Loading...
Backup Documents 05/14/2013 Item #16D12ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 161311, THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #1 through #4 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's si ature, draw a line throu routing lines #I throu 44, complete the checklist, and forward to Sue Filson line #5). Route to Addressee(s) List in routing order Office Initials Date 1. f (Initial) Applicable) 2. May 14, 2013 V Agenda Item Number 16. D. 12 3. signed by the Chairman, with the exception of most letters, must be reviewed and signed 1.Scott Teach County Attorney's Office. Number of Original Sj 5. Kristi Bartlett, BCC Office Board of County Commissioners I Documents Attached S 3`LS 6. Minutes and Records Clerk of Court's Office --� V(t \ 51 I PRIMARY CONTACT INFORMATION Id"A (The primary contact is the holder of the original document pending BCC approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Sue Filson, need to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item.) Name of Primary Staff Darryl Richard Phone Number 252 -5775 Contact f (Initial) Applicable) Agenda Date Item was May 14, 2013 V Agenda Item Number 16. D. 12 Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed Type of Document Change Order — Radio Road East MSTU Number of Original 1 Attached I I Documents Attached INSTRUCTIONS & CHECKLIST M I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05, Revised 9.18.09 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not api3ropriate. (Initial) Applicable) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials. 2. All handwritten strike - through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. �Iv 5. In most cases (some contracts are an exception), the original document and this routing slip N/A should be provided to Ian Mithchell in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 6. The document was approved by the BCC on y /13_ enter date) and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. M I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05, Revised 9.18.09 16p12 MEMORANDUM DATE: May 31, 2013 TO: Darryl Richard, Project Manager Alternative Transportation Modes FROM: Teresa Cannon, Deputy Clerk Minutes & Records Department RE: Change Order #5 for Contract #12 -5878 w/Hannula Landscape & Irrigation Inc. Attached for your records is a copy of the document referenced above, (Item #16D12) approved by the Board of County Commissioners May 14, 2013. The original will be held on file with the Minutes and Record's Department in the Board's Official Records. If you have any questions, please feel free to call me at 252 -8411. Thank you. Attachment 16012 CHANGE ORDER CHANGE NO. 5 (five) CONTRACT NO.1 -55878 BCC Date: Agenda Item: //G TO: Hannula Landscape & Irrigation Inc. Attn: Dale Hannula, Owner 28131 Quails Nest Lane Bonita Springs, FL 34135 DATE: April 18, 2013 PROJECT NAME: Radio Road East MSTU Landscape & Irrigation Project PROJECT NO.: PO 4500136845 Under our AGREEMENT dated May 22, 2012 You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: INSTALLATION OF DRAIN HOLES TO ENSURE PERCOLATION Description of Change: The installation of percolation drain holes was determined to be necessary in order to ensure proper percolation in planted areas. The project specifications called for minimum percolation rate of 2 inches per hour. Onsite inspection of each hole dug for trees indicated that a percolation hole was required to be dug for 81 tree plantings. Reason for Change: It is necessary for the plant health that percolation rate of 2 inches per hour be achieved at the time of planting of all tree plant materials. Failure to ensure proper percolation rate will result in the root-ball drowning in the hole it's planted within. Cost Factor Evaluation: The cost of each percolation drain at $98.00 for a 4 ft. depth (48") and 8 inch diameter is considered to be acceptable and achieves the desired 2 inch per hour percolation rate. Field investigations resulted in some modification to the specifications to allow for a reduced depth of installation for each drain to be 4 ft. versus the original specification of 6 ft. depth. This adjustment resulted in a reduction in unit cost for percolation drain installation. ADD NEW TASK ITEM #85 Description: Tree Sumps 8" diameter by 48" depth; Qty. 81 x $98.00 Ea= $7,938.00 NET