Backup Documents 12/10/2024 Item #16B 4 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 B 4
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.
** 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
l' Felipe Baez De La Cruz Transportation Engineering BaezFelipe 12/12/24
2.
3. County Attorney Office County Attorney Office
4. BCC Office Board of County
Commissioners cif Lr
J// 12I!((Ly
5. Minutes and Records Clerk of Court's Office
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
addressees above may need to contact staff for additional or missing information.
Name of Primary Staff Felipe Baez De La Cruz Phone Number 239-348-1328
Contact/Department
Agenda Date Item was 12/10/24 Agenda Item Number 16.B.4
Approved by the BCC
Type of Document(s) CO#2 for Vanderbilt Beach Rd. Number of Original 1
Attached Extension Documents Attached
PO number or account
number if document is 4500218686
to be recorded
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not
appropriate. Inrtlal) Applicable)
1. Does the document require the chairman's signature?(stamped unless otherwise stated) J FB 1
2. Does the document need to be sent to another agency for additional signatures? If yes,
provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. E/ I
3. Original document has been signed/initialed for legality. (All documents to be signed by
the Chairman,with the exception of most letters,must be reviewed and signed by the I FB
Office of the County Attorney.)
4. All handwritten strike-through and revisions have been initialed by the County Attorney I
Office and all 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 V I FB
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's FB
si t nature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip
should be provided to the County Attorney Office at the time the item is uploaded to the
agenda. 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 document was approved by the BCC on 12/10/24 and all changes made during MITA
the meeting have been incorporated in the attached document. The County Attorney FB an option for
Office has reviewed the changes,if applicable. this line.
9. Initials of attorney verifying that the attached document is the version approved by the N/A is not
BCC,all changes directed by the BCC have been made,and the document is ready for the ✓ FB an ib optio,r>
Chairman's signature.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04;Revised 1.26.05;2.24.05;11/30/12;4/22/16;9/10/21
;1 6 is 4
Co icr Coit�nty
--,.,,..--o Procurement Services Change Order Form
Contract# 22-7976 CO#02 PO#4500218686 Project#:60168
Project Name: Construction Services for Vanderbilt Beach Road Extension
Contractor/Consultant Name: SACYR Construction USA LLC
Select One:j]Contract Modification(Construction or Project Specific) ❑Work Order Modification
Project Manager Name: Felipe Baez De La Cruz Division Name: Transportation Engineering Division
i Original Contract/Work Order Amount 6152,999,99991 7/12122,611 F Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount $152,999,99901 3/26/24,616B 7 Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $152,999,999 91 3/16R026 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change soap o.00 io Total%Change from Original Amount
Revised Contract/Work Order Total $152,999,999.91 0.00% %Change from Current BCC Approved Amount
Total Cumulative Changes so.00 o.00i % Change from Current Amount
Notice to Proceed 9/12/2022 Original NTP 1,110 Original Final 9/26/2025 Last Final 3/18/2026
Date #of Days Completion Date Approved Date
#of Days Added 40 Revised Final Date Current Substantial Completion Date
4/27/2026 2/16/2026
(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; ❑r Use of Allowance;
0 Modify/Delete existing Task(s); r❑Add new Task(s);❑ Reallocate funds;❑ Other(must be explained in detail below)
1.This change order will utilize a total of$582,575 from project allowances (see Exhibit A for details).
Preforms, set checks, and re-drives per FDOT Specifications 455-34-3, for the construction of the Curry Canal Bridge,the
Corkscrew Canal Bridge and the Orange Tree Canal Bridge require additional pile length.
In addition, the estimated 50-foot-long piles for the Curry Canal bridge did not meet the design load capacity/criteria in some
locations.Test pile'Dynamic Load Test' results determined that 100 linear foot piles were required for 40 out of a total of 76 piles
to reach the depth for a proper hold due to the underground soil layer material in this specific location.The new 100 linear foot
length piles could not be delivered using the contractors' equipment and required escorts per Florida Statue FLA.Admin. Reg.
14-26.012 8(b) Movement Conditions and Restrictions which added to the freight cost.
