Loading...
Agenda 12/13/2011 Item #16E1512/13/2011 Item 16.E.15. 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 25, 2011 through November 23, 2011. FISCAL IMPACT: The total for 10 changes to contracts is $59,452.11. The total for 6 changes to work orders is $42,214.00. 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 De Leon, Contracts Technician, Purchasing Department Packet Page -3316- 12/13/2011 Item 16.E.15. COLLIER COUNTY Board of County Commissioners Item Number: 16.E.15. Item Summary: Recommendation to accept reports and ratify staff - approved change orders and changes to work orders. Meeting Date: 12/13/2011 Prepared By Name: DeLeonDiana Title: VALUE MISSING 11/29/20118:19:18 AM Submitted by Title: VALUE MISSING Name: DeLeonDiana 11/29/2011 8:19:20 AM Approved By Name: SmithKristen Title: Administrative Secretary,Risk Management Date: 11/29/20118:47:14 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 11/30/20119:22:47 AM Name: CarnellSteve Title: Director - Purchasing /General Services,Purchasing Date: 11/30/2011 10:48:16 AM Name: PriceLen Title: Administrator - Administrative Services, Date: 11/30/2011 1:39:32 PM Name: KlatzkowJeff Packet Page -3317- Title: County Attorney, Date: 12/1/20119:49:33 AM Name: FinnEd Date: 12/2/20112:33:17 PM Name: OchsLeo Title: County Manager Date: 12/2/20114:55:40 PM Packet Page -3318- 12/13/2011 Item 16.E.15. rW N d C r 9 C O 0. V U G E 0 OVw o= `m ai o d rn a R L U � « U M V E- E 0 Q N d 5 O1 m 00 i 0 E U Q W D C O ` a E I N � U O m CL w Cr C �E W j O Q (n U U N ul > ~ D d C = V > En os U e E mCL Q W C � d E v m d y 'o o a O n. Z O Z 2 Z a O Z U D d C 0 m e 0 to >at�vn io N y N � d LL V r O a O d Z Z 0 0 O 0 O O ° N fl9 0 0 CD to O LO v O U) Oct N 69 i O '1 i � I y cc E CA d a a` 0 U) d Z E> 0 3 N CL i c �. 0 O U_ C %j N d O p Cr U 2 y VCn aLL O r M N d i?5 CL N Z 0 1 s la0 d 0 d ai IM n 10 L N U � 0 d N > T O 0 0 CJ 0 O O m m (A O 0 LO 69 O O N G rn - C E (n a O C C [ r P, 'u yq c T a O 0 O G ai `a C' - ac (O C r C v9 a C c ca = F N 4 a a.�c 3 OEns CL a � c d E ns CL .a as yt•Lo U= 'n 0 N m °L9 dL (o d Z 0 N m os C !d t V 0 m d O m 0 rn O O 69 fA O m N 69 07 C CD C N 69 M c, c M `0 O T N_ (VO M (H N t CL C Of M N Cn o a r 01 N C Cb to 7 a C 0 N CD c 0 a w U O N ~ O E :3 O C O a a C O C O O y > C N ((03 � d d � c � O o a O ir C7 7 0 (0 [T m y as � a E m ur o Co O Q c o c a - 00 ai as U 6 os � U C � M 4= `0 L 0 d > CL O 0 M d O Packet Page -3319- 12/13/2011 Item 16.E.15. M N 0 M N N m m O v Cli N9 O a M rn M d a 'a a c A c v � C6 C M E d Co (V O a M B E d O V7 L m C E ti m H O a C 0S O C O N U sri U 6s CD N U O E v N LO a `0 C_ N E N d ri N O d M TL I N a d C M O N w O a 0 c .� o .a 0 N •O o N M % E m >@0 j ` U aax E s E E o U O a7 O CT C O) rd. O y > C d CO ui U 0 N �a E dmfo 0 c adi LO a N m to 1O c � or C O t > r ; o d m Ln Ul O •o c, c N `0 M � (VO M O fill >1 N a�pp U O O O v M rn 69 a C M CD c N d = � C O N H O 0 w d 0 C O C a J O xc O E o F v, t Cf ° > r0 c � J ' a N a7 d _.. c r O d a� ° E � a O o � p C o u; a a Co FL.9 ai as U 0 p Co J= V f0 0 0 0 yd •E m > CL O 0 M d a 'a a c A c v � C6 C M E d Co (V O a M B E d O V7 L m C E ti m H O a C 0S O C O N U sri U 6s CD N U O E v N LO a `0 C_ N E N d ri N O d M TL I N a d C M O N w O a 0 c .� o .a 0 N •O o N M % E m >@0 j ` U aax E s E E o U O a7 O CT C O) rd. O y > C d CO ui U 0 N �a E dmfo 0 c adi LO a N m to 1O c � or C O t > r ; o d m Ln Ul O •o �W c ro a p� C t G c E �a a O 0 U F L � E �y N 3 E Z U E Q L) LO ° $ E a° o m o : W O � N ri d O O U U M O CL W Cr W 0 C: O Y i WU 0 2 N N LL O z IM d dp` e e L V 0 CO Y m U E d � S rn °f�c e t 0 y �?3 d C 12 05 O wo a>i a � ' M _ M0 O C x E a 0 i M d c 0` o x E U 04 d s d U O U U $ E m CL a V � c C = C 0 O of Y E 0 w C d E a 'o ca d m 0 x w V O z L y O C a Z O O U � U � O z d y d Z z 0 2 d 06 d C 0 c 0 ` > M CL W N d 7 ca Z a m CO OD M 69 fisO O v v°, Cl) N u9 a e L 0 o, c °c e M CO °o CL E LO N _ T .8 6s j N vC, N Z Ln Ld��ppj N C M �5 > E o E m8> O /1 'O OL U W f6 Q O o � d O U) c 7 ¢o w ayi Y t0 O N m o O � O M 1n .L... O N P O N x N C O L 0 N L o oa O to N o v o o i E O f6 C M a ) 0 � 'y � M � Z L 1f Y O LL y y � C C O Q CO d L N CL CD an d Y C N E N r too E l0 N M O] p C L N J � d O t0 0 0 y 0 m� W O N > M F D C Gl W C Packet Page O Ma t c V @ O y M O 0;1 L d 0>� a e 0 0 O O e z °o °o O O O N W O 0 z `r � rn d d O AL- a) 100 LL U N d 0 O O M C M O Q O o � d O d c IA 'j Vi 0 CO 64 O C rn Oi H9 O GOi 0 69 d CL 2-S M `d LL. U fn izN N N N g�� U5 o O. f6 rn � C N 'C d u) C N a) LU ? O °die ¢Mim O � N r d 0 2- 0 `d v 0 a E d c O E E 8 m 3 A) O C a �U M o. 0. 0 gN 3 w O O P O �p 3 rL... O N C N 0 d Q1 C L O CD d 0 c 0 B fV W a v d n u9 � R 0 0 C 1d d !n d L N O e w ° d O Y ° p C d ° Fpm Ln O � 8 CO N2 Ul M � a C d r O p a) O d O N N � O. C O f0 'O d � o ° c M to N C d C c E m m d d 0 N ¢ d M z d m CL V A =' ca a O O O O a C (0 d N Clt w N IT M n. C o � N 0 O O qyi C N D) M T C C f6 f6 d C E rn C L) m ° d W 7 M a a a o p o a N c L 0 O O M N N 1ti M - O U'l N N C 0 C4 N 0 0 100 01 M E C d O M r a d rn o wo L � l6 Ol H E M d d tap O C C. m C d N �S N L C a s d O d N L N an d .L., 0 0 M r N C d 0N of.0 y m O d 0) rn N 0 0) p p d L.. Gt d C O L X M V d N O C r fn d (0 M S °a o r O m� 12/13/2011 Item 16.E.15. 0 CD M O M M O 69 O G O ui N 69 °o O CO m 69 O 0 C CO act co 69 o O N C M¢ a d c 0a Fo N N N N (0 a O - N O ay U') O M E C1 C f6 d O Q U 0 0 O , d o C ¢ O � U) O1 O) C R L O d 0 m c s~ Q z d M 100 LL U N 0 ET O M U m Q w F y o d ' o d '00 a O Y t0 O N � O M 1n .L... O N m a O .N... d O O C M � N C N 7 Z L f6 0oieCL a E:0V5o m aln�gz ci O) C L V O O N Packet Page -33: 0 0 C 1d d !n d L N O e w ° d O Y ° p C d ° Fpm Ln O � 8 CO N2 Ul M � a C d r O p a) O d O N N � O. C O f0 'O d � o ° c M to N C d C c E m m d d 0 N ¢ d M z d m CL V A =' ca a O O O O a C (0 d N Clt w N IT M n. C o � N 0 O O qyi C N D) M T C C f6 f6 d C E rn C L) m ° d W 7 M a a a o p o a N c L 0 O O M N N 1ti M - O U'l N N C 0 C4 N 0 0 100 01 M E C d O M r a d rn o wo L � l6 Ol H E M d d tap O C C. m C d N �S N L C a s d O d N L N an d .L., 0 0 M r N C d 0N of.0 y m O d 0) rn N 0 0) p p d L.. Gt d C O L X M V d N O C r fn d (0 M S °a o r O m� 12/13/2011 Item 16.E.15. 0 CD M O M M O 69 O G O ui N 69 °o O CO m 69 O 0 C CO act co 69 o O N C M¢ a d c 0a Fo N N N N (0 a O - N O ay U') O M E C1 C f6 d O Q U 0 0 O , d o C ¢ O � U) O1 O) C R L O d 0 L4 o� N N E E Z EZ O - U U M F- w W s w 0 c O Y O H CD W C7 aZ U W F- D z 0 N N } W m W O Z =m IM dE t U Y rn U o m O! .B e-° M LY CD °D 2 E O 9 O f�D D ti O N O w C 0 O U 0 0 o � Co _m NC M, m E o o ri n m o a a C o N y w G1 l0 E m o C E O Oa O L Co O N w m m � 7 C O C T c E _ o rn M ao `m 0 dd c C M CD E a) O. 8 o c m N N N N O E O N c LO o) m c �ocn E w Y N E C C E m m � l6 y0 m c m > E p m iz m c E 0 O - t o o Oi O) C E L V m O T Z d Z m m O m O O � Y Q � M °1 c s rnO o r �a U � w m c a O O ` E U w W C 7 E v a U m Q w _ d O O °' Y E w m V M 'o o a` m A 0 a x W �Q O Z y 0 c .o z o VIA U U i O Z E v m Z Z O Z a m e m o >a0a l0 Cn m « p o a` E Z °o a N 46 w c 0 0 E d �o O Y O 3. O N m O7 C E L U i6 H Packet Page -3322- 12/13/2011 Item 16.E.15. V AdYinistraiive &efl'ices DivIsion Purchasing ® Contract Change Request 12/13/2011 Item 16.E.15. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: Mod #: PO/Work Order # Project Name: 14500125718 10 -5563 2 NCRWfP High Service Pump VFDs Project #: Project Manager: Department: Contractor /Firm Name: 71 063.1.3 Jason Tomassetti, P.E. PUPPMD Gulf Coast Construction of Naples, Inc. Original Contract/Work Order Amount $ _714,765.00 12/14/10, 16C1 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 714,765.00 12/14/10, 16C1 Last BCC Approval Date; Agenda Item # Current Contract /Work Order Amount $ 256,845.00 2/2112012 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00 - 64.07% Total Change from Original Amount Revised Contract /Work Order Total $256,845.00 - 64.07 % Change from Current BCC Approved Amount Cumulative Changes 1 ($457,920.00)1 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: 2121/12 2121/12 1 change): 8126/12 Number of days added (if I Explain why additional days are needed (detaiied /specific): Time required to resolve a extension, must attach current dispute with the Contractor over the VFD Direct Material Purchase (DMP) and a insurance certificate(s) from SIRE dispute over the PO terms and conditions with the Direct Material supplier (Rexel) or obtain from vendor): 187 ❑ 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): Requesting a time extension of 187 calendar days due to the unanticipated delays mentioned above (DMP terms and conditions), 2. Provide detailed rationale for the requested change: Due to the loss of time during the disputes over the DMP of the VFDs, additional time is needed in order to finish this project. This change is now based on a revised delivery date of the VFDs (1123/12). ' 3. Provide explanation why change was not anticipated in original scope of work: The Contractor questioned the contract provisions for the DMP that was noted in the bidding documents and contract. 1 4. Describe the impact if this change is not processed: Contractor will not be able to finish the project by the current final completion date. Currently, the time between delivery of VFDs and final completion is just a little over a month, which is not adequate time. Type of Change / Modification ❑ 1. Planned / Elective 1 Z 2. Unforeseen conditionsicircumstance I ❑ 3. Quantity or price adjustment j ❑ 4. Correction of error(s) I I 15. Value added I ® 6. Schedule adiustment Approved bY_ .