CHANGE PERCOLATION DRAIN INSTALLATION: $7,938.00 Days added for Percolation Drain Installation: 26 Days added IRRIGATION SYSTEM ADJUSTMENTS 1 ij 1c) Description of Change: Adjustment in quantities for irrigation material installation is due to value added changes, added irrigation coverage for trees, and reduction in the number of quick coupler valves. Reason for Change: One Additional irrigation valve is added to the irrigation system to cover an additional zone for irrigation to provide better coverage, additional bubblers are added to trees for better control of the amount of water applied to tree plantings. Cost Factor Evaluation: The unit cost for each item adjusted is per the bid unit cost. INCREASE EXISTING TASK ITEM#59 Description: Hunter 1.5" Electric Solenoid Valve; Qty. 1 x $370.00 Ea= $370.00 INCREASE EXISTING TASK ITEM#60 Description: Hunter 1.0" Electric Solenoid Valve; Qty. 1 x $330.00 Ea= $330.00 INCREASE EXISTING TASK ITEM#64 Description: Green Reflective Pavement Markers; Qty. 4 x $46.50 Ea= $186.00 INCREASE EXISTING TASK ITEM#63 Description: Toro 0-2 GPM Adjustable Flow; Qty. 114 x $74.00 Ea= $8,436.00 INCREASE EXISTING TASK ITEM#88 Description: Add Bubblers for Gumbo Limbo Trees &Royal Palms; Qty. 82 x $10.65 Ea= $873.30 DECREASE EXISTING TASK ITEM#57 Description: Quick Coupling Valves; Qty. - 2 x $138.00 Ea= -$(276.00) NET CHANGE IRRIGATION ADJUSTMENTS: $9,919.30 MEDIAN#39 IRRIGATION CONDUITS Description of Change: An extension to the PVC conduit at median#39 was required due to the fact that the existing irrigation conduit did not extend beyond installed pavers at the median tip. Reason for Change: Conduit in medians is required to extend beyond any installed pavers so that the maintenance contractor can make any necessary repairs to the irrigation line without removing the pavers. Cost Factor Evaluation: The cost factor identified as $22.71 per each linear foot for 8 inch material is found acceptable. The cost factor identified as $7.30 per each linear foot for 4 inch material is found to be acceptable. The negotiated unit cost identified is added to the bid per the change. ADD NEW TASK ITEM#86 16012 Description: 8" 1120-1220 Sch 80 PVC Solvent; Qty. 15 x $22.71 LF= $340.65 ADD NEW TASK ITEM#87 Description: 4" 1120-1220 Sch 80 PVC Solvent; Qty. 15 x $7.30 LF = $109.50 NET CHANGE MEDIAN#39 CONDUIT: $450.15 ALTERNATE IRRIGATION SYSTEM INSTALLATION Description of Change: An alternate irrigation control system was found to be necessary in that the original specified Motorola Irrigation Control system had been found to not function due to reasons which are currently under review and are currently being resolved. Reason for Change: A properly functioning irrigation control system is necessary in order to ensure plant material health. The non-function of the installed Motorola Control system resulted in the requirement to install an alternative irrigation control system. Cost Factor Evaluation: The cost factors involved with this change are for installation cost only. The cost factors are negotiated unit cost and lump sum. Each item is evaluated in terms of necessary labor and misc. material required for the installation of the material provided by county. ADD NEW TASK ITEM#89 Description: Installation only: I-Core 6-Station Controller Plastic (material supply By County); Qty. 1 x $293.00 Lump Sum (LS)= $293.00 ADD NEW TASK ITEM#90 Description: Installation only: I-Core 6-Station Modules (material supply By County); Qty. 3 x $86.00 Ea= $258.00 ADD NEW TASK ITEM#91 Description: Installation only: XCH 800 Hybrid 8-Station Outdoor(material supply By County); Qty. 3 x $113.00 Ea= $339.00 ADD NEW TASK ITEM#92 Description: Installation only: XCH 1200 Hybrid 12-Station Outdoor(material supply By County); Qty. 2 x $127.00 Ea= $254.00 ADD NEW TASK ITEM#93 Description: Installation only: Solar Panel Kits For XC Hybrid Controllers (material supply By County); Qty. 5 x $69.00 Ea= $345.00 ADD NEW TASK ITEM#94 Description: Installation only: Concrete Banjo Posts (material supply By County); Qty. 6 x $45.00 Ea= $270.00 NET CHANGE ALTERNATE IRRIGATION CONTROL SYSTEM: $1,759.00 161312 Days added for Alternate Irrigation Control System Installation: 20 days added PLANT MATERIAL ADJUSTMENTS Description of Change: Certain tree plantings are required to be adjusted due to utility conflicts found after commencement