Loading...
Backup Documents 12/10/2024 Item #16F 9 ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP 6 9 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO F 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 5 i?bv)c)-11 2. BCC Office Board of County Commissioners Chairman /1174 l2 16 ZY 3. Minutes and Records Clerk of Court's Office 00 ' 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.Miller,Facilities Division Phone 239-252-8440 Contact/Department Number Bendisa.Miller@colliercountyfl.gov Email Agenda Date Item was December 10,2024 Agenda Approved by the BCC Item 16.F.y1 Number Type of Document Attached Recommendation to ratify administratively approved Number of Change Order No.3,adding 5 days and reducing the Original contract amount by$18,585.94,using$1,951.90 of the Documents owner's allowance from Purchase Order No. Attached 4500230889 under Agreement No.23-8182 with Kelly Brothers,Inc.,for the"Caxambas Park and Boat Ramp Rehabilitation Project,"and authorize the Chairman to sign the attached Change Order.(Project No.50280) 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. BEM 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 BEM 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 August 27,2024,and all changes made during the meeting have I N/A is not an been incorporated in the attached document. The County Attorney's Office has reviewed the 1Ih 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. `/yl(" option for this Jl� line. 1: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 Docusign Envelope ID:9D5309FF-4309-4381-B4F7-8F6420E6DAA2 1 6 F9 Co tiler County Procurement Services Change Order Form Contract# 23-8182 co# 03 PO# 4500230889 Project#: 50280.7.8 Project Name: Caxambas Park and Boat Ramp Rehabilitation Project Contractor/Consultant Name: Kelly Brothers, Inc. Select One: ❑✓ Contract Modification (Construction or Project Specific) ❑Work Order Modification Project Manager Name: Olivier Sureau Division Name: Facilities Management Original Contract/Work Order Amount $3,007,399.86 3/12/2024 11G Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $3,007,399.86 3/12/2024 11G Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $3,007,399.86 12/22/2024 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change -$18,585.94 -0.62% Total% Change from Original Amount Revised Contract/Work Order Total $2,988,813.92 -0.62% % Change from Current BCC Approved Amount Total Cumulative Changes -$18,585.94 -0.62% % Change from Current Amount Notice to Proceed 5-28-2024 Original NTP 200 Original Final 12-14-2024 Last Final 1-05-2025 Date #of Days Completion Date Approved Date #of Days Added 5 Revised Final Date 1-10-2025 Current Substantial Completion Date 12-06-2024 (includes this change) (if applicable) 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; ❑✓ 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 address WD#7, #8, and#10 as described below. WD#7 $0.00 and 0 days-This work directive acknowledges an adjustment to the floating dock piles elevation to minimize probability of docks floating off during tropical weather events. WD#8 ($18,585.94)and 0 days-This work directive documents that the schedule of value item 5.5 shall NOT be prosecuted by the Contractor and acceptance of KBI's offer to dispose of the existing gangways at no charge. WD#10 $1,951.90 and 5 days-This work directive will use the Owners Allowance leaving a balance of$36,532.32 to proceed with importing and installing 1 additional load of FDOT#89 stone to repair the French drain that was washed out during Hurricane Helene. 