M m o o c po U° O E Co ro °o m r O d N .- d) a3 O Z Q N O M N 0 (D -0 - a U (1 C @ j C 3 ` O m U C y a Oc ` 7 a 0 OR d LU ( C > ) M N E F o Nm CO J o m w C 0 Y 3 . o y o n cLi a r o N a c M O C R a) w m a N C d 0 C U C rn w �= n o _ ai w° E E a5 as c m a�°i 2 0 r m ° a d a ? o y d ' t> ai Z E E E Z •NZZ ; N O Oo a E d O c Co a O o d 0` 0,2 3 U O LL Qa) > O '0 a O r- R O :2 `� O `O m e c 2 Q Q h C' `n Cu C n >o` 0 v a` ac°O °UU z° o C7`z�Uin r U .N a) a) O m a) rn N C c '' m r �•`O LL ` r O c m r O E CL d E ° Q U _m Z Z m Z — `O > •o c O m S n > O °v ci a 0 OD Q) V to C d d Co N QD. Co N � W 1 Co Z ao � CT ` i O O ' C) o C N . i j Co G O O M S y S m C U i Co m rn C t v O 0 Cc m � Y > 41 O a Packet Page -4045- cc N CD Co 10 0 N v R C O U w m O) C U .0. O H 12/11/2012 Item 16.E.10. 0 O v O L o (0 C d L O O U U C m `� 3 Z E m o •m o m d U _ o c a' a d d `o L a a� in 2 E0 Z o U R OC �p O - C a p> N a)LN o C O-� W as E v m M M L O a >MO tn CN rn Z Co m rn C t v O 0 Cc m � Y > 41 O a Packet Page -4045- cc N CD Co 10 0 N v R C O U w m O) C U .0. O H 12/11/2012 Item 16.E.10. 12/11/2012 Item 16.E.10. d4,1 N W c00 a A< U N p w C Nm L E Y O m c 0 O c O > Z L_ W N E W O O ai O e 0 G Cu O N O O O 'C a U 0 ` 0 m r D m OUO N U. H o 0 E n N O O Q1 O v d d O Q c m m ao o 0 W 0 Co m � a O N C V C y of D 7 c r O w0 O a °o @'o a L p Q O L N r O U ?� p p m a y m m c > 0 m 'OQ C O •p O O O O N (D O 0 x E Lo N O a 0) 0 mE V 3Q p v o o�i ao am 69 � i» o � w " o o w m f c p 3 c a0i dU c c ,o Q_ U� m Z ° U cQ Q p 't o U m m p W > O O .0 C 00 C O p w a3 m N E° O N m 0 CL 7 M E N 0 C v O o Q p v OD d- Q fA C GH U o Z O U d N m W E O > m 7 C q N O 3 C 0 E E rn C g 0 c d c m? ns lmc c Co W w N x E E = a) CL LL ocD d m ° 0 c ° c CL o .0 0 k W [° 0 > 0 c c z f`0 a7 0 N O Z 0 y T V 0 la ` C CO N M C Cl) N M Y O Y W« N N O OO�N •(C E M O G OWN 3 "c m-@O C M O O of W U �2 U) W T O M 0 R t0 O) v O M "' C O O o -0 w O Co m 0 o c 0 m E rnM 0 ns . 0 •N IM c N x 0 O a C C .� O m E f c m 5 Cu C 00 0 c O y m C c o z z° Z z 0 E t0 0 c 0 rn ataE 0° E Q 0 y° 'D c m m CM t` W ^ ¢ cd o s o C7 C CO 3 C O CO 0 .o N > d <..i a Co CD Ci co V¢ O: o F L 2 2 h U z x F C °` } W Y LL m m 0@ m 0 0 in E d a7 N V E N L W O D y 0 Z of v ° C U O U 3: m Q O � 0 a z 0 0 U aEi o Z `- > 0 o N > ° Packet Page -4046- 12/11/2012 Item 16.E.10. Ann�e�ive ;�etvices Purchasing Contract Chance Request 12/11/2012 Item 16.E.10. Purchasing Department Change Modification Form Work Order Modification Contract #: Change #: 3 PO/Work Order M 3 I Project Name: ; 12-5810 f 4500135331 Louise Hasse CC Addition Project #: i Project Manager: Department: Contractor /Firm Name: i 80174 ; Tony Ruberto Parks and Recreation Taylor Pausing inc. Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount W, (3" $ *+�� Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change -1.18% Total Change from Original Amount Revised Contract/Work Order Total $445,034.82 -1.18% Change from Current BCC Approved Amount Cumulative Changes $5 0 31% Change from Current Amount ( 298 18 ))s .^4. ,/n+. 1 x:6 Y" +.,a9 .U.� r'syy,�jq° 'W:z" ke _ ,rypw "asa'..v�x'°`zZ¢ 7,us�4� t' ��yy}ae«: !sue - • S d .« "?- �". al.- ,..,., .�C ., ".. "� r -- .. Original completion date: Last approved completion date: ?Revised completion date (includes this October 26, 2012 December 1, 2012 ;change): December 16, 2012 Number of days added : 15 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) Add new task(sl 1 $Change task(s) J Add new taskts) !J Change tasKts; 1. Provide a detailed and specific explanation of the requested changes to the task(s) and/or the additional days added: a. D#4 - Contractor to provide and install one (1) 3' -0" x T -10" HM -- ame and Plastic laminated W door with 24" x 48" borrowed light ........................................ .................. ........... ...............$81fi.OG. Labor and material to remove existing metal framing and HM oor and install new door frame and re -frame wall around the new door ... ..... ............................... .......................$325.00. Contractors Overhead and profit (5 °! °j ......................... •$ 57-05• $1,198.05 b. WD#4- Due to the change above Contractor has requested Fifteen (15) additional days to be added to the contract due to the lead time for the materials. c. WD#5 - Contractor to replace defective existing flow switch for fire sprinkler system ................... $135.30 TOTAL CHANGE $1,393.35 2. Provide detailed rationale for the requested change: a. WD#4- According to the Park staff the traffic flow at door D -114 will be inconvenient to get in and out of the office if constructed according to the plan. To resolve the inconvenience the door swing will change from a RH in -swing to RHR out- swing. This includes removal of the newly installed metal framing and HM door frame and hanging of a new HM door frame and re- framing the wall opening . b. WD#4 - Due to the manufacture and delivery lead time which is approx 8 weeks for the Plastic Laminate door. the contractor is requesting a total of Fifteen (15) additional days to be added to the contract. A Work Directive was issued earlier to allow contractor to purchase material prior to receiving change order. The new completion date will be December 16, 2012. c. WD #5 -The fire alarm at the Center keeps tripping due to the existing fire sprinkler flow switch being defective; the diagram is bad and will not let the relay work properly: 3.Provide explanation why change was not anticipated in original scope of work: a. WD#4 — Change of door swing was requested by new supervisor.. b. WD#4 - The 6 -8 weeks lead time was not anticipated from the supplier of Plastic Laminated door. c. WD#5 - The defective flow switch is an existing item, not included in the Contractor's scope of work; the switch needs to be fixed to stop sending falss alarm to the Fire Department. 