Loading...
Agenda 03/12/2019 Item #16E403/12/2019 EXECUTIVE SUMMARY Recommendation to approve the Administrative Reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. OBJECTIVE: To promote accountability and provide transpar ency to the public and gain the Board’s approval/ratification for various procurement -related transactions. CONSIDERATIONS: In accordance with the Board’s Procurement Ordinance 2017-08 and the Procurement Manual, the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: • Change Orders that do not exceed ten (10%) of the current Board approved aggregate amount, and/or require change in schedule (number of days); • Amendments to contracts; • After the fact memos from various County Divisions, as requested by the Clerk’s Finance staff for the timely process of invoices. • Other items as determined by the County Manager or designee that require Board approval. This administrative report includes the following: • Two (2) change orders that in aggregate modify contracts by -$67,825.00 and add 28 calendar days to completion periods, see attached summary and backup for details; and • Zero (0) amendments this period with a fiscal impact of $0.00; and • Three (3) after the fact memos with a fiscal impact of $21,023.28 FISCAL IMPACT: The net total for the five (5) items is -$46,801.72 LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: To ratify/approve change orders and/or contract amendments and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2017-08. Prepared By: Sara Schneeberger, Procurement Strategist, Procurement Services ATTACHMENT(S) 1. 0312 After the Fact Report - FY19 (PDF) 2. 0312 After the Fact Backup - FY19 (PDF) 3. 0312 Change Order Report - FY19 (PDF) 4. 0312 Change Order Backup - FY19 (PDF) 16.E.4 Packet Pg. 1143 03/12/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.4 Doc ID: 8130 Item Summary: Recommendation to approve the Administrative Reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. Meeting Date: 03/12/2019 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 02/21/2019 9:21 AM Submitted by: Title: – Procurement Services Name: Ted Coyman 02/21/2019 9:21 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 02/21/2019 10:09 AM Procurement Services Ted Coyman Additional Reviewer Completed 02/21/2019 12:00 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 02/25/2019 8:38 AM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 02/25/2019 2:12 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 02/27/2019 1:49 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 02/27/2019 5:06 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 02/28/2019 9:12 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 02/28/2019 10:04 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/06/2019 12:23 PM Board of County Commissioners MaryJo Brock Meeting Pending 03/12/2019 9:00 AM 16.E.4 Packet Pg. 1144 Item page #Contract or Purchase OrderDateDescription of Project Vendor Name Division ‐ Director Fiscal Impact Description1 1 14-6213 2/14/2019 Sanitary Sewer Lateral Installation Douglas N. Higgins PUEPMD - Tom Chmelik $17,961.81Vendor thought this was emergency work and performed services without a purchase order in place.2 4 17-7158 2/15/2019Purchase and delivery of #57 stone and fill dirt Grippo Pavement Maintenance and ConstructionWater Distribution - Beth Johnssen$2,911.47 Division staff ordered materials without a purchase order in place.3 11 NA 1/28/2019Application of weed killer to Oak sproutsGreen Way Landscaping PUEPMD - Tom Chmelik $150.00 Division staff requested services without a purchase order in place.Meeting DateTotal number of After the Fact MemosTotal Fiscal Impact3/12/20193$21,023.2816.E.4.aPacket Pg. 1145Attachment: 0312 After the Fact Report - FY19 (8130 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Corinne Trtan EPMD Tom Chmelik Douglas N. Higgins, Inc. $17,961.81 14-6213 4500193188 ✔ A service lateral was not available for a home under construction at 5413 Trammel St. (Naples Manor). Wastewater Collections requested help from EPMD to submit a proposal from DN Higgins through the work order process to obtain a PO. Through discussions between Collections and DN Higgins, DN Higgins was under the impression that this was emergency work and performed as such before the PO was issued. Pay DN Higgins, Inc. the amount requested (in attached invoice) for services rendered and asset received. Clearly communicate to all involved whether this is an emergency or whether the project should proceed through the normal construction work process. Corinne Trtan Corinne Trtan Digitally signed by Corinne Trtan DN: cn=Corinne Trtan, o, ou, email=corinnetrtan@colliergov.net, c=US Date: 2019.02.14 15:47:58 -05'00' 02/14/2019 Tom Chmelik ChmelikTom Digitally signed by ChmelikTom DN: dc=net, dc=colliergov, dc=bcc, ou=Divisions, ou=PUD, ou=PUD Planning and Project Management, ou=PPM User Accounts, ou=General, cn=ChmelikTom, email=Tom.Chmelik@colliercountyfl.gov Date: 2019.02.14 15:51:30 -05'00' 2/14/2019 1 116.E.4.b Packet Pg. 1146 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) 216.E.4.bPacket Pg. 1147Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) 316.E.4.bPacket Pg. 1148Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Pamela Libby Water - Distribution Beth Johnssen Grippo Pavement $2,911.47 17-7158 N/A ✔ The primary vendor was unable to provide the required materials. Division ordered from the secondary vendor without a purchase order in place. Request payment to Grippo Pavement for invoices listed below totaling $2,911.47. 