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. WD#7- During construction it was found that to minimize the probability of the docks floating off the piles during a tropical weather event, the 50' long floating dock piles shall be raised two feet from the elevation specified in the plans. WD#8-This change was included but have moved forward with line item 11.1 therefore needing a reduction for line item 5.5. WD#10 - It was unknown that we would have a weather event that would require additional stone to repair the French drain. 4.) Describe the impact if this change is not processed. If this change order is not processed, the adjustment to the elevation of the floating dock piles, the removal of line item 5.5 in the bid tabulation, and additional repairs due to Hurricane Helene would not be recognized. Page 1 of 4 Change Order Form(2023_ver.1) Docusign Envelope ID:9D5309FF-4309-4381-B4F7-8F6420E6DAA2 pii. Cor County Procurement Services Change Order Form Contract# 23-8182 co# 03 PO# 4500230889 Project#: 50280.7.8 Project Name: Caxambas Park and Boat Ramp Rehabilitation Project Contractor/Consultant Name: Kelly Brothers, 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 Revisions to Schedule Amended and revised the A and replacement of Agreement so that the terms 1 Exhibits C through and conditions now comply G-2. with required State law. Use $26,349.96 of If this change order is not processed, the Owners the repair frequency and 1 Allowance for deterioration during heavy use and unpredictable adverse weather WD#1, #2 and #4. events would greatly increase. Amends the agreement to incorporate Amends the agreement to incorporate the the requirement that if the Owners requirement that if the Owners Allowance is Allowance is utilized by Owner that the utilized by Owner that the bonds on the project 2 bonds on the project must be increased and removes references to the must be increased and removes references to requirement that the Contractor provide the requirement that the Contractor provide the the Cash Flow Projection exhibit Cash Flow Projection exhibit. Adds 14 days to the If this change is not processed a trench would project and uses need to be cut into the boat ramp along with brand pro) new repaving to provide utilities to other agencies 2 $206,639.01 of 14 214 costing the County more money,electricity would the Owners Allowance for not be provided to the ship store,and the marina WD#3,#5 and#6. facility would not be In compliance with the submerged land lease from the State of Florida. Adds 5 days to the project, If this change order is not processed,the reduces the contract amount adjustment to the elevation of the floating by($18,585.94)and uses dock piles,the removal of line item 5.5 in 3 $1,951.90 of the Owners ($18,585.94) 5 219 the bid tabulation,and additional repairs Allowance for WD#7,#8 and due to Hurricane Helene would not be #10. recognized. ❑ Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2023_ver.1) Docusign Envelope ID:9D5309FF-4309-4381-84F7-8F6420E6DAA2 6 F 9 #4" Cor County Procurement Services Change Order Form Contract# 23-8182 CO# 03 PO# 4500230889 Project#: 50280.7.8 Project Name: Caxambas Park and Boat Ramp Rehabilitation Project Contractor/Consultant Name: Kelly Brothers, 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.myflorida.