4.Describe the impact if this change is not processed: a. WD#4 -Door D -114 swing will be modified to accommodate new furniture. b. WD#4 - Work on the new door cannot be completed. c. WD#5 - The flow switch needs to be fixed so it will stop sending false alarm to Fire Deoartment, Revised: 5/16!12 Packet Page -4047- 12/11/2012 Item 16.E.10. Packet Page -4048- Revised: 5116,12 Campietion.Date, Description of the Tasks) Change, and Rationale for the Change Original completion date: 5/312013 Last approved completion date: i Revised completion date (includes this 5/3/2013 change): 5/3/2013 Number of days added : 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval BB for GP (this box must be initialed by Project Manager) Add new task(s) Change task(s) ❑ Delete task(s) r (specify): ti. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: Amendment to change the language in section 3 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 contractors proposal which had math extension errors 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. j; Type of Change'/ Modification LI 1. Planned / Elective L a 2. Unforeseen conditionsicircumstance 3. Quantity or price adjustment ®a Correction of error (s) I 5 Value added 6. Schedule adjustment Change Requested By [+ Contractor /Consultant i Owner Using Department Design Professional ❑ Re ulatory Agenc (specs : her lspecif 1. Purchasing Professional Participated in Negotiation of Change / Modification Yes No Approved by: Brenda Brilhart /? ;Date: tom_ I Name and Titie: Procurement Strategist Reviewed by: %-� - Date: Procurement Strategist's Name:,; Revised: 511&",2 2 Packet Page -4049- 12/11/2012 Item 16.E.10. Corgi cmo� Purchasing Department Change Modification Form ttr�tlaeing ^ ® Contract Change Request Ci Work Order Modification Contract #: 11- Change #: 1 ' PO/Work Order #: Contract I Project Name: Oil Well Road Bridge 5718RR #4600003059 i Replacement i Project #: ! Project Manager: Gary Department: Transportation, Contractor /Firm Name: Quality Putaansuu Engineering, and Construction Management Enterprises USA, Inc. !Original Contract/Work Order Am Approval . Current BCC Approved Amount PP $; 1,.347 106.62. Last BCC Approval Date Agenda Item # Current Contract/Work Order Amount $-C, 1,347,106:61 5/3/2013 SAP Contract Expiration Date (Master) Dollar Amount of this Change $O.t1 0.00% Total Change from Original Amount _. . _.. Revised Contract/Work Order Tonal i $1,347,106.e2 _ � 0_.00 %1 Change from Current BCC Approved Amount 1. Cumu {ative Chan es g .+ $0.01 0.00%1 Change from Current Amount Campietion.Date, Description of the Tasks) Change, and Rationale for the Change Original completion date: 5/312013 Last approved completion date: i Revised completion date (includes this 5/3/2013 change): 5/3/2013 Number of days added : 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval BB for GP (this box must be initialed by Project Manager) Add new task(s) Change task(s) ❑ Delete task(s) r (specify): ti. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: Amendment to change the language in section 3 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 contractors proposal which had math extension errors 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. j; Type of Change'/ Modification LI 1. Planned / Elective L a 2. Unforeseen conditionsicircumstance 3. Quantity or price adjustment ®a Correction of error (s) I 5 Value added 6. Schedule adjustment Change Requested By [+ Contractor /Consultant i Owner Using Department Design Professional ❑ Re ulatory Agenc (specs : her lspecif 1. Purchasing Professional Participated in Negotiation of Change / Modification Yes No Approved by: Brenda Brilhart /? ;Date: tom_ I Name and Titie: Procurement Strategist Reviewed by: %-� - Date: Procurement Strategist's Name:,; Revised: 511&",2 2 Packet Page -4049- 12/11/2012 Item 16.E.10. EXMIT A -1 Contract Amendment # 11- 5718RR "Oil Well Road Bridge Replacement" This amendment, dated C)c i _ 3 .2012 to the referenced agreement shall be by and between the parties to the original Agreement, Quality Enterprises USA, Inc., (to be referred to as "Contractor ") and Collier County, Florida, (to be referred to as `'Owner ") Statement of Understanding RE: Contract # 1 I -5,7l 8RR - "Oil Well Road Bridge Replacement" 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 deletions