4204 1/31/19 $ 917.35 4205 1/31/19 $1,074.92 4206 1/31/19 $ 919.20 Distribution staff has been informed in writing that a printed valid purchase order must be in hand prior to placing any orders. Pamela Libby Pamela Libby Digitally signed by Pamela Libby Date: 2019.02.12 13:29:55 -05'00' Johnssen_b Digitally signed by Johnssen_b Date: 2019.02.15 10:54:02 -05'00' 4 216.E.4.b Packet Pg. 1149 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) Grippo Pavement Maintenance and Construction PO Box 1837 Lehigh Acres, FL 33970 (239) 931-4476 cggpminc@yahoo.com http://www.GrippoPavement.com BILL TO SHIP TO Collier County Board of County Commissioners 3299 Tamiami Trl E Ste 700 Naples, FL 34112-5749 SCWRF 841 7th St SW Naples, FL Anthony 239-285-7860 INVOICE 4204 DATE 01/31/2019 TERMS Due on receipt DUE DATE 01/31/2019 SHIP DATE P.O. NUMBER 01/29/2019 4500191302 ACTIVITY QTY RATE AMOUNT East Naples Delivery Supply & Hauling of # 57 Stone by the TON From: Vulcan Materials 1/29/19 Truck #5102 - Ticket #58932292 - 22.58 Tons 22.58 25.60 578.05T East Naples Delivery Supply & Hauling of Fill Dirt by the TON From: Vulcan Materials 1/29/19 Truck #5102 - Ticket #58932173 - 22.47 Tons 22.47 15.10 339.30T Clerical errors are subject to correction.1 0.00 0.00 OFFSITE: Customer agrees that no trucks shall be loaded above the maximum gross vehicle weight of each vehicle, it is unlawful and not safe and customer can not force drivers to do so. Any over weight tickets will be customer responsibility. 1 0.00 0.00 All Legal Disputes shall be handled in Lee County.1 0.00 0.00 GPM Inc is not responsible for Permits, Engineering and Testing of the materials. Permit fees, procurement fees and any additional work required by the permit will be an extra cost to the customer. 1 0.00 0.00 In the event Owner/ Contractor shall fail to pay any periodic or installment payment due hereunder, We the contractor may cease work without breach pending payment or resolution of any dispute. 1 0.00 0.00 5 16.E.4.b Packet Pg. 1150 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) ACTIVITY QTY RATE AMOUNT Acceptance of Proposal. The above price, specifications and conditions are satisfactory and are hereby accepted. You are the authorized to do the work as specified. 1 0.00 0.00 SUBTOTAL 917.35 TAX (0%)0.00 TOTAL 917.35 TOTAL DUE $917.35 6 16.E.4.b Packet Pg. 1151 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) Grippo Pavement Maintenance and Construction PO Box 1837 Lehigh Acres, FL 33970 (239) 931-4476 cggpminc@yahoo.com http://www.GrippoPavement.com BILL TO SHIP TO Collier County Board of County Commissioners 3299 Tamiami Trl E Ste 700 Naples, FL 34112-5749 SCWRF 4781 Green Blvd Naples, FL, 34116 Anthony 239-285-7860 INVOICE 4205 DATE 01/31/2019 TERMS Due on receipt DUE DATE 01/31/2019 SHIP DATE P.O. NUMBER 01/30/2019 4500191302 ACTIVITY QTY RATE AMOUNT Golden Gate Delivery Supply & Hauling of # 57 Stone by the TON From: Vulcan Materials 1/30/19 Truck #5102 - Ticket #58932394 - 22.52 Tons 1/30/19 Truck #5102 - Ticket #58932507 - 22.55 Tons 45.07 23.85 1,074.92T Clerical errors are subject to correction.1 0.00 0.00 OFFSITE: Customer agrees that no trucks shall be loaded above the maximum gross vehicle weight of each vehicle, it is unlawful and not safe and customer can not force drivers to do so. Any over weight tickets will be customer responsibility. 1 0.00 0.00 All Legal Disputes shall be handled in Lee County.1 0.00 0.00 GPM Inc is not responsible for Permits, Engineering and Testing of the materials. Permit fees, procurement fees and any additional work required by the permit will be an extra cost to the customer. 1 0.00 0.00 In the event Owner/ Contractor shall fail to pay any periodic or installment payment due hereunder, We the contractor may cease work without breach pending payment or resolution of any dispute. 1 0.00 0.00 Acceptance of Proposal. The above price, specifications and conditions are satisfactory and are hereby accepted. You are the authorized to do the work as specified. 1 0.00 0.00 7 16.E.4.b Packet Pg. 1152 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) SUBTOTAL 1,074.92 TAX (0%)0.00 TOTAL 1,074.92 TOTAL DUE $1,074.92 8 16.E.4.b Packet Pg. 1153 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) Grippo Pavement Maintenance and Construction PO Box 1837 Lehigh Acres, FL 33970 (239) 931-4476 cggpminc@yahoo.com http://www.GrippoPavement.com BILL TO SHIP TO Collier County Board of County Commissioners 3299 Tamiami Trl E Ste 700 Naples, FL 34112-5749 SCWRF 1271 Blue Hill Creek Marco Island Anthony 239-285-7860 INVOICE 4206 DATE 01/31/2019 TERMS Due on receipt DUE DATE 01/31/2019 SHIP DATE P.O. NUMBER 01/29/2019 4500191302 ACTIVITY QTY RATE AMOUNT Marco Island Delivery Supply & Hauling of # 57 Stone by the TON From: Vulcan Materials 1/29/19 Truck #5102 - Ticket #58931710 - 22.57 Tons 22.57 25.60 577.79T Marco Island Delivery Supply & Hauling of Fill Dirt by the TON From: Vulcan Materials 1/29/19 Truck #5102 - Ticket #58931937 - 22.61 Tons 22.61 15.10 341.41T Clerical errors are subject to correction.1 0.00 0.00 OFFSITE: Customer agrees that no trucks shall be loaded above the maximum gross vehicle weight of each vehicle, it is unlawful and not safe and customer can not force drivers to do so. Any over weight tickets will be customer responsibility. 1 0.00 0.00 All Legal Disputes shall be handled in Lee County.1 0.00 0.00 GPM Inc is not responsible for Permits, Engineering and Testing of the materials. Permit fees, procurement fees and any additional work required by the permit will be an extra cost to the customer. 1 0.00 0.00 In the event Owner/ Contractor shall fail to pay any periodic or installment payment due hereunder, We the contractor may cease work without breach pending payment or resolution of any dispute. 1 0.00 0.00 9 16.E.4.b Packet Pg. 1154 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) ACTIVITY QTY RATE AMOUNT Acceptance of Proposal. The above price, specifications and conditions are satisfactory and are hereby accepted. You are the authorized to do the work as specified. 