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. SureauOlivier Digitally signed by SureauOlivier Prepared by: Date:2024.10.15 12:48:50-04'00' _ Date: Signature-Division Project Manager Olivier Sureau, Project Manager III, Facilities Management Printed Name Sharp' Nicole Digitally signed by Sharp, Nicole Accepted by: Date:2024.10.17 12:46:41 -04'00' Date: 10/17/2024 Signature-Design/Engineer Professional (if applicable) Nicole Sharp PE for Douglas Mann, Lead Coastal Engineer, Aptim Environmental & Infrastructure, LLC Printed Name/Title/Company Name ,---DocuSIgned by: Accepted by: Ain L - Li Date: 10/30/2024 Sigr'- 4E5C2FA61c6E447.. 'ConsultantNendor Dane Kelly, President, Kelly Brothers Inc. Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name DelonyBrian Digitally signed by DelonyBrian Approved by: Date: 2024.10.31 13:21:33 -04'00' Date: Signature-Division Director or Designee (Optional) John McCormick, PE, Division Director,--Facilities Management Printed Name Brian DeLony, PE, Interim Division Director, Facilities Management Approved by: Date: Signature-Division Administrator or Designee (Optional) Printed Name Page 3 of 4 Change Order Form (2023_ver.1) Docusign Envelope ID:9D5309FF-4309-4381-B4F7-8F6420E6DAA2 6 F9 Cor County Procurement Services Change Order Form Contract# 23-8182 CO# 3 PO# 4500230889 Project#: 50280.7.8 Project Name: Caxambas Park and Boat Ramp Rehabilitation Project Contractor/Consultant Name: Kelly Brothers, Inc. FOR PROCURMENT USE ONLY FY 25 CHO Request# 526 Digitally signed by ZimmermanBecca ZimmermanBecca Approved by: Date:2024,11.22 16:31:51 -05'00' Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: Administrative II Administrative-BCC Report BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL I ATTEST: Crystal K. Kinze Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptrol COLLIER C N Y, FLO IDA By `•' By: x4 Chris Ufa(II , Chairman Dated 1 y t4„Cfla:rm Date: 12/1 O I Zy !tingttirOn(S AL) Agenda # 16 F 9 A,prov•d as to. and Legality: /�j �. On y County '"orney < „At K. 74vL _ Print Name Page 4 of 4 (12.--.1:4)17 — Change Order Form (2023_ver.1) 16F9 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT CONTRACT#23-8182 CHANGE # 7 Floating Dock Piles Elevation PROJECT NAME: CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT DATE OF ISSUANCE: 08/3(1/2024 EFFECTIVE DATE: 08/30/2024 OWNER: Collier County Board of Commissioners PROJECT#: 50280.7.8 CONTRACTOR: Kelly Brothers, Inc. ENGINEER/DESIGN PROFESSIONAL: Aptim Environmental & .Infrastructure, Inc. You are directed to proceed promptly with the following change(s): Description: This work directive specifies an adjustment to the floating dock piles elevation. To minimize the probability of the docks floating off the piles during a tropical weather event, the 50' long floating dock piles shall be raised two feet from the elevation specified in the plans. Therefore, the top elevation of the piles shall now be +12' NAVD instead of+10' NAVD found on sheet PV-3. Contractor is directed to proceed promptly with the adjustment described above. There is no cost associated with this adjustment. Purpose of Work Directive Change: Floating dock piles elevation adjustment to minimize probability of docks floating-off during tropical weather events Attachments: APT1M Floating Dock Piles Elevation.msg 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 ® T&M Not to Exceed ® Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ 0 None 16F9 AUTHORIZED: Digitally signed by SureauOlivier Datee2 020fivier Dat4.08.30 08:38:50-04'00' By: Olivier Sureau,PMP,Sr.Project Manager Owner's Representative: Facilities Management 16F9 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT CONTRACT#23-8182 CHANGE #8 R1 Floating Docks 1 and 2 Gangways PROJECT NAME: CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT DATE OF ISSUANCE: 09/10/2024 