of construction. Reason for Change: In coordination with Public Utilities Department the location of existing water lines were determined in the field and certain trees (Royal Palms)were determined to have root balls which were too large to be located in the original specified areas. The Royal Palms were removed from the project in the identified areas and smaller Buccaneer Palms were specified. Cost Factor Evaluation: The cost factors are based on existing bid unit cost. DECREASE EXISTING TASK ITEM#6 Description: Royal Palms; Qty. - 4 x $267.00 Ea= -$(1,068.00) INCREASE EXISTING TASK ITEM#5 Description: Buccaneer Palms; Qty. 8 x $445.00 Ea= $3,560.00 NET CHANGE PLANT MATERIAL ADJUSTMENTS: $2,492.00 CHANGES TO CRUSHED SHELL INSTALLATION Description of Change: During construction it was noted that certain median areas were wider than the original plans had indicated. These areas were determined to require additional crushed shell material. Also during installation the quantity of stakes for the border of the crushed shell was increased as a value added item in that the original quantity(in contract)had not been sufficient to provide for a smooth curve in the border material. Reason for Change: To provide for additional crushed shell to cover the actual square footage of on- site conditions. Added quantity of stakes to ensure a smooth curve boarder for all crushed shell areas. Cost Factor Evaluation: The cost factors are based on existing bid unit cost and negotiated unit cost to be added to contract. INCREASE EXISTING TASK ITEM#25 Description: Crushed Shell Washed; Qty. 36 x $56.55 Ton= $2,035.80 ADD NEW TASK ITEM#97 Description: Terrace Board Stakes In Brown(20-Pack); Qty. 30 x $20.11 Ea= $603.30 NET CHANGE CRUSHED SHELL INSTALLATION: $2,639.10 BOND INCREASE AND MOT INCREASE 16012 ADD NEW TASK ITEM#95 Description: Bond Increase; Qty. 1 x $594.00 Lump Sum (LS) = $594.00 ADD NEW TASK ITEM #96 Description: Extend MOT; Qty. 1 x $1,200.00 Lump Sum (LS) = $1,200.00 NET CHANGE BOND & MOT INCREASE: $1,794.00 NET DAYS ADDED TO CONTRACT: 46 DAYS NET CHANGE TO CONTRACT: $26,991.55 FOR THE (Additive) Sum of: $26,991.55 (twenty six thousand nine hundred ninety one dollars and fivety five cents) Original Agreement Amount $467,914.63 Sum of Previous Changes $36,452.70 This Change Order add $26,991.55 Present Agreement Amount $531,358.88 The time for completion shall be increased by 46 calendar days due to this Change Order. Accordingly, the Contract Time is now 347 calendar days. The substantial completion date is June 30. 2013 and the final completion date is June 30, 2013. Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein, including claims for impact and delay costs. 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. 1601 *L ATTEST: BOARD OF CO TY COMMISSIONERS COLLIE O Y,FLORIDA • Dwight E.Brock,Clerk. - -- •• 1 Attest afo C airrtian's Approved by the BCC on May 14 , 2013 01 pfd 0"ds "�"or'-, \ehrtAnC\,ViCC- a1/4l1~w-�cxh DESIGN PROFESSIONAL: `JJ Urban Green Studio By: /1;,41..:1 ,r i L3By: M� I i 13 Day ndri4 ri7Pr. cipal Darryl Ri V,RLA,M P oject Manager CONTRACTOR: H. - Lands�✓ &Irrigation Inc. DEPARTMENT DIRECTOR :y: , %�� y_ r G) /3 By: 44.13 Dale Hannula, •wner/Principal Michelle Edwards Arnold,ATM Department Approved as to form and DIVISION ADMINISTRATOR �y Legal sufficiency: cl(1 ii f l r3 By:, _P�l t �l Ste e Carn ,Public Services Division Assistant County Attorney Sr, #-- , 4L/7/ / PROCUREMENT STRATEGIST i , Scott R.Teach u' Deputy County Attorney Bye,144 : ,/ Rhonda Cummings,Purchasing D p.nt :in::la �� 5 ikite Date si 3 t F?ed 1 is,puffy 16012 cot, Purchasing Department A ninistrativeServices Division Change Modification Form Purchasing ® Contract Change Request ❑Work Order Modification Contract#: 12- Change#: 05 (five) PO/Work Order#: Project Name: Radio Road East 5878 4500136845 MSTU Landscaping & Irrigation Project Project#: Project Manager: Darryl Department: ATM Dept. Contractor/Firm Name: Hannula 4500136845 Richard Landscape & Irrigation Inc. Original Contract/Work Order Amount $ 467,914.63 5 s2 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 504,367.33 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 504,367.33 SAP Contract Expiration Date (Master) Dollar Amount of this Change $26,991.55 13.56% Total Change from Original Amount Revised Contract/Work Order Total $531,358.88 