Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Backup Documents 01/28/2025 Item #16F 7
ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO rr 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 )/3A Jg� 2. BCC Office Board of County Commissioners Chairman (/ 136, r I ii /t$ 3. Minutes and Records Clerk of Court's Office % r I a 0106 tot 6.LLmt 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 .lanuary 28,2025 Agenda Approved by the BCC Item I6.F.7 Number Type of Document Attached Recommendation to ratify administratively approved Number of Change Order No.6,adding$98,582.08 to the Original 1 contract amount under Agreement No.22-7960 with Documents Waypoint Contracting,Inc.,for the Collier County Attached Emergency Service Center East Bay Enclosure,and authorize the Chairman to sign the attached Change Order.(Project No.50390)(2024-2149) 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) I. 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 January 28,2025,and all changes made during the meeting N/A is not an have been incorporated in the attached document. The County Attorney's Office has reviewed the !44, option for this changes,if applicable. 7�1 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. trip,h 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 16F7 Gorr County Procurement Services Change Order Form Contract# 22-7960 CO# 06 PO# 4500222999 Project#: 50390.1 Project Name: Collier County Emergency Service Center East Bay Enclosure Contractor/Consultant Name: Waypoint Contracting Inc. Select One: ❑r Contract Modification (Construction or Project Specific) ❑Work Order Modification Project Manager Name: James Morton, PE Division Name: Facilities Management Original Contract/Work Order Amount $2,083,623.30 10/11/2022 16C2 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $2,115,409.48 2/27/2024 16F8 Last BCC Approval Date; Agenda item# Current Contract/Work Order Amount $2,115,409.48 5/18/2024 SAP Contract Expiration Date (MASTER) Dollar Amount of this Change $98,582.08 6.26% Total% Change from Original Amount Revised Contract/Work Order Total $2,213,991.56 4.66% % Change from Current BCC Approved Amount Total Cumulative Changes $130,368.26 4,66% %Change from Current Amount Notice to Proceed 5/8/2023 Original NTP 270 Original Final 2/2/2024 Last Final 5/18/2024 Date #of Days Completion Date Approved Date #of Days Added Revised Final Date Current Substantial Completion Date 4/3/2024 (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; 0 Add funds;0 Use of Allowance; 0 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$98,582.08 to the contract amount for the Work Directives listed below. WD#17$31,683.44-Furnish and Install a new NEMA 3R electrical panel WWII $15,317.47-Install an ADA compliant sidewalk WD#19$6,362.88-Furnish and Install an additional Access Control Conduit in Room A-222 WD#20$3,413,43-Furnish and install an additional 120V circuit for AHU Controller WD#21$13,276.80-Install a new concrete curb,base,topsoil mix and sod in landscaping Island In the parking lot WD#22$2,036.15-Furnish and Install Irrigation sleeves for repaired irrigation lines WD#23$306.13-Furnish and install(1)new flre extinguisher cabinet and new fire extinguishers at the carport area WD#25$6,024.25-Furnish and install a door controller for Room A-222 WD#27$20,161.53•Furnish and Install additional low voltage work as requested by Owner 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, This project is currently on a Stop Work notice effective 4/3/2024 with 45 days remaining. 3.)Explain why this change was not included in the original contractN/ork Order. WD#17-It was found during construction that adding a panel to the rack on the landscape Island to run power for the equipment will eliminate the costly wire pulls from the ESC warehouse panels. WD#18-Regulatory agency required entire site to meet ADA Standard through amended Site Development Plan(SDP)of 01/04/2023 WD#19-it was found that there was not enough capacity at the patch panel In the garage.This required installation next to existing access control panels In Telco Room A222. WD#20•Available AHU Controller required a dedicated 12DV circuit.The originally specified AHU Controller was discontinued. WD#21-Pedestrian traffic safety during emergency exit from site would be Improved as requested by end user. WD#22-It was found during construction that previous damages to the landscape irrigation lines required repairs. WD#23-It was found during construction that the fire cabinet to be relocated was in too poor condition to reuse. WD#25-An added door controller would provide more efficient access to staff as requested by the end user. W0#27-Low voltage equipment the operation and safety would be improved as requested by the end user. 4.)Describe the Impact if this change is not processed. WD#17-Without this design change there would not be a cost savings to the owner. WD#18-SDPA would not be approved if ADA enhancements were not added to the project site. WD#19-Without this additional work to connect to room A-222,the access control system would not function. WD#20-We would not have been able to source a discontinued piece of equipment. WD#21-Pedestrian safety during evacuation of the ESC would not be