Backup Documents 06/25/2024 Item #16F 2 ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP 1 6 F 2
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County
Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County
Attorney Office no later than Monday preceding the Board meeting.
**NEW**ROUTING SLIP
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with
the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney
Office.
Route to Addressee(s)(List in routing order) Office Initials Date
1. County Attorney's Office County Attorney Office le ' ��r //L� /A_ -
2. BCC Office Board of County Commissioners Chairman j�(� (
it i/9c/ a/aY
3. Minutes and Records Clerk of Court's Office (� 3'''tt(9-eif•ko /
PRIMARY CONTACT INFORMATION / ,
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the
addresses above,may need to contact staff for additional or missing information.
Name of Primary Staff Bendisa E.Zela,Facilities Division Phone 239-252-8440
Contact/Department Number Bendisa.Zela@colliercountyfl.gov
Email
Agenda Date Item was June 25,2024 Agenda
Approved by the BCC Item 16.F.2
Number
Type of Document Recommendation to approve Change Order No. 4, Number of
Attached adding five days and utilizing $31,747.75 of the Original 1
owner's allowance for Purchase Order No. Documents
4500229425 under Agreement No. 23-8147 with Attached
Quality Enterprises USA, Inc., for the "Big
Corkscrew Island Regional Park Phase 2A Access
Road," and authorize the Chairman to sign the
attached Change Order.(Project No.80039)
PO number or account The Facilities Division is requesting a completed copy
number if the document is to
be recorded
INSTRUCTIONS&CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is appropriate. Yes N/A(Not
(Initial) Applicable)
1. Does the document require the chairman's original signature? N/A
2. Does the document need to be sent to another agency for additional signatures? If yes,provide the Contact N/A
Information(Name,Agency,Address,Phone)on an attached sheet.
3. The original document has been signed/initialed for legal sufficiency. (All documents to be signed by the
Chairman,except for most letters,must be reviewed and signed by the Office of the County Attorney. BEZ
4. All handwritten strikethroughs and revisions have been initialed by the County Attorney's Office and all N/A
other parties except the BCC Chairman and the Clerk to the Board.
5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the BEZ
final negotiated contract date,whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and
initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip should be N/A
provided to the County Attorney's Office at the time the item is input into SIRE. 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!
8. The BCC approved the document on June 25,2024,and all changes made during the meeting have N/A is not an
been incorporated in the attached document. The County Attorney's Office has reviewed the option for this
changes,if applicable. line.
9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes N/A is not an
directed by the BCC have been made,and the document is ready for the Chairman's signature. option for this
line.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
16F 2
Collier CountyProcurement Services Change Order Form
Contract# 23-8147 CO#4 PO# 4500229425 Project#: 80039/70194
Project Name: BCIRP Phase 2A Access Road
Contractor/Consultant Name: Quality Enterprises USA, Inc.
Select One: 0 Contract Modification (Construction or Project Specific) ❑Work Order Modification
Project Manager Name: James Morton Division Name: Facilities Management
Original Contract/Work Order Amount $9,028,810.55 11/14/2023 11C Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount $7,648,252.56 5/14/2024 16F3 Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $7,611,830.56 9/18/2024 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change -15.69% Total%Change from Original Amount
Revised Contract/Work Order Total $7,611,830.56 0.00% %Change from Current BCC Approved Amount
Total Cumulative Changes -$1,416,979.99 0.00% %Change from Current Amount
Notice to Proceed 1/22/2024 Original NTP 240 Original Final 9/18/2024 Last Final 10/9/2024
Date #of Days Completion Date Approved Date
#of Days Added Revised Final Date Current Substantial Completion Date
y 5 (includes this change) 10/14/2024 (if applicable) 9/9/2024
Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or
documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete
summary on next page. Check all that apply to this Change Order request: Add Time; ❑Add funds; 0 Use of Allowance;
Modify/Delete existing Task(s); ❑Add new Task(s); ❑ Reallocate funds; ❑ Other(must be explained in detail below)
1.) Detail of change/s to be made through this Change Order.