-�✓i, Date: r ! r Name and Title�Torff Chmeiik, P.E.; Director, PUPPMD Reviewed by: I Date: � r Procurement Strategists Name: Nicole Parker— Packet Page -3323- Revised: 7,2711 1 12/13/2011 Item 16.E.15. - Purchasing Department Change Modification Form Work Order Modification Project Name: Isles of Capri Water M Replacement Phase II inning and Contractor /Firm Name: Haskins, Inc. nent / Water 091nai Coritracf/Work Order Amount '° 1i i 09t116,,pA: Ori ginal BCC Approval Date; Agenda Item # current HCC approved Amount $ 1`16142.2 !;%. pgF q -O Last BCC Approval Date; Agenda Item. # Current Cars#zact /Work order Amount 751 , allarAtnount.of. "this Change x:75.?: - �,p {oya Change from Current BCC >Remsed,NeW.ContractlWork Order Total $ 1 16 ,847550 d0 Approved .Amount Guaaetlative han es $-;igr. 0 ($74 - -0 , 01% Change from Ori inai Amount n.., Doflate, Description of:the T.ask{a;j Change,:arid f2afianale fo r:the,Ctiange flnginal. notice to proceed date: Last approved date: Revised date (includes this change): I iaveT- 0kr 1; 2010 August.2g, 2011 August 29, 2011 �14ri1ber of days, added (if Explain why additional days are needed (detailed/specific): N/A extens?on must•attach current :insurance cerhficate(s) from SAP r oistainlrom vendor): 0 Add "new•tasli(s) Change task(s) Delete tasks) Others c� (pe .fy): 'f #'ta y0q a.4etailed and specific explanation of the requested chap �., . There.are two different changes in this change order, p change(s) to the task(s): Change A W est Pelican Pipe Change: Upon further County review, the County wishes to downsize the 10" water main to " nn illleit Pelican from approximately Station 3 +00 to Station 19+50 and upsize the 6" water main to an 8' from Station D +25 to Station 3 +00. It is desired to keep the existing 8° PVC water main on the south side of West Pelican actrNe to lieu of its original planned abandonment. This will provide dual 8° mains to serve this portion of the Isles of apn" Water.Systern. (Currently this area is served by an 8" main and an existing 6" A.C. main.) It is also desired to UP size the .6" water to 8" to accommodate potential further development at the west end of West Peiican. This change ll wire adjustment of the project quantities. See Attachment No. 1. Change:2:. Miscellaneous Quantity Adjustment Quring miristruc'tion of the project, there are several bid quantity items that are anticipated to over -run and several items fi^tat v ti tinder -run. Several of these have been identified along with those under Item No. 1. In order to properly ^ompapsate the Contractor, an adjustment of project quantities is needed. See Attachment No. 1. 27 0u ide detailed rationale for the requested change: This changes are .done at this time to comply with Purchasing and Finance new requirements of adjusting the quantities as:the project progress instead of waiting to the end of the project 3. Provide explanation why change was not anticipated in original scope of work: I Tttese.changes were not anticipated in the original bid because during construction the contractor found unforeseen conditions; Collier County and the Engineer of Record evaluated them and made the necessary changes. . " Describe the impact if this change is not processed: I These chances were necessary to continue with the Droiect and to be able tc finish it on time. Packet Page -3324- 01 , Revised: 11'2/20, ring ®Contract Change Request ctcact Mod#: PO #: t Et -555'6 .' 1 4500123663 Pt Oct # Project Manager: Department I Tt 0 7 Diana C. Dueri Project Mafia 12/13/2011 Item 16.E.15. - Purchasing Department Change Modification Form Work Order Modification Project Name: Isles of Capri Water M Replacement Phase II inning and Contractor /Firm Name: Haskins, Inc. nent / Water 091nai Coritracf/Work Order Amount '° 1i i 09t116,,pA: Ori ginal BCC Approval Date; Agenda Item # current HCC approved Amount $ 1`16142.2 !;%. pgF q -O Last BCC Approval Date; Agenda Item. # Current Cars#zact /Work order Amount 751 , allarAtnount.of. "this Change x:75.?: - �,p {oya Change from Current BCC >Remsed,NeW.ContractlWork Order Total $ 1 16 ,847550 d0 Approved .Amount Guaaetlative han es $-;igr. 0 ($74 - -0 , 01% Change from Ori inai Amount n.., Doflate, Description of:the T.ask{a;j Change,:arid f2afianale fo r:the,Ctiange flnginal. notice to proceed date: Last approved date: Revised date (includes this change): I iaveT- 0kr 1; 2010 August.2g, 2011 August 29, 2011 �14ri1ber of days, added (if Explain why additional days are needed (detailed/specific): N/A extens?on must•attach current :insurance cerhficate(s) from SAP r oistainlrom vendor): 0 Add "new•tasli(s) Change task(s) Delete tasks) Others c� (pe .fy): 'f #'ta y0q a.4etailed and specific explanation of the requested chap �., . There.are two different changes in this change order, p change(s) to the task(s): Change A W est Pelican Pipe Change: Upon further County review, the County wishes to downsize the 10" water main to " nn illleit Pelican from approximately Station 3 +00 to Station 19+50 and upsize the 6" water main to an 8' from Station D +25 to Station 3 +00. It is desired to keep the existing 8° PVC water main on the south side of West Pelican actrNe to lieu of its original planned abandonment. This will provide dual 8° mains to serve this portion of the Isles of apn" Water.Systern. (Currently this area is served by an 8" main and an existing 6" A.C. main.) It is also desired to UP size the .6" water to 8" to accommodate potential further development at the west end of West Peiican. This change ll wire adjustment of the project quantities. See Attachment No. 1. Change:2:. Miscellaneous Quantity Adjustment Quring miristruc'tion of the project, there are several bid quantity items that are anticipated to over -run and several items fi^tat v ti tinder -run. Several of these have been identified along with those under Item No. 1. In order to properly ^ompapsate the Contractor, an adjustment of project quantities is needed. See Attachment No. 1. 27 0u ide detailed rationale for the requested change: This changes are .done at this time to comply with Purchasing and Finance new requirements of adjusting the quantities as:the project progress instead of waiting to the end of the project 3. Provide explanation why change was not anticipated in original scope of work: I Tttese.changes were not anticipated in the original bid because during construction the contractor found unforeseen conditions; Collier County and the Engineer of Record evaluated them and made the necessary changes. . " Describe the impact if this change is not processed: I These chances were necessary to continue with the Droiect and to be able tc finish it on time. Packet Page -3324- 01 , Revised: 11'2/20, j Pui±ehasinia lI Appiz��ed by .Reviewed 'by 12/13/2011 Item 16.E.15. Type of ChangeTModificaficrxi: i Effective 1 2. Unforeseen conditionslcircurnstance 3. Quantity or rice adjustment in of error {s) 5 Value added 6 Schedule adjustment ChaOg RecWes#ad.Bar consultant Owner Usinq Qepartment essional Reaulato Agency (specify): Other (speci ): )fessional Participated in Negotiation of Chanoe / Modification M VAS M K1- Packet Page -3325- Pe,ised,: I/' '1201 ! 2 llftw- c6 L-ir coU71TV kd: -, an0,,;rjve Services Dvisicn �ur -hasrc Z Contract Change Request Contract #:11 -5682 ! Mod #: 1 ; PO/Work Order Project #: 60016 Project Manager: Julio Ordonez 12/13/2011 Item 16.E.15. Purchasing Department Change Modification Form ❑ Work Order Modification 4500129481 Project Name: Vanderbilt Beach Road Intersection Improvements at 3oodlette- Frank Road t: Transportation Contractor /Firm Name: Bonness, Inc. Original Contract/Work Order Amount $ 129,090.34 2.(a % ({ Original i3GC Approval Date; Agenda Pram # Current BCC .Approved Amount F .3 4 t;N/A Last BCC Approval Date; .Agenda Item # Current Contract/ Work Order Amount $ 129,090.34 Dollar Amount of this Chanae $12.890.00 t;% Change from Current BCC Approved .Amount Revised New Contract' Work Order Total I$ 141.980.34 Cumulative Changes $12.890.00 �— 0.99% Change from Original Amount Completion Date, Description of the Task(s) Change. and Rationale for the Change Original notice to proceed date: j October 3rd, 2011 I Last approved date: December 17th, Revised date (includes this change,: 2011 !December 17th, 2011 Number of days added (if i This chanae order is necessary to increase the quantity for excavation to compensate extension, must attach cunent for a plan error, including a new unit price r-- negotiated with the contractor. The Iinsurance certificate(s) from I change order is required to provide additional funds for the extra work to be SAP or obtain from vendor): 0 I performed. There is no need for a time extension. V Add new task(s) I Change task(s) ❑ Delete task(s) ! i 71 Other ;specify): j 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): The increase in the quantity for the excavation work item is needed to correct a plan error. A new unit price was nego'tia'ted with the contractor. 2. Provide detailed rationale for the requested change: Provide for all of the excavation work during construction. 3. Provide explanation why change was not anticipated in original scope of work: The volume of excavation was miscalculated during the design phase. 4. Describe the impact if this change is not processed: The proiect will not be constructed as originally designed , Type of Change 1 Modification ilI 1. Planned /Elective � j 2. Unforeseen con ditions/circurnstan ce ! L 3. Quantity and price adjustment 4. Correction of error(s) ! LJ 5. Value added c, Schedule adiustment Change Requested By i Contractor.lConsu its nt 1 41 Owner 1 iG ' Usina Department: Transportation Design Professional Regulatory Agency sDecifvl: — { , Other SpeCIiV r Purchasing Professions! Participated in Neootiation of Change ' Modification.