1 0.00 0.00 SUBTOTAL 919.20 TAX (0%)0.00 TOTAL 919.20 TOTAL DUE $919.20 10 16.E.4.b Packet Pg. 1155 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy,procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director:Vendor Name: Amount:Contract #:Purchase Order: Why is this deemed a non-compliant purchase?Choose one. Contract Ordinance Manual P-Card Other Details of Purchase:Explain the circumstances behind this purchase. Action Required:What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature:Date: Division Director: Signature:Date: Collier County After the Fact Form Michael Stevens EPMD Tom Chmelik Green Way Landscaping Inc. 150.00 ✔ Issue: Oak sprouts in lawn from County removed tree that was in conflict with the 110th Avenue PUR project. Resident elevated to Comm. Solis' office before the County could respond. Solution: Hire a landscaper doing business on a nearby project to resolve the problem by professional application of herbicide to kill the tree sprouts. This was intended to be paid using a P-card, but the vendor does not accept credit cards. Issue a PO to cover the $150.00 cost of the landscaper. Clearly identify acceptable methods of payment with the vendor and make sure to have a valid purchase order in place prior to ordering any goods or services. Michael Stevens Michael Stevens, P.E. Digitally signed by Michael Stevens, P.E. Date: 2019.01.04 09:30:10 -05'00' ChmelikTom Digitally signed by ChmelikTom DN: dc=net, dc=colliergov, dc=bcc, ou=Divisions, ou=PUD, ou=PUD Planning and Project Management, ou=PPM User Accounts, ou=General, cn=ChmelikTom, email=Tom.Chmelik@colliercountyfl.gov Date: 2019.01.28 09:22:33 -05'00' 11 316.E.4.b Packet Pg. 1156 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) INVOICE DATE 11/30/2018 INVOICE # 16271 BILL TO Collier County Engineering & Project Management Division 3339 Tamiami Trail E. Suite 303 Naples, FL 34112 JOB LOCATION 671 110TH AVENUE N. DUE DATE Due on receipt Thank you for your business.Total P O Box 2487 Bonita Springs, FL 34133 239-566-2151 Fax 239-566-2085 www.greenwayland.com PAYMENT DUE UPON RECEIPT. DESCRIPTION AMOUNT SPRAYED SHOOTS WITH WEED KILLER.150.00 NOTE: PICTURES TO FOLLOW SHORTLY. $150.00 12 16.E.4.b Packet Pg. 1157 Attachment: 0312 After the Fact Backup - FY19 (8130 : Procurement Services Administrative Reports) Item page #Contract/ Grant No.Change #DateProject Name Vendor Name Division ‐ Project ManagerOriginal Contract AmountCurrent Contract Amount Current Change Order AmountRevised Contract Amount% Over Board Approved AmountContract LengthChange in length (Days)Updated contract length    Change in length        (%)1 1 18-7278 1 2/1/2019CCSO CID Building HVAC & Roof ReplacementCedars Electro-Mechanical Inc.Facilities Management - Claude Nesbitt$2,098,132.00 $2,098,132.00 ($67,825.00) $2,030,307.00 -3.23% 210 0 210 0.00%2 11 16-6638 7 1/29/2019Vanderbilt Cul-de-Sacs Public Utility RenewalMitchell & Stark Construction Inc.PUEPMD - Diana Dueri $17,300,544.02 $17,782,115.07 $0.00 $17,782,115.07 0.00% 1060 28 1088 2.64%Meeting Date Total number of Change ordersTotal Dollar ChangeTotal Change in Days3/12/2019 2 -$67,825.00 2816.E.4.cPacket Pg. 1158Attachment: 0312 Change Order Report - FY19 (8130 : Procurement Services Administrative Reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Contract Modification Work Order Modification Amendment Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Contract/Project: Project Manager Name: r: Division Name: Original Contract/Work Order Amount $ 2,098,132.00 05/18/18, 11D Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 2,098,132.00 05/18/18, 11D Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 2,098,132.00 5/20/2019 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ (67,825.00) -3.23% Total Change from Original Amount Revised Contract/Work Order Total $ 2,030,307.00 -3.23% Change from Current BCC Approved Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date (Includes this change) # of Days Added Select Tasks Add new task(s) Delete task(s) Change task(s) Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Procurement Services Change Order Form 53010 Ceders Electro-Mechanical 4500188966 18-7278 001 CCSO CID HVAC & Roof Replacement Facilities Mangement Claude Nesbitt 5/20/2019 5/20/2019 0 10/22/2018 1.This change order is to deduct the unused amount from alternate 2 and to utilize the $150,000 allowance for a change in the chiller package. The allowance will have a balance of $118,325.38. Items to be changed are summarized below with the contractor’s Extra Work Orders (EWO). ITEM DESCRIPTION EWO Quotes ($) a.Deduct remaining unused funds of eliminated alternate 2-LED lighting.9 -67,825.00 b.1 Eliminate the York chiller package including the 6 air handling units, replace with 10 B -149,075.00 b.2 Acquire and add the Carrier chiller package and associated re-permitting costs 10 B 180,749.62 CO #1 Funds to utilize from Owners Allowance $31,674.62 Market prices at the time of re-solicitation, for alternate, chillers to replace the York model were as follows from low to high: Carrier ($149,075), Daikin ($192,058) Trane ($195,214 ) 2.The changes were not in the contract and are being requested because: a.Upgrades to the Building Energy Efficiency code and the City of Naples permitting review required that the LED change out would involve more extensive renovation to the entire building’s electrical systems. The funding was removed from the Contract via this change order. b.York was acquired by Johnson Controls, Inc. (JCI) in 2005. Over the past two years, the County Attorney’s office and the Clerk of the Courts has addressed issues with JCI included but not limited to not completing work tasks, billing for quotes, and refusing to provide back-up documents. As a result, JCI has self-imposed a stop work with the County, Due to the existing legal position with JCI and the fact that JCI now owns York, the County cannot purchase York chillers based upon JCI’s unwillingness to work with the County or sell their parts to the County. Carrier chillers are of as high a quality as York models. The option to move to Carrier is two-fold, Carrier provides reliable service and response time to the County with a high level of quality service and professionalism. 