The traffic signal mast arm structural design criteria for future roadway expansions were revised by FDOT recently.The steel
mast arm assemblies for Wilson Blvd. and 16th St. NE intersections had to be revised due to the pending widening of those
roadways. Otherwise,the mast arm assembly would not be strong enough to hold additional signal heads which are needed
when additional lanes are added to the side streets.
This change order will add sixteen(16)days for the pile manufacturing,transport, and installation,three(3)days for Holidays
and twenty one (21) days for inclement weather for a total of forty (40)days.
2. N/A
3.These items were not included in the original contract because the actual length of the piles required is determined by results
of the Dynamic Load Test, by a geotechnical engineer per FDOT specifications 455-5.13.1, during the construction phase.
Based on sample bores during the design phase the length of piles was estimated to be 50 feet and the results of the Dynamic
Load Test determined that 100-foot piles were required in some locations.The difference occurred due to unforeseen
underground soil layer material changes which were not present in the sample bore location. In a span of less than 40 feet the
rock layer elevation dropped from 30 feet to 65 feet.The design geotechnical information could not have predicted these
unforeseen underground soil material changes.
Regarding the signal changes, the new FDOT structural traffic signal criteria for future roadway expansion was revised after the
design was completed.
The additional time is needed due to the manufacturing,transport,and installation of the longer concrete piles and per FDOT
Specifications 8-6.4,Suspension of Contractor's Operations-Holidays and Special events, and Specification 8-7.3 Contract Time
Extensions, and Construction Service Agreement section 10.
4. if this change order is not processed the bridge would not have the required bearing capacity to support traffic and could
potentially fail.The signal mast arms would be inadequate when the intersections are widened(which is already planned within
the 5-year design work program for Capital Projects) and would have to be replaced in the near future.
Page 1 of 4
Change Order Form(2023_ver.1)
Clr
_,... i
----.County Procurement Services Change Order Form
Contract# 22-7976 cO#02 PO#4500218686 Project#:60168
Project Name: Construction Services for Vanderbilt Beach Road Extension
Contractor/Consultant Name: SACYR Construction USA LLC
Change Order/Amendment Summary
(If additional spaces needed,attached a separate Summary page to this amendment request)
i COST TIME
CO# ' AMD# Description Additive Deductive Days I Total New Justification
(+) (-) Added Time
Excavate unsuitable using roadway allowance
material and add for material excavation &fill.
01 embankment/fill 173 1283
$790,742.31
18"SQ Concrete using allowance for bridge
bridge piles overrun concrete piles and traffic
02 and traffic signal design 40 1323 signal upgrade.
upgrade
$582,575.00
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
16B4
Coder County Procurement Services Change Order Form
Contract# 22-7976 CO# 02 PO# 4500218686 Project#:60168
Project Name: Construction Services for Vanderbilt Beach Road Extension
Contractor/Consultant Name: SACYR Construction USA LLC
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.
Prepared by: BaezFelipe . . ...�orso,�����. w.-,m....a woao <..�°tio Date:
Signature-Division Project Manager
Felipe Baez,PMP
Printed Name
Accepted by. Date:
Signature-Design/Engineer Professional (if applicable)
NA
Printed Name/Title/Company Name
ENRIQUE ALONSO DDateally 2024.09a23y11 47.221-E0400 N5O
Accepted by: Date:
Signature-Contractor/ConsultantNendor
Printed Name/Title/Company Name
Approved by: ThomasMatthew w Date:
Signature-Division Manager or Designee(Optional)
Matthew Thomas,P.E.
Printed Name
Digitally signed by AhmadJay
Approved by AhmadJayDate.2024.09.23 13:28:36-04'00' Date:
Signature-Division Director or Designee (Optional)
Printed Name
Digitally signed by
ScottTrinity S Dacte:ottTrinit2024.1001
16:53:55-04'00' Date
Approved by:
Signature-Division Administrator or Designee(Optional)
Printed Name
Page 3 of 4
Change Order Form(2023_ver.1)
16B4
Co.tier County
Procurement Services Change Order Form
_
Contract 22-7976 Co#2 PO#4500218686 Project#:60168
Project Name: Construction Services for Vanderbilt Beach Road Extension
Contractor/Consultant Name: SACYR Construction USA LLC
FOR PROCURMENT USE ONLY
FY 25 CHO Request# 491
Zi m merma n Becca Digitally
ate:2024.1 signed0.25 by09 ZimmermanBecca:40 -0400:33 ' '
Approved by:
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'Kirizel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroller COLLIER C N , FLORIDA
Bhi(•4 'k B
By' y.