from the Contract are shown by kethf-u-I...), 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 n i �..r� �a a Amount "), in accordance with the terms of this Agreement: ��e -�nnl e —htmEi �zm- yseN,e;, t��e�nd ene Tour =aced s deiiffs and si-i- ene eents 44.:'34- :.:,4f6 -5?4 One million three hundred forty seven thousand one hundred six dollars and sixty- -two cents {1,347.106.62). n All other terms and conditions of the agreement shall remain in force. El 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 LISA, Inc. 1- ��� By: Louis J. Gaudio Vice President Type Name of Signatory .Accepted: 20 OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA. Gary Pu6ansuu, Principal Project Manager INTERIM DEPARTMENT DIRECTOR By: --, a i Joannsr Marliewir„z ti DIVISION ADMINISTRATOR n, ^� Len Golden Price PROCUREMENT STRATEGIST By r Brendan, Packet Page -4050- OAK ;-Zczi�mry Oonriray. change ReQj;es44, Ej Ifork Orzer 12/11/2012 Item 16.E.10. : Purchasing Depanment Ciliange Modificarion ;• ,orm -0 rig ina i Cont-a ct/ W701K —CrCerIA-Ircurt :,--jrreni RCC A,;�-Pmvec' Aimcum !(:,JriP,nt Orcer Amount, Doilar Airounr OT tliis :nange Re'As6d Ccrt-t-ract,'Work C;rcer 7otal ;C'k1rn1AaTivC- 2CT 72a K 2 MUM 321170 W i S30 w dec- Uiill Clniginai BCC SCCApci-ovai :ate: Agerca itc-r- SAP 3,:Drtrarf E,—IliraTiOr Bale JM2sier,,,, 7�jaj Change from Clnigirai ArrcurjT Change from sarrent ✓CC .-".PPrcveO Amourri Change frOMI Current Aimicurit COn� PietiQr: Data, DeSCT476cri --- the T ask4s) Change, amd RationaJO hu se Change riginat c3 me euon gate: tz i -ast acprovec- .;Ompjeticr- jale: : 1VIT12 'I , tsnc::e: � 11 /11 5-i! 2 Cate 'j=uc I ------------ Each sep 3r, tne -orurac, mocificatior, oner.?iist f ri-I 7j has been rp,jiewed, Drjor 17 L 'Tie, SUDMOfing trir approval KL i(this nox rnusr oe initiaed .jy pn.::,jec; Managet.,, L Dwas hOW 25K(S) ! �W� e!E� ',2SXf-- I Z 7m e Ehtensor are specific s.-,pianatjon of the ;rsc;ueg ec z:hangws) m t�he tas (s, andi or trie adc:itionai dayst adcei«.- A,=iticrz K2 -,L. YrM Of 't €I nazenai aac=rcjng, -,,c, tid scnecuie 'inn t. ricing. Also add 4, days to scheduie to 2ccommedate -,,or this wor- 2. Provide detailed rationaie for the requested change: Additionai IN •reterial is reaured, because the o i surveyec cross sections were iakarl at SOU intervais ana rTg rial tior m added *,c 11e required'vOiume, as well as additicrai erosion s;nce the su"eywas ercs�or be^,,,Neer Z.-Csz sar Oulr�e Of ---iater�al o-=SP-duPcr tf1cse cross sections. lowever, performec. Proivide expianattor, ftriy ct, ange was '-:O "z anticiPated In Original Scope of -morn : 7ne !.. e::C v Ycs. of .--III Matef al listedl in Lr,,e bid was -,e amcurn `rromi the avaiiabie survey ;niorrnaiicn at the lrne the i•id diccumenTS were compietec, -E)escr-be the irnua,;t >;f this _-.-aange is act procassad. if -.te qpolec-, :vccaecea witincut -ne ataftionai All ;Matana!5 tne MrSC*Zor AIGLIC not De ;-Oje tO 20MLruct he :erm 1Ope TC 71,Ie requirec. pro le. 1. PAPS Ec- 4i, 7'YPe Of Change I Modifiral,;an z , Vale UK i F7 Change Requestet By f-"Wpe', -7-7 De-,sign Pro;ession2i z'cuiatory -gevcv 22 tiei Purcnasirg Frofez-sional ir. j\,eq,)fia6Or, of cparce M caftation: D2te: v rs lvanag��r Name an c 7�11 yie Lu.Kasz,-6f--S3Z-%ee �azr D, act e: z7qrategjS-t1,5 jNams (iii min Palo I . .... ...... Packet Page -4051- :y Or --n aawsjmerit ye aciustmeni T eriT NC I Ran �: Lange Pcl4 rf�-- C;��-e r $7��Pro�jecz ! Roe: wwwan Bay Gomh Bey "6:0 �,'Vanaagc-r KIle 1500C!37�7 De arty Peii & SWS E Mairmnance �-5upfltv 1 Semmes Con ItictorrFimi-Name. =nierprises -SA. -0 rig ina i Cont-a ct/ W701K —CrCerIA-Ircurt :,--jrreni RCC A,;�-Pmvec' Aimcum !(:,JriP,nt Orcer Amount, Doilar Airounr OT tliis :nange Re'As6d Ccrt-t-ract,'Work C;rcer 7otal ;C'k1rn1AaTivC- 2CT 72a K 2 MUM 321170 W i S30 w dec- Uiill Clniginai BCC SCCApci-ovai :ate: Agerca itc-r- SAP 3,:Drtrarf E,—IliraTiOr Bale JM2sier,,,, 7�jaj Change from Clnigirai ArrcurjT Change from sarrent ✓CC .-".PPrcveO Amourri Change frOMI Current Aimicurit COn� PietiQr: Data, DeSCT476cri --- the T ask4s) Change, amd RationaJO hu se Change riginat c3 me euon gate: tz i -ast acprovec- .;Ompjeticr- jale: : 1VIT12 'I , tsnc::e: � 11 /11 5-i! 2 Cate 'j=uc I ------------ Each sep 3r, tne -orurac, mocificatior, oner.?iist f ri-I 7j has been rp,jiewed, Drjor 17 L 'Tie, SUDMOfing trir approval KL i(this nox rnusr oe initiaed .jy pn.::,jec; Managet.,, L Dwas hOW 25K(S) ! �W� e!E� ',2SXf-- I Z 7m e Ehtensor are specific s.-,pianatjon of the ;rsc;ueg ec z:hangws) m t�he tas (s, andi or trie adc:itionai dayst adcei«.- A,=iticrz K2 -,L. YrM Of 't €I nazenai aac=rcjng, -,,c, tid scnecuie 'inn t. ricing. Also add 4, days to scheduie to 2ccommedate -,,or this wor- 2. Provide detailed rationaie for the requested change: Additionai IN •reterial is reaured, because the o i surveyec cross sections were iakarl at SOU intervais ana rTg rial tior m added *,c 11e required'vOiume, as well as additicrai erosion s;nce the su"eywas ercs�or be^,,,Neer Z.-Csz sar Oulr�e Of ---iater�al o-=SP-duPcr tf1cse cross sections. lowever, performec. Proivide expianattor, ftriy ct, ange was '-:O "z anticiPated In Original Scope of -morn : 7ne !.. e::C v Ycs. of .