- ❑Yes Nc Rev;sed: Idl 220. . Packet Page -3326- Id Car cowyly Ad;A?rnisWIIve servica'S Wv;siX Z Contract Change Request 12/13/2011 Item 16.E.15. Purchasing Department Change Modification Form ❑ Work Order Modification Contract #:11- Mod #: 1 PO/Work Order #: j Project Name: Pine .Ridge Road Right 5687 4500129480 Turn Lane Improvements at Livingston Road Project #: 60016 Project Manager: Julio Department: Transportation Contractor/Firm Name: Bonness, Inc. Ordoi)ez Engineering Original Contract/Work Order Amount $ 94,344.02 -0411f, X.A ?- Original BCC Approval Date; Agenda Item # Current BCC Approved Amount, 3,41�•C rt -t Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 94,344.02 Dollar Amount of this Change $2,174.00 ZI&j ;hange from Current BCC Approved Amount Revised New Contract/Work Order Totai i 96,518.02 Cumulative Changes $2,174.00 2.30% Change from Original Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed date: I Last approved date: January i st, 2012 Revised date (includes this change): October 3rd; 2011 j I January 1st, 2012 Number of days added (if ! 1. This change order is prepared to reduce and add contract work items in order to extension, must attach current provide for the installation of a portion of the street lighting and fiber optic cables by insurance certificate(s) from jack & boring at the Lacosta Driveway on Pine Ridge Road. These items were SAP- or obtain from vendor): 0 unforeseen during the design phase. The change order is required to provide 1 additional funds for the extra work to be performed. Time extension is not needed. Add new task(s) Change task(s) ! Delete task(s) ! Other (specify): 2. Provide a detailed and specific explanation of the requested change(s) to the task(s): The changes are required to provide for the installation of a portion of the street lighting and fiber optic cables by jack & boring at the Lacosta Driveway on Fine Ridge Road. 3. Provide detailed rationale for the requested change: Improved construction methods. 4. Provide explanation why change was not anticipated in original scope of work: The additional work was not properly identified during the design phase as a separate operation. S. describe the impact if this change is not processed: The County will not be able to relocate the street lighting and fiber optic cables within the eastbound right turn lane extension on Pine Ridge Road at Livinaston Road. Type of Change 1 Modification ❑i 1. Planned l Elective ❑ 2. Unforeseen conditions/circumstance ; 3. Quantitv and price adiustment I 4. Correction of error(s) Z 5. Value added ❑ 5. Schedule adjustment Change Requested By Contractor /Consultant 1 Owner 1 U Using Department: Transportation I ❑ Desion Professional i Regulatory Agency (specify): 1 El Other (specifft Purchasing Professional Participated in Neactiation of Change 1 Modification: [K Yes ❑ No Packet Page -3327- der , .modmnisuauve Seivices -- vos4cn Z Contract Change Request #:11 -5661 Mod #: 12/13/2011 Item 16.E.15. Purchasing Department Change Modification Form E Work Order Modification Order #: 4500128626 ; Project Name: Progress Avenue Roadwav Improvements from Airport- Project #: 60162.2 'I Project Manager: I Department: Transportation Contractor /Firm Name: Better Roads, Inc. i Julio F. Ordonez -noineerino 10riginal Contract/Work Order Amount $ 475,243.02 NIA Original 3CC Approval Date: 6/14111- 16_A.18 Current BCC Approved Amount 475,243.02 NIA Last BCC Approval Date, Agenda Item # !Current Contract/Work Order Amount $ 47 5.243.02 ;Dollar Amount of this Change $17,779.86 1 3.74 °t° Change from Current BCC Approved .Amount I ;Revised New Contract/Work Order Total $ 493.02188 �Cumuiative Changes ! $17,779.86 1 r 3.74 °l °, Change from Original Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed date: Last approved date: February 1 Bth. 2012 Revised date (includes this change): I Seotember oth. 2011 February 18th. 2012 ' Number of days added (if i This chance order is necessary to increase the ouantity for excavation Optional Rasp =xtensidn, must attach current and Superoave cav items to provide for additional work reouired to match existing insurance certifi: at?fs) from conditions: and. add new Dav items for Inlet Tvoe C Manhole Modification Watermair SAP or obtain from vendor): 0 Casino and Pipe Desiltina to cover for unforeseen conditions. The chance order is j reouired to provide additional funds for the extra work to be performed There is no I Z Add new task(s) + Change task(s) ❑ Delete task(s) I E Other (specify): 1 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): Increase the ouantity for excavation. Ootional Base and Superoave pav items tro Drnvide for additional work reouired to match existina conditions- I and, add new Day items for inlet TvDe C Manhole Modification and Watermain Casino Part of this work was a direct result of construction coordination with Citv of Naples Utility inspector to protect existino watern~nain. Pipe Desiltina was needed to clean the existing pine culvert found to be clocaed uc 2. Provide detailed rationale for the requested change: Provide for unforeseen conditions. 3. Provide explanation why change was not anticipated in original scope of work: All item included in this chance order are for extra work not anticipated during the desiar ohase 4. Describe the impact if this change is not processed: The protect will not be constructed as originally designed. j Type of Change / Modification LI 1. Planned ; Elective 2. Unforeseen, conditionsicircumstance i L, 3. Quantity and prices adjustment 4. Correction; of error(s) Value added 5. Schedule adiustment Change Requested By I _ :Contractor /Consultant > OwnerI Using Department Transportation Design Professionai ❑ Reguiatory Agency (specify" i , Other ;specify): City of Naples Utilities Purchasing Professional Participated in Negotiation of Change,' Modification: u "es ri No Approved by (Name anc Title):J,ui�o Ghez c E., Pringoal Proiec, Manager. ..., Date: Reviev,+ec by 'Purchasing Professu nal)'nanammcs,nt,act Spesiatist Date: ? i Revises: v12!2G" Packet Page -3328- A Cc# x�r +G0141t V Ad unis#r bve Services [.kvislori Pur h a .,iris, Contract Change Request ❑ Work Order Modification 12/13/2011 Item 16.E.15. Purchasing Department Change Modification Form Contract #11 -5720 Mod #: 1 PO/Work Order #: Project Name: Tubing Replacement at 720,300.00 Last BCC Approval Date; Agenda Item # 4500130216 SCRWTP Deepinjection Well IW -2 Project #: 770030 Project Manager: Alicia Department: PUPPMD Contractor /Firm Name: Youngquist Total Change from Original Amount Abbott Add new task(s) Brothers, Inc. Original Contract/Work Order Amount $ 720,300.00 9 -13 -11 16C 5 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 720,300.00 Last BCC Approval Date; Agenda Item # Current Contract /Work OrderAmount $ 720,300.00 Explain why additional days are needed (detailed /specific): Dollar Amount of this Change $37,700.00 5.23% Total Change from Original Amount Revised Contract /Work Order Total Add new task(s) $758,000.00 % 5.23 Change from Current BCC Approved Amount Cumulative Changes $37,700.00 5.23% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: January 2, 2012 January 2, 2012 change): January 9, 2012 Number of days added (if Explain why additional days are needed (detailed /specific): extension, must attach current Additional Time is requested due to unanticipated delays related to pulling the steel tuning, procuring the tubing cutter and :Fabricating the triple seal ap cker. insurance certificate(s) from SIRE or obtain from vendor): 7 days Add new task(s) Change task(s) Delete task(s) ® Other (specify): Time Extension _ 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): The requested change is to provide funding for cutting the damaged injection tubing and providing /installing a triple seal packer and tremie grouting for the replacement fiberglass tubing. The additional 7 days are requested to allow time to procure the tubing cutter and fabricate the triple seal packer. 2. Provide detailed rationale for the requested change: The Contractor attempted to pull the damaged tubing with up to 400,000 pounds of force and the tubing did not unseat. Additional pulling force would create an unsafe condition for personnel, equipment, and the well itself. Cutting the tubing is the best option to facilitate removal of the defective tubing and allow the tubing replacement project to continue. 3. Provide explanation why change was not anticipated in original scope of work: This change was not anticipated as the tubing was expected to unseat from the YBI packer with an applied force that is 60,000 to 140,000 pounds above the weight of the tubing (based on previous experience)_ In this case, the applied force was approximately 160,000 pounds above the buoyany weight of the tubing and it did not unseat from the YBI packer. 