3.Without approval of these changes: a.Significant, additional redesign would be neccessary to comply with the energy efficiency requirements dictated by code as over 50% of the lights would be changed. Doing so would delay the primary intent of the project further. The upgrade will be undertaken at a later date. b.York’s (JCI) refusal to respond nor provide any services to the County’s requests to address the upkeep of their chillers will expose operatons of the County’s AC systems to unreliable service, and the planned AC system would not perform in a manner expected by the CCSO or the operations teams. 1 116.E.4.d Packet Pg. 1159 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) SchneebergerS ara Digitally signed by SchneebergerSara Date: 2019.02.11 11:52:06 -05'00' 2 16.E.4.d Packet Pg. 1160 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 3 16.E.4.d Packet Pg. 1161 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 4 16.E.4.d Packet Pg. 1162 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 5 16.E.4.d Packet Pg. 1163 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 6 16.E.4.d Packet Pg. 1164 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 7 16.E.4.d Packet Pg. 1165 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 8 16.E.4.d Packet Pg. 1166 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 9 16.E.4.d Packet Pg. 1167 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 10 16.E.4.d Packet Pg. 1168 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Contract Modification Work Order Modification Amendment Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Contract/Project: Project Manager Name: r: Division Name: Original Contract/Work Order Amount $ 17,300,544.02 7/12/16 11D Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 17,782,115.07 7/12/16 11D Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 17,782,115.07 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 2.78% Total Change from Original Amount Revised Contract/Work Order Total $ 17,782,115.07 0.00% Change from Current BCC Approved Amoun Cumulative Changes $ 481,571.05 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date (Includes this change) # of Days Added Select Tasks Add new task(s) Delete task(s) Change task(s) Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Procurement Services Change Order Form 70122.1.1 70122.1.2 60122.2 Mitchell & Stark Construction Co., Inc. 4500170496 16-6638 7 Vanderbilt/Cul-de-Sacs Public Utility Renewal Engineering and Project Management Diana Dueri 10/10/2019 9/12/2019 11/6/2018 28 10/17/2016 1. The Vanderbilt Drive Cul-de-Sacs Public Utilities Renewal Project is a multi-year project that was setup with multiple allowances in specific utility areas for unforeseen conditions. The project is currently at a 60% completion as of this date. Due to several reasons listed below the project is beginning to run out of allowances in certain areas. With this Change Order we are requesting transfering funds to Wastewater and Stormwater allowances to account for: •Wastewater: The existing funds available in the Wastewater Allowance were encumbered in Change Order No 6 to relocate two pump stations within the project area that have reached the end of their useful life. However, some of the materials for the pump stations were supplied by Collier County to the contractor and those costs will be deducted from Change Order No 6 back to the allowance at the end of the Project. Item 3.46 – Wastewater Allowance: Transfer $60,000.00 from Item 1.10 – General Landscaping Allowance to Item 3.46 (refer to the Allowance Consolidation table below). Final Total Allowance for Item 3.46 will be $1,035,693.30. •Stormwater: Contractor has encountered different field conditions from when the project was designed. Many of the existing utilities that were deemed to be in satisfactory conditions and planned to remain in place when the project was in the design phase have now been discovered to be deteriorated and require replacement. However, landscaping restoration in the right- of-way has not been required and these funds can be used to address the different field conditions encountered throughout the project. Item 4.16 – Stormwater Allowance (Vanderbilt Drive): Transfer $50,000.00 from Item 4.15 – Stormwater Landscaping Allowance to Item 4.16 (refer to the Allowance Consolidation table below). Final Total Allowance for Item 4.16 will be $100,000.00. Furthermore, the cumulative draw against the contract allowances of $129,376.65 is due to the following conditions as detailed in the attached spreadsheet: Install two (2) pump out connections at MPS 101.01; Patching of seawall between #307 and #291 Heron Avenues; Addition of stormwater culvert under the driveway at #256 Heron Avenue; Replacement of damaged pipes with HDPE pipes at #427 and #449 Heron Avenues; Replacement of corroded metal culvert at #272 Heron Avenue; Modification of mitered-end-section (MES) invert elevation at #224 Heron Avenue; Installation of additional linear feet of HDPE pipe between driveways at #149 Flamingo Avenue; Conners Avenue road patching; #168 Egret Avenue reinforced driveway restoration; Replacement of corroded corrugated metal pipes (CMP) at #465 and #405 Egret Avenues; Relocation of yard drain YD-34 on Vanderbilt Drive; Addition of an inlet at #427 Heron Avenue; Removal of inlet and replacement with MES at #288 Flamingo Avenue; Wastewater laterals and main deviation on Vanderbilt Beach Road; Conflict storm box at 91st Avenue North; Replacement of corroded CMP at 95th, 98th and 99th Avenues North; Brick paver driveway restoration for #156 Egret Avenue; Add / remove units to the quantity of various pay items per the attached tables below to account for the work described in Work Directives #27; field adjustments and unforeseen conditions. The total units will be increased as detailed in the tables below. 