This change order will add 5 days and utilize $31,747.75 of the owners allowance leaving a balance of
$351,037.80 for WD#3 issued to install 2-inch HDPE Fiber Conduit in lieu of 2" PVC Sch 40, along with
the installation of 5 hand-holes.
2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of
days remaining or"N/A" if not applicable.
N/A
3.) Explain why this change was not included in the original contract/Work Order.
These changes were not originally included due to the need of using one of the planned conduit
sleeves for IT Fiber Cable along Big Corkscrew Drive which needs to meet the CCIT Construction
Standards, so one of the 2-inch sleeves must be changed from Sch 40 PVC material to 2 inch HDPE
material.
4.) Describe the impact if this change is not processed.
If this Change Order is not processed, the wrong conduit will be installed for the Fiber Cable installation
along Big Corkscrew Drive which needs to meet the CCIT Construction Standards. The PVC conduit
would need to be replaced and would delay the project.
Page 1 of 4
Change Order Form(2023_ver.1)
(C—P1/4.--'
o
16F 2
C..otr County
Procurement Services Change Order Form
Contract# 23-8147 CO#4 Po# 4500229425 Project#: 80039/70194
Project Name: BCIRP Phase 2A Access Road
Contractor/Consultant Name: Quality Enterprises USA, Inc.
Change Order/Amendment Summary
(If additional spaces needed,attached a separate Summary page to this amendment request)
COST TIME
CO# AMD# Description Additive Deductive Days Total New Justification
(+) (-) Added Time
DMP of drainage To provide a cost savings to
1 and utility y(1,390,557.99) the County in the amount of
materials. $78,144.78.
Adds 21 days and uses To abandon the existing irrigation well.
allowance for WD#2. If the existing irrigation well on the
2 $397,565.55-$14,780.00 21 261 property would remain,it would be in
=$382,785.55 the way of the road construction and
the project could not be completed.
Reduce the To adjust quantities due to a
3 contract amount by $(36,422.00) revision to the plans and a
$36,422.00 change in field conditions.
Adds 5 days and uses If this Change Order is not processed,the
allowance for WD#3. wrong conduit will be installed for the Fiber
all Cable installation along Big Corkscrew Drive
4 $382,785.55 f o 5 266 which needs to meet the CCIT Construction
$31,747.75= Standards. The PVC conduit would need to
$351,037.80 be replaced and would delay the project.
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
(Gp0
16F 2
Co [ie-r C014.1.1ty
Procurement Services Change Order Form
Contract# 23-8147 co#4 PO# 4500229425 Project#: 80039/70194
Project Name: BCIRP Phase 2A Access Road
Contractor/Consultant Name: Quality Enterprises USA, Inc.
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.
Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of
the Company or listed as the qualified licensed Professional "Project Coordinator"or Design/Engineer Professional
under the agreement. Signature authority of person signing will be verified through the contract OR through the
Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.mnyflorida.com%sunbiz/search/).
If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the
company giving that person signature authority.
MortonJames Digitally signed by MortonJames
Prepared by: Date:2024.05.24 10:48:54-04'00' Date:
Signature-Division Project Manager
James Morton P.E. Project Manager III (Licensed) Facilities Management
Printed Name
Michael J. Delate P.E, Digitally signed by Michael J.Delate,P.E.
Accepted by: Date:2024.05.29 08:06:11-04'00' Date:
Signature-Design/Engineer Professional(if applicable)
Michael Delate, PE, Q. Grady Minor&Associates, P.A.
Printed Name/Title/Company Name
Lou Gaudio Digitally signed by Lou Gaudio
Accepted by: Date:2024.05.29 13:16:53-04'00' Date:
Signature-Contractor/Consultant/Vendor
Louis J. Gaudio,Vice President, Quality Enterprises USA, Inc.