4. Describe the impact if this change is not processed: If this change is not processed the Contractor will not be able to remove the defective steel tubing, replace it with fiberglass tubing, and return the injection well to service. This is one of two deep injection wells at the SCRWTP and not having a backup well may cause operational interruptions at the plant related to RO concentrate disposal. Type of Change /Modification 1. Planned / Elective 2. Unforeseen conditions /circumstance ❑ 3. Quantity or price adjustment ❑ 4. Correction of error(s) I ❑ 5. Value added Z 6. Schedule adjustment _ Change Requested By - -- - - -- Contractor /Consultant ❑ Owner ❑ Using Department Design Professional_ ❑ Regulatory Agency (specify): — Other (specify): Purchasing Professional j�Articipated in Negofion of GharZge /Modification: ® Yes ❑ No /X O / e/ / / / It VXI. r. n \ K)'*M4MILl h ►o7 It / / Approved by: ___�. Da rr/ ; U — _ _ ne and Title:_ P i r✓ tom! ij /✓f7> _.viewed by: / Date: 1171r) 11 Purchasing Professional's Name: Revised. 7/27/11 1 Packet Page -3329- ORS co U n, V Purrhasl ontract Change Request 12/13/2011 Item 16.E.15. f Purchasing Department Change Modification Form ❑ Work Order Modification Contract #: 10- Mod#: Change Order #1 PO/Work Order #: 45- Project Name: Master Mobility Plan 5463 1 1 125447 1 Project #: 33062 Project Manager: I Department: Transportation Contractor/Firm Name: Tindale Oliver — I Debbie Armstrong I Planning & Associates, Inc. Original Contract/Work Order Amouni Cunent C Approved 'Current Amount Dollar Amount his .1. -.-U . Revised Contract/Work Order Total Original BCC Approval Date; Agenda Item 3i�,700 00 F&A' Last BCC; Approval Date; Agenda Item # 315,7(10 00 SAP Contract Expiration Date (Master) 4,00::, 0.00% _Total Change from Original Amount S315,700.00 0.00% ' Change from - Current - B - CC Approved Amount - $0.00 1 0.00% Change from Current Amount Completion Date Descripbon of .-the Task(s) Ch ange, and Rational elor the Change 1 Original notice to proceed completion date: 112512012 11 Last approved completion date: 1/2512012 Revised completion date (includes this change): 31212D 12 Number of days added (if I Explain why additional clays are needed (de—tailed/specific): extension, must attach curent Request from public for more time to review the draft Master Mobility Plan report. insurance certificate(s) from SIRE or obtain from endor):-Idays ❑ Add new task(s) i ❑ Change task(s) Delete task(s) I Other (specify): I Provide a detailed and specific explanation of the requested change(s) to the task(s): 1 The Draft Mobility Study has been submitted, however, Collier County requires additional public hearings which were not contemplated in the Agreement. Accordingly, Schedule C (Project Milestone Schedule), Task E is hereby amended to allow for the approval of the Master Mobility Plan to occur no later than the February 28, 2012 re-gular meeting t, of the Board of County Commissioners. Y 2. Provide detailed rationale for the requested change: The public has requested more time. 3- Provide explanation why change was not anticipated in original scope of work: Could not anticipate the public's request. 4. Describe the impact if this change is not processed: The public does not get what it wants. Type of Charicie !.Modification ❑ 1. Planned Elective Q 2. Unforeseen conditions /circumstance El 3. Quantity price adjustment Correction of error(s) Value added 4 1 El 5. 1 ®6. Schedule adjustment Change Requested By, EDContractor /Consultant 1 ❑ Desion Professional j ED Owner ! Using Department 1 ❑ Regulatory Agencv (spec! I: I ❑ Other (specify): Purchasing Professional Participated in Negotiation of Chancle / Modification: El Yes Z No Kevisea: rt1 r17 i 1 Packet Page -3330- N 12/13/2011 Item 16.E.15. , CO Cowmty Purchasing Department ,Ad.msrtis Service Omsion Change Modification Forth Contract Change Request '�' Vork Order Modification ntract #: N/A Mod#: 1 POfWork Order #: Project Name: Pool Tank Replacement 10 r 14500131438 ect #: 80100 1 Project Manager: Scott Department: Parks & Contractor/Firm Name: Pinnacle Pool A. Holtrev i Recreation Construction Inc. Original Contract/Work Order Amount.:. $tf38;gpQ,00 101'11,111 1 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount 1,08,900.6,00. or obtain from vendor):.� / building number one. This may be considered to be unsafe for the contractor and Last BCC Approval Date; Agenda item # Current Contmat/Woric Order Amount $1108,900:{it7 10/1112011 SAP Contract Expiration Date (Master) Dollar Amount of this Change 0.00% Total Change from Original Amount Revised Carrtract/Work Order Total Above lain amounts for the past few months has risen the water table above working surface. $ 108,900.00 0.00% Change from Current BCC Approved Amount Cumulative Chanaes 1 4. Describe the impact if this change is not processed: j $0.001 0.00% Change from Current Amount Carnpietion !gate, Qescription a€-ihe Tasks) Change,.and Rat Qnale fdr'ihe,Chat►ge j Original notice to proceed I Last approved completion date: I Revised completion date (includes this j completion date: October 7, 2011 November 17, 2011 change): April 30, 2012 I Number of days added (if j Explain why additional days are needed (detailed /specific): Consultant has asked for extension, must attach current Additional time for excavation of the collection tank due to ground water unseasonably insurance certificate(s) from SIRE "high. The excavation is taken place 9 + feet in to the ground and inside of pump or obtain from vendor):.� / building number one. This may be considered to be unsafe for the contractor and l leaving the building structural unsafe as well. Their professional opinion would be not to start the project at this time but until the ground water level has return to normal 1 levels. Add new task(s) j Change task(s) Delete task(s) X Other (specify): Schedule Adjustment 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): Above lain amounts for the past few months has risen the water table above working surface. 2. Provide detailed rationale for the requested change: Tire unforeseen condition an project site due to higher than expected water table. j 3. Provide explanation why change was not anticipated in original scope of work: j The above amount of rain.. 1 4. Describe the impact if this change is not processed: j The family pool and its features plus the slide pool would have to be closed down permanently i I Change Requested Ay I X Contractor /Consultant Owner I F1 Using department _7 Desian Professional Reaulatory Agency (saecifyl: i Other (specify): Revised: 7!27111 } Packet Page -3331- Purchasing Professional Participated in Negotiation of Change /Modification yes 12/13/2011 Item 16.E.15. v Revised: 7127fl 1 2 Packet Page -3332- Approved by: Date: Xf ��� Name and Reviewed by: F 11, 1 /11 Date: 1 Procurement St ist's Name: v Revised: 7127fl 1 2 Packet Page -3332- ;ta er ccuntY 4c "Suave S vic s NLsion ® Contract Change Request contract #:1 1 -5661 Mod #: 2 Project #: 50182.3 i Project Manager: 1 Julio F. Ordonez 12/13/2011 Item 16.E.15. Purchasing Department Change Modifiication Form ❑ Work Order Modification PO/Work Order #: 4500;28826 Project Name: Progress Avenue Roadwav Improvements from Atroort- Pullino Road to Commerciai Boulevard Department: Transportation ContractoriFinn Name: Better Roads ,Original Contract Amount $ 4,751243.02: N/A Original BCC Approval uate: bi1411'1- 1 1d Current BCC Approved Amount S 475 - 243 -02 "NIA Last BCC Approval Date; Agenda Item # .Current Contract Amount s 493,022.88' p. ^1' Knee i ;Dollar Amount of this Chanoe 011,016.75) 1.42 °Io� Change from 't' Amount )Revised New Contract Totai 482,006.13 j -� _. 1� !Cumulative Changes $6.763.11 j 1 -2.23%!1 Change from gal Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change.. Original notice to proceed date: Last approved date: February 1$th. 2012 I Revised date (includes this change): Seotember 6th. 2011 i February 1$th, 20',2 Number of days added (if This chanae order is necessary to decrease the quantity for PVC Utility Pipe. Steel extension. must attach current Casing Removal of Existing Utility Pipe Utility Fixture (Air Assemblv} and Utility Fixture insurance certi7icate(s) from ;Naive Assembiyi pay items match existing conditions: and add a new oav item for DR14 SAP or obtain from vendor): 0 Utility Pioe to provide for a better force main adjustment on Progress Avenue at the i Industrial Boulevard intersection. The chanae order is reouired to provide proper work items for the utility work. There is no need for a time extension. ,y Add new task(s) Change task(s) Delete task's} i Other (specify): i i 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): 2. Provide detailed rationale for the requested change: Provide for unforeseen chances in the underground utility work. 3. Provide explanation why change was not anticipated in original scope of work: The Collier County Wastewater I Department changed the design to better fit existino conditions. 4. Describe the impact if this change is not processed: The oroject will not be constructed as originally designed. Type of Change I Modification I �I 1. Pianned / Fiective I 2. Unforeseen conditionsicircumstance ! 3. Ouanbty and price adjustment 4. Correction of errors} 1 515. Value added J 6. Schedule adjustment i ! Contractor /Consultant Design Professional I Purchasinq Professional Park ! Approved by (Name and Title)` Change Requested By er in N Other t Modification: F" Yes Packet Page -3333- Date. Date: it apartment: Transportation I Decf y Collier County Utiiitje =� fJ o 1 i b- Revsed: 11, 212011 1 12/13/2011 Item 16.E.15. Provide explanation why chance was not anticipated in original scope of work: it was incorrectly enter in tie coot -2GT Since usually the engineer performs the review, Describe the impact if this chance is not processed: � Coyi 30 Wlll direct the contractor iC submit ti'E nSy aDp ication {c' the inocrl ect person. T vpe of Chance Modification `Ilannaa _lectiye 11 _ nTOreSc° Quariti"b or once adiusi e ni COr'eCtiOn Of errors; �faiUc agde'� n j:� n !