--III Matef al listedl in Lr,,e bid was -,e amcurn `rromi the avaiiabie survey ;niorrnaiicn at the lrne the i•id diccumenTS were compietec, -E)escr-be the irnua,;t >;f this _-.-aange is act procassad. if -.te qpolec-, :vccaecea witincut -ne ataftionai All ;Matana!5 tne MrSC*Zor AIGLIC not De ;-Oje tO 20MLruct he :erm 1Ope TC 71,Ie requirec. pro le. 1. PAPS Ec- 4i, 7'YPe Of Change I Modifiral,;an z , Vale UK i F7 Change Requestet By f-"Wpe', -7-7 De-,sign Pro;ession2i z'cuiatory -gevcv 22 tiei Purcnasirg Frofez-sional ir. j\,eq,)fia6Or, of cparce M caftation: D2te: v rs lvanag��r Name an c 7�11 yie Lu.Kasz,-6f--S3Z-%ee �azr D, act e: z7qrategjS-t1,5 jNams (iii min Palo I . .... ...... Packet Page -4051- :y Or --n aawsjmerit ye aciustmeni T eriT NC I Ran �: er clowlni ..�hasino k Contract Chance Request 12/11/2012 Item 16.E.10. Purchasing Department Change Modification Force Work Order Modification Contract 1 Mod #: 3 i POtWork Order #: Project Name: Intelligent Transportation 1 1 5550 ; 4500129375 j Systems (ITS) for Collier Area Transit Project #: 35065.1 Project Manager: Yousi Department: A T M Contractor /Firm Name. Avail Cardesa 11/29120'2 I Tecnnoiooies, Inc. Original Contr act'Work Order Amount $ 1,109.947.00 7i26111, 136 Original BCC .Approval Date; Agenda Item # j !Current BCC Approved Amount $ 1'109 947.00 Last BCC Approval Date; Agenda Item # ICurrent Contraft'Work Order Amount $ `,127 835.00 11/29120'2 SAP Contract Expiration Date Waster) I Joiiar Amount of this Change $1' -,96!.00 3.23% Total Chance from Oriainai Amount I ►Revised ContracttWork Order T oml $1.14;,.82200 23% Change from Current BCC Approved Amount ICumuiative Changes I $35,8 -75.00 1..u9% Chance from Current Amount Completion Date, Description of the Task(s) Change, and Rationale forthe Change Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: 11129/2012 11,'29;2012 change): Not Applicable Number of days added (if ! E xpiain why additional days are needed (detaiiedispecific;: extension, must attach current insurance certificateis` from SIRE Not appiicabie. No days added . or obtain from vendor): 'Add new tasks) I Change task(si I ❑ Deiete taskfs) ! Other ;specify;: 1, Provide a detailed and specific explanation of the requested change(s) to the task(s): The change requested is for additional spare CAD /AVL hardware for the Coliier Area Transit (CATF) ITS system. Three (3) Vector 9000 Mobil_ Data Terminal (MDT ), *.wo (2) Makenzie Annunciators, and two (2) Interface Expansion Boxes (IEB are being added to the ITS project for a total cost increase of $17,957 (cost includes extended warranty though 2014). 2. Provide detailed rationale for the requested change: Aj The original quote for iTS project only included two spares of each piece of equipment. Two spares for the 23 fixed route buses and two spares for the 20 paratransit vehicles. It was determined tnat the additional snare equipment will round out CA7s inventory to prevent any downtime in the future. Since there is no installation involved the cost of these spare equipments are lower than the original hardware. This change order will cover the addition of 7 items (3 MDT S; Annunciators, and'_ IE9s) for the CA.T ITS system and their warranty through 20]G. s. Provide explanation why change was not anticipated in original scope of work: A!; the time this contra was being negotiated and awarder, twc spares of each equipment was only cpnsioered due to budget constraints. B) The County received notification of additional 5311 ARRA grant funds that allowed an increase to the CAT [7 system project.. 4. Describe the impact if this change is not processed: A? There will be a potential downtime of the transit operations should any problems arise in the future with the current pieces of equipments. 5. Type of Change 1 Modification . Pianrled ? = I °CtIVE? 2 .infpreseeR COnditl�ns %CIrCUrnstance i Z 3. �?UantITU Or pace adiU5t1?lent t d �..,r'e�t70r; Of err0r`5 � � YlaiUp added L_I �. jCned{.lte adiL'Stment Change Requested By I Contractor/Consultant I L Owner Jsing Department " Other ( specify}: � i Design Professional j !i Regulatory Agency (specify): Revised: "27.'11 Packet Page -4052- Professional Participated in Negotiation of Canoe i Modification. yes — 12/11/2012 Item 16.E.10. i Approved by: Date: Name and Reviewed by Date: PA. Pro-urement StrabBgists Name-,'7 Packet Page -4053- Revised: 712711, i Cott + 011411 t' AdIrnins Purcnasr4 Z, Contract Change Request Contract #: 11- Change #: 4 5690 Project #: Project Manager: Kevin 70045/73045 _Dugan 12/11/2012 Item 16.E.10. Purchasing Department Change Modification Form Work Order Modification PO/Work Order* Project Name: Construction for SR 84, 4500129409 SR 951 & CR 951 Department: Transportation ! Contractor /Firm Name: Atkins North En Inc. Original Contract/Work Order Amount $ 2 964,490 00 6!28!1.'