5.35% Change from Current BCC Approved Amount Cumulative Changes $63,444.25 5.35% 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 01/14/13 05/15/13 change): 06/30/13 Number of days added : 46 days Each step on the contract modification checklist form has been reviewed prior to me submitting for approval DR_(this box must be initialed by Project Manager) ® Add new task(s) ® Change task(s) ❑ Delete task(s) ® Other(specify): Add time to contract 1. Provide a detailed and specific explanation of the requested change(s)to the task(s) and/or the additional days added: INSTALLATION OF DRAIN HOLES TO ENSURE PERCOLATION Description of Change: The installation of percolation drain holes is necessary to ensure proper percolation in planted areas. The project specifications called for minimum percolation rate of 2 inches per hour. Onsite inspection of each hole dug for trees indicated that a percolation hole was required to be dug for 81 tree plantings. The design consultant in pre-design investigation tested perculation rates and it was discovered that there may be a need to install perculation drain holes. As a result an alternate was added to the bid for installation of drain holes at 6' depth. Upon further field investigation after bid award, it was found that a 4' depth would be sufficient. Negotiations with contractor resulted in a savings of$14,742.00 Reason for Change: It is necessary for the plant health that percolation rate of 2 inches per hour be achieved at the time of planting of all tree plant materials. Failure to ensure proper percolation rate will result in the root-ball drowningin the hole it's planted within. Cost Factor Evaluation: The cost of each percolation drain at $98.00 for a 4 ft. depth (48") and 8 inch diameter is considered to be acceptable and achieves the desired 2 inch per hour percolation rate. Field investigations resulted in some modification to the specifications to allow for a reduced depth of installation for each drain to be 4 ft. versus the original specification of 6 ft. depth. This adjustment resulted in a reduction in unit cost for percolation drain installation. ADD NEW TASK ITEM#85 Description: Tree Sumps 8" diameter by 48" depth; Revised 5.16.12 Qty. 81 x $98.00 Ea= $7,938.00 16 Ii 1 ? NET CHANGE PERCOLATION DRAIN INSTALLATION: $7,938.00 L.• Days added for Percolation Drain Installation: 26 Days added IRRIGATION SYSTEM ADJUSTMENTS Description of Change: Adjustment in quantities for irrigation material installation is due to value added changes, added irrigation coverage for trees, and reduction in the number of quick coupler valves. Reason for Change: One Additional irrigation valve is added to the irrigation system to cover an additional zone for irrigation to provide better coverage, additional bubblers are added to trees for better control of the amount of water applied to tree plantings. Cost Factor Evaluation: The unit cost for each item adjusted is per the bid unit cost. INCREASE EXISTING TASK ITEM#59 Description: Hunter 1.5" Electric Solenoid Valve; Qty. 1 x $370.00 Ea= $370.00 INCREASE EXISTING TASK ITEM #60 Description: Hunter 1.0" Electric Solenoid Valve; Qty. 1 x $330.00 Ea= $330.00 INCREASE EXISTING TASK ITEM #64 Description: Green Reflective Pavement Markers; Qty. 4 x $46.50 Ea= $186.00 INCREASE EXISTING TASK ITEM #63 Description: Toro 0-2 GPM Adjustable Flow; Qty. 114 x $74.00 Ea= $8,436.00 INCREASE EXISTING TASK ITEM #88 Description: Add Bubblers for Gumbo Limbo Trees & Royal Palms; Qty. 82 x $10.65 Ea= $873.30 DECREASE EXISTING TASK ITEM#57 Description: Quick Coupling Valves; Qty. - 2 x $138.00 Ea= -$(276.00) NET CHANGE IRRIGATION ADJUSTMENTS: $9,919.30 MEDIAN #39 IRRIGATION CONDUITS Description of Change: An extension to the PVC conduit at median#39 was required due to the fact that the existing irrigation conduit did not extend beyond installed pavers at the median tip. Reason for Change: Conduit in medians is required to extend beyond any installed pavers so that the maintenance contractor can make any necessary repairs to the irrigation line without removing the pavers. Cost Factor Evaluation: The cost factor identified as $22.71 per each linear foot for 8 inch material is found acceptable. The cost factor identified as $7.30 per each linear foot for 4 inch material is found to be Revised 5.16.12 acceptable. The negotiated unit cost identified is added to the bid per the change. 