enhanced. WD#22-Proper Irrigation of the existing and proposed landscaping would not be provided. WD#23-Efficient access to the safety equipment would not be provided Is required per ASI#3. WD#25-Use of door keys would delay access and lack documented access control. WD#27-Functionality of the ESC would not be improved if owner's low voltage requests were not Included. Page 1 of 4 Change Order Form(2023_ver.1) 16F7 Cor County Procurement Services Change Order Form Contract# 22-7960 CO# 06 PO# 4500222999 Project#: 50390.1 Project Name: Collier County Emergency Service Center East Bay Enclosure Contractor/Consultant Name: Waypoint Contracting 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 Utilize Owners Allowance If this change order is not approved, for WD#1, the installation of the door will be $189,420.30-$2,570.64= unsuccessful,and the door is $186,849,66 required to weatherproof the East Bay. Utilize Owners Allowance for If this change order is not processed,the WD#2,3,and 5-11. safety profile at the emergency pedestrian 2 $186,849.66-$169,525.34= exit would decrease and all other required $17,324.32 changes by the end user would not be addressed,limiting the functionality of the Intended use of the upgraded ESC East Bay. Utilize remaining Owners If this change order is not processed,the Allowance($17,324.32) overhead door horizontal clearances would 3 and increase the contract $31,786.18 not allow for large vehicles,and all required changes by the end user would not be for WD#12-15. addressed,limiting the functionality of the Intended use of the upgraded ESC East Bay. If this change order Is not processed,the Adds 44 days to contractor will not have enough time to reach the 4 the contract time. 44 314 current substantial completion date of 12/19/23 due to equipment delivery delays,revisions to the plans by the owner,a revised ANU delivered on 12/8/23,and the delay to receive SOPI updated/revised drawings. If this change order is not processed,the Adds 62 days to contractor will not have enough time to reach the 5 the contract time. 62 376 current substantial completion date of 2/1/24 due to equipment delivery delays,revisions to the plans by the owner,a revised ANU delivered on 1218/23, and the delay to receive SDPI updated/revised drawings. This change order will add If this change order is not processed,all $98,582.08 to the contract required changes by the end user would not 6 amount for the Work $98,582.08 be addressed,limiting the functionality of Directives#17-#23,#25,and the intended use of the upgraded ESC East #27. Bay. ❑ Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2023_ver.1) 16F7 Co aer County Procurement Services Change Order Form Contract# 22-7960 CO# 06 PO# 4500222999 Project#: 50390.1 Project Name: Collier County Emergency Service Center East Bay Enclosure Contractor/Consultant Name: Waypoint Contracting 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.mvflorida.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. M o rto n J a m es Digitally signed by MortonJames Prepared by: Date:2024.09.17 12:55:18-04'00' Date: Signature-Division Project Manager James Morton P.E. Project Manager III (Licensed) Facilities Management Printed Name . Blayne Rose Digitally signed by J. Blayne Rose Accepted by Date: 2024.O t :7 13:53:10 -04'00' Signature-Design/Engineer Professional (if applicable) J. Blayne Rose, Harvard Jolly Printed Name/Title/Company Name Jorge Lopez Digitally signed by Jorge Lopez Accepted by: g Date:2024,09.18 10:23:51 -04'00' Date: Signature-Contractor/ConsultantNendor Jorge Lopez, President, Waypoint Contracting, Inc. Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee (Optional) Printed Name M cCormickJohn Digitally signed by McCormickJohn Approved by: Date: 2024.09.18 11:12:41 -04'00' Date: Signature-Division Director or Designee (Optional) John McCormick, P.E., Facilities Management Director Printed Name Approved by: Date: Signature-Division Administrator or Designee(Optional) Printed Name Page 3 of 4 Change Order Form (2023_ver.1) 16F7 Co ae-r County w,..#4,......---,,„ Procurement Services Change Order Form Contract# 22-7960 CO# 6 PO# 4500222999 Project#: 50390.1 Project Name: Collier County Emergency Service Center East Bay Enclosure Contractor/Consultant Name: Waypoint Contracting Inc. FOR PROCURMENT USE ONLY FY 25 CHO Request# 525 Digitally signed by ZimmermanBecca ZimmermanBecca Approved by: Date:2024.11.22 09:31:10-05'00' 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 Cbmptr011ar COLLIER COUNTY, FLORIDA (i4,(By:C v,WIA V By:A.,014/....."440/114-- Attest as to Chairman's ignature only Dated:' ;i '��t7'4,1,„,' � Burt L. Saunders, Chairman (SEAL) Agenda# 1'2 425 107 pro ed as o F► 1-nd egality; Deputy County Attorney Cs R /ed, 1—‘..._ Print Name Page 4 of 4 Change Order Form(2023_ver.1) 16F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE #17 Additional Panel Charging Car Station,RFI#26 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 03/05/2024 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting,Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc. You are directed to proceed promptly with the following change(s): Description: Furnish and install new NEMA 3R electrical panel as per RF1#26 response, no permitting