EFFECTIVE DATE: 09/10/2024 Revised 9/17/24 OWNER: Collier County Board of Commissioners PROJECT#: 50280.7.8 CONTRACTOR: Kelly Brothers, Inc. ENGINEER/DESIGN PROFESSIONAL: Aptim Environmental & Infrastructure, Inc. You are directed to proceed promptly with the following change(s): Description: The schedule of values for this project has two mutually exclusive items: Item 5.5 "Clean &repair gangways for docks 1 & 2"and item 11.1 "Provide& place new gangway for floating dock (No 1 & 2)". New gangways were delivered to the site yesterday (Item 11.1). Contractor is directed to NOT proceed with the scope of item 5.5. No charge shall be made against schedule of values item 5.5 in future pay applications ($18,585.94 value). After issuance of the work directive, KB' sent the below e-mail message. Revision 1 documents County's acceptance of KBI's offer to dispose of the existing gangways at no charge. Purpose of Work Directive Change: Document that schedule of value item 5.5 shall NOT be prosecuted by the Contractor and acceptance of KBI's offer to dispose of the existing gangways at no charge Attachments: 16F9 Jake Kinnear <jakek@kellybros.net> From: jakek@kellybros.net Sent: Tuesday, September 10, 2024 at 03:00 pm EDT (7 days ago) To: Jake Kinnear, Olivier Sureau CC: Douglas Mann, Jon Edwards, Tony Barone Subject: Work Directive #8 - Floating Docks 1 and 2 Gangways Hello Olivier- WDC#8 received. Please confirm the two original gangways which are at Caxambas Park are now the responsibility of Collier County and that Collier County will address their removal and or disposal? If needed, Kelly Brothers will dispose of the existing gangways at no charge. Thank you, Jake Kinnear jakekpkellybros.net Project Manager/Assistant Estimator KELLY BROTHERS INC. 15775 Pine Ridge Road, Fort Myers, FL 33908 P: (239) 482-7300, C: 239-219-4382 www.kellybros.net • 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 T&M Not to Exceed ® Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ 0 None AUTHORIZED: Digitally signed by SureauOlivier Sureeu0livier Data.2024.09.17 09:30:03-04'00' By: Olivier Sureau,PMP.Sr. Project Manager Owner's Representative: Facilities Management 16F9 Procurement Strategist:Kristofr laryxz Im'81010u Sent,541$ Project Marshier.Jim Morton Vendors Viewed:98 Bid DuD'heronry 3,2024 Submittal 2 23-8182 Caxambas Park and Boat Ramp Rehabilitation Project Bid Tabulation Kelly Brothers,Inc. Thomas Marine Construction,Inc. Item No, Settler 1-Gentile Unit Quantity Price Total prise total 1.1 As'Oulit Survey LS 1 516,279.80 516,279.80 58,750.00 $8,75003 Section l•General Subtotal 516,279.80 58,750.0D Item No. Settler 2.Demolition&Erosion Control Unit Quantity Price total Price Total 2.1 Demolition of concrete cap IF 050 596.68 543,506.00 $200.00 $90,00000 22 Turbldny Barrier.See FDFP Permit No.:0191371.004eI IF ?CO 570.28 514,05600 $145.0D $29,00000 23 Vibration Monitoring L5 1 $10,886.00 $1088600 $10,51xi.00 5I0,500.00 2.4 Environmental P,oleclinn l5 1 58,71022 58,720.22 $16,20000 516.703.00 Section 2-Demolition&Erosion Control Subtotal $81,168.22 $145,700.00 Item No. Section 3-Bulkhead Construction Unit Quantity Price Total Price 0 3.1 Construct new bulkhead with barer plies IF 239.9 53,370.97 5808.695.70 $3,95000 5541,605.00 3.2 Construct new cantilever bulkhead LF 89.6 53,639.71 5326,11802 53,10000 5277,760.00 3.3 Construct west ramp bulkhead LF 89.8 52,86701 5257.457.50 $2,550.00 5228,99000 3.4 Construct east ramp bulkhead Li 72.1 $3,11786 $224,797.71 52,550.00 5183,855.00 3.5 Construct new ramp steel toe wall LF 29.9 51,882.67 556,291.83 52,25000 