1 6 012 ADD NEW TASK ITEM#86 Description: 8" 1120-1220 Sch 80 PVC Solvent; Qty. 15 x $22.71 LF = $340.65 ADD NEW TASK ITEM#87 Description: 4" 1120-1220 Sch 80 PVC Solvent; Qty. 15 x $7.30 LF = $109.50 NET CHANGE MEDIAN#39 CONDUIT: $450.15 ALTERNATE IRRIGATION SYSTEM INSTALLATION Description of Change: An alternate irrigation control system was found to be necessary in that the original specified Motorola Irrigation Control system had been found to not function due to reasons which are currently under review and are currently being resolved. The Alternate Irrigation Control system manufactured by Hunter Industries was provided to the contractor through a direct purchase order. Reason for Change: A properly functioning irrigation control system is necessary in order to ensure plant material health. The non-function of the installed Motorola Control system resulted in the requirement to install an alternative irrigation control system. Cost Factor Evaluation: The cost factors involved with this change are for installation cost only. The cost factors are negotiated unit cost and lump sum. Each item is evaluated in terms of necessary labor and misc. material required for the installation of the material provided by county. ADD NEW TASK ITEM #89 Description: Installation only: I-Core 6-Station Controller Plastic (material supply By County); Qty. 1 x $293.00 Lump Sum (LS)= $293.00 ADD NEW TASK ITEM #90 Description: Installation only: I-Core 6-Station Modules (material supply By County); Qty. 3 x $86.00 Ea= $258.00 ADD NEW TASK ITEM #91 Description: Installation only: XCH 800 Hybrid 8-Station Outdoor (material supply By County); Qty. 3 x $113.00 Ea= $339.00 ADD NEW TASK ITEM #92 Description: Installation only: XCH 1200 Hybrid 12-Station Outdoor (material supply By County); Qty. 2 x $127.00 Ea= $254.00 ADD NEW TASK ITEM #93 Description: Installation only: Solar Panel Kits For XC Hybrid Controllers (material supply By County); Qty. 5 x $69.00 Ea= $345.00 ADD NEW TASK ITEM#94 Description: Installation only: Concrete Banjo Posts (material supply By County); Qty. 6 x $45.00 Ea= $270.00 NET CHANGE Revised 5.16.12 ALTERNATE IRRIGATION CONTROL SYSTEM: $1,759.00 1 6131 2 Days added for Alternate Irrigation Control System Installation: 20 days added PLANT MATERIAL ADJUSTMENTS Description of Change: Certain tree plantings are required to be adjusted due to utility conflicts found after commencement of construction. Reason for Change: In coordination with Public Utilities Department the location of existing water lines were determined in the field and certain trees (Royal Palms) were determined to have root balls which were too large to be located in the original specified areas. The Royal Palms were removed from the project in the identified areas and smaller Buccaneer Palms were specified. Cost Factor Evaluation: The cost factors are based on existing bid unit cost. DECREASE EXISTING TASK ITEM#6 Description: Royal Palms; Qty. - 4 x $267.00 Ea= -$(1,068.00) INCREASE EXISTING TASK ITEM #5 Description: Buccaneer Palms; Qty. 8 x $445.00 Ea= $3,560.00 NET CHANGE PLANT MATERIAL ADJUSTMENTS: $2,492.00 CHANGES TO CRUSHED SHELL INSTALLATION Description of Change: During construction it was noted that certain median areas were wider than the original plans had indicated. These areas were determined to require additional crushed shell material. Also during installation the quantity of stakes for the border of the crushed shell was increased as a value added item in that the original quantity (in contract) had not been sufficient to provide for a smooth curve in the border material. Reason for Change: To provide for additional crushed shell to cover the actual square footage of on-site conditions. Added quantity of stakes to ensure a smooth curve boarder for all crushed shell areas. Cost Factor Evaluation: The cost factors are based on existing bid unit cost and negotiated unit cost to be added to contract. INCREASE EXISTING TASK ITEM #25 Description: Crushed Shell Washed; Qty. 36 x $56.55 Ton= $2,035.80 ADD NEW TASK ITEM #97 Description: Terrace Board Stakes In Brown (20-Pack); Qty. 30 x $20.11 Ea= $603.30 NET CHANGE CRUSHED SHELL INSTALLATION: $2,639.10 BOND INCREASE AND MOT INCREASE Revised 5.16.12 ADD NEW TASK ITEM #95 106UIL Description: Bond Increase; Qty. 1 x $594.00 Lump Sum (LS) = $594.00 ADD NEW TASK ITEM#96 Description: Extend MOT; Qty. 1 x $1,200.00 Lump Sum (LS) = $1,200.00 NET CHANGE BOND & MOT INCREASE: $1,794.00 NET DAYS ADDED TO CONTRACT: 46 DAYS NET CHANGE TO CONTRACT: $26,991.55 2. Provide detailed rationale for the requested change: The installation of percolation drain holes is recommended to ensure that a percolation rate of 2 inches per hour is obtained so that plant material health is not negatively impacted by the existing soil condition. Percolation drain holes are priced based on actual field conditions. The irrigation system adjustments are both value added and quantity adjustment based on existing bid unit cost. Median #39 conduit extension is necessary to ensure that the irrigation system conduit is in place for future expansion into median #40. The unit cost is negotiated and deemed to be industry standard rates for this type of installation. The installation of the alternate irrigation control system was determined to be necessary in that once the trees were already planted it was found that the Motorola control system did not function. In order to provide essential water to the planted trees it was necessary to install an alternative irrigation control system. Plant material adjustments are related to changes due to utility lines found to be in conflict with proposed plantings. Staff in coordination with Public Utilities determined that the use of smaller size palm trees would resolve the noted conflicts. The change in quantity related to the installation of crushed shell material is determined to be a result of variations in the actual median widths versus the original data provided for the project. The actual quantity of material provided is verified by contractor's delivery tickets. Added stakes are valued added for visual effect in that a smooth line is more desirable than a ridged sharp edge for the borders of crushed shell areas. The smooth edge could only be achieved with installation of additional stakes beyond original contract. 3. Provide explanation why change was not anticipated in original scope of work: The percolation rate of the soil varies and therefore it would be impossible to determine if installation of percolation drain holes would be required for a given quantity of trees. The project bid did include an alternate for the drain hole installation and staff negotiated a decrease in price for drain hole installation based on actual field conditions. Utility conflicts found would not be known prior to construction as the actual verification of utility location occurs by the contractor as investigative soft digs are performed. Public Utilities was very helpful in assisting with verification of utlity line locations and making recommendations for alternative plantings. Quantity adjustments for crushed shell is related to the actual field conditions which varied from the Revised 5.16.12 16 JL original data provided from the roadway engineering project drawings. A re-survey was determined to be beyond the scope of the original project and not a wise use of the limited funds available for the project. 4. Describe the impact if this change is not processed: A certain portion of the trees planted would die due to the percolation rate not meeting the horticultural standard of 2 inches per hour. Also, the irrigation system would not function as the alternative control system would not be installated resulting in cost prohibitive hand watering of all plant materials. There would be conflicts with trees and the existing water-line found in coordination with Public Utilities. And there would be insufficient quantity of crushed shell to cover the areas called out for crushed shell due to variations in median width. Type of Change/ Modification ® 1. Planned/ Elective ® 2. Unforeseen ® 3. Quantity or price adjustment conditions/circumstance ❑ 4. Correction of error(s) ® 5. Value added ® 6. Schedule adjustment Change Requested By ® Contractor/Consultant ® Owner ® Using Department ® Design Professional ❑ Regulatory Agency (specify): ® Other(specify): Radio Road East MSTU Advisory Committee Purchasing Professional Participated in Negotiation of Change/ Modification: ❑ Yes ® No Approved b-: i Date: 17 2.013 Name and Title: 32 •ichar• MSTU Project Manger J Reviewed biyA/J, ` ∎,,�,/L■=/ Date l) / Procuremen rategist's Name: Rhonda Cummings Revised 5.16.12