� S ar _. -'he ,s.� djustm st Change Requested By _ OrI'aOaC.!CanSUit2nt Z Owner - Design �rofessiohaf Keauiatory Agency (specify;. r'J =,2sing Profession2i Particinated in Negoti2ll y` afr��e•� ,jVi ^uulf T r - ,D;DMVec !Dv_ . ^tame and '. --- :eviewe`w DV: J, j /� /) l� "r.0 �w... rocurernent Su tegisi� Name:Diana De Leon for Srenda Eriilh2rt Packet Page -3334- Jsinc DeDaa ne`it 'Liner specify): V=S L o 'vale: Kevlse^. i' =/ . Purchasina Ceoaitment . i �r ei I d1t a1 Change ModtTication =orin �;al"�31r iG Contract Change Request _ Work Order Modification Contract : 11-5679 ModT: 2, Amend #2 POf1JVo.rk Order : Project tame: intersection 4500, 30053 improvements Lake Trafford Rd & S;R29 Project 4': 33 21 i Project Manager: jujic Ordonez i Department: TcCM i ContractoriFiirm Marne: Sufi P:2vinc riginal ContractlWark Order Amount �t if.�_ f ^ ,. 1 `� " 54,4/rt • l(�A« Original BCC Appr•= =oval mate; Apenc2 Item iE 1 urrant BCC Aaproved .Amount Last BCC Approval Date, Agenda Item # 1C.,rrent ContraCt/\/Vcrk Order Amount #N;; SAF Contra= Fxairanor: Date (Master) Dollar Amount of this Change O.:.OU #N /Ai Total Change from Original ,Amount Revised Cant aCt/l/+iork Order Total #N`A ( #N /Ai Change from Current BCC .Approves Amount 1 Cumulative Chanaes #NIAI Chance from Cui r ent Amount Completion Date. Description of the Tasks, Change, and Rationale for the Cnanas ,:Dripinai notice to proceed Last SDprov d --ornmenon ,Ste: Revised oornoietion oats (inciudes trvc =)moiebon oatE: Aor it 71, 20,12 ;April 7, 2012 ): ''r' ^ ;,range,. April ; , � � _ Number of says addeu if cxp ain wny addition2i c.2vs are ; eeoea (aetaiiedispecific : e�aension, must attach current :nS ranC ceraficateisl from SiR�:: j N/A or obtain from, vendor': 0 _! ndd new i2SK(5) I F-1 Chance task; s; _ JClete taSk(S) ". Provide a detailed and specific explanation of the requested change( S) to the task(s): Tc change `(tie contact person for the receipt of : av applications. i -- Provide detailed rationaie for the requested change: TECM i5z conducting the CE-I service=_ for this proiect; therefore the desicin professional will not be performing the review. Provide explanation why chance was not anticipated in original scope of work: it was incorrectly enter in tie coot -2GT Since usually the engineer performs the review, Describe the impact if this chance is not processed: � Coyi 30 Wlll direct the contractor iC submit ti'E nSy aDp ication {c' the inocrl ect person. T vpe of Chance Modification `Ilannaa _lectiye 11 _ nTOreSc° Quariti"b or once adiusi e ni COr'eCtiOn Of errors; �faiUc agde'� n j:� n !� S ar _. -'he ,s.� djustm st Change Requested By _ OrI'aOaC.!CanSUit2nt Z Owner - Design �rofessiohaf Keauiatory Agency (specify;. r'J =,2sing Profession2i Particinated in Negoti2ll y` afr��e•� ,jVi ^uulf T r - ,D;DMVec !Dv_ . ^tame and '. --- :eviewe`w DV: J, j /� /) l� "r.0 �w... rocurernent Su tegisi� Name:Diana De Leon for Srenda Eriilh2rt Packet Page -3334- Jsinc DeDaa ne`it 'Liner specify): V=S L o 'vale: Kevlse^. i' =/ . 12/13/2011 Item 16.E.15. A EXHIBIT A-2 Contract Amendment# 11-5679 Intersection Improvements Lake Trafford Road and SR 29 This amendment, dated 27 Oct —, 2011 to the referenced agreement shall be by and between the parties to the original agreement, Gulf Paving Company, Inc., to be referred to as "Contractor" and Collier County, Florida, (to be referred to as "County"). Statement of Understanding RE: # 11-5679 Intersection Improvements Lake Trafford Road and SR 29 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 Agreement are shown by StFitr9++, 9 W^hc. The Contractor agrees that this amends the original Agreement. All other terms and conditions of the agreement shall remain in force. Exhibit H. General Terms and Conditions 4. Progress Payments, 4.3 Contractor shall submit all Applications for Payment to V42YR9 R. Hal*, PE, WilseR MilieFlS-taRl:9G, Tony Gaffoli, Collier County Transportation Engineering located at 12801 VV96tliRks QFive, F=q;4 Mya% Flepida 39,9433 2885 S. Horseshoe Drive, Naples Florida 34104. 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. ATTEST: Corporate Secretary/Witness By.. Dated: 10/27/2011 Approved as to form and Legal sufficlencf, t7K-ott Teach Deputy County Attorney 041MR-DrOW95 Gulf Waving Company', Inc. By: Title: President Dated: 10/27/2011 OWNER.- BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Stephen Y. C&nell, '11P.M. Purchasing and General Services Director Packet Page -3335- d ---C- I.. er Comm Admnisv- _ Services ElMsion Purchasing ❑ Contract Change Request 12/13/2011 Item 16.E.15. Purchasing Department Change Modification Form w ® Work Order Modification Contract* o8 -5060 Annual Contract for Mod #: 03 (Three) PO/Work Order #: Project Name: Forest Lakes Bond Issue Fixed Term _1:25,03a_.4.D 4500117575 Project F -58 Sidewalk, Street Tree, and Landscape 125 035:40 , Number of days added (if Lighting Project. Architectural Services for additional design modifications requested by Forest Lakes MSTU Advisory insurance certificate(s) from SIRE 88.91% Project #: Project Manager: Daryl Department: ATM Contractor /Firm Name: Windham 4500117575 Richard I Department I Studio Inc. Original Contract/Work Order Amount _74 Q52 42 n1:a Original BCC Approval Date; Agenda Item # Current BCC Approved Amount _1:25,03a_.4.D n7a Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount 125 035:40 , Number of days added (if SAP Contract Expiration Date (Master) Dollar Amount of this Change for additional design modifications requested by Forest Lakes MSTU Advisory insurance certificate(s) from SIRE 88.91% Total Change from Original Amount Revised Contract/Work Order Total $139,8139.40 by HOA Boards and required signatures on easements required for construction by 11.88% Change from Current BCC Approved Amount Cumulative Changes $65.636.98 I This change relates to 3 main components to address [A] Utility Conflicts, address deficiencies in [B] parking areas 11.RR% Change from Current Amount Completion :Date, Description of the Task(s) Change,, and Rationale for the Change . Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: May 10, 2010 December 31, 2011 change): October 31, 2012 (360 day contract Number of days added (if Explain why additional days are needed (detailed /specific): Additional days are needed extension, must attach current for additional design modifications requested by Forest Lakes MSTU Advisory insurance certificate(s) from SIRE Committee require additional design time from consultant, coordination on obtaining or obtain from vendor): 305 days approval from property owners on proposed design plans, and time to obtain approval by HOA Boards and required signatures on easements required for construction by affected property owners. Add new task(s) Change task(s) Delete task(s) Other (specify): I i 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): I This change relates to 3 main components to address [A] Utility Conflicts, address deficiencies in [B] parking areas on Woodshire Blvd., and to assign funding allocation to [C] Permitting Assistance for plan review. I There are 2 New Task per this change. Task 1000 is added to address Items A — Utility Conflicts and B - Parking and Task 1100 is added to address Permitting Assistance. [ A IiTiLIiY COTIFLIGS] Change is to provide sufficient time allocation and funding allocation to design consultant to address utility conflicts which were found by recent survey of a portion of the roadway within the scope of the project on Forest Lakes Blvd. between Quail Forest Blvd. and Woodshire Ln. [ B `1!1►QGDSHtRERARK!1NGj lChange is per the Forest Lakes MSTU advisory committee request to modify parking areas along Woodshire Blvd, which are currently in poor condition, determined to present a hazard to pedestrians, and do not allow for proper circulation of pedestrians walking along Woodshire Blvd. and cars parked within parking areas, �C _sPERM_ITTING ASSISTAN:CEl Change per the request of staff and advisory committee includes funding allocation and additional time for plan review with staff planning technicians. At this time it is unknown as to whether the plans will be reviewed in terms of 'Side Development Plan' or 'Site Improvement Plan'. The design consultant has provided proposal to accommodate either plan review alternative to be billed on hourly basis contingent upon the process that is followed. If it is determined that extensive plan review is not required the total funding ailocation identified in this proposal will not be utilized and oniv those hours actually utilized will be deemed billable hours. i Revised: WM 1 1 1 Packet Page -3336- 12/13/2011 Item 16.E.15. � NEW TASK 1000 - Revisions per Phase Ii Underground Utilities and Woodshire Parking tot: NEW TASK 1100 - SDPI -SIP Services: Woodshire Villas Parking Lot: Unit Rate Cost (TME) Cadd Technician 8 Hrs. @$62/Hr. $ 496.00 Design Associate 8 Hrs. @$75 /Hr. $ 600.00 Principal Landscape Arch. 8 Hrs. @$128/Hr. $ 1,024.00 ABB (sub - consultant) 1 Lump Sum $ 2.188.00 Total NEW Task 1000 GRAND TOTAL (INCREASE): $ 14,854.00 ADDED DELIVERABLES: NEW TASK 1000 - (A) Utility Conflicts and (B) Woodshire Parking: Windham Studios new deliverables under Task 1000: 1. Revise /reformat landscape construction drawings, bid tabs and opinions of cost to separate out the remaining project areas as Phase II for bidding. 