! - #10.13 Original BCC Approval Date, Agenda Item # Current BCC Approved Amount $ 2;964 :4901.00 - '6128/1`1' #1.O:B Last BCC Approval Date: Agenda Item # (Current Contract/Work Order Amount $ 21,964,49000 SAP Contract Expiration Date (Master) (Dollar Amount of this Change o81,S30.20` 2.08% Total Change from Original Amount (Revised Contract/Work Order Total $3,026,120.20 2.08% Change from Current BCC Approved Amount j )Cumulative Changes $61,630.20 2.08% Change from Current Amount Completion Date, Description of the Task(s) Change, and.Rationaie for the - Change Original completion date: ;Last approved -completion date: p Revised completion date includes this January 20, 2014 January 20, 2014 1 change): January 20, 2014 Number of days added : j 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 tasks) Change task(s) _J Delete tasks} j ❑ Other (specify): 1, Provide a detailed and specific explanation of the requested change(s) to the task(s) andlor the additional days added: During contract negotiations for CEI services, the utility plans had not been completed and therefore the utility inspection level of service was estimated. At that time it was estimated the utility installation will take approximately 9 months. To date, utility installation has been ongoing for 12 months and is anticipated to continue for approximately 3 additional months. 2. Provide detailed rationale for the requested change: Inspection is critical during utility construction and relocation. Therefore the additional funds are necessary to cover the remaining utility efforts. 3. Provide explanation why change was not anticipated in original scope of work: During contract negotiations for CEi services, the utility plans had not been completed and therefore the utility inspection level of service was estimated. 4. Describe the impact if this change is not processed: The CEI firm (Atkins) has been efficient with their staffing enabiinc the 9 month budget to encompass a greater duration; however these additional funds are necessary to cover the remaining utility efforts. Type of Change (Modification. 1. Planned i Elective a 2. Unforeseen conditions/circumstance Lo 3. Quantity or price adjustment 4. Correction of errors} ❑ 5. Value added ❑ 6. Schedule adjustment Change Requested By i Z, Contractor/Consultant _! Owner L Using Department i L Design Professional j Regulatory Aoencv (specify)" 1 El Other (specify): Purchasinc Professional Participated in Negotiation of Change J Modification: `I Yes Zi No Approved b 11" - f Name and Title: J Reviewed by r5rocurement St faa-isVs Packet Page -4054- Date: ! r fl7 Revised: 5116112 1 AlIvuram Se mces Cr Pu�w V t ;nntrart (hnnna Porn ioct 12/11/2012 Item 16.E.10. Purchasing Department Change Modification Form Contract #: 10- j,Change #: 6 °- -- t9AU*k, )0p#: i Project Name: Construction for SR 84 & 5342 ' 4500128555 I CR 951 Project #: Project Manager: ; Department: Contractor /Firm Name: 60073/60092 Kevin Dugan I Transportation Engineerin Astaldi Construction Corp. Original ContractlWork Order Amount $. 28;220238.93 6/14111 14C Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 28;040,212 - 30 7/24112:16-E5 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 28 040,212.30 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0:00 - 0.64% Total Change from Original.Amount Revised Contract/Work Order Total $28,040,212.30 1 0.00% 'Chance from Current BCC Approved Amount Cum uiative Changes ($180.026.63). 0.00 ° %a Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: Last approved completion date: Revised completion date (includes tbiKs December 26, 2013 I March 15, 2014 i change): March 20, 2014 i Number of days added :Total of Each step on the contract modification checklist form has been reviewed prior to me �c�+,5. submitting for approval (this box must be initialed by Project Manager) Add new tasks) i J Change task(s) r U Delete task(s) ; Other (specify) 1. Provide a detailed. and speck explanation of the requested change(s) to the task(s) and /or the additional I days added: 1) Form and pour cast in place inlet top for S -519 at the intersection of Davis Blvd and Radio Rd. 2) Reconstruction of Shell/ Circle K facility entrance on Collier Blvd "SR 951 ". 3) Relocate under -deck bridge lighting I electrical circuits under 1 -75. 4) Redesign of OHT -1 sign structure on Collier Blvd "CR 951": 5) Labor to repair High Mast Lights on Collier Blvd "SR 951 ". 6) Hurricane Isaac Preparation & Recovery. c. rrovioe amanea rationaie Tor the requested change: 1) The proposed inlet top in the plans would not fit the D- Curb design and therefore was revised to an F -curb and due to the inlets location it is required to be poured in place. 2) This work was requested through a third party agreement. 3) This work is required to place the existing under deck lighting circuits out of the way of the new retaining wall construction. 4' ) This sign structure was upsized and therefore the upright diameter, drilled shaft depth, and drilled shaft diameter were increased. 5) Provisions were not made in the original scope to repair High Mast lines damaged before construction began. 6) Picking up MOT & Erosion Control. 