Printed Name/Titlel Company Name
Approved by: Date:_
Signature-Division Manager or Designee(Optional)
Printed Name
McCormickJohn Digitally signed by McCormickJohn
Approved by: Date:2024.05.29 13:43:24-04'00' Date:
Signature-Division Director or Designee(Optional)
John McCormick, PE, Division Director, Facilities Management
Printed Name
Approved by: Date:
Signature-Division Administrator or Designee(Optional)
Printed Name
Page3of4
Change Order Form(2023_ver.1) PO
16F 2
Caner County
-- Procurement Services Change Order Form
Contract# 23-8147 Co#4 PO# 4500229425 Project#: 80039/70194
Project Name: BCIRP Phase 2A Access Road
Contractor/Consultant Name: Quality Enterprises USA, Inc.
LFOR PROCURMENT USE ONLY
FY 24 CHO Request# 397
ZimmermanBecca Digitally signed byZimmermanBecca
Approved by: Date:2024.05.31 08:36:50-04'00'
Signature-Procurement Professional Signature/Date
Approved by:
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
❑ Administrative ❑ Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required)
BCC APPROVAL
]
ATTEST:
Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroller ., COLLIER CO FLORID
By: I By:
..
Chris Hall, Chairman
Dated:
Attest as to.Chairr>+ h
Date: 26 al
la signature or::‘,::..,,
11 //
. (SEAL) Agenda# lb• 1 I,. 2
A roved a to F nd Legality:
Deput Counry Attorney
42 T,sc L
Print Nam 'e
Page 4 of 4 -N.
Change Order Form(2023_ver.1)
1 6F 2
Facilities Management
WORK DIRECTIVE CHANGE
CONTRACT#/PROJECT NAME: 23-8147 CHANGE#03
BCIRP Phase 2A Access Road
DATE OF ISSUANCE: 5/23/2024 EFFECTIVE DATE: 5/23/2024
OWNER: Collier County Board of Commissioners PROJECT#: 80039.6.1
CONTRACTOR:Quality Enterprises USA Inc. ENGINEER/DESIGN PROFESSIONAL: Q.
Grady Minor&Associates,P.A.
You are directed to proceed promptly with the following change(s):
Description: issued for the installation of 2-inch HDPE Fiber Conduit in lieu of 2"PVC Sch 40,along with the installation of 5
each handholes.
Purpose of Work Directive Change: To utilize one of the planned conduit sleeves for IT Fiber Cable along Big Corkscrew
Drive and meet the CCIT Construction Standard,one of the 2-inch sleeves must be changed from Sch 40 PVC material to 2 inch
HDPE material.
Attachments: Quality Enterprises Proposal 05/16/2024
If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a
Change Order based thereon will involve one or more of the following methods of determining the effect of the
changes(s).
Method of determining change in Contract Price: Method of determining change in Contract Times:
❑ Unit Prices ❑ Contractor's records
❑ Lump Sum ❑ Engineer's record
® Other T&M NTE ❑ Other
Estimated increase(decrease) in Contract Price Estimated change in Contract Time:
$ 31,747.75 Increase or decrease by 5 calendar days.
RECOMMENDED: AUTHORIZED:
Michael J. Digitally signed by Digitally signed by
Michael J.Delete,P.E. Mort OnJameS MortonJames
Delate P.E. Date:2024.05.29 Date:202a.05.24
08:01:05-04'00' 09:43.06-04'00'
By: Michael Delate,P.E. By: James Morton P.E.
Engineer Project Manager III(Licensed)
Owner's Representative
MCP")
16F 2
11111111
QUALITY
ENTERPRISES
May 16, 2024
Mr. Nestor Fernandez, CPMWSP
Assistant Vice President—Construction Management
4850 Tamiami Trail North,Suite 301
Naples, Florida 34103
Re: Big Corkscrew Island Regional Park Phase 2A Access Road
Request for Change Order—HDPE Fiber Conduit and handholes
Nestor:
Quality Enterprises USA, Inc. request a change order in the amount of$31,747.75 for the installation
of 2" HDPE Fiber Conduit in lieu of 2" PVC Sch 40,along with the installation of 5 each handholes.
Please see attached for cost back up.
In addition to the above cost,we request an additional 5 days be added to the contract.
Please let me know if you have any questions.