2. Review and evaluate recently provided underground utilities relative to sidewalk alignment along Forest Lakes Boulevard between Quail Forest Blvd and Woodshire Lane, 3. Site analysis to review the Woodshire Lane on street parking areas for redesign. 4. Prepare two conceptual parking lot designs for the Woodshire Villas pool facility and one conceptual parallel parking area design along the east ROW. Includes two public meetings with Woodshire Villas (HOA) and Quail Run Goff Course representatives to discuss new parking layouts 5. Revise Sidewalk Layout and Dimension Plans, Planting Plans, and irrigation Plans to reflect the new sidewalk and Woodshire Lane parking layouts. Sub - Consultant James Abney Irrigation Consultant new deliverables under Task 1000: 1. Revise/reformat irrigation Plans to separate out remaining project areas as Phase 11 and to reflect the new sidewalk alignment and Woodshire Lane parking layouts. Sub - Consultant ABB Engineering new deliverables under Task 1000: 1. Site analysis to verify existing trees, landscape, grades and utilities for consideration in new sidewalk civil related components. 2. Revise Civil Engineering Plans, Bid Tabs and Opinions of Cost to separate out the remaining project areas as Phase 11 and reflect the new sidewalk layout 3. Woodshire Lane Parallel parking - one plan view showing removal of exist. improvements, new sidewalk connections, curb, parallel spaces, grading, cross section 4. Woodshire Villas Pool Area Parking Lot - one plan view showing removal of exist, improvements, new curb cut, sidewalk connections, grading & drainage, striping, cross section 5. HOA meetings - prepare for and attend two meetings at site or County Revised: 7127111 2 Packet Page -3337- Unit Rate Cost (TME) Cadd Technician 8 Hrs. @$62/Hr. $ 496.00 Design Associate 8 Hrs. @$75 /Hr. $ 600.00 Principal Landscape Arch. 14 Hrs. @$128/Hr. $ 1,792.00 ABB (sub - consultant) 1 Lump Sum $ 6,658.00 Abney (sub - consultant) 1 Lump Sum $ 200.00 TR Transportation (sub - consultant) 1 Lump Sum $ 800.00 Total NEW Task 1000 $ 10,546.00 NEW TASK 1100 - SDPI -SIP Services: Woodshire Villas Parking Lot: Unit Rate Cost (TME) Cadd Technician 8 Hrs. @$62/Hr. $ 496.00 Design Associate 8 Hrs. @$75 /Hr. $ 600.00 Principal Landscape Arch. 8 Hrs. @$128/Hr. $ 1,024.00 ABB (sub - consultant) 1 Lump Sum $ 2.188.00 Total NEW Task 1000 GRAND TOTAL (INCREASE): $ 14,854.00 ADDED DELIVERABLES: NEW TASK 1000 - (A) Utility Conflicts and (B) Woodshire Parking: Windham Studios new deliverables under Task 1000: 1. Revise /reformat landscape construction drawings, bid tabs and opinions of cost to separate out the remaining project areas as Phase II for bidding. 2. Review and evaluate recently provided underground utilities relative to sidewalk alignment along Forest Lakes Boulevard between Quail Forest Blvd and Woodshire Lane, 3. Site analysis to review the Woodshire Lane on street parking areas for redesign. 4. Prepare two conceptual parking lot designs for the Woodshire Villas pool facility and one conceptual parallel parking area design along the east ROW. Includes two public meetings with Woodshire Villas (HOA) and Quail Run Goff Course representatives to discuss new parking layouts 5. Revise Sidewalk Layout and Dimension Plans, Planting Plans, and irrigation Plans to reflect the new sidewalk and Woodshire Lane parking layouts. Sub - Consultant James Abney Irrigation Consultant new deliverables under Task 1000: 1. Revise/reformat irrigation Plans to separate out remaining project areas as Phase 11 and to reflect the new sidewalk alignment and Woodshire Lane parking layouts. Sub - Consultant ABB Engineering new deliverables under Task 1000: 1. Site analysis to verify existing trees, landscape, grades and utilities for consideration in new sidewalk civil related components. 2. Revise Civil Engineering Plans, Bid Tabs and Opinions of Cost to separate out the remaining project areas as Phase 11 and reflect the new sidewalk layout 3. Woodshire Lane Parallel parking - one plan view showing removal of exist. improvements, new sidewalk connections, curb, parallel spaces, grading, cross section 4. Woodshire Villas Pool Area Parking Lot - one plan view showing removal of exist, improvements, new curb cut, sidewalk connections, grading & drainage, striping, cross section 5. HOA meetings - prepare for and attend two meetings at site or County Revised: 7127111 2 Packet Page -3337- i, 6. Drainage issue across from maintenance drive - look at elevations and a potential 5 12/13/2011 Item 16. E.15. iniet, provide sketch - 7. Surveying - assume up to 112 day plus office time to pick up additional topo in grass /curbs 8. Quantities and Bid Tab Sheet for the parallel parking and parking lot Sub-Consultant TRT Electrical Lighting Design Consultant new deliverables under Task 1000: 1. Site analysis to verify existing trees, landscape, grades and utilities for consideration in new, sidewalk fight pole placement and FPL drop locations. 2. Revise Sidewalk Street Lighting Plans to separate out the remaining project areas as Phase 11 and reflect the -new sidewalk and Woodshire Lane parking layouts. ADDED DELIVERABLES: NEW TASK 1100 — L.0 1 SDPI -SIP Services: Windham Studios new defiverabies under Task 1100: I. Prepare Code minimum SDPI -SIP Landscape Plans including caicuiafions and revisions as per county review comments 2. Attend pre -app mtg with County staff and two strategy, coordination meetings 3. Complete cc landscape inspection, prepare Certificate of Compliance and As Built Plans upon project completion. Sub - Consultant ABB Engineering new deliverables under Task 1100: 1. Site improvement Plan or Site Development Plan Insubstantial Change Permitting 2. Request SIP /SDP -1 submittal from County and obtain confirmation email from Planner 3: Meeting with County Staff to discuss project and permitting 4. Request an Addressing Checklist from addressing dept. 5. Request and attend a submittal meeting with Collier County. 6. Prepare application, cover letter and documents, sign and seal plans and letter and make submittal 7. Permitting and coordination with County, respond if review comments. [, B, PLAN MQDIFIGA t?IQNSMDU�� A= + T�iLI�MsYjiq ON RL IGT�S Also, change is to provide sufficient time allocation and funding allocation to design consultant to address utility conflicts which were found by recent survey of a portion of the i roadway within the scope of the project on Forest Lakes Blvd. between Quail Forest Blvd, and Woodshire Ln. 2. Provide detailed rationale for the requested change: f � DT1 7F GtII�FLlic! l The requested plan modifications related to the utility survey done by RWA Engineers is to address conflict areas between proposed fighting electrical, irrigation mainline, and control system wiring, and sidewalk. The survey which was done per the request of the Forest Lakes MSTU Advisory Committee indicated that there are existing electrical lines, sewage lines, and potable water supply lines which are to be avoided and /or addressed in the final design solution. jx B-- 11VOOi3S1 LIRE F!i4i2l�ING j {Change The change requested is to provide improved parking area for Woodshire Blvd. in coordination with adjacent property owner (Woodshire Homeowners Association or 'Woodshire Villas'). The existing parking lot has identified public safety, health, and welfare issues noted per staff inspections in that the asphalt is in disc - repair and is not ADA compliant. Additionally the site plan per the original development constructed during the mid- 1980's is now found to be in need of modification in that parked cars block and /or impede the circulation of pedestrians who are walking on the newly constructed sidewalk. The present owner of the ROW of the affected section of Woodshire Ln. is Collier County Board of County Commissioners by Quit Claim Deed which transferred ownership from Fidelity Service Corporation. [-`C PEi'a�ME�I?IN�ASSIS�ANCE:i1 Permitting assistance is requested in preparation of planning review by Land Development Services (Growth Management Division). The extent of the required plan review is not presently known in that staff has not determined if a Site Development Plan (SDP) plan will be required in lieu of review in terms of a Site Improvement Plan (SIP). Sufficient funding allocation is required in contingency of plan review requirements by Land Development Services. The funds will be utilized by consultant based on evaluation of exactly how many hours are spent in addressing plan review any hours not used will be deemed non - billable. Revised: 727111 3 Packet Page -3338- 12/13/2011 Item 16.E.15. 