fees are included. Purpose of Work Directive Change Add a 100amp Nema 3R panel on a rack on the landscape island and run power to the equipment from there for car charging circuits at the car port. This will eliminate the costly wire pulls from the ESC warehouse panels. Attachments: WAYPOINT Master Estimate Sheet 03/05/2024 RFI #26: Proposed Nema 3R Panel for exterior electrical TLC Engineering Solutions RFI# 26 Response 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 ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $32,700.00 Increase or decrease by-0-calendar days, J RECOMMENDED: Digitally signed byJ, AUTHORISED: DiMoitally rlor11 5.dby p MortonJames pata:2024.03.11 Blayne Rose 15:05:00 04'00' Rise Date:2024.03.11 15:31:19By: James K. Morton,P.E.,Sr. Project Manager Harvard Jolly, Inc"04'00' Owner's Representative, Facilities Management G:\!01-PROJECTS-ACTIVE\Emergency Services-EOC East Bay Enclosure\05-Construction WAYPOINT CONTRACTING\WORK DIRECTIVE CHANGES\WDC#I7-CO#6 ADDED PANEL CHARGING CAR STATION RFI#26\W DCH 17 Additional Panel Charging Car Station RPI426 03-05-2024.docx 16F7 WAV.PDV NT Detailed Estimate Project Information: Waypoindl: 22035 Completion Time: 2/19/2024 Oescdption: Collier County Emergency Service Craft Hourly Rale: $ 43.27 Location: 8075 Lely Cultural,Naples,FI,34113 Source: SCOPE • Cost Code - 'Description - .Comments Goan - U.P. Coat - Comments 01 00 00 General Conditions Proleot Staffing 01 00 00 General Conditions $0.00 Scope of Work Ciliated Scope Furnish and install new Neme 3R panel as per RFl#25 Response. 1 Se $28,545.94 $28,545.94 Hypovsr Electric SOW - Is $ - $0.00 SOW - is $ - $0.00 SOW - Is $ - $0.00 SOW - Is $ - $0.90 Scope of Work $26,545.94 Total Direct Cost of the Work: $26,545.94 Hypower Overhead $1,327,30 Hypower Mark Up 5.0% $1,327.30 Hypower Taxes total: $1,155.60 WCI Overhead 5.0% $1,327.30 Subtotal: $31,663.44 D1050 Bond o.00% $0.00 00730 Builder's Risk 0.00% $0.00 GRAND TOTAL $31,683,44 Math is OK Credits Credit - Is $ • 50.00 Credit - Is $ $0.00 Credit - is $ • $0.00 GRAND TOTAL WICREDITS $31,883.44 W D C# 17 Page 1 of 1 16F7 ' 2 �, 8821 Business Park Drive ::�...: {k . ;? Suite 408 t,l'.?,?'.iii :w�„ ' °t ; . : .�7 .t'r : Fort Myers, FL 33912 ELECTRICAL SERVICES GROUP C: (954) 540-6832 (Titian 0 Roc w t: Date: March 5, 2024 CO 1 Proposal: CC EOC West Bay Garage Enclosure 100amp Nema 3R Car Charging Panel Company Name: Waypoint Contracting, Inc Attention: Yesid Lopez We are pleased to submit our Price Proposal Pages 1 through 3 to furnish and install the electrical system components described in greater detail herein at the construction project referenced below. We guarantee that all equipment and material except as herein otherwise noted, shall be new and conform to standards specified by these documents. PROJECT Project: Add a 100amp Nema 3R panel for car charging circuits at the car port and eliminate INFORMATION: the wire pulls from the warehouse panels. Pricing: $ 30,615.00 SCOPE Included: CLARIFICATIONS: 1. Additional breaker for the new warehouse panel. 2. Conduit, wire, fittings and boxes to complete the run. 3. New NEMA 3R panel mounted on a strut rack near the carport. 4. Branch wiring from the new panel to the carport outlets and the(2) charging outlets. 5. Traffic rated pullbox in the island for future wire pulls. 6. Lifts,wire puller and ladders required to install the conduit. Excluded: 1. Credit for branch conduits already installed. 2. Engineered drawing E-100 indicating the change dated. 3. Overtime, shiftwork and holiday work are not included. ,, www.hypowcrinc.com .- . Confidential 16F7 8821 Business Park Drive 4 F � Suite 408 `°•"� ' •`" " Fort Myers, FL 33912 ELECTRICAL SERVICES GROUP C:(954)540.6832 OTHER TERMS Final payment shall be due within THIRTY (30) days from billing of invoice. & CONDITIONS: This price is good for TEN (10)days, after which time, might be subjected to escalation. This Agreement constitutes the entire agreement between the parties hereto and supersedes all prior negotiations, representations and agreements, either written or oral,with respect to the subject matter hereof. This Agreement may only be changed with a fully executed scope of work agreement change order and no terms or provisions hereof may be waived by Waypoint Contracting, Inc. except in writing signed by its duly authorized officer or agent. All price negotiations and agreements for this job are merged into this Agreement. The said parties for themselves, their heirs, executors, administrators, successors and assigns, in signing below, do hereby agree to the full performance of the covenants herein contained. By executing this scope of work agreement, your company commits to pay the funds for the scope specified above for the stated price herein in addition to any subsequent change orders to this scope of work agreement fully executed by both parties. Hypower's obligation to pay, provide releases from and defend against liens or claims by its subs and vendors is limited to the extent of payments timely received from the Contractor/Owner Hypower will provide partial releases in support of applications for payment that are conditioned upon receipt of the payment being requested and that preserve its right to payment