3. Provide explanation why change was not anticipated in original scope of work: 1) This work is to be competed to accommodate field conditions which were not specified in the plans, 2) This work was agreed upon through a third party agreement. 3) No provisions in the plans for these items. 4) This upsize for OHT -1 sign structure was called for in plan revision #6. 5) Unforeseen work. 6) Act of God_ 4. Describe the impact if this change is not processed: 1) This structure inlet top must be poured ir: place in order to complete the drainage construction process. 2) N /A, this is a third party agreement. 3) This work is required in order for the retaining wall construction to continue. 4) The upsize is required in order to buiid the drilled shaft to revised size per EOR's revision. 5) Repair and relocation of lines so that the proposed scope of work could be performed. 6) Conditions hazardous during the storm. Type of Change,/ Modification L7 1. Planned/ Elective i Z 2. Unforeseen conditionsicircuinstance Z 3. Quantity or price adjustment 4. Correction of error(s) L! 5. Value added j 6 Schedule adjustment Change Requested By Contractor /Consultant El Owner i M using Qeoartment U Design Professional Regulatory Agency (specify): i i i Other (sDe -_ V;: Purcriasmc Profess6nal 13, rttcipated in Negotiation of Change / Modification: _ Yes gl No Approved by: � � ( Date: Name and Title: f fu ed� C. ; 3-t --c.�� as r r� Reviewed by G Date: 112-- Procurement Stfateoist s Name: L-21 i,' Revised: 5/16/12 1 Packet Page -4055- �� COW-* Admirv&afie SemcEs Nis= n Purchasing X❑ Contract Change Request 12/11/2012 Item 16.E.10. Purchasing Department Change Modification Form Work Order Modification Contract #:12- Change #:1 POIWork Order #: 4500135060 Project Name: Senior Food Services 5799 Project #: Project Manager: Lisa Carr Department: HHVS Contractor /Firm Name: GA Food Service of Pinellas County d /b /a G.A. Food Service, Inc Original Contract/Work Order Amount $ 360,000:'00 2/14/12,16D1 Original BCC Approval Date; Agenda Item # (I Current BCC Approved Amount $ 360;000::00 2/14/12;16D1 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 360 `000.00 12/31/2012 SAP Contract Expiration Date (Master) Dollar Amount of this Change >$10,080.00 2.800/( Total Change from Original Amount Revised Contract/Work Order Total $370,080.00 2.80% Change from Current BCC Approved Amount Cumulative Changes $10,080.00 2.80% Chan a from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original completion date: N/A Last approved completion date: N/A Revised completion date (includes this change): N/A Number of days added : 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager) new task(s) j Change task(s) 1 ❑ Delete task(s) Other (specify): Price increase ,1,. Provide a detailed and specific explanation of the requested change(s) to the task(s) andlor the additional days dded: Vendor has requested a unit price rate increase of 2.8% due to inflationary increase in the price of food. 2. Provide detailed rationale for the requested change: Because of the increased price of petroleum, packaging costs, and food items the vendor must increase their prices. 3. Provide explanation why change was not anticipated in original scope of work: The inflationary increase in the price of food could not be anticipated at the time the contract was awarded. 4. Describe the impact if this change is not processed: There may be a gap in service if the County re- solicits this contract and hundreds of seniors would be without needed meals. Type of Change / Modification 1. Planned / Elective 2. Unforeseen conditions /circumstance 3. Quantity or price adj ustment 4. Correction of error(s) I Ll 5. Value added 6. Schedule adjustment Change Requested By Q! Cantractor /Consultant Owner Using Department ': Desi n Professional Regulatory Agency (specify): I LJ Other s eci Purchasing Professional Participated in Negotiation of Change / Modification: LJ Yes No Approved by: may. �, r i Date: j Name and Title: Ii Reviewed by: Ka7 I" Lzt Date: j rocurement Strategist'e: j Packet Page- 14056- Revised: 5116,'12 1 RdnVk#r SenAc Orvision Purchasing X Contract Change Request 12/11/2012 Item 16.E.10. Pu,,,..,v,,..,� Change Modificatia:n Form ❑ Work Order Modification contract #: change #: 03 PO/Work Order #: Project. Name: Completion of 09-5248 me;99.28 _ 1 4500136825 Rehabilitation of Residential Structures S:icc�ss� - CL -,ire 60,899.28 for Neighborhood Stabilization Program Project #: 33050 j Project Manager: Department: Housing, contractor /Firm Name: Revised Contract/Work Order Total ! Geoffrey Marlon Human & Veteran Services Vincent Raymer, G.C. !Cumulative Changes 1 f Change from Current. Amount Originai Contract/Work Order Amount $ 67:034:00 6/26/2012 Originai BCC Approval Date; Agenda Item # Current BCC Approved Amount S me;99.28 _ 16D9 Last BCC Approval Date; Agenda Item # !Current Contract/Work Order Amount $ 60,899.28 SAP Contract Expiration Data (Master) Dollar Amount of this Chance ($460.00) X9.82% Total Change from Original Amount Revised Contract/Work Order Total $60.449.28 -0.74%' Change from Current BCC Approved Amount !Cumulative Changes ($6.584.72). -0.74% Change from Current. Amount f Completion Date, Description of the'Task(s) Change, and Rationale forlhe Chainge Original compietion date: 90 from Last approved completion date: NIA j Revised compiation date (includes this i NTP ( 1 change): N/A Number or days added: 0 Each step on the contract modification checklist form has been reviewed prior to me submitting for approval GM (this box must be initialed by Protect Manager) 1 Arid new tasks, Change tasks) Delete task(s) ❑ Other (specify;: 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the addition days added: Deleting the task requiring the contractor to install AFC-1 (Arc Fault Circuit Interrupter) outlets at the main breaker panel or in each bedroom. 