Sincerely
Louis J Gaudio
Vice President
Encl: QE Work sheet
Slack Proposal
16F 2
QUALITY ENTERPRISES USA,INC. Job#14R23-01
Date 05/16/24
Collier County-Board of County Commissioners
Under Contract#20-7800
ST HOURLY OT HOURLY ST OT ST OT
UNIT RATE RATE HOURS HOURS TOTAL TOTAL TOTAL
Personnel
Corporate Officer HR $150.00 $195.00 1 5150.00 $0.00 $150.00
Project Manager HR $125.00 $162.50 3 5375.00 S0.00 $375.00
Superintendent HR S85.00 $110.50 $0.00 $0.00 $0.00
Foreman HR $85.00 $110.50 $0.00 $0.00 $0.00
Mechanic,Equipment&Truck Operator HR $75.00 $97.50 $0.00 $0.00 $0.00
Laborer HR $55.00 $71.50 $0.00 $0.00 $0.00
Administrative HR $75.00 $97.50 1 $75.00 $0.00 $75.00
Eauioment
Excavator>Cat 349 HR $250.00 $0.00 $0.00 $0.00
Excavator>Cat 320 HR $200.00 $0.00 $0.00 $0.00
Excavator<Cat 320 HR $150.00 $0.00 $0.00 $0.00
Excavator w/hammer/Epiroc HR $350.00 $0.00 $0.00 $0.00
Excavator w/side grip vibratory hammer HR $350.00 $0.00 $0.00 $0.00
Wheel Loader>Cat 962 HR $225.00 $0.00 $0.00 $0.00
Wheel Loader>Cat 938 HR $175.00 $0.00 $0.00 $0.00
Wheel Loader<Cat 938 HR $150.00 $0.00 $0.00 $0.00
Bull Dozer HR $175.00 $0.00 50.00 $0.00
Motor Grader HR $175.00 $0.00 50.00 $0.00
Soil/Stone Roller HR $125.00 $0.00 $0.00 $0.00
Telehandler HR $125.00 $0.00 50.00 $0.00
Manlift HR $125.00 $0.00 $0.00 $0.00
Forklift HR $100.00 $0.00 $0.00 $0.00
Broom Tractor HR $95.00 $0.00 $0.00 $0.00
Milling Machine HR $685.00 $0.00 $0.00 $0.00
Skid steer with milling head(bump grinder) HR $150.00 $0.00 $0.00
Asphalt/Mat.Shuttle Buggy HR $375.00 $0.00 $0.00 $0.00
Asphalt Paver Weiler 385 HR $375.00 $0.00 $0.00 $0.00
Asphalt Paver Cat 1055 HR $575.00 $0.00 $0.00 $0.00
Asphalt Roller HR $125.00 $0.00 $0.00 $0.00
Off Road Dump HR $250.00 $0.00 $0.00 $0.00
Crane>130 ton HR $1.500.00 $0.00 $0.00 $0.00
Crane>30 ton HR $500.00 $0.00 $0.00 $0.00
Crane<30 ton HR $250.00 $0.00 $0.00 $0.00
Vibratory Hammer HR $400.00 $0.00 SO.00 $0.00
Concrete Crusher HR $685.00 $0.00 $0.00 $0.00
Screener HR $375.00 $0.00 $0.00 $0.00
Push Boat HR $275.00 $0.00 50.00 $0.00
Sectional/Hopper Barge HR $175.00 $0.00 $0.00 $0.00
Drone Lidar Photogrammetry HR $350.00 $0.00 50.00 $0.00
Directional Drill JT 100 HR $2,000.00 $0.00 $0.00 $0.00
Directional Drill AA 440 HR $4,000.00 $0.00 $0.00 $0.00
$0.00
Lowboy/Tractor HR $175.00 $0.00 $0.00 $0.00
Dump Truck/Roll Off HR $95.00 $0.00 $0.00 $0.00
Water Truck/Trailer HR $125.00 $0.00 50.00 $0.00
Tack/Prime Truck/Trailer HR $150.00 $0.00 $0.00 $0.00
Lube/Mechanics Truck HR $125.00 $0.00 $0.00 $0.00
Truck with Hand Tools HR $95.00 $0.00 50.00 $0.00
Pickup HR $40.00 $0.00 S0.00 $0.00
Camera Truck HR $400.00 $0.00 $0.00 $0.00
Vacuum Truck HR $475.00 $0.00 $0.00 $0.00