for amounts not being paid in the current application (i.e. requests for change order, claims, etc.)which shall be listed on an attachment to the release The contract will include a mutual waiver of consequential and indirect damages Hypower will indemnify and defend the Contractor/Owner against claims by third parties in proportion to (to the extent) Hypower proximately caused the event or circumstances giving rise to the claim or liability Liquidated damages are the only damages for delay Hypower will receive notice and the opportunity to commence a reasonable cure in the event of default The qualifications, assumptions and exclusions in this proposal control in the event they conflict or are inconsistent with any other language in the contract entered between Hypower and the Contractor/Owner. Hypower's role shall be exclusively that of a contractor. No activity by Hypower shall include the provision of professional engineering or design services or an assumption of risk or responsibility as a design professional. Please acknowledge your acceptance and agreement by signing this letter and returning it to this office within ten (10)days of your receipt of this letter. WO 5999 Page 2 of 3 March 5, 2024 Confidential � 6 F 7 �;S`����� s s Yry 8821 Business Park Drive 2 ^ Suite 408 ELECTRICAL SERVICES GROUP Port Myers FL 812 C:(954)540-6ti832 Thank you, AGREED and ACCEPTED: J , Jik'.I t e:rWL Name(print) Division Manager—West Coast Name(sign) Fort Myers, Florida Title HY e,' r„ raCTRwCAL Sr11VICvS fPRUV Date WO 5999 Page 3 of 3 March 5,2024 Confidential 16F7 CHANGE NOTICE CCN # 10 Hypower, LLC Date: 3/5/2024 8821 Business Park Drive Project Name: Collier County EOC East Bay Encl. Suite 408 Project Number: 22035 Fort Myers, FL 33912 Page Number: 1 Client Address: Waypoint Contracting Contact:Yesid Lopez 2470 NW 102nd Place Doral, FL 33172 Itemized Breakdown Description Qty'ade Price U Net Price B Labor Labor U Total Mat.Total Hrs. 2" CONDUIT-EMT 200 734.66 C 734,66 0.00 8.50 C 1,469.32 17.00 2" ELBOW 90 DEG-EMT 3 5,083.00 C 5,083.00 0.00 56.25 C 152,49 1.69 2" CONN SS STL-EMT 2 2,110,32 C 2,110.32 0.00 25.00 C 42.21 0.50 2" COUPLING SS STL-EMT 26 2,393.56 C 2,393.56 0.00 11.88 C 622,33 3.09 2" TYPE LB STD CONDUIT BODY W/C' 1 101.73 E 101.73 0.00 1.69 E 101,73 1.69 #10 THHN BLACK -2,880 210.00 M 210.00 7,06 7.06 M -604,80 -20.33 #8 THHN BLACK -640 400.00 M 400,00 8.75 8.75 M -256.00 -5,60 #3 THHN BLACK -1,280 1,190.00 M 1,190.00 14,88 14.88 M -1,523.20 -19.05 2"DIAM CORE 6"THICK WALL 1 125.00 E 125.00 0.00 1,25 E 125,00 1.25 18x 18x 6" BOX SCREW CVR-NEMA 3R 1 236.00 E 236.00 0,00 1,32 E 236,00 1.32 3/8-16x 2 1/4 WEDGE ANCHOR- 1 1/2"M 4 224.38 C 224.38 0.00 12,00 C 8.98 0.48 2" BUSHING-PLASTIC 2 214.55 C 214.55 0,00 5.80 C 4.29 0.12 2"Light Duty Support 20 1,343.92 C 1,343.92 0,00 18,00 C 268.78 3.60 #1/0 THHN BLACK 1,650 5,700,00 M 5,700,00 0.00 14.20 M 9,405.00 23.43 #4 THHN GREEN 413 3,050.00 M 3,050.00 0.00 10,20 M 1,259,65 4.21 16x 16x 6" BOX SCREW CVR PNTD-NEf 1 101.00 E 101,00 0.00 1.10 E 101.00 1.10 BEAM CLAMP TO 1/2"FLNG 4 206.88 C 206.88 0.00 8.00 C 8.28 0.32 13116x 1 5/8x 12G STRUT SLOTTED HOLE 2 2,449,41 C 2,449.41 0,00 7.00 C 48.99 0,14 1/4-20 HEX NUT-PLTD STL 8 3,90 C 3.90 0.00 2.00 C 0.31 0,16 1/4" FLAT WASHER-PLTD STL 8 4.07 C 4.07 0.00 1.00 C 0.33 0,08 1/4-20 SPRING NUT 2 7/16 OR 3 1/4"STF 4 571.58 C 571,58 0.00 4,00 C 22.86 0.16 #1/0 WIRE POWER TERM 8 0,00 E 0.00 0.00 0,32 E 0.00 2,56 #4 WIRE POWER TERM 2 0.00 E 0.00 0.00 0.21 E 0.00 0.42 2" CONDUIT-PVC40 20 397,72 C 397.72 0.00 4,30 C 79.54 0,86 2" ADAPTER MALE-PVC 2 522.36 C 522,36 0.00 18.00 C 10.45 0.36 2" LOCKNUT-STEEL 2 441.03 C 441.03 0.00 6.80 C 8.82 0.14 2" ELBOW 90 DEG-PVC40 2 1,696.74 C 1,696.74 0,00 40.00 C 33.93 0.80 2" COUPLING-PVC 4 373,38 C 373.38 0.00 0.00 C 14.94 0.00 STANDARD FPL HANDHOLE 18"x24"OPE 1 950.00 E 950,00 0.00 4.00 E 950.00 4.00 HAND TRENCH 3 FT 10 0.00E 0.00 0.00 8.00 C 0.00 0.80 100A 4W-24CCT RCSD BREAKER BPB 1 1,453.00E 1,453,00 0.00 5.00E 1,453,00 5.00 1 5/8x 1 5/8x 12G SLOTTED STRUT-S/S 20 17,553,88 C 17,553.88 0.00 14.00 C 3,510.78 2.80 5/8"CONCRETE INSERT-S/S 4 1.25 E 1.25 0.00 25.00 C 5.00 1.00 PANEL PEDESTAL 1 450,00 E 450.00 0.00 2.00 E 450.00 2.00 ORIGINAL 16F7 CHANGE NOTICE CCN# 10 Date: 3/5/2024 Client Address: Project Name: Collier County EOC East Bay Encl. Hypower, LLC Project Number: 22035 8821 Business Park Drive Waypoint Contracting Page Number: 2 Fort Myers, FL 33912 2470 NW 102nd Place Doral, FL 33172 Description Qty'ade Price U Net Price B Labor Labor U Total Mat.Total Hrs. SOD BREAKER HJA36100 1 1,250.00 E 1,250.00 0.00 2.00 E 1,250.00 2.00 Totals -2,372 19,259.99 38.09 Summary General Materials 19,259.99 Total Material 19,259.99 JOURNEYMAN (38.09 Hrs @$135.00) 5,142,15 FOREMAN @ 25% (9.52 Hrs @$135.00) 1,285,20 WIRE PULLER(per Day) (1.00 @ 1.00 @$810.00+6.000% +0.000%+0.000 %) 858,60 Subtotal 26,645.94 Overhead (@ 5.000%) 1,327,30 Markup (@ 5,000%) 1,393.66 Subtotal 29,266.90 Tax on Material(7%) (@-95.394%) 1,348.00 Final Adjustment 0.10 Final Amount $30,615,00 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the Information provided. CLIENT ACCEPTANCE CCN# 10 Final Amount: $30,615.00 Name: Date: Signature: Change Order#: I hereby accept this quotation and authorize