2. Provide detailed. rationale for the requested change: The contractor had originally installed the AFCI circuit breakers as part of the, revised bid specifications, The AFCI's were installed in the two bedrooms in the house. AFCi's are required on new circuits and not on existing circuits because they will continually trip existing circuits. In this case the house would require all new circuits to be installed at the property in order forthe AFCYs to work properly and not continually trip the circuit breakers. It is more cost effective to delete the AFC a ) as they are not required by County code and is cheper than the cost of tearing out and replacing walls to install the new circuits. 3. Provide explanation why change was not anticipated in original scope of work: The issue. between existing circuits and AFC1's was not anticipated due to the fact that they had worked upon original installation. Continued use and the fact that AFCI's are ternpermental on existing circuits caused the issue with tripping the circuit breakers. When the original bid specifications were written, they did not take into account that AF-Cl's require dedicated circuits which are installed on new homes, not existing ones (or when substantial electrical work is done on existing homes). The specification for this activity was written with new home construction in mind, not on minor rehabilitation of an existing home. 4. Describe the impact if this change is not processed: If a change is not made the AFCI's -will continually trip the circuit breakers and not allow for the home to pass inspection. The alternative of adding specifications to replace the existing circuits with new ones to support the AFC"s will cost a substantial amount of time and money for something that is not required by code. Type of Change / Modification j I 1, Planned ;Elective 2. Unforeseen conditions /circumstance 3. Quantity or Drice adillSIment Revised: 5/1.6/12 1 ­ - Packet Page -4057- ContractorlConsu {cant Design Professional rchasino Professionai P Approved by: Name and Title: I evievved by: Procurement Strategist's Name: Change Requested By 12/11/2012 Item 16.E.1O. OWne( J i�Sin4 Denarrtmant Regulatory Agency (specify)• I U Other (sp :d in Negotiation of Chance' Modification: �jC Yes Date: j ,If Packet Page -4058- Date: No 1.- Revised: 5116/12 Purchasing ❑ Contract Change Request 12/11/2012 Item 16.E.10. Purchasing Department Change Modification Form Z Work Order Modification Contract #: 09- J Change #: 2 PO/Work Order #: 45-00- i Project Name: ABC White Blvd. Bridge 5262 Cl Roads ! 126051 Replacement j Project #: 66066 Project Manager: i Department: Transportation Contractor /Firm Name: Q. GradyMinor Marlene Messam =naineerinc i Original Contract/Work Order Amount $ ?48,250:00 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ N/A 4$459 =8A - Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 48.250:00- sr' ;r,r , r SAP Contract Expiration Date (Master) i Dollar Amount of this Change 11 1 X $3;0324:00 6?7% Total Change from Original Amount l Revised Contract/Work Order Total $51.274.00 �j iA Change from Current BCC .Approved Amount Cumulative Chanaes $3,024.00 6.27% Change from Current Amount Completion Date, Description of the Task(s) Change. and Rationale for the Change Original completion date: Last approved completion date: Revised completion date (includes this 10! 14!2012 4/10/2013 change): 5/10/2013 Number of days added :30 I Each step on the contract modification checklist form has been reviewed prior to e j submitting for approval M.M. (this box must be initialed by Proiect Manager; �j .Add new task(s) L Chanae task(s) ❑ Delete taskis) Other (specify): Added additional scope to existing task , 1. Provide a detailed and specific explanation of the requested change(s) to the task(s) and /or the additional days added: An existing 30" raw watermain is scheduled to be relocated because of the White Boulevard Bridge replacement. The plans for the watermain were completed and delivered for construction-, however, it was discovered that a 167 sq. ft. TCE (Temporary Construction Easement) was needed over and above the existing utility easement. The property owner was contacted by Real Property to acquire the TCE; but, negotiations broke down and due to the time constraint on the bridge replacement schedule, it was decided that the proposed watermain should be realigned so that no additional easements would be needed. 