'''/' ' .
l f Chr;.c ik II , Chairman
Dated: 41 �.'
Attest as to Chairman s Date: 2 - 10' Ott
signature only.
(SEAL) Agenda# 1664
Ap oved as to For a d Le lity:
Dep y County Attorney
Grli Q le
Print Name
C5_...,
Page 4 of 4
Change Order Form(2023_ver.1)
16B4
P
Otlglnel Contract
Odraelr
Change Order t!2 Thls Change Routed Contract
er%rT
Increase/
6xrease/
EXHIBIT"An Original Decease Unit 01 Increased/Decrease Total Revised Total Revised Item
Original Qly U/M Unit Price Total Item Cosi Decrease ,,, ,,ly Q tan, Measure Cost Item tjs a-.t,ty Cost
Qu amity
IA IV SQ ken eressed Concrete Pile Overrun •
Rem Deui,ption
655•34.3 Prestressed Concrete Ong.18'SQ 6705.00 1F $ MO On'``5 1,341.000001 193B.98 of 5 5"•.'o: 864394 $ 1,728,72602
ASS 1433 Test piles-prestressed,Ir SQ 74100 IF S 350.00I 5 268,100001 301.00 IF S 17.3'.,s r;) 1069.00 $ 174,15000
6 11'SQ Protsserssed Comets Plla AANOarsal NhMerycasl
Item Oescriphon
99991 Aid,tional Delivery Cost 0 N/A C 0 100 IS 5 "it lt t I$ 61,211.40
I C Signal Mast Arm design upgrades
Item descapllon _.
147.21-SC Sled Mast Arm atfembly,furnish and 3 EA 5 107,794 61 5 323,353.86 400 EA 5 1102,744 621 7 $ 215,569.24
install,single arm 60''w/luminaire)
649 21 l0Al Steel Mast Arm assembly,furnish and 0 FA 0 0 1.00 EA $ 1I5,910,7 7 1 $115,970,27
Install,tingle arm 60')wpuninalre)
649 71-15 Steel Moot�lrm assembly,furnish and 5 EA $ 115,934 68 5 579,67340 •100 EA $ 1115,934.681 4 $463,738.72
install.single arm 70'fwturn,navo;
649-21.15A Steel Mast Arm assembly,furnish and 0 EA 0 0 100 EA $ 120,593.18 I S120,593.18
install,single arm 70'(wAuminaire)
Steel Mask Arm assembly,lurnlsh and
649-2141 install,single arm 78'1w71uminahe) 2 EA 5 151,387.47 5 302,774.9e •1.00 EA $ 1151,347 471 1 $151,381 47
Steel Mast Arm assembly,furnish and
549.21.21A Install,single arm 78'(wpumhralrr) 0 EA 0 0 1 00 EA 5 166 750 52 1 $166,760 51
CNANfie Cillh SUM r. SP7 575 00
Owner Allowance Roadway S 5,000,000 00
Previous CO Decreases 5 790,74231
Total Decrease/moved to structure allowance $ 204,357,80
Total Revised•Roadway Allowance 5 4,004,899 B9
Owner Allowance-Structures 5 350,00000
Added from Roadway allowance 5 204,357.80
Revised Owner allowance-Structures S 554,357.80
Previous CO lnuca set/'Decreases) S
Total Decrease This thong. 5 554,357.80
Total Revised Road way Allowance S
Owner Allowance Signals $ 100,000.00
Previous CO Increases I IDetroate51 S -
Total Decrease This Change 5 28,217 20
Total Revised-Roadway Allowance 5 71,782.80
16B4
Concrete Pile NOI Acknowledge /Work Directive, e-mail
From: Eg.lip_.O.E.dCZ
To: Manuel Lopez Vara;jpg.Loccia
Cc: ,]man_P_a.blo Rios.Meila;Angel Anduiar Zabal;'l ;'F,rA ,shah;Yee Lofton
Subject: RE:Notice of Intent on Potential Additional Costs assodated with the test piles for Br#034808 over Curry Canal
on the Vanderbilt Project,Sol#22-7976
Date: Monday,November 13,2023 8:49:00 AM
Attachments: j nage002.unq
image005.p g
ifn,ae006,onq
maggcia onq
imaye008.pnq
J
Good morning Manuel,
Following up on Thursday's phone conversation,the extra cost of the piles,with the exception of the
Crane,will be covered following FDOT specifications.We have no objections with the required extra
work.All work activities will be monitored and documented accordantly. I am working on a Work
Directive for our records. Please provide 3 quotes for the cost of the crane.