567,275.00 Section 3-Bulkheed Construction Subtotal $1,673,360.76 $1,705,485.00 Item No. Section 4-Replace Boar Ramp Unit Quantity Pox tonal Price Total 4.1 Replace the Boat Ramp LS 1 $161,870.05 5161,870.05 5172,600.00 5172.60000 4.2 Pies and slgnege at ramp end EA 2 $2,01644 54,032.88 $3,500.00 57,00000 Section 4.Replace Bost Ramp Subtotal $165,902.93 $179,600.00 Item No. Section 5-Floating Docks Unit Quantity Price Total Price Total 5.1 Install new floating dock guide piles EA 8 58,607.06 568.856.4a 511,00000 $RB,000.00 5.2 Provide and place new floating dorklno.11 LS 1 527,032.15 $27,032.15 532,000.00 537,000.00 5.3 Provide and Place new fleeting dock(no.3) LS ] 522,032.15 527,032.15 $32,000.00 532,00000 5,4 Demolish existing floating dock no.l. LS 1 52,783.64 52,783.64 $6,500.00 56,500.00 5.5 Clean and repair gangways for floating docks ro.l end 2.and Instal Each 2 59,292.97 $16,585.94 53,500.00 $7,000.00 5.6 Provide and place new Boating dock(no.31 with gangway LS 1 j$130,530.45 5130,530.45 5135,000.00 $135.030.00 Sections-Floating Docks Subtotal 5274,820.81 $300,500,00 Item No. Section 6-Boat Lift Structure Unit Quantity Price Total Price Total 6.1 Repair boat let structure LS t 511,77030 511,77080 515,00000 515,000.00 Section 6-Boat lilt Sructve Subtotal $11,770,80 $15,000.00 Item No. Section 7-Boat lift Electrical System Unit Quantity Price 1 Total Price Total 7.1 Repair boat let electrical system LS 1 57,398.27 57,398.27 518,000.OD S1R.Ixx1.00 Section 7•Bost Lift Electrical System Subtotal $7,398.27 $18,000.00 Item No. Sections.Construction of Fixed Timber Dock Unit Quantity Price Total Pore Total 8.1 Remove and drhe new timber marginal dock piles w/wraps EA 43 $1,128.24 $91,514.32 54,500.00 S193500.00 8.2 Construct fixed timber dock IF 260 5469.16 5121,986,40 $400.00 5104,000.00 8.3 Construct north dock handrails LF 100 5244.21 524,421.00 $30000 530,000.00 8.0 Construct boat lenders EA 17 5552.41 56.628.92 $70000 58,400.00 Section 8•Construction of Fixed Timber Dock Subtotal 5244,551.04 5335,900,00 Item No, Section 9•Paving/Site Resonation/Mlle Unit Qwntlry Price Total Price Total 9.1 Millard pave select portions of the parkingbt IS 1 555,44904 555,449.00 530000.00 530000.00 9.2 Place 89 stone(10cy ruck) EA 10 51,951.90 519,51900 $750.00 57,500.00 9.3 She Restoration LS 1 511,595.22 511,595.22 545,0,0.00 545,030.00 9.4 Fish cleaning station an concrete slab IS 1 58,142.37 58,142.37 550000° 55,000.00 $artier 9.Pe Omit/Site Pesoratlon/Misr Subtotal 594,705.63 $87,500.00 Subtotel(Section+1-91 $ 2,581,658.26 I$ 2,796,435.001 Item No, Section 10-Mobllcation/Damabllaatlon Unit Quantity Price Total Price total 10.1 Mobllitnon/Demobloation(maximurn al l0%of the Sub-Totela for Settlers Ill) L5 1 5144.773.61 5144,773.61 5276,11500 5276,11500 Intel Base Bid $ 2,714,731.67 I$ 3,012,550.001 Item No. Section 11-Alternate for Fleeting Dock Unit Quantity Price Total POce Total 11.1 Provide and Place New gangway for Floating Dock(no.l and 2) Each 2 510.597.40 521,194.g0 310,30000 $21,W0.00 Section 11-Alternate for Fleeting Docks Subtotal 521,194.60 521,000.00 total Base Bid.Section ll Aiternetea, $2,735,928671 I $3,093,550.00I ' 'Owners Allowance Ile%of Total Base Uldll TOM 15271,473.191 5271873.19I$307,255.00 I 5.307,755.00I sthsncrs Allowance r I0°o of lutal rase bid-for Osoneon Use es Directed.This/hoar.,hill he used only al Ito Oonxr's dimcn.1I0 ...pilafs work duo to sW bream conditions and/or as directed by the Oen..Inclusion ofthe Allossen a tut port of the Contract Pricy is not a guarantee Thal the Contractor will be paid any psntism or the full