2. Provide detailed rationale for the requester] change: j Realignment of the watermain necessitated a change in the proposed drainage system to be installed with the Bridge replacement; therefore; this change order is to revise the roadway plans associated with the bridge replacement proiect and the watermain relocation plans. PLIED will be participating in the cost of these plan revisions. 3. Provide explanation why change was not anticipated in original scope of work: - It was not discovered during the design that the right of way easements needed to construct the bridge replacement drainage facilities had no provision to accommodate utilities. The existing 30" raw watermain was already within an existing utility easement; however, it had to be relocated to avoid conflicts with the proposed drainage being installed for the bridge project. The watermain relocation required a very small TCE (167 sq ft.) to allow the contractor more room to work. The property owner did not wish to accept the offer presented by the County for the TCE. This could not have been anticipated. 4. Describe the impact if this change is not processed: Delays in the bridge and watermain replacement which would violate the permits and put the project in jeopardy. Type of Change./ Modification ? Planned / Elective '3. Quantity or price adiustment L, �. Unforeseen conditions /circumstanc 4. Correction of errors) ± 15. Value added ❑ 6. Schedule adiustment Revised: 5116/12 1 Packet Page -4059- 12/11/2012 Item 16.E.10. Approved by: Date: Name and Title ?JG�y Putaanf uu, P. Reviewed by;JCF Date: Procurement Siratftsfs Name: RhorMICummincs Revised: 5116 "2 2 ­_11, --Packet Page -4060- &er Counq - A&nirvWafiw Services puicnasirtg ❑ Contract Change Request 12/11/2012 Item 16.E.10. Purchasing Department Change Modification Form ® Work Order Modification Contract #: 09- Change #: 1 PO/Work Order #: 5262 -CI -PU H2O 4500133650 Project #: 71057 i Project Manager: Tam I Department: PUPPMD Sivert Original Gontract/Work Order Amount $ 189.995.00 3/9110 ; 1 X Current BCC Approved Amount #NA Current Contract/ Work Order Amount 189,995,00 112013 Dollar Amount of this Change $0,p0 0.00% Revised Contract/Work Order Total $189.995.00 I VALUE! Cumulative Changes $0.00 1 0.00% Project Name: NCRWTP Membrane Replacement/ Intersta a Booster Contractor /Firm Name: HDR Engineering, Inc. tinginal BCC Approval pate; Agenda item # Last BCC Approval Date: Agenda Item # SAP Contract Expiration Date (Master) Total Change from Original Amount Change from Current BCC Approved Amount Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original compietion date: ! Last approved completion date: Revised completion date (includes this December 14.2012 December 14.2012 change): October 10,2013 Number of days added :300 j Each step on the contract modification checklist form has been reviewed prior to me submitting for approval (this box must be initialed by Project Manager; Add new task(s) Change task(s) Delete tasks) Other (specify): Time Extension 1.Provide a detailed and specific explanation of the requested change(s) to the task(s) andior the additional days added: Additional time is required due to the decision to replace additional RO skid piping, valve actuators, and instrumentation/conductivity sensing equipment. Design is 10D% complete and the time extension will allow the consultant to provide bid /construction phase engineering support services. 2.Provide detailed rationale for the requested change: The additional time requested will allow the consultant to provide engineering services during the bid and construction phases of the project and provide certification for FDEP clearance. 3.Provide explanation why change was not anticipated in original scope of work: The original scope of work was defined and based upon the information available at the time. After detailed site investigation, data analysis.. value engineering and consultation with operations staff. a revision to design parameters provided an opportunity to improve the design intent. thereby resulting in best value for the project objectives. 4.Describe the impact if this change is not processed: The consultant will be unable to provide critical engineering support services during proiect bid and construction,. Resulting delays will negatively impact the ability of the North Collier Regional Water Treatment Plant to meet water production demand as wall as increase the plants energy consumption. Type of Change 1 Modification 1. Planned / Elective Li 2. Unforeseen conditions /circumstance 3. Quantity or price adjustment ' 4. Correction of errorls) l S Value added ! X 6. Schedule adjustment Change Requested By 17 ContractorlCor.sultant 1 I .Owner Using Department —Design Professional Regulato Agency (spec ;: Other (specify): Purchasing Professional Participated in Ne otfiation of Change J Modification: L Yes ED No Approved by -r 1 Date: (' . Name and Title~, - S �- n t�fex r - SPM R Y. Gi w►�Zi - �, rzcL rt�L Reviewed oy: Date: PrdduremenfStrategist's Name: Revised: 5M 5 /1, 2 1 Packet Page -4061-