the contractor to complete the above described work. ORIGINAL 1 6 F 7 1 j U Q v C -10 3.wnvZmZ ZK -0 p � z mr D aC' D � ' D 1, Z1,1 � n a' g o D N ,-1 -p -i < w :P m o 0 ni m C0 n N -�-I a° w F w ccn (n0 > O (' m o cro N g o 0 °' © acli Nnp w oQ a z m a 0 ' 0 C q K w D o to 6 i1 D Q ( N 3 QO a' -, nm ca u v . O O (a h Dv D r ; x a �rop ro pro la wo Pm r m -II 11 .7: M O 0. y --1 -1 a C C o _r 8e, d (^ o' er >v : o ttoo7J r= 3 v n T z 0m �' Q G70 -1 n m m m O m 6 a O + Q `'' s°s Z 0 -1 :U- v a N. 6 Z 0 9 m :U 0 m N m o a ' D v u o -<to a D 0 L � ••z ° o ( OmN o -4 m a N0oP, Z,. gag 2 .. m 0 Cl) cn to U) U) U) <n Cl) 0 CO w O CD N N CC} O coN W w O W O 'W 9 (1 • • •W (Cl cJ - N N N O oo O A tUi' (D P titpD 5' t9'tp 0 0 (NA 0 A O .C. A A O o F' '4 `3Eg m Z a ' c. o ei 3 roam m d `,v v m f9 C) "i 4 n P. C m o aHi -4 (C r' c mft, � ? ro). - 2 Z O w pd 9 (n x ° " amRO ;rto � m -1 O A C O N N m . N C O •C C1 s m w^? -C p � 0 3 g o ti /3S5. m "ID x m a CO LW1 oSa. 0, * a @ 1 a mac400 Le; S, N m () \ g C j K R m N N 3' a ,co 00 3b � .4a' agc, xi o0 S� 33 co 889EAAr. A ti 1D a o N 7 il cn a' Q 3 m ro 0 c a_ 0 (n ? o _ q (o Gf a Q 9 m c3 a' f4 mo co , C `, o" mw , D v a ,- x- 4 °' \J a ; m 3 g cgn O X7 Z e mam a m <,,Q a� m5vv z 0 , a. 12, a No 0 a N 3 �^' D m A 4 d (T. 3 d aNP. p a 4 W d �J P ,.N N n O p m C K m V Q D N 9, "-+. a D J O _w D .0 N -4- WmS0 o h A 1 0a ,ti 3 c' O' V ti T al .0 O a ki O c Q c CO y m 7 ov a m - • � s N . 2 u . ' , m Q '64. t dak, U<• o 0. o . h, ,,,.; , ° a ° lo - a ' N m 1 m O- nix, :c O O m • ,tir,.t. m (1) 3 O n 3,. ‘.:1 ' 5,.... 9 x o ]'j v -. � m . N _ o z m m! ; o w a Iv0; n r { N w I 16F7 w .( mmAwN p p D mg q Z k C D ca m •.1 min A W Ni " Z 4 O g,a• z 3 3 Y • z D`25 D N u n— O _"1 3 m 3 O 8, di a k tp m v e 7 �. .0 a u u Y m; to.��- C -1 , a °:axg m romma g. i3 `^ 3' C) D saTaw m ! 8 S ogt; g ;1_ � g N3rco + (; D C1 A t7 O g. m `m' A m n g a t m C o a $ A i g.5 9,n 0 x IDC C c 3 n a dgo > l W ,, E ('(�� X A• ,c 8 Q Q y A O 3 3 ro p m :....9 N d Z A O 0 fail " A fp 1 1 0 In : 41 0 0 U U U 0 U U (n 0 0 0000 00 U K N N C W . N pmm�� :pp-�. �4m -s V VAI La V A pp+��Aj ppm U p��pyn r1 }00 (Li • Cn N N ID W W U S O S O O d O S 9 t7 G $4$$808W e 8 S o 8888 88 ,n 4)0 U . i0000000 N U (n N 0000 00 Ox'o O A 59, O T 3 ry 9 B )r, 8 a ° 3 pp (,� ro T ,71 N A N -' OC -+ V (1) 1.1 4 A A U U a V C1 an i N m 00 8388 o 0 I0PPo P,-. o RWRIr Pe pOSOOSam p S 8 8 8888 88 O N6 1 4, U U' {n N 3 Si i G U.1 U Q 0 '0 m a y M thl O . O O I In m w I A -1 0 gi Tq ° b;� la' 11 0.1 c o ,20 (0i •00Z 0 m m (n U 4r N 4)V)in U N(n N 01 0 4) 0000 00 n 0 5 p m a. 44 W . : O N..C. N .� W ..D:EgEtVp U (I' •1 0- .. ppA. .0 opL l0n V T O W n �Wp �P�pp , 88.88888W U pNp Oo lPVO P pUp ��4pp 4 g 8§ �L�jI O pO O O ppp pgp b_ O ,j•8 P A. S(7O S40OA O S 8 888E OC N A h Q 4 S ' U c�q`d 8 $ 2' a< a' a ae z a<a-o a°e $ 0 0n 1 41 A 6 U()4)4)U U U (n 4) (n 4)4)4)U 41 Vt(0 gi a I n N D G)s T Q ae 7 (n((n V1 4)in 41 n in 4• N w (n U U U 41 U U U ("le) • 7I a D N 16F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE#18 ADA SIDEWALKS OUTLINED IN RFI#41 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 12/15/2023 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting,Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc. You are directed to proceed promptly with the following change(s): Description: ]Furnish and install ADA Sidewalk. Purpose of Work Directive Change Furnish and install ADA Sidewalk as outlined in RFI#41 response, inclusive of concrete, forming work, demolition and hauling off, no permitting process or fees are included. Attachments: WAYPOINT Master Estimate Sheet 12/08/2023 RFI#41 ADA Sidewalks and Harvard Jolly Response 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 E Other E Other Estimated increase(doorcaaa) in Contract Price Estimated change in Contract Time: Not To Exceed $15,400.00 Increase or decrease by-0-calendar days. JREc OMMENDED: Di itall signed b �, AUTHORIZED: . Blayne g y g Digitally signed by Blayne Rose MortonJames Date:20R1 Y Date,2023.12.16 Date: 2024.02.28 58:46:37.0Pro R By: James K.Morton,P.E.P ,Sr.Project Manager Ilarvard Jolly, Inc12:58;23 -OS'00' Owner's Representative, Facilities Management 1 6 F 7 k 1 AYPOI Detailed Estimate Project Information: Waypoinl$: 22035 Completion Time: 2/1912024 Description: Collier County Emergency Scram CraR Hourly Rale: $ 43.27 Location: 8075 Lely Cultural,Naples,Ft,34113 Source: SCONE Cost Code Description Comments Gunn - U,P.S -Coat Comments 01 00 00 General Conditions Protect Staffing 01300 Project Executive Jorge Lopez 1 hrs $ 128.20 5128,20 0.05% 01301 Project Manager Yesid Lopez 4 hrs $ 90.15 $360.60 20% 01302 Assistant Project Manager Nancy Tome - hrs $ 57.69 S0.00 20% 01304 bile Supervision(Superintendent) Cesar Murillo 6 hrs $ 93,75 5562.50 40% 01304 Site Supervision(Foreman) Elkin Hemandez 16 hrs $ 61.30 $960,77 100% 01305 Miscellaneous General Labor • hrs $ 43.27 $0.00 WCI 01301 Estimating&Negotiating - hrs $ 86.54 $0.00 WCI General Conditions 01514 Temporary Telecommunications - mo $ • S0.00 01741 Progress Cleaning - hrs $ 43.27 $0.00 01742 Dumpaters-Trash In General - con $ 600.00 $0.00 01412 Permit cost - Is $ $0.00 02 00 00 Existing Conditions 02210 Survey • Is $ 2,000.00 50.00 02211 Utility Marking Service - Is $ 900.00 50.00 02320 Soil Density - Is $ 500.0D 50.00 02320 Concrete Testing - Is $ 500,00 $0.00 01 00 00 General Conditions $2,030.07 Scope of Work petalled Bcope. Furnish and install new ADA sidewalks as outlined in RFla41and attached Layout,Inclusive of demolition and haulling off'notarial. 