11 216.E.4.d Packet Pg. 1169 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Prepared by: ____________________________________________________ Date: 1/17/2019 Diana Dueri – EPMD Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. An additional 28 days are needed as detailed in the attached table for each Work Directive. Each Work Directive has its own timeframe associated to preparation, construction, and cleanup after the work is done. Depending on the nature of the work requested by the Owner, the additional time for each Work Directive may vary from 0.25 to 7 calendar days. 2. The transfer of funds to the above mentioned Allowances are needed due to the following reasons: • Item 3.46 – Wastewater Allowance: To cover the cost of unforeseen conditions, the project needs funds until the rest of the moneys are back from Change Order #6. • Item 4.16 – Stormwater Allowance (Vanderbilt Drive): Existing field conditions have resulted in replacement of additional heavily deteriorated stormwater culverts that were not originally planned to be replaced. Work Directive changes were not included in the original contract due to several reasons, such as: Collier County additional requests, different site conditions from when the project was designed and field adjustments. Reference the attached spreadsheet for specific details. The Contractor needs an additional 28 days to be able to complete the additional works described in the Attached Work Directives. 3. Without the transfer of funds to the above mentioned Allowances the County will not be able to finish the project 100% as the different Collier County departments will not have the necessary budget to compensate for the unforeseen conditions stated above. Without the changes described in the attached Work Directives, conflicts due to unforeseen conditions would not be accounted for, properties would be without service, and / or the wastewater and stormwater systems would not be completed. Reference the attached spreadsheet for specific details. Without the additional 28 days the Contractor would not be able to perform the additional work requested in the Work Directives. These changes DO change the total contract amount. Reference the attached spreadsheet for contract’s owner-directed allowances. 12 16.E.4.d Packet Pg. 1170 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2019.02.21 08:21:40 -05'00' 13 16.E.4.d Packet Pg. 1171 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) Contract No. 16‐6638 | Vanderbilt/Cul‐de‐Sacs Public Utility Renewal | Mitchell and Stark Construction Co. Inc. 1. Detailed and specific explanation of  requested change(s) to task(s) and/or  additional days. 2. Why this change was not included in  original contract. 3. Describe impact if this change is not  processed. General  Landscaping Water Cost Wastewater Cost Stormwater Cost Total Cost Additional  Calendar Days Two Pump‐Out Connections at MPS 101.01 Construct two (2) pump‐out connections,  as requested by the County, in anticipation  of future bypass of MPS 101.01. (Work Directive 7) The original project Scope of Work did not  contemplate installation of these bypass  connections and the EOR was not aware of  the County's intention of having future  bypass connections for this pump station. Since the area around Master Pump Station  101.01 was already disturbed and the  piping was exposed, it was the ideal time to  add the two pump‐out connections. The  pump‐out connections were not  anticipated as part of the original design.  However, if the pump‐out connections  were not installed when they were  performing construction works in this area,  the area would have been impacted again  in the future when the pump‐out  connections were installed. $0.00 $0.00 $22,814.39 $0.00 $22,814.39 3 Patching of Seawall Between #307 and  #291 Heron Avenues Patch the end of the outfall pipe at the  seawall betwseen lots #307 Heron Avenue  and #291 Heron Avenue. Contractor  applied hydraulic cement by hand to force  as much cement into crevices. (Work Directive 8) The current work area for the stormwater  improvements does not include any outfall  pipe location. During the design phase,  visual surveys at each pipe end (by the  street and seawall) were conducted to  determine their relatively good conditions  with no visual signs of disrepair. However,  the condition of the subject outfall changed  since the design was completed. If this change is not processed the existing  outfall pipe will continue to deteriorate,  which will require a complete replacement  of the outfall pipe in the near future. $0.00 $0.00 $0.00 $625.00 $625.00 0.5 Add Culvert Under the Driveway at #256  Heron Avenue Install culvert under the driveway at #256  Heron Avenue to provide storwmater flow  continuity. (Work Directive 10) The current work area for stormwater  improvements did not include a culvert at  this location because no home existed at  the time of plan preparation. However, the  culvert is now needed as part of this  project. Without this change, the new stormwater  system would not work as intented since  the driveway of the new home obstructs  the path of the stormwater flow. Not  installing the new culvert would also cause  stormwater ponding and overflow at this  residence. $0.00 $0.00 $0.00 $2,645.44 $2,645.44 2 Replace Damaged Pipes with HDPE Pipes  at #427 and #449 Heron Avenues Remove existing damaged pipe and replace  it with HDPE pipes at lots #427 Heron  Avenue and #449 Heron Avenues to  provide flow continuity by replacing  deteriorated culvert pipes and yard drain.  (Work Directive 15) The current work area for stormwater  improvements did not include a pipe  replacement at these locations because  condition of existing culvert pipes was  assessed as "good condition" during the  design phase. However, replacement of  pipe is now needed since it presents  deterioration damages. Without this change, the existing damaged  pipes would eventually collapse, which  would cause the stormwater system to not  work as intended. Not replacing these pipes  would also cause future stormwater  overflow at Heron Avenue.$0.00 $0.00 $0.00 $7,149.40 $7,149.40 3 Replace Corroded Metal Culvert at #272  Heron Avenue Replace corroded metal culvert at #272  Heron Avenue, which was previosuly not  detected to be damaged. (Work Directive 17) The existing culvert at #272 Heron Avenue  was originally not considered to be replaced  because condition of existing culvert pipes  was assessed as "good condition" during  the design phase. However, replacement of  pipe is now needed since it presents  deterioration damages. The existing corroded metal culvert needed  to be replaced to complete the new  stormwater work. Without this change the  stormwater infrastructures could not be  completed, thus negatively impacting the  residents in that area by not providing the  upgraded facilities this project had  intended. $0.00 $0.00 $0.00 $3,574.70 $3,574.70 2 Modification of ME Invert at    #224 Heron  Avenue Modify ME invert at house #224 Heron  Avenue which is in conflict with existing  utilities. (Work Directive #18) The end piece of culvert was in conflict with  existing utilities. Slightly changing the grade  avoided the conflict. This was accomplished  in the field as a $0.00 change.  The new ME invert had to be adjusted to  avoid conflicts with existing utilities.  Without this change the new stormwater  system could not be completed, thus  negatively impacting the residents in that  area by not providing the upgraded  facilities this project had intended. $0.00 $0.00 $0.00 $0.00 $0.00 0.5 Additional LF of HDPE Pipe Between  Driveways at #149 Flamingo  Install additional linear feet of HDPE  storwmater pipe between driveways at  #149 Flamingo Avenue. (Work Directive 19) Once final grading was determined it  became evident additional pipe was  needed to obtain a more maintainable  slope.  Without this change the swale in front of  this property would have a back slope too  steep in relationship with the property and  existing landscape. $0.00 $0.00 $0.00 $657.72 $657.72 0.5 Remove Stormwater Drainage  Replacement on 91st Avenue North from  the Scope of Work. Leave intact the existing draiange  connection at 91st Avenue North. (Work Directive 20) The existing draiange pipe is in good  condition. The plans proposed replacing the  pipe, but upon review of the pipe after  excavating the surrounding soild cover, the  pipe does not need to be replaced. Without this change the County will incur in  additional costs to replace a pipe that is in  good conditions. $0.00 $0.00 $0.00 $0.00 $0.00 0.5 Detailed Change Order No. 7 Description Page 1 of 5 14 16.E.4.d Packet Pg. 1172 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) Conners Avenue Road Patching Backfill, compact, and place asphalt at all  water service trench excavations crossing  the roadway along Conners Avenue. (Work Directive 25) Conners Avenue was originally included as  part of Phase 2 of the Vanderbilt Cul‐de‐ Sacs project. The Contractor began work on  this street and installed the new water main  and water services along the entire length  of Conners Avenue. When the project was  re‐phased to be aligned with MSTU's  schedule to energize the new electric  utilties on Vanderbilt Drive, Conners  Avenue was excluded from Phase 2 and all  construction work scheduled for this street  was postponed. Since no construction work  is anticipated for Conners Avenue in the  near future, the road needs to be restored  back to its original condition. Without this change Conners Avenue would  be in disrepair for the forseeable future,  which could cause damage to the vehicles  that transit this street on a daily basis, since  all work scheduled at this street was  postponed until further notice. $0.00 $0.00 $45,192.70 $0.00 $45,192.70 7 #168 Egret Avenue Reinforced Driveway  Restoration Install reinforcing steel (rebar) and dowels  when pouring the concrete driveway at  #168 Egret Avenue so it can be restored  back to its original condition. (Work Directive 26) When the contractor removed the existing  driveway for #168 Egret Avenue they  noticed that the concrete driveway had  been reinforced with steel rebar and  dowels. The contract documents did not  account for restoration of existing  reinforced concrete driveways. Without this change the contractor would  not have been able to restore the driveway  back to its original condition, since the  contract documents did not include a  payment item for restoration of existing  reinforced concrete driveways.$0.00 $721.62 $0.00 $721.63 $1,443.25 0 Replacement of Corroded CMP pipes at  #465 and #405 Egret Avenues. Remove existing corroded CMP pipes and  replace with new HDPE storwmater pipes at  #465 and #405 Egret Avenues. This Work  Directive was measured as unit price (60 LF  of 15‐inch HDPE stormwater pipe and 4  mitered end sections). (Work Directive 27) The existing drainage pipes were in very  poor condition. In the course of recent  heavy rains, the pipes conditioned  worsened causing erosion and immediate  replacement need. Without this change, the existing damaged  pipes would eventually collapse, which  would cause the stormwater system to not  work as intended. Not replacing these pipes  would also cause future stormwater  overflow at Egret Avenue. $0.00 $0.00 $0.00 $7,393.32 $7,393.32 2 Relocation of YD‐34 on Vanderbilt Drive Relocate yard drain YD‐34 to avoid future  driveway. Plug PVC yard drain pipe throat.  