Thank you,
Felipe Baez De La Cruz
Project Manager 11
Cotter County
Transportation Engineering Division
Construction Engineering Inspection(CEI)
Fel pe.Baez@colliercour lyfl.gov
2885 S.Horseshoe Drive, Naples,FL 34104
Phone:239-348-1328
Mobile: 239-944-6529
From:Felipe Baez
Sent:Thursday, November 9,2023 3:27 PM
To: 'Manuel Lopez Vara'<mlopezv@sacyr.com>;Joe Coccia<Joe.Coccia@colliercountyfl,gov>
Cc:Juan Pablo Rios Mejia<jprios@sacyr.com>;Angel Andujar Zabal<aandujar@sacyr.com>;
Mitalkumar Ashokkumar Shah<mshah@sacyr.com>
Subject: RE: Notice of Intent on Potential Additional Costs associated with the test piles for
Br#034808 over Curry Canal on the Vanderbilt Project,Sol #22-7976
Manuel,
The potential NOI is acknowledged.
Thank you,
16B4
S8C'/rt,;,L,,r Sacyr Construction USA LLC
Project Name :Vanderbilt Beach Road Extension from Collier Blvd to 16th St NE
Contract No. :60168
WDII03 :Differing Site Conditions at Bridge No 034808 for Curry Canal Attachment 1A
LABOR
Description Hourly Hours
Amount
No. Item Rate Total Overtime
0.0 MAN HRS
Subtotal Labor: $0.00
EQUIPMENT
Description Rates Hours
Amount
No. Item/Model Hourly Rate I Oper. ( Standby
0,00 EQP HR5
Subtotal Equipment: $0.00
MATERIAL
No. Material/Work Qty. U/M Unit Cost Extended Cost
$0.00
Subtotal Material: $0.00
SUBCONTRACTORS / SUPPLIERS
No. Material/Work Qty. U/M Unit Cost Extended Cost
1 Additional Frleght Cost 1 LS $ 53,227.55 $53,227.65
Subcontractor's Markup @ 10% $5,322.77
Subtotal Subcontractor/Supplier: ( $58,550.42
Pay Item
No. Description Qty. U/M Unit Cost Extended Cost
1 PRESTRESSED CONCRETE PILING,18"SQ.(Bid Item 455-34-3) 1,938.98 LF $ 200.00 $387,796.00
2 TEST PILES-PRESTRESSED CONCRETE,18"SQ.(Bid Item 455-143-3) 301.00 LF $ 350.00 $105,350.00
Additional freight cost Subtotal Pay Items: $493,146.00
Sub-contractor $58,550.42 Total Cost:J $551,696.42
Contractor +$2,661 ,38
Total $61,211.80 Markups
Contractor's MARKUP on Freight Cost: 5.00% $2,661.38
Sub's 10% markup & Contractor"s 5% markup from $53,227.65 PROPOSAL TOTAL; $554,357.80
16B4
Vanderbilt Beach Road Extension
Contract No.22-7976
Project No.6016E
Concrete Pile Overrun
Pay Item Description:Combined Curry,Corkscrew,Orange Troo Plan Oty Actual Oty Overrun Unit Price Extra Cost Total Over-Run Cost
455-143-3 TEST PILES-PRESTRESSED CONCRETE.18"S0. 788.00 1069.00 30100 $350.00 $105.350.00 $ 493,146.00
455-34-3 PRESTRESSED CONCRETE PILING.18"50. 8705,00 8643 98 — 1938 98 $200.00 S387 796.00
Cutry Canal Bridge No.034606 Only
Pay Item Description:Curry Canal Bridge No.034406 Plan Qty Actual Qty Overrun Unit Price Extra Cost Total Cost Curry
455-143-3 TEST PILES-PRES PRESSED CONCRETE.16"SO 230.00 53100 30100 5350.00 $10535000 S 980.35400
455-34-3 PRESTRESSED CONCRETE PILING,10"SO 3296.00 5671 02 2375 02 S 200 00 $475,004 00
Corkscrew Canal Bridge No.034809 Only
Pay Item Description:Corkscrew Canal bridge No.034809 Plan Oty Actual Qty Overrun Unit Pries Extra Cost Total Cost Corkscrew
455-143-3 TEST PILES-PRESTRESSED CONCRETE,18"SO 280.00 260.00 000 $350 00 $ - $ (26.56800)