$0.00
Small Eauioment $0.00
Air Compressor with Hammer HR $60.00 $0.00 $0.00 $0.00
Concrete Saw HR $60.00 $0.00 $0.00 $0.00
Plate Compactor HR $60.00 $0.00 $0.00 $0.00
Trench Box 16'x 10' HR $50.00 $0.00 $0.00 $0.00
Stone Box HR 550.00 $0.00 $0.00 $0.00
Steel(Road)Plate HR $50.00 $0.00 $0.00 $0.00
Wetlpoint System HR S250.00 $0.00 $0.00 $0.00
3-Trash/Submersible Pump HR $50.00 $0.00 $0.00 $0.00
6°Hydraulic Pump HR $150.00 $0.00 $0.00 $0.00
12"Hydraulic Pump HR $200.00 $0.00 $0.00 $0.00
Cut Off Saw HR $20.00 $0.00 $0.00 $0.00
Light Set HR $50.00 $0.00 $0.00 $0.00
Generator/Welder HR $50.00 $0.00 $0.00 $0.00
Generator 70kw HR $125.00 $0.00 $0.00 $0.00
Generator 125kw HR $150.00 $0.00 $0.00 $0.00
MOT HR $150.00 $0.00 $0.00 $0.00
Fusing Machine 2-16" HR $150.00 $0.00 $0.00 $0.00
Fusing Machine 18"-42" HR $300.00 $0.00 $0.00 $0.00
Tap Machine-small(3/4"-3') each tap EA S750.00 $0.00 $0.00 $0.00
Tap Machine-large(4'-12") each tap EA $1,000.00 $0.00 $0.00 $0.00
Pipe Trenchtess Piercing tool HR $250.00 $0.00 $0.00 $0.00
Pipe Ramming HR $625.00 $0.00 $0.00 $0.00
Material
Disposal Fee(concrete,asphalt,debris,etc) PER LOAD $500.00 $0.00 $0.00 $0.00
$0.00
Slack Electrical ($27,085"1.15) $31,147.75
Grand Total: $31,747.75
10%MARK UP ON MATERIAL
15%MARK UP ON SUBCONTRACTORS
If work is performed other than Monday through Friday,7:00am-4:00 pm,excluding holidays,OT Rates will be used for Personnel. These rates also apply for travel time
necessary to mobiize and demobilize to and from work. EA...0'
REV.3.17/2a21
16F 2
PROJECT: Big Corkscrew Island Regional Park Phase 2A Access Road
COUNTY: Collier
re. Slack Electrical LOCATION: 810 39th Ave NE,Naples,FL 34120
BID DATE: May 15,2024
BID ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL
9.8 (2,700.00) LF 2"Sch 40 PVC Sleeve-Furnish&Install $7.00 ($18,900.00)
9.8 2,700.00 LF 2"Sch 40 PVC Sleeve-Furnish&Install(HDPE) $7.00 $18,900.00
635 2 12 5.00 EA Pull Boxes,24x36 $5,417.00 $27,085.00
Sub-Total $27,085.00
BID TOTAL $27,085.001
NOTES:
I.) The above quoted prices are good for a period of 60 days. All work according to applicable D.O.T.specs.
2.) Taxes and Insurance are included.
3.) Quality control and testing by Others
4.) Staking,layout of all items including ROW is by Others.
5.) Inclusive of the below per CCIT Constriction Standards,Collier County Fiber Optic Technical Special Provisions,FDOT Standard Specific
and Design Standard 17700:
Detectable burial tape
12 Gauge Solid Blue Locate Wire
Fiber Optic Burial Markers
Concrete Aprons
Pull Boxes 24x36x36D spaced every 1,000 feet
57 stone rock
Duct Seal
Ground rods and associated grounding
Justin Slack
05/15/2024
I I
•
I �