Insert a T on existing 24‐inch HDPE pipe for  new yard drain. (Work Directive 28) No home existing on this location at the  time of plan preparation. However, a new  home is currently under construction on  the lot and the future 3‐car driveway will  conflict with the existing yard drain. Without this change the new yard drain  would be in conflict with the proposed  driveway that will be constructed by the  homeowner. This would require Collier  County to incur in additional costs to  relocate the yard drain in the near future  when the homeowner builds the new  driveway. $0.00 $0.00 $0.00 $1,763.45 $1,763.45 0.5 Add Inlet at #427 Heron Avenue Relocate yard drain YD‐34 to avoid future  driveway. Plug PVC yard drain pipe throat.  Insert a T on existing 24‐inch HDPE pipe for  new yard drain. (Work Directive 30) A new permitted driveway’s mitered end  section (which was not existing during the  project's design phase) is close to another  mitered end section. The resulting swale in  between is too steep and is not  maintainable.  Without this change the swale between the  mitered end sections would result too steep  and the swale would not be maintainable. $0.00 $0.00 $0.00 $1,736.36 $1,736.36 0.5 Remove Inlet and Replace with MES at  #288 Flamingo Avenue Remove inlet and replace with mitered end  section at #288 Flamingo Avenue to avoid  maintenance issues. (Work Directive 31) Once final grading was finished it became  evident that a mitered end section would  allow for easier maintenance, in lieu of the  inlet.  Without this change the installed inlet that  is located against the newly graded right of  way swale would have a steep sideslope  and would not be maintainable.  $0.00 $0.00 $0.00 $820.00 $820.00 0.25 Replace Corroded CMP at 95th Avenue  North Cut back 20 feet of existing corrugated  metal pipe (CMP) west of structure CB‐8,  install 10 feet of HDPE pipe connection to  CB‐8 with mitered end section. New MES to  have same invert elevation as the existing  CMP. Grade swale so bottom elevation is  level with MES and CMP pipe inverts.  Corroded pipe cut end shall be protected  with manhole wrap to protect against sharp  edges. (Work Directive 35 ‐ Rev.B) The originla plans proposed to connect  existing CMP to the new catch basin CB‐8;  however, field work confirmed that existing  CMP show high level of corrosion and  decay. Therefore, it is necessary to add new  HDPE as described. Without this change there would be no  stormwater flow connectivity from 95th  Avenue North to Vanderbilt Drive, which  would cause stormwater overflow for the  residences located in 95th Avenue North.  $0.00 $0.00 $0.00 $1,860.00 $1,860.00 0.75 Page 2 of 5 15 16.E.4.d Packet Pg. 1173 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) Wastewater Laterals and Main Deviation  on Vanderbilt Beach Road Connect existing 8‐inch service connection  and 6‐inch sewer service lateral that were  directly connected to existing manhole MH  VB‐1 near Station 14+00 on Vanderbilt  Beach Road to the new gravity sewer  system as described below: 1. 8‐inch service to be connected to the  new manhole MH VB‐01, which needs to be  cored. Furthermore, remove the 8"x8"x8"  wye fitting that was previously installed and  replace it with knock‐on hubs sleeve. 2. 6‐inch lateral, located further west, to be  connected to the gravity sewer main with a  45° Bend, followed by a two‐way cleanout,  then to the gravity sewer main with an  8"x6" Tee‐Wye. (Work Directive 36) Contractor discovered two (2) existing 6‐ inch sanitary sewer laterals and one (1) 8‐ inch service connection near Station 14+00± and one (1) sanitary  sewer lateral near Station 12+70± on  Vanderbilt Beach Road. One (1) 6‐inch  sewer service lateral, located further west, and the 8‐inch  service connection are directly connected  to the existing manhole MH VB‐1 near  Station 14+00±. A new manhole is  proposed in the same location. These  sanitary sewer laterals and service were  located in the field, but are not shown on  the plans. Without this change there would be  existing residences on Vanderbilt Beach  Road left without wastewater service. $0.00 $0.00 $3,300.00 $0.00 $3,300.00 1 Conflict Storm Box at 91st Avenue North Cut the existing 19‐inch x 30‐inch RCP  stormwater pipe and install a conflict storm  box to allow installation of the new 10‐inch  PVC gravity sewer pipe at the intersection  of 91st Avenue North and Vanderbilt Drive.  The new 10‐inch PVC gravity sewer pipe  shall be installed through the new conflict  storm box with a non‐corrosive casing pipe.  New conflict box structure, frame and cover  shall comply with H‐20 (AASHTO) loading  requirements. (Work Directive 37) The existing 19‐inch x 30‐inch RCP  stormwater pipe that crosses 91st Avenue  North was originally contemplated to be  replaced as part of this project. Contractor  anticipated modifying the alignment of this  storwmater pipe to allow the installation of  the new gravity sewer pipe. Since the  existing RCP storwmater pipe was in good  condition the County decided to leave it in  place (Work Directive 20),  which now  presents a conflict with the new gravity  sewer pipe. Without this change, the gravity sewer  main from 91st Avenue North will not be  able to maintain the proper slope to assure  reliable service without additional,  perpetual maintenance costs. $0.00 $9,715.48 $9,715.48 $19,430.96 2 Replace Corroded CMP at 98th Avenue  North Cut back 20 feet of existing 15‐inch  corrugated metal pipe (CMP) east of  structure CB‐17, install 10 feet of HDPE pipe  connecting to CB‐17 with mitered end  section (MES). New MES to have same  invert elevation as the existing CMP. Grade  swale so bottom elevation is level with MES  and CMP pipe inverts. Corroded pipe cut  end shall be protected with manhole wrap  to protect against sharp edges. (Work Directive 38) The originla plans proposed to connect  existing CMP to the new catch basin CB‐17;  however, field work confirmed that existing  CMP show high level of corrosion and  decay. Therefore, it is necessary to add new  HDPE as described. Without this change there would be no  stormwater flow connectivity from 98th  Avenue North to Vanderbilt Drive, which  would cause stormwater overflow for the  residences located in 98th Avenue North.  $0.00 $0.00 $0.00 $1,860.00 $1,860.00 1 Brick Paver Driveway Restoration for #156  Egret Avenue Restore the brick paver driveway at #156  Egret Avenue from further behind the right‐of‐way to provide a  constant slope to the new edge of  pavement elevation, which is higher than it  previously was. (Work Directive 39) Pre‐construction video and photo  documentation shows original driveway to  have a constant slope from the edge of the  garage structure to edge of pavement. As a  result of this project, the road elevation in  front of this house was changed generating an uneven slope from the  garage to the new road, which created a  low area in this driveway. Without this change the driveway would  have a lower elevation at the right‐of‐way  than the proposed final elevation for the  new road, which will cause water ponding  issues to the driveway. $0.00 $1,694.98 $0.00 $1,694.98 $3,389.96 0 Replace Corroded CMP at 99th Avenue  North Cut back 20 feet of any existing corrugated  metal pipe (CMP) found to be deteriorated  east of the new catch basin structures along  Vanderbilt Drive, and install 10 feet of HDPE  pipe connecting towards mitered end  sections (MES). New MES’s to have same  invert elevation as the existing CMP. Grade  swale so bottom elevation is level with  MES’s and CMP pipe inverts. Corroded pipe  cut end shall be protected with manhole  wrap to protect against sharp edges. (Work Directive 40) The originla plans proposed to connect  existing CMP to the new catch basin CB‐17;  however, field work confirmed that existing  CMP show high level of corrosion and  decay. Therefore, it is necessary to add new  HDPE as described. Without this change there would be no  stormwater flow connectivity from 98th  Avenue North to Vanderbilt Drive, which  would cause stormwater overflow for the  residences located in 98th Avenue North.  $0.00 $0.00 $0.00 $3,720.00 $3,720.00 1 TOTAL $0.00 $2,416.60 $81,022.57 $45,937.48 $129,376.65 28 Page 3 of 5 16 16.E.4.d Packet Pg. 1174 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) CURRENT SUMMARY TO  DATE Landscape Water Wastewater Stormwater Total Contractual Allowances $250,000.00 $175,000.00 $975,693.30 $180,000.00 $1,580,693.30 CO#1 Draw $0.00 $0.00 $13,571.62 $0.00 $13,571.62 CO#2 Draw $0.00 $0.00 $20,192.38 $0.00 $20,192.38 CO #3 Draw $2,805.00 $149,685.68 $102,301.79 $0.00 $254,792.47 CO #4 Draw $0.00 ($12,180.00) ($69,835.72)$17,421.60 ($64,594.12) **CO #5 Draw $0.00 $0.00 $0.00 $0.00 $0.00 CO #6 Draw $0.00 $0.00 $804,890.20 $0.00 $804,890.20 CO #7 Draw (Work Directives Only)$0.00 $2,416.60 $81,022.57 $45,937.48 $129,376.65 Remaing Allowances $247,195.00 $35,077.72 $23,550.46 $116,640.92 $422,464.10 **Note: Change Order #5 increased the contract amount, but did not add or withdraw any money from the Allowances. Page 4 of 5 17 16.E.4.d Packet Pg. 1175 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) From Allowance (A)To Allowance (B)Amount to be Transferred Item 1.10 ‐ General Landscaping Allowance Item 3.46 ‐ Wastewater Allowance $60,000.00 Item 4.15 ‐ Stormwater Landscaping Item 4.16 ‐ Stormwater Utilities and  Unforseen Conditions (Vanderbilt Drive)$50,000.00 UPDATED SUMMARY TO  DATE (WITH TRANSFER OF  MONEY) Landscape Water Wastewater Stormwater Total Original Contractual Allowances $250,000.00 $175,000.00 $975,693.30 $180,000.00 $1,580,693.30 Final Contractual Allowances $190,000.00 $175,000.00 $1,035,693.30 $180,000.00 $1,580,693.30 CO#1 Draw $0.00 $0.00 $13,571.62 $0.00 $13,571.62 CO#2 Draw $0.00 $0.00 $20,192.38 $0.00 $20,192.38 CO #3 Draw $2,805.00 $149,685.68 $102,301.79 $0.00 $254,792.47 CO #4 Draw $0.00 ($12,180.00) ($69,835.72)$17,421.60 ($64,594.12) **CO #5 Draw $0.00 $0.00 $0.00 $0.00 $0.00 CO #6 Draw $0.00 $0.00 $804,890.20 $0.00 $804,890.20 CO #7 Draw (All modifications)$0.00 $2,416.60  $81,022.57  $45,937.48 $129,376.65 Remaing Allowances $187,195.00 $35,077.72 $83,550.46 $116,640.92 $422,464.10 **Note: Change Order #5 increased the contract amount, but did not add or withdraw any money from the Allowances. Transfer of Funds Final Allowance Amount for Allowance  A Final Allowance Amount for Allowance B $30,000.00 $100,000.00 $190,000.00 $1,035,693.30 Page 5 of 5 18 16.E.4.d Packet Pg. 1176 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 19 16.E.4.d Packet Pg. 1177 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 20 16.E.4.d Packet Pg. 1178 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 21 16.E.4.d Packet Pg. 1179 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 22 16.E.4.d Packet Pg. 1180 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 23 16.E.4.d Packet Pg. 1181 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 24 16.E.4.d Packet Pg. 1182 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 25 16.E.4.d Packet Pg. 1183 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 26 16.E.4.d Packet Pg. 1184 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 27 16.E.4.d Packet Pg. 1185 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 28 16.E.4.d Packet Pg. 1186 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 29 16.E.4.d Packet Pg. 1187 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 30 16.E.4.d Packet Pg. 1188 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 31 16.E.4.d Packet Pg. 1189 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 32 16.E.4.d Packet Pg. 1190 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 33 16.E.4.d Packet Pg. 1191 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 34 16.E.4.d Packet Pg. 1192 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 35 16.E.4.d Packet Pg. 1193 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports) 36 16.E.4.d Packet Pg. 1194 Attachment: 0312 Change Order Backup - FY19 (8130 : Procurement Services Administrative Reports)