3. Provide explanation why change was not anticipated in original scope of work: i htJ jTi I_LIT f INF�LiI TES 1 The original scope of work did not include detailed utility survey which was done incidentally by RWA Engineering under separate contract during the design phase of this project (PO/Work Order 4500117575) at the request of the Forest Lakes MSTU Advisory Committee in response to concerns of where the FP & L utility line was installed along Forest Lakes Boulevard between Quail Forest Blvd. and Woodshire Ln. RWA's contract for utility survey was done in response to a site planning and coordination issue with adjacent property owners along Woodshire Blvd. in that the advisory committee desired to fully evaluate whether the sidewalk should be placed on the North side of the road vs. the South side of the road. A utility survey was called for by the advisory committee to disclose where potential conflicts may arise on either the North or South side of the roadway. The information provided by RWA was found to identify potential conflicts between proposed design plans and existing utilities. And Windham Studios requested opportunity to revise the project plans in accordance with the newly identified utilities within the project scope. f B. `�IIf000SHIRE P.ARKING1 The parking areas along Woodshire were not included in the original project scope as the original purpose of the Wooshire Project was for addition of sidewalks, landscaping, irrigation, lighting, and signage improvements. The scope did not address parking lot deficiencies which were thought to be that of the adjacent property owner. Upon investigation staff found that the parking areas were on County ROW of Woodshire Lane — and is therefore a County /MSTU responsibility to address noted safety issues with the parking areas. The ROW of Wooshire Lane was found to be transferred to Collier County by Quit Claim Deed (confirmed through County ROW Acquisitions Department). This additional portion of the project will address issues which were not contained in original project scope such as pedestrian circulation near adjacent property owner's pool facility and parking lot ingress and egress along with localized stormwater management. ,i'IN j ?C ^�PERMi� YXA'9S1STANC:Et The addition of this item is related to the addition of item noted as "C" Woodshire Parking Lot modifications, Staff will evaluate this portion of the project in terms of `actual hours utilized' by consultant in order to address plan reviews by Land Development Services. 4. Describe the impact if this change is not processed [A tlTILIETY; ONF. L�iCTS1 If change is not processed project plans would not be revised in response to new survey by RWA which identifies utility conflicts. This would result in bidding plans with known potential conflicts resulting in change orders during construction to make adjustments during construction rather than addressing conflicts in the design phase. j B ow ODSHIRE PARKINQA. If change is not processed the existing parking lot, which was installed on property once owned by Fidelity Service Corporation which is now owned by Collier County Board of County Commissioners, will remain intact with the noted ADA non - compliance, safety concems, and deteriorated condition. j C RER'MITI'ING5lSS1SANCE] If change is not processed there will be no funding allocation for the consultant to address comments received by plan reviewers from Land Development Services /Growth Management Division potentially resulting in plans which are not approved for construction — as they would not be revised to sufficiently address plan reviewers comments. Revised: 7!27'11 4 Packet Page -3339- 12/13/2011 Item 16.E.15. Type of Change / Modification I N 1. Planned / Elective 1 2. Unforeseen condifionsfcircumstance I El 3 Quantity or price adjustment 1 U 4. Correction of error(s) HZ 5. Value added R Q"h=r4. d_ Change Requested By ®Contractor /Consultant Owner L�g Design Professional Using Department Regulatory Agency (specify): Z Other, {specify): Forest Lakes MSTU 1 Purchasing Professional Participated in Negotiation of Change / Modification: Adviso Committee Yes Procureme S ategisf's Name: Rhonda Cummings No Approved by: ^ Date: C l Name and Title(. Da I ch Proje anager ( Reviewed. ' - Date: �f Procureme S ategisf's Name: Rhonda Cummings f I Revised: 7(27/11 5 Packet Page -3340- 12/13/2011 Item 16.E.15. Comer Cif n y Purchasing Department Change Modification Form ❑ Contra.- Change Request X Work Order Modification Contract Mod#: 01 PO/Work Order I Project Name: Bike/Pedestrian Map 4500-129651 Project Project Manager: Department: Collier MPO I Contractor/Firm; AIM Engineering, Inc. ✓3108.4,2 Sue Faulkner Original ContractfWork Order Amount I $ 19.980.00 ma Original MPO Approval Date; Agenda Item # I Current MPO Approved Amount 19,980.00 I nia Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 19,980-00 eiati2- SAP Contract Expiration Date (Masier) Dollar Amount of this Change $0,00 0,DO% j Total Change from Original Amount I EIevised Contract/Work Order Total j $ 19,980-00 0.00% j Change from Current BCC Approved Amount OumuJative Changes I $0.00 1 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change I Original notice to proceed I Last approved completion date: Revised completion cate (includes this completion date: 11/10/2.0' 1 11/1 - 012011 change): 1213012011 Number of days added (if Explain why additional days are needed (detailed/specific): AT the Bicycle-Pedesman extension, must attach current Mat) Workshop, on September 23, 2011, the DartlCiTMIITS commented that they wanted mor- insurance certificate(s) from SIRE opportunities for public comment. They - wished the Technical Advisory Committee, the Citizen or obtain from vendor): 50 days Advisory Committee and the MPO Board to have an. opportunity to review and rndorseiapprovt the mar) since MPO dullars, are paying for this Publication. In order 10 comply with this request, more time is needed in the project schedule to incorporate the reviews and endorsements of the map. Add new task(s) i LJ Change task(s) ❑ Delete task(s) X Other (specify): Additional review and public comment 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): no specific changes to tasks. The extra time is to allow MPO staff to take the map through all of the committees and to the MPO Board on Dec.9, 201'. Each committee will be asked to review, comment as needed and endorse. The MPO Board will be asked to approve the map. 2. Provide detailed rationale for the requested change: It is always a good idea to have more public involvement. 3. Provide explanation why change was not anticipated in original scope of work: The additional public involvement was requested during the PAC workshop and had not been figured into the original schedule for the scope. 4. Describe the impact if this change is not processed: The other MPO Committees and the MPO Board would not have an opportunity to review and endorse the map. Type of Change I Modification 1. Planned 1' Elective ❑ 2. Unforeseen conditionsIcircumstance 3. Quantity or price adjustment ---7 _ 14. orrectior of errorts, 5. Value added 1 X 6. Schedule adiustment -- Change Requested By L I X Owner 117 :,1 Using Department i -i fonlractor/Consultant Design Professional Regulatory Agency (specify'-;: 1 17, Other (specify }: Purchasing Professional Participated in Negotiation of Chancle,i Modification: X Yes 17 No -"Dproved by: Date: u ErVe Director Name and Title'?' cilla Ayer, MPO xacqt RevleweG lly Date ry L7 Procurement Strategist's Name: Rhoride Cummings Revtsec: 7/27,11 i I Packet Page -3341- colt county ACn kkba 4!? Services ohrision Purchaing ❑ Contract Change Request Contract #: 05- Mod#: 1 3969 Project #: 51101 Project Manager. Shy 12/13/2011 Item 16.E.15. Purchasing Department Change Modification Form ® Work Order Modification PO/Work Order #: Project Name: LASIP 1 Naples Manor 4500117601 North Canal Department: Transportation Contractor /Firm Name: Pitman - Engineering ! Hartenstein and Associates Original Contract/Work Order Amount $114,122.50 N/A Original BCC Approval Date; Agenda Item # Current BCC Approved Amount OA 8 N/A Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $114,122.50 _ issues of real property acquisitions have taken place which extended the time to reach SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $114,122.50 2. Provide detailed rationale for the requested change: 0.00% Change from Current BCC Approved Amount Cumulative Chances $0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: May 4, z.o r o December 16, 2011 I change): July 4, 2012 j Number of days added (if Explain why additional days are needed (detailed /specific): extension, must attach current issues of real property acquisitions have taken place which extended the time to reach insurance certificate(s) from SIRE final plan preparation. All subsequent events delayed or obtain from vendor): I Add new tasks) 1 7, Change tasks) Delete tasks) ®Other (specify ): Add time 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): NIA 2. Provide detailed rationale for the requested change: addition of time explained above i 3. Provide explanation why change was not anticipated in original scope of work: 4. Describe the impact if this change is not processed: Type of Change / Modification ! 1. Planned / Elective j 2. Unforeseen conditions/circumstance 3 Quantity or orice adiustment I ❑ 4. Correction of error(s) ! ❑ a. Value added © 6. Schedule adiustment Change Requested By L Contractor /Consultant (LI Owner ® Using Department ❑ Design Professional iltory Agency (spec ? Other (specify): Purchasing Professional Participated in Negotiation of Chanae / Modification: ❑ Yes ❑ No Approved by: Date: / j Name and Title: .c ✓ P - l " .c :u� Cam, i!� ? r' r� iReviewed by- v . — Date: I Procurement tr , egi 's e: A S t Revised: 7,77,111 t Packet Page -3342- 12/13/2011 Item 16.E.15. Purchasing, D"rtment Change modifir-afton Form `1 x* OTae -t r, kA Jffi; aiiun Contract 4 Mod* OOiWork Order 4• Project Name: NIPS 20a G4?5era.or E 2" = -, Z,; �(i i -�� 1 - -, � I . t— � - Reliat)llity Upgraces P',*­ct Manager. zeter Department: PPMC, Contractortfinn Name: ABE 7"Z,46 vi — )—, ­,nv :�-? P .,,'!/r .,.r Arnnuri, 144.265,00 NUA--- Ortqinai ECC Aparnvni Darin. �Current 6C.0 NA N;A Lav SC--Appra ial Data Aq ena ;tern P ! �Dckar r-,; �n,.S SCY 00 1 Ca, t.0 % Cnange,frorn Or-ginal Arnoww. ;RoevtSeO Nevy 2 5 00 f 114A #'VALUEI. Change from Co".m SCC 000% Cl)arme from Amcor,", omot8tion Date, Description of the Tae k(of Cbarrge, andA.Mlonaid! for-tho'chan" Original -=Le, in, pr,-xv ec -35 T acivrVved z-orn.