amount of the Allowance.Expenditures of Goners Aliownelee will be made through Change Order wits proper documentation of Tutu and Materials supporting the change, Vendor Check List YES/NO YES/NO Bid Schedule Yes Yes Form 1:Bid Response Form Yes Yes Form 2:COntrector's Key Personnel Assigned to the Project Yes Yes Form 3:Material Manufacturers Yes Yee Form 4:List of Major Subcontractors Yes Yes Form 5:Stetement of Experience of Bidder Yes Yes Form 6:Trench Safety Act Yes Inc Form 7:Bid Bond Yes y Yes Form 8:Insurance and Bonding Requirements Yes Yes Form 9:Conflict of Interest Affidavit Yes Yes Form 10:Vendor Declaration Statement Yes Yes Form 11:Immigration Affidavit Certification Yes Yes Form 12:Bidder's Checklist Yes Yee Groot Documents Yes 'N0 Addendum, Yes Yes E-Verity Prof Ile Page or MOU Yee Yes SunBlr Yes Yes W-9 Yes Yes Licensing I Yes Yes 'Minn imyularin Opened by.Kristofer Lopoo,Prceurcmaw Srutogisi Witnessed by:Lisa Dieu,lfocuremcnl Stratcgisl 16F9 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT CONTRACT#23-8182 CHANGE # 8 Floating Docks 1 and 2 Gangways PROJECT NAME: CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT DATE OF ISSUANCE: 09/10/2024 EFFECTIVE DATE: 09/10/2024 OWNER: Collier County Board of Commissioners PROJECT#: 50280.7.8 CONTRACTOR: Kelly Brothers, Inc. ENGINEER/DESIGN PROFESSIONAL: Aptim Environmental & Infrastructure, Inc. You are directed to proceed promptly with the following change(s): Description: The schedule of values for this project has two mutually exclusive items: Item 5.5 "Clean & repair gangways for docks 1 & 2" and item 11.1 "Provide& place new gangway for floating dock (No 1 & 2)". New gangways were delivered to the site yesterday (Item 11.1). Contractor is directed to NOT proceed with the scope of item 5.5. No charge shall be made against schedule of values item 5.5 in future pay applications ($18,585.94 value). Purpose of Work Directive Change: Document that schedule of value item 5.5 shall NOT be prosecuted by the Contractor Attachments: 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 T&M Not to Exceed ® Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ 0 None AUTHORIZED: Digitally signed by SureauOlivier ate Date:20l40 D : 024.09.10 14:26:22-04'00' 16F9 By: Olivier Sureau.PMP,Sr. Project Manager Owner's Representative: Facilities Management 16F9 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT CONTRACT#23-8182 CHANGE # 10 RI French Drain Repair and Weather Delay Hurricane Helene PROJECT NAME: CAXAMBAS PARK AND BOAT RAMP REHABILITATION PROJECT DATE OF ISSUANCE: 09/30/2024 EFFECTIVE DATE: 09/30/2024 REVISED: 10/3/2024 OWNER: Collier County Board of Commissioners PROJECT#: 50280.7.8 CONTRACTOR: Kelly Brothers, Inc. ENGINEER/DESIGN PROFESSIONAL: Aptim Environmental & Infrastructure,Inc. You are directed to proceed promptly with the following change(s): Description: The French drain along the west seawall that was in place prior to hurricane Helene was washed out during the storm. Contractor is directed to proceed with import and install of 1 additional load of FDOT#89 stone to repair the French drain. Contractor is directed to promptly proceed with the work described above. Funds for this work directive shall come from the Owners Allowance and shall not exceed $1,951.90. Revision 1 of this directive also includes 5 additional days to be added to contract time because of weather delay resulting from hurricane Helene(Storm prep, no work during storm,remobilization after storm). Purpose of Work Directive Change: French drain repair and weather delay hurricane Helene Attachments: 16F A N . .rfi k t �y J ka, Y S i'� R ' % �P t d JJ P� if r .t #�'gg yy x. { J3 VA I, 1iF t 1 '� • S b '1 It • pb8 ' 0 ��l �'" . rot { 9 + ' Y jiy 11 �� t as v" t�, `"" sS } 4 as t 4 .t M r sg S'.A. '• #+ t 1i `t '• k 4.