455-34-3 PRESTRESSED CONCRETE PII.ING18"SO. 1850.00 171716 _13284 $20000 $(26.568 00)
O,angc Tree Canal Bridge No.034810 OnLy
Pay Item Description:Orange Tree Canal Bridge No.034810 Plan Oty Actual Oty Overrun Unit Pricer Extra Cost Total Cost Orange Tree
455-143-3 TEST PILES-PRESTRESSED CONCRETE,18"SD 258.00 25000 000 5 350.00 $ -
455-34-3 PRESTRESSED CONCRETE PILING.10"SO 1559.00 1255 BO -303.25 $20000 $(6064000) $ (60,610.00)
ZEP CONSTRUCTION, INC.
7802 Jean Boulevard
Fort Myers, FL 33967
Telephone(239)267-8778
4, County Credit
• We have calculated our freight costs at bid time to be S6.33 per linear toot.
• The Curry Canal piles at issue arc 3795 LF.
• The County should then be credited 3795xS6.33 S24,072.35
Removing the County Credit results in a total of 53,227.65.
Our markup is then included at 10% for a total of 58,550,42
Curry Canal Bent 2 and 3 Additional Pile Freight Costs
Item Unit Unit Price Quantity Total Additional Cost
Local Freight EA 2000 30 $60,000.00
Tampa Driver Freight EA 2300 7 $16,100.00
95'Pile Freight(No Escort) EA 1150 1 $1,150.00
Subtotal of Freight $77,250.00
ZEP Bid Freight Cost(Credit) EA 6.33 3795 credit ($24,022.35)
Sub Total: $53,227.65
10%Markup $5,322.77
Total as of 6/6/2024 $58,550.42
16B4
Additional Freight Cost Quote
ICI
S - S PRECAST, INC. CetifiedPlant FOOTIPC-09
FOOT PCP12-002
Precast/Prestress Concrete Products P.O Box 366098—Bonita Springs, FL 34136-6098
www.s-sprestress.com Office(239)992-8685 -- Fax(239)992-9226
QUOTATION 22.05.02
Project: Vanderbilt Bridges Date: Nov. 9,2023
Location: Collier Co., FL F.O.B. Jobsite
UANTITY DESCRIPTION UNIT PRICE
BRIDGE #034.808
Per Truck Shipping of 100'pile with escort(Local Trucker) —_ $2,000.00 Ea
Per Truck Shipping of 100' pile with escort(Tampa Trucker) $2,300.00 Ea
1. Shipping is during normal working hours, Monday thru Friday.
This Quote Contains (1) Pages
16B4
CCLFOOTIPCO9
St S PRECAST, INC. CertifiedP
FDOT PCP12-002
Precast/Prestress Concrete Products P.O Box 366098—Bonita Springs,FL 34136-6098
www.s-sprestress.com Office(239)992-8685 — Fax(239)992-9226
QUOTATION 22.05.02
Project: Vanderbilt Bridges Date: Nov 7,2023
Location: Collier Co., FL F.O.B. Jobsite
QUANTITY DESCRIPTION UNIT PRICE
BRIDGE #034808
Per Truck Shipping of 95' pile(no escort) $1,150.00
1. Shipping is during normal working hours,Monday thru Friday.
This Quote Contains (1) Pages
16B4
Signal upgrade WD
Transportation Engineering
WORK DIRECTIVE CHANGE
22-7976-Construction Services for Vanderbilt Beach Road Extension
CHANGE#04
DATE OF ISSUANCE: March 15, 2024 EFFECTIVE DATE: March 15, 2024
OWNER: Collier County Board of Commissioners PROJECT#: 60168
CONTRACTOR:SACYR Construction USA LLC
ENGINEER/DESIGN PROFESSIONAL: Bill Grarner, P.E.,Jacobs
You are directed to proceed promptly with the following change(s):
Description: Provide proper documentation and incorporate Signal Mast Arm design upgrades as requested on
the attached Plan Revision #5. The Mast Arms No. 1,No.3 and No. 12 have been upgraded to meet FDOT's
latest structural criteria for future expansion.