✓tpucr aaTP RevAsed nornotetion 2 �10 9 12 charge;.. 1-2,1311201.22 �Iays 4=ea 1 E-xc:a3r• wry addtrionai �.iays are neecea Welaiiedwacif 9�xzenr,;cr! sttzv, i hn, ordcr is I- add I me at no add Uti "I h-;i% I C . iu , qlw .;I 0w, tlotii.'t* %) procced. lhcrt� hiavz' bc'.-n �Clxo, in obtai:ninp db'-� 1'k::. ,F cniaw �,o� Io -%nitm! Jel ign 'Ttions (lI'Jicscl szilrldh 11IMII4' !1', i:ontainnient adhcrz W, nx- i1b f ni 1v 1: 1,mhor po�zll:,� 'ut, w, 111c, dosc proximit�, ol'tbc neig, ors, `hu di -113c, r,%A.wsieL; 4b6 tilis Li=�;c order wiH M-1r0prifflc 1.011 1- alid, 1,- n:,cw for wdw littut -la; riew to her 'ask(s" 5elate tasg( I-,j 101t;r I roecif'v',, Tune f- -rsior; 1. Provicle a detailed and Specific explanation of the re q%msted ctlange(s) to the t"iqs�, I'his chamik: ord,-r i,, �mic rto addirion.al ciust, SabWqwIlt 10 SUZWL�: Of ThC 1,101 -d iCt' f4 v aw C�L -nv�, -fmTl IbC 11.1c"'SSat UP rn se, requirt- �,o tic: t 4 ,-aIW, kt, y pwnp,5 in fieU Of Or its A.11l, Its 11c1g; N4 pwiw, iJvQ to thc c4's pToxi"In% of I-tic, rwil C v�;d1 all, k: K Art", T-�, provtde Imetaited rationale for the requested chartge-, heal Estate -U;%4UisitI0n dela*,S Xt� Uni" - -, ..a, I .. I W dienwl gerIoratur option couid., polcrtial."% .n 1�v J:t--,tJ puin j C;)Uld,Mv-L;ui1v I ;rraHeT 10 tht—inlititl, ""filerlsiv I(! 1he good ncl-hhor OL'i1c'.. S al - way.! prude ii:.. and-zompii3nt fiazilils its Pmw;d4ex0lamation why change was not Anticipated in ork9inat %cop* ctw*rK. t1wrQ l%.,:v, 111) %vw, lo k, dl c-. Vlop Ind o ;.. 'k, ow. �Cncfv .,(', p1w-luCdvztn. A. Descritm trte irqpact ifthim change is not processed: W"Ithout Ific time Xtvrsfln, we x"o4id nf)4 6�. Jfl,,,, on oof hv abie to :ralo�. "Ifud 1, it wvs!- Packet Page -3343- 12/13/2011 Item 16.E.15. Type of Change I Modification E, czwe value" i7ic—i, Change Request*4 By Design;:', De er'l guialor, pa ot!- n9c dame ar-r, ' C3 c ev Manager stew , 711 wn,nasinc r `- T4r Packet Page -3344- N Administalive Sprvicps Dvisiofi Pord-a--s' t 11 1 Ing ❑ Conti-act Change Request 12/13/2011 Item 16.E.15. Purchasing Departrnent Change Modification Form M Work Order Modification Contract #: 09- M_ -o-d#: Change Order #1 PO/Work Order 4: 45- Project Name: Transportation Planning completion date: 11/23/11 5262 Cl-TRPL 127721 Management Assistance extension, must attach current Project #: 60 109 Project �roject Department: Transportation Contractor/Firm Name: WilsonMillar, hired. The original candidate turned the job down and the new job posting just closed or obtain from vendor):38 days Debbie Armstrong Planning Inc. the year. 0&-1*5J*J')AJ (;6t, A m--mit_ 0 - t, o Current Contract/Work Order Amount 3/8/2012 SAP Contract Expi lion Date (Master) Dollar Amount of this Change _$25000.0.0 36.30% Total Change from Original Amount Revised Contract/Work birder total $93,880.00 pi A 3&.-S(W. I Change from Current BCC Appro\,ed Amount Cumulative Chancres $25,000 36.30% Chancre from Current Amount Completion Date, Description of the Tasks) Change, and Rationale for the Change Original notice to proceed Last approved completion di wised completion date (.includes this completion date: 11/23/11 11/23111 change): 12/31/11 Number of days added clf Explain why additional days are needed (de-tailed/specific): extension, must attach current These services were to be provided until a new Transportation Planning Manager was insurance certificate(s) from SIRE hired. The original candidate turned the job down and the new job posting just closed or obtain from vendor):38 days 10/27/11. The new Transportation Planning Manager should be working by the end of the year. ge task(s ❑Add new task(s) Chan( e task(s) Delete task( Other (specify)., 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): There are no changes to the tasks. These interim management services were to be provided until a new Transportation Tanning Manager was hired- The original candidate turned the job down and the new job posting closed 10/27/11. The new Transportation Planning Manager should be working by the end of the year. 2. Provide detailed rationale for the requested change: The management services are still needed until the new candidate begins work, and the additional funds requested will go towards payment for those services through 12/31/11, 3. Provide explanation why change was riot anticipated in original scope of work: The original candidate selected to fill the position had to consider other offers and took a while before letting the county know that he was turning the job down. By that time, the County needed to Fe-post the position to obtain additional applicants to choose from. This development could not have been foreseen when the original work order was completed. 4. Describe the impact if this change is not processed: The Transportation Planning section will not have management services until a the new candidate is hired and begins work. Change Requested By Type of Change Modification Contractor/Consultant ❑ Owner Z Using Department El Desion Professional -I-r7 Agency U _1I51_anne_d_/EIecfiv`e _FT4_ Correction of error s) oreseen conditions/ Quantity or price adjustment added 6. Schedule adjustment Change Requested By Contractor/Consultant ❑ Owner Z Using Department El Desion Professional -I-r7 Agency Regulatory (specify Other (specify) Purchasing Professional Participated in Negotiation of Chap qej_Modification1- ❑ Yes No Approved by / f Date: Name and Title: . .. . ....... . . Reviewed bv'. Date: p iurement ��C* ilte��i.st's Name: Revised. 712'7111 1 Packet Page -3345- C,>orer County Administram Savices C'rvis ri Purchasing ❑ Contract Change Request 12/13/2011 Item 16.E.15. P Purchasing Department Change Modification Form ® Work Order Modification Contract #:09 -5262- Mod #: 1 PO[Work Order #: Project Name: Gulf Shore Drive Water CI -PU DESIGN Last BCC Approval Date; Agenda Item # 4500129403 Main Relocation Project #: Project Manager: Department: Contractor /Firm Name: 71010.12 Mark J. Sun yak, P.E. PUD -PPMD Malcolm Pirnie, Inc. Original Contract/Work Order Amount $ Current BCC Approved Amount $ Current Contract/Work Order Amount $ Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes 26,403.00. _ Original notice to proceed Original BCC Approval Date; Agenda Item # _ �A _ completion date: 2122/12 Last BCC Approval Date; Agenda Item # 26,403.00 3/8/2012 SAP Contract Expiration Date (Master) $2,360.00 NIA 8.94% Total Change from Original Amount $28,763.00 ; 44 % Change from Current BCC Approved Amount $2,360.00 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): $3,490.00 additional 8.94% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Original notice to proceed Last approved completion date: Revised completion date (includes this completion date: 2122/12 2122/12 change ): 2/22/12 1 Number of days added (if Explain why additional days are needed (detailed /specific): extension, must attach current NIA insurance certificate(s) from SIRE or obtain from vendor): 0 ; Add new task(s) I Z Change task(s) Delete task(s) Ll Other (specify): 1. Provide a detailed and specific explanation of the requested change(s) to the task(s): $3,490.00 additional dollars requested for approving shop drawing submittals and added to Task 200. Add $520.00 to Task 100, Reduce Task 300 by $1,650.00. 2. Provide detailed rationale for the requested change: The original estimate for services required to complete task 100 was exceeded during the execution of the work. The additional dollars to be added to Task 100 will complete the services needed to execute the scope. For Task 200, the original plan included County provided materials which was changed due to the inherent risk in material purchased for this small project. Review of shop drawings is therefore needed for all materials to be purchased. In Task 300, the number of meetings has been adjusted due to the contractor's schedule which has been submitted since the construction contract has been executed. 3. Provide explanation why change was not anticipated in original scope of work: Original Task costs are based on several assumptions of the level of effort. In the case of Task 100, the distribution of hours necessary to provide the exact scope documentation varied slightly from the original proposal Likewise the scope of Task 200 and 300 have been slightly modified to account for actual information provided by the contractor who was not under contract at the time the scope was prepared. Additionally, the amount of County - supplied material has been reduced to zero i which impacts effort by the consultant to approve the contractor supplied materials. 4. Describe the impact if this change is not processed: 1 Delays to the contractor will result as the approval of materials are required at the start of the project. II I � _ Type of Change / Modification I ® 1. Planned / Elective 2. Unforeseen conditions /circumstance ' 3. Quantity or price adjustment 4. Correction of error(s) 1 5 Value added I Li 6 Schedule adjustment Change Requested By Contractor /Consultant tI Owner ❑ Using Department J Design Professional Rp ulatory A enc s ecif : I LJ Other (s ecif : Purchasing Professional Participated in Negotiation of Change 1 Modification: yes X No Revised: 7;27/11 1 Packet Page -3346- 12/13/2011 Item 16.E.15. ,q Approved by: r - _ Date: (_t Name and Title:Pau mt, �h, D .;ctar, Water Department Reviewed by: Date: Procurement Strategist's tla^ne: N 7 Jc Parker / / / Packet Page -3347- Revisect: 7!27111 2