�,' •+'t�'x:h Mafof• ,, 1, i''''' �s yy,.' . l'1' P i ✓Y' S' yx 7 N. d ii £ 4id�Y I f y:' P 4if ' 8 tv;:,ll ill F 31,; ,,,r P. din . �cp p i"� r 1 N •e :, 51 I $,,ii x �J 9l P \ t V ifs , ,> ll►1 }, • £xa.v�m+ "yi . .. , x t.. - fs 8 .4 Fv ,q y" x'.-t P li' 3a' $ ' ' ' • iiiti 1 ` E 3ia • t , 4y -€— ,�•'. v 9.1}' ` fi } Yr ..y , : � „ik.o - • -; ,,arSa " } Ae > , i+ ` iex4 kvix ' l i t D ,,'°': P rtYw z ,, z rt,&a '{g-ii ',i x4 rSl i '`i uwk { '7M l ggi &P 6 B 4: �4 ii3 I tsY ". (�E1 � x h �d x + §tx �, .r S • gs�af`*Y 3:"t.+ dr '' z q� A " ' st 3 `R•. rt s Y _ 6 •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 EContractor's records El Lump Sum ❑ Engineer's record ElT&M Not to Exceed ® Other Estimated increase (d ei'e ) in Contract Price Estimated change in Contract Time: $ 0 Increase by 5 calendar days AUTHORIZED: Digitally signed by SureauOlivier D ate:20fvle` Date:2024.10.03 09:17:18-04'00' By: Olivier Sureau,PMP,Sr. Project Manager Owner's Representative: Facilities Management 16F9 A . line faro Strategist Kri.lorer lope/. Project Manager lion Morton limitations Son.54I 13id Dud 1an14uy 3,2024 Vendors Vowed.IX Submined.2 23-8182 Caxambas Park and Boat Ramp Rehabilitation Project Bid Tabulation Kelly Brothers,Inc. Thomas Marine Construction,Inc. hens No. Section 1.General Unit quantity Price Total Price Total 1.1 no.800 Survey L5 1 516,27980 516,229.80 58,750.00 58,750.00 Section l-Genere1 Subtotal 5/6,279.80 58,750.00 Item No. Section 2-Demolition i Erosion Control Unit quantity Pilot Total Price Total 2.1 Demolition of concrete cap LI 450 596.69 543,506.00 5200.00 590,000.00 22 Turbidity Barrier.See FDEP Perm)No.:0191321.004 Et 1F 200 570.28 $14,056.00 51451x1 529000.00 2.3 Vibration Monitoring LS 1 514,886.00 514886.00 510,501.00 510,50000 24 Environmental Protection l5 1 58,720.22 58,720.2E 516,2mo0 $16,20000 Section 2•Demolition i Erosion Control Subtotal 581,168,22 5145,700.00 Item No. Section 3-Bulkhead Construction UMt quantity Price Total Price 0 3.1 Construct new bulkhead wall bane:piles IF 2399 53,320.97 5808,695.20 53,95000 5947.605.00 3.2 Construct new cantilever bulkhead LF 896 53,639,71 5326,11807 53,10000 1177,260.00 3.3 Construct west ramp bulkhead LI 89.8 S2,86701 $257,457.50 52,550,0 S228.990.34/ 34 Construct east tamp bulkhead If 72.1 53,11786 $224,791.21 $2,55000 5183,855.00 3.5 Construct new ramp steel toe wall LF 29.9 $1,8/12.62 556,29183 52,250.00 567,225.10 Section 3•Bulkhead Construction Subtotal 51,673,360.76 51,705,485.00 Item No. Section 4-Replace Boat Reny Unit quantity Price Total Prlte Total 4.1 Replace the Boat Ramp LS 1 $161,8/0.05 S161,870.05 5172,100.10 5122,600.00 4.2 Plies and signage at ramp end EA 2 5701644 54,032218 53,500.W 57011000 Section 1-Replace Boat Ramp Subtotal 5165,902.93 5179,600.00 item No. Section 5-Floating Docks Unit quantity Price Total Price Total $.1 install new floating dock guide piles CA 8 $8,607.66 $6885548 $33,Otb.00 588,000W 5.2 Provide and place new floating dock(ro.2) IS 1 $77.03715 527,032.15 $32,10100 532,000.00 5.3 provide and Place new Doming dock ono lj II 1 527,032.15 $27,032.15 $32,00.00 $32,00000 5.4 Demolish arming'bating dockno,l. LS 1 52,783.64 52,783.64 56,50000 56,50000 S.5 Clean and repair gangways for floating docks no.1 and 2.and Install Each 2 59,292.97 518,585.94 53900 0 51,000.10 5.6 Provke and place new floating dock(no.31 with gangway