Purpose of Work Directive Change: To proceed with the manufacturing and installation of the required signal
mast arm upgrades.
Attachment: Plan Revision No. 5 Signalization Plans.
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
change(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 ® Other—No additional Contract Time is required
Estimated increase in Contract Price $0, Estimated change in Contract Time: 0 days
associated costs of this WD will be applied
against the Owner's Signal Allowance.
RECOMMENDED: AUTHORIZED:
William J, Grarnerauy signed l V W dliam J. apulf bP+u,Ow
Grarner Gr brdw W p.ne w..ryrp r,
DN:en-William J.Emmet,c-US, ur.nwwp,nar..,•.�....,
o-Jacabs Solu B ae z Fel ip e
Grarner lOMlne. ,...�..r.,. ..,..,
email=DnLlpamer®►saapp.com NMY•.-:.W. W.M1 vr,M1`
By: Dale:2024.03.20 12705.37.04'00' By:
mw Mt�`m is
Engineer Owner's Representative
16B4 �1
s evirs°°°;';° Sacyr Construction USA LLC
Project Name :Vanderbilt Beach Road Extension from Collier Blvd to 16th St NE
Contract No. :60168
WD#04 :Traffic Signal Mast Arms Upgrades Attachment 1A
LABOR
Description Hourly Hours
No. Item Rate Total I Overtime Amount
0.0 MAN HRS
Subtotal Labor: $0.00
EQUIPMENT
Description Rates Hours
No. Item/Model Hourly Rate Oper. Standby Amount
0.00 EQP HRS
Subtotal Equipment: $0.00
- MATERIAL
No, Material/Work Qt . U/M Unit Cost I Extended Cost
1 A60/5/H-P4/S/L:Structure ID#12 1 No 6,765.00 6,765.00
2 A70/S/H-P5/S/L:Structure ID it 1 1 No 3,850.00 3,850.00
3 A78/S-P6/S/L:Structure ID#3(SPECIAL) 1 No 12,705.00 12,705.00
Subtotal Material: $23,320.00
SUBCONTRACTORS / SUPPLIERS
No. Material/Work Qty. U/M Unit Cost Extended Cost
Subtotal Subcontractor/Supplier: $0.00
Pay Item
No. Description Qty. U/M Unit Cost Extended Cost
Subtotal Pay Items: $0.00
Total Cost: $23,320.00
Sub's 1Oo/ markup and contractors 5% markup from $23,320.00 Markups
Material Cost: $23,320.00
Tax for the Material: 6.00% $1,399.20
Subtractor's Markup: 10.00% $2,332.00
Total Cost to the Subcontractor: $27,051.20
Contractor's Markup: 5.00% $1,166.00
PROPOSAL TOTAL: $28,217.20
16B4
AIS Quote
PROJECT NUMBER : 22 7976
s ,4i COUNTY : Collier
'7/'{T LOCATION : Vanderbilt Beach Road Extenstion
American BID DATE : March 12, 2024
Infrastructure
11341 Lindbergh Blvd.
Fort Myers,FL 33913
BID ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL
649 21 10A 1.00 EA Mast Arm#12 Change Structure and Foundation $6,765.00 $6,765.00
649 21 15A 1.00 EA Mast Arm#1 Change Structure and Foundation $3,850.00 $3,850.00
649 21 21A 1.00 EA Mast#3 Change Structure and Founbdation $12,705.00 $12,705.00
Signal Sub-Total $23,320.00
Taxes: 6.00% $1,399.20
Markup: 10.00% $2,332.00
Total: $27,051,20
NOTES:
I.) The above quoted prices are good for a period of 60 days. All work according to applicable D.O.T.Specifications.
2,) PF.t.CO material has no TAXES included on it.