1 Is $12,558.00 $12,558.00 Onyx Asphalt USA SOW - Ea $ $0.00 SOW - Is $ - 50.00 SOW - Is $ • $0.00 SOW - Is $ - 50.00 Scope of Work $12,558.00 Total Direct Cost of the Work: $14,588,07 Overhead 5.0% 5729.40 Subtotal: $15,317.47 Fee 0.0% $0.00 Subtotal: $15,317.47 01050 Bond 0.00% $0.00 00730 Builder's Risk ao0% $0.00 GRAND TOTAL $15,317.47 $15,317.00 Credits Meth is 0K Credit - Is $ - 50,00 Credit - Is $ - 50.00 Credit - Is 5 $0.00 GRAND TOTAL WICREDITS $15,317.47 Page 1of 1 16F7 Onyx Asphalt USA (239) 970 0327 x: 9200 Bonita Beach Rd SE Ste 212 f • A ; Bonita Springs, FL 34135 t* 1`\7.1C m f i , Prepared For Estimate Date Estimate Number Waypoint Contracting Inc 11/28/2023 00001834 2470 NW 102 PL#203 Doral, FL 33172 Reference ADA compliant sidewalk Description Rate Qty Line Total Form, Pour, & Finish Concrete Sidewalk 4" thick $12,558.00 1 $12,558.00 Remove damaged concrete and sever tree roots as needed 3000 PSI fiber reinforced concrete mix Light broom finish ADA compliant sidewalk and ramp 2 ADA mats 2'x5'(yellow) 393 sf approximately Subtotal 12,558.00 Tax 0.00 Estimate Total (USD) $12,558.00 Notes 35% down payment required to schedule and perform work Terms * By clicking accept, you accept that the above prices, specifications and conditions are satisfactory and are hereby accepted. You also accept to authorize us to perform work as specified and that payment will be made as outlined in the terms section below and understand that you are liable for all late fees and legal expenses resulting from nonpayment. * Payment due upon completion, down payment may be required to schedule work * Bid is good for 30 days from the date of estimate * Payments not made within the terms of this contract shall bear interest to the fullest allowed by Florida law * Work performed to above specifications, any changes will incur additional charges in the form of a change order. Contractor not responsible for utilities or any other damage as a result of work. Minor irrigation pipe repair only while in the property * Unless specifically mentioned, permit process and fees not included in price * License and insurance available upon request i 6 F 7 o , ,.° m „ o, v, w w N V 6 4 n m O C, y G j v'n, O s Q n a A n -.1 Q z = v_ Z O 8 u w Z m m v a D 9 * c e D D 9 Gl o. i. 73 0 99 3 m 4 �*�7 w 2., a R ' 8 2 Z 3 A co Z a ,� F o G P 'n N V' Gl O Z- �' n °, Cl C O D 3 O C z ° o O n m o 7K ut L1 r1 * u G. a = r v C ° 6n + 0 g v C m O , g• O O Z 3 2 Z m Z m O n N r , o a 'n 'Z W D o V1 A z a n m E S -zi m o 0' ---'-' ,T, ' L2 rt0 d i 0 R D 0 61 m ,Cn v 9 r, m v a 9° o p 'V O Mn O C t� C ^i n q y' w *. D LZ1 'id a g y 3 C 0 o m O H rm O o ° 0 b a J a 2 p v O V �^ „ z N tp O Z op a 0o o y > 3 g v ,R •0' A w ~ e < �„ Zy 9 D w r- rn u o < ro C N v .' a m DD °� ' r O f. ?, A A C 5. 0 m o 7 to to 0 0 0 .0. to to v. 0to to 0g 5 (13. w f o A ro N N N .O co W p A. w w w W UJ N .1). N i-+ In Ol V i-, tD CO N 1p kD W V CO A CO� Ol NJ O 0o NJ C) w OP0 W N Z 0 NI0o CO cn 0o 03 A w 0 Co a � QoO O A Qo to p — m 0 C q O Z cn n n g C S z Z v' n s n ay < 'p 0 9• 3 a 2 a I •< 0 S, O z i n D 77 F. n o' a R, q' s .2 0 9 @ k.' y O` 4 ry 5 8 c a o 1 a E, a. Q w p o R A. 9 1D ° f1 i a i' S n x V•1 F 0 h�, U n 'a0 v 3 w Z R 9• y; O u 3,o s S o a ti -z a -, . In 6 G g ti a 0 -1 a 2 n A f' m f" n' m -n ... O g R ° • .n 5 R-cr" h m r r °n o ( E s '.+ W G1 a ' r7 F bT p1 A a C m o P. S. u ,e Q T 9J C o ��• I! n, o B •O a O s� n w -,. rp \ CT'p.„ a = 7.? ft 5'. % 5OQ ,+- ri-Q° m p y 1 R a 1 ° 2 O A •co m NI 3 ' D` 4a ?O• gaa W.A ..s o p a acr m n 4 n a ° '' n B n' .,,�^ $ ;. I. .t W';� OCr ` 4 i - 2 N N G. '. ` v `Y R N N S�nE o l g R. NJ O o c s5'2 NA S 3 a 3 z+` avzg, m o q'x ,Y w a S a 5 Z LDXn .b O n V. r w N .n, l ST o'-!D. N IN. ., V N 16F7 -{ C 5 o O rl rn ro c a °n 0 CO Q, In A W N E D o c g § Z Z a °0 a 3 - n - 4ni n rt n' 0 ° Q an o C a z 41 h m �" ro n Z S O CD ? 3 ==�1 Z an 0 d d a Fri 2 C n Pi S Qco N (D O m 7 D --I D NJ. # ri S m 73 r- n. • > v ; d a n O m o. a a y z O cor 0 a-, ? n D il'e ° < .. 2z .' • 0 to O 3 0 DJ Zm v • ? 8 a v, tn. V- tfr : to to VI- < I 0 W N N W 1... b e n 0p0 CO ': QN, w O O W m rrn p 41 o w in b b inO 'n D O v OWO O Oo .��ONyyO .ONppo ÷ p O • 0 0 A O 0 0 0 0 0 to Y z 0 77 0 0 O O 0 00 Q 0 0 0 L K z -Q G 171 ,in N N In W co W m O m Q1 0 N V U til lh to -to t/1 V W COA W CO 0 Ud V1 O In OO 0 0 0 0 0 O 'CO 0 0 0 0 O,O,O O O OHO O O in K m m m A O v 0 m 0 v mAm t- tn. V } -VI.L ih th ? VTh V t th 2 O O o 0 0 o o o o o o 0 z 0 p 0 0 0 0, 0 0 0 c0 o 0 o z j D O O Z -1 D O -i to in {h ih th I- N N J `t(0 `1A+ w p m 0 O oF+ Vl N, V V + Po K O co lf1 N NJ Vi th tn• th V} to N m m v 00 A 00 m W O O 0 o 0 0 W T Vl dm11 f l Gl O to in O O O O O O to O O O O O coo O v D 0 0 0 0 0 0 0 0 0 0 0 — oe O xi m m n m O ' - 1 _-' m Z O —I -Q O O 17 n Z Z m in z 0 O 0 ih t/. co tn. tn. tn. V} in. co V, VI- = m D C 0 0 0 0 0 0 0 0 0 0 0 o m --t 0 o b O O O O O O 0 0 O v N D N N Q, d, Q, t0 0 O v• m N N lD O N co 00 v4- to th t/)- LID