LS 1 5130,53045 5130,530.45 5135,000.0 5135,000.00 Section 5•Floating looks Subtotal $274,820.81 $300,500.00 Item No. Section 6.Boat Lift Structure UNt quantity Price Total Price Total j 6.1 Repair boatidl structure LS 1 $11,7/0.80 511,77080 $15,a1000 $15,000.00 Section 6-Boat LIN Structure Subtotal $11,770.80 $15,000.00 Item No. Section 7•Boat lln Eectrkel System Unit quantity Price Total Price Total 71 Repair boat lift electrical system LS 1 57,398.27 57,398.22 Sbo,000.00 $18,000,10 Section 7-Boat Lilt Elecirkal System Subtotal 57,398.27 $18,000,00 Item No. Section 8•Construction of Fixed Timber Dock Unit quantity Price Total Price ' Total 8.1 Remove and drive new timber marginald0ek piles w/wraps EA 43 52,128.24 $91,514.32 54,500.00 $190,500.00 8.2 Construct fired timber dock LF 260 5469.16 $121,986.80 $400.00 5104,00.00 8.3 Construct north dock handrails If 100 5244.21 52442100 530000 S30,003.00 8.4 Construct boat fenders CA 12 555241 56,62892 5700.00 58,400.00 Section B-Construction of Fixed Timber Dock Subtotal S244,551.04 $335,900.00 Item No. Section 9.Pevini/Site Resonation/Miss Unit 3 quantity Price Total Price Total 9.1 MIIH and pave select poniom 07 the parking lot l5 1 555449 Cul 555,44904 530,000.0 $30,00000 9.2 Place 89 stona(l0cy truck) EA 10 51,951.90 $19,519.00 575n0n 57.50000 9.3 Site Restoration IS 1 511,595.22 511,595.22 $45,000.00 $45,00000 94 Fish/leaning station on concrete slab IS 1 58,142.12 58,142.37 $S,10010 $5,000.00 Section 9-Peving/Site Resonation/Mlsc Subtotal $94,705.61 $87,500.10 Subtotal(Sections 1-911$ 2,569,9511.26I I 2,796,415,00I Item No. S.110010.Mobllaellon/Demobllaalbn Unit quantity Price Totat Price Total 10.1 Mobillaaton/Demobluaal Onima.imum of 10%of the Sub-Totals for Serthorn(1.9) LS 1 5144,773.61 5144,773.61 5276,115.00 5216,115.00 I Total Base Bld'$ 2,714,731.67 I I$ 3,072,550.00 I Item No. Section El•Alternate for Floating Dock UNt quantity Price Total Poloe Total 11.1 Provide and Place New gangway for Floating Dock lno.1 and 2) Each 1 510,597.40 521,19480 $10,5t10.(l0 $21,000.00 Section 11•Alternate for Floating Docks Subtotal 521,194.80 $21,000.00 ITotal Bal.81d 4 Section 11 Altemetesl 52,735,926.6/ I $3,093,550.001 I 'Owners Nbwance(Ith6 of Total Basa Until T&NI Is 271,473.191 5271,47.3.191 5307,255.10 I 5307,255.00I 'OsA%rs Allosnlnce a I11%Pl luiel h3.e hid.tin()Alters lose as Droned 1 his Allowitmc trill he used on1)al the 0urnor's diruetion to ennlplish work due to uNure8een conditions moor as directed by tit Oorrr.Inclusion of the Allossancc as port attic Contract Price is not u gliarunkc that the Contractor hill he paid any portion or the hill amount of the Allol,muw.I:npondinues ofOuners Allossalnc%NI he made through Change Order Amh p11)303r documentation or tune end Muleriub.r suppraning the change Vendor Check Llst YES/NO YES/NO Bid Schedule Yes Yes Form 1:Bid Response Form Yes Yes Form 2:Contractor's Key Personnel Assigned to the Project Yea Yes Form 3:Material Manufacturers Yes Yes Form 0:Ust of Major Subcontractors Yes Yes Form 5:Statement of Experience of Bidder Yes Yes Form6:Trench Safety Act Yes Yes Form 7:Bid Bond Yes Yes Form 6:Insurance and Bonding Requirements Yes Yes Form 9.Conflict of Interest Affidavit Yes Yes Form 10,Vendor Declaration Statement Yes Yes Form 11:Immigration Affidavit Certification Yes Yes Form 12:Bidder's Checklist Yes Yes Grant Documents Yes 'NO Addendums Yes Yes E-Verify Profile Page or M0U Yen Yes SunBi1 Yes Yes W-9 Yes Yes Licensing Yes Yes ^.Ifni:In./plum Opened M.Krisloler Loper,Procurement Strategist Wilecsscal In:Lisa Oicn,Procwemad Strategist