Doug McIntyre
03/12/2024
16B4
AIS backup/ manufacture
/ � Pelco Suucluial,L L C. Quote tY Q28
• /
I501 Industrial Blvd,Claremore,OK 74017 Dale: 10/13/20223/2022
mie ) mg, Phone:918-283-1004 - Fax:918-283-1005 Revised I)a!e 2/22/2024
Submitted To: American Infrastructure Services Project Name: CR 862/Vanderbilt Road
Address: 11341 Lindbergh Blvd Project No:
Fort Meyers,FI.33913 Control No(CCSJ)
Phone No: 239-961-2004 Project Location: Collier Courtly,FL
Ann: Doug McIntyre
Item No f)tv Item Description Hid Code Unit Price Extended Price
I I A60/S/II-P4/S/L: Structure ID N 12 $6,765 $6,765
2 I A70/5/H-P5/S/L: Structure ID 8 I Cost Increase $3,550 $3,850
3 I A78/S-P6/S/L:Structure ID II 3(SPECIAL) $12,705 $12,705
F O.B Destination Price: $23,320
Notes:
Pricing does not include a commission or distributor's mark up(if necessary)
Poles are per current 2022-2023 FDOT standard specifications.
Pole assemblies will be multi-sided and galvanized only.
Sign and signal supports not included.
Anchor bolls are included.
Signal hangers,brackets.sign supports are not included.
Luminaire arms are included
ILSN Arms are not included.
Span wire is not included
Build up box included only on dual mast ann assy.
Unloading of material at Jobsite is not included.
Foundation design is not included
Lead lime 20-24 weeks from receipt of order or approved drawings.
Lead tints is based on current business conditions and is subject to change at time of release.
Pricing is subject to change if the order is not released within 60 days from the date ot•the submittal di awiugs being sent
Penns&Conditions:
Prices are firm for 30 Days from the date of this quote.
'Ibis proposal is subject to Pelco Structural terms and conditions.Please request a copy by calling(918)283-4004
Terms are net 30 Days,no retainage,for established accounts.
Material specifically fabricated for this project will be billed when the material has been fabricated and inspected(if required),not
upon shipment.
Freight:F.O B.Destination
Approved By-Brandon Pardulun
CAI Nbtll01Dwal1U1.11(4.1,11Wn!\4.\ORtM.O[`rtgSSID n.Nwrrtal'[IMAvIa•e,•a(a\a1In l.Etn(I.[In([I..RA ..(�+t�+l(/•(
.a(:.u�A1e(I.Y.iIIW-(r(n4(MItD lr vr..iWelutrliD1.,1N(afm[nluyl l(+Ll.air.(i•.K(ulRr erlRia..v�,lgn(tlwlr, rii-,•r,mDs+l ir.ya
Thank You For Your Business!
CONTRACT TIME TRACKING LOG
VBR Ext.-#60168
DESCRIPTION ADDED DAYS REMARKS
Piles 16 Curry Canal 1B#2&IB#3
Weather 21 Thru July 31, 2024
Holidays 3 Thru July 31, 2024
TOTAL DAYS 40
CONCRETE PILE
Days Date Reason
16 11/03/23 to 12/14/23 Extended manufacturing time, transport,
and installation of piles at Curry Canal
WEATHER DAYS
Days Date Reason
1 1/19/2024 Weather-Rain
2 2/5/2024 Weather-Rain
3 3/6/2024 Weather-Rain
4 3/22/2024 Weather- Rain
5 6/11/2024 Weather-Rain
6 6/12/2024 Weather-Rain
7 6/13/2024 Weather-Rain
8 6/14/2024 Weather-Rain
9 6/24/2024 Weather-Recovery
10 6/28/2024 Weather-Rain
11 7/1/2024 Weather-Rain
12 7/12/2024 Weather-Rain
13 7/22/2024 Weather-Rain
14 7/23/2024 Weather-Rain
15 8/5/2024 Weather-Rain
16 8/22/2024 Weather-Rain
17 8/28/2024 Weather-Recovery
18 8/29/2024 Weather-Rain
19 9/3/2024 Weather-Rain
20 9/4/2024 Weather-Rain
21 9/11/2024 Weather-Rain
Holidays
Days Date Reason
1 5/27/2024 Memorial Day
2 7/4/2024 Independence Day
3 9/2/2024 Labor Day