V* 00 V, tD V 1- 77 0 0 0 0 0 0 Q, -r 0 0 ? N tD W I-+ O O O op.0 0 •0 i-. N N W 0 0 W Co 0 0 4 0 O 00 .A . r+ 16F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE#19 Add Access Control Conduit Room A-222 RFI#32 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 12/15/2023 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting, Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc. You are directed to proceed promptly with the following change(s): Description: Furnish and install Additional Access Control Conduit— Room A-222 Purpose of Work Directive Change Furnish and install Additional Access Control Conduit-- Room A-222 missing in drawings and as outlined in RFI#32 response • Attachments: WAYPOINT Master Estimate Sheet 11/29/2023 rev RFI#32 Added Access Control TLC Engineering Solutions RFI#32 Response 09/08/2023 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 E Engineer's record — Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $6,900.00 Increase or decrease by-0-calendar days. RECOMMENDED: AUTHORIZED: J . Blayne Digitally signed by MDarionJamitally netlby MortonJames oa e°Zoz4 o;.b J. Blayne Rose 07:28:43 B Date; 2024.01.09 By: James K. Morton, Y.E., Sr.Project Manager kOrd Jolly, '.rc Owner's Representative, Facilities Management 13:15:30 -05'00' 16F7 WAVPD®tN"T' Detailed Estimate Project Information: Waypointk: 22035 Completion Time: 2/19/2024 Description: Collier County Emergency Service Craft Hourly Rate: $ 43.27 Location: 8075 Lely Cultural,Naples,FI,34113 Source: SCOPE Cost Code Description Comments Quart U.P.' Cost Comments 01 50 00 General Conditions Project Staffing 01300 Project Executive Jorge Lopez 1 hrs $ 126.20 $128.20 WC 01301 Project Manager Yesid Lopez 2 hrs S 90.15 $180.30 WC 01302 Assistant Project Manager • hrs $ 57.69 $0.00 WC 01304 Site Supervision(Superintendent) Cesar Murillo 4 hrs $ 93.75 3375.00 WC 01304 Site Supervision(Foreman) Elkin Hernandez 8 hits $ 61.30 $490.38 WC 01305 Miscaltaneous General Labor - hrs $ 43.27 $0.00 WC 01301 Estimating 6 Negotlaling • hrs $ 88.54 $0.00 WC 01 00 00 General Conditions $1,171.88 Scope of Work Detailed Scope' Furnish and Install additional conduit for JCI Controller in Telco Room A222 es outlined in RFI response#32. 1 Ea $ 4,888.00 $4,888.00 Hypower SOW - Is $ $0,00 SOW • Is $ - $0.00 SOW • Is $ - $0.00 SOW - Is $ 50.00 Scope of Work 84,888.00 Total Direct Cost of the Work: $6,059.88 Overhead soot $302.99 Subtotal: $6,363,88 Fee a.o% $0.00 Subtotal: 86,362.88 01050 Bond o.00% $0.00 00730 Builder's Risk d.6o% $0.00 GRAND TOTAL $6,362.68 $6,363,00 Math is OK Credits Credit • Is $ - S0.00 Credit - Is $ $0.00 Credit • Is $ $0.00 GRAND TOTAL IN/CREDITS $6,362.88 WD C# 1 Page I of 16F74' 8821 Business Park Drive . 4. 41i �� trnz ' { Suite 408 ,: x=m '•. Fort Myers, FL 33912 ELECTRICAL SERVICES GROUP C: (954) 540-6832 Change Request Date: October 22, 2023 PCO #8 Proposal: CC EOC West Bay Garage Enclosure Conduit Run to Data Closet Company Name: Waypoint Contracting, Inc Attention: Yesid Lopez We are pleased to submit our Price Proposal Pages 1 through 3 to furnish and install the electrical system components described in greater detail herein at the construction project referenced below. We guarantee that all equipment and material except as herein otherwise noted, shall be new and conform to standards specified by these documents. PROJECT Project: 1"Conduit run from the garage area to data room 222 INFORMATION: network submittal drawings. Pricing: $4,888.00 SCOPE Included: CLARIFICATIONS: 1. Conduit run from garage to data room 222 . 2. Pull string in the conduit for Ameresco's use. 3. Penetration of the electric room wall and fire caulking. 4. Lifts and ladders required to install the conduit. Excluded: 1. Engineered drawings indicating the change. 2. Data cabling, equipment or terminations. 3. Security cabling, equipment or terminations. 4. Overtime, shiftwork and holiday work are not included. t ,ry s ;; .t qi:^rux vt.,o✓,4:�'y"""9e._ ,S1 n -c� v�?,£ `...rasz. ......� •LY" R 1 2`"'t Mf r.y!x„y(`if Nu] '�'�1� a .. .. {r £'S� � ;3„}��,,,, wWW.hypuwE d!/nc com , rf .� . Confidential 16F7 :E ' W ,��; ; K ; 8821 Business Park Drive r -:VOW sx Suite 408 ELECTRICAL SERVICES GROUP Fort 5 -6832 C:(954)954)54 0-6832 OTHER TERMS Final payment shall be due within THIRTY (30) days from billing of invoice. & CONDITIONS: This price is good for TEN (10)days, after which time, might be subjected to escalation, This Agreement constitutes the entire agreement between the parties hereto and supersedes all prior negotiations, representations and agreements, either written or oral,with respect to the subject matter hereof. This Agreement may only be changed with a fully executed scope of work agreement change order and no terms or provisions hereof may be waived by Waypoint Contracting, Inc. except in writing signed by its duly authorized officer or agent. All price negotiations and agreements for this job are merged into this Agreement. The said parties for themselves, their heirs, executors, administrators, successors and assigns, in signing below, do hereby agree to the full performance of the covenants herein contained. By executing this scope of work agreement,your company commits to pay the funds for the scope specified above for the stated price herein in addition to any subsequent change orders to this scope of work agreement fully executed by both parties. Hypower's obligation to pay, provide releases from and defend against liens or claims by its subs and vendors is limited to the extent of payments timely received from the Contractor/Owner Hypower will provide partial releases in support of applications for payment that are conditioned upon receipt of the payment being requested and that preserve its right to payment for amounts not being paid in the current application (i.e. requests for change order, claims, etc.)which shall be listed on an attachment to the release The contract will include a mutual waiver of consequential and indirect damages Hypower will indemnify and defend the Contractor/Owner against claims by third parties in proportion to (to the extent) Hypower proximately caused the event or circumstances giving rise to the claim or liability Liquidated damages are the only damages for delay Hypower will receive notice and the opportunity to commence a reasonable cure in the event of default The qualifications, assumptions and exclusions in this proposal control in the event they conflict or are inconsistent with any other language in the contract entered between Hypower and the Contractor/Owner, Hypower's role shall be exclusively that of a contractor. No activity by Hypower shall include the provision of professional engineering or design services or an assumption of risk or responsibility as a design professional. Please acknowledge your acceptance and agreement by signing this letter and returning it to this office within ten (10)days of your receipt of this letter. WO 5999 Page 2 of 3 October 22, 2023 Confidential 16F7 * ..._... -firm( y�� 8821 Business Park Drive "We ,, `:_ ,•1 44,441 Suite 408 ELECTRICAL SERVICES GROUP Fort Myers, 33912 54 C:(954)540-8832 Thank you, AGREED and ACCEPTED: JQi� l J ette,ften Name(print) Division Manager—West Coast Name(sign) Fort Myers, Florida Title Hfy F.l[CIRKAL SfRVICCS(WOW' Date WO 5999 Page 3 of 3 October 22,2023 Confidential 16F7 c0 90 J O) V1 A ) 1.-'' j g) , h 41 O D � CO C) H O_ m O C) ro O 7.0 5'2 O A -0 " � •m .tam y m 0 A D °a N b C. z ,i n 3• �o D ° rtrtJ] ro G) C) O C) o r Vi h * , o -n 5 -i f p `a m o g -1 a. n 7 3 ^-1 a w r 7. r N rO { r0 nzi o E. C O mo 0 won W ° Z gC d 3 r z p ;n 91 NO, z Q, C m rn0 urn 9 Trr -�i Do (/j r- g 0 NN3 szo (1 x -n m U) n O 4' 6 D D z R. h 0 0 x' o 6 ; c� `° S 'V w ro co rn 0 m b 'n mmj a 0 > a c 0 3 11 Ca w 73 O � ° H D= ' ° o r TA 0 a• 0 -n0m � -{ v 0 cct O N > h _ m m +O 3 OO Om _;00 a z 0 N A D _, FD no c 0 N CT 71 Z Z o ° .'9 0 D cn 5' ° m a w o.m w ro 5 13 Tl 111 C�0 7 n . L i N h •. ..‹ Cy01 am v O O . O a N ?j H ' O m CI Z ✓ V — W CD , 0 A+ '7 0. ' C ✓ O tD 0 W a ' n �, m N Cl) cn <n v) (n rn Co ° a a) O o (PQn N ..+ fJ A CC CO 01 N V A 0 Cn (n V 01 W (0 A 'co 0 A 01 O N N N O o ul Ut O Cl O Cl Cl Cl -a cnoK en z co N � \co 3 v g a V-1 Q A i 0 -• a C 0 .Zm1 K b ° 5- u 7 -. 0) a 7 a c0 • fil '% -J l-. 3 o55 a' > 3, r• aa 3 o0juut D . O ., C ° 0 2 c; a w 2 aai =i O. if o ry �' tD O -� Z . a O ua 7 zou m ° a D c ° o a Z po Y n (C, C C• al cci• o D' �S \N\ n) — Ili 3 •'‹ IC 2 O 7' O' < b i n N vi 4 a O `I'�x �1 • Ste ' fn O ° 1 p0j C a _ - m N N 3 lD RO ° ;U ) 3 O (( n Q a S ."0 N ON ti. " A 3 CD 7 00, O 7 3 r A A N —6wC �(`7K o O b El r Q ro 1 o. o ,�N --. - '0 cn N j ri O S (D 7 :•-� ix :J 0 a D cp a o O �? co o o a, o A v 5 —. C 3 '< O 7• p C a • a 0 O a (�S N o a rD w Cr •zi 1 m 3 8 N a N d O •!` O 1 M O _ O 0. J O C) a� co O N `r "� V N O j H _, 5 m J o ?o N a: (a) g co2 m 0 o n aa, C) o 5 7 w N o 5 3 5 (a11 ? I,�Dy5. a O. j a F D d o a 7 m 5 D N A a m 'O 0 17 O N 0) .+ N fD 0 a ". Q . -. 7 00. 0 O ��//11 f O N 0 O 7 cD VLS ti'..• a 0 3 z *�i o• c c coa 3 • o c 7 ,..(z ' 3 = o co g co i � 9 ..4'.81 n o r 1 M'v x • r o' •D h ro W • ,_ zx � ' M '.: �� o . w i6 F 7 0ro x i v ' ➢ MOAwN -+ Q Zr D o __ n R a m > r p. 6 y v t) ma c4ro o A— co co N cn 0 A W N -+ O-0) O , a z X z TaN"8 00 C) A I"' n N ^I (Ti 9 caq > am mn rO 0 0.'D aS. m ' sq. , dgo DN no iaz �A D 'IC, m .-anDA 4. nZO7 = .A m y . c zn 0 — az n a g 5 0 o pzm C): � ^ , a n O Os n 7 C v s m $ °a E. a w 8.co a O ,... m na Z O : vg 71 z! Aa ax po N na P. O Ni 000000 N V 0 0 0000 00 U n 7 d C O N • A N ..a co -' (v� _!!1 Ut V h t p.b.�pN V1 88 tPnt,[�.4 a. N V g Jt IJ g o O +AJ o O O pq 8 O U N i [y1DWW NAo g O O OppOOqqpQp OO CO ` Og000 0 O 0 O Og0O Qg f)N [nN j. 0 0 1� 0 111 0 W 0000 00 O= ^ O 11 a a ja 6 O 3 � 002 N W , N N y (] 4 C�. C 3 H N 0 N O> -0. A U W A - 2 7 m m NE P!, o `� u g`�o'goo 00 n w21 'm 2 Din o 88 0 0 o g 8 8 3 g 8 0 Q w v+ v1 [n yt 4A 00 w / ' I[n Fn kn1 o v lei P ,, A 'in /+N ..I. II,* N v Q 1 m L1 O ..52. 0g0 O O 00 oO 0. o H. N O 0 4. 0 0 0 0 O g 0U) 0 ➢ A a 'r^° v cnv' MKm OC 1:6 O_AZO ' O➢ z a ..< ryr O 0 N 0 41 00 rn 0 N V1 0000 Vr N 0 0 3 n aO y W O N A � A[71W AV it B T1 8-1 V WN 88 J N' W pi A o O g O O O 0 g 00 6 d_ 0 ,N N O 606 o 0 g 8 8 o g 8 $O 828 O d 0 0 0 o O raze C [tOio1 CO 0 0 0 0$ 0 0 G) 0 0 0 0 00 d ari Q1 d v. " U) 06D [N W p7 o -0O 1 1 1 0 0 r r r i 1 O r i (RNn o �� O O S IN W N Ul In rn In rn 4) N (A V1 0 0 fn rn ro 1 1,. N 2. �1 0 A N W W 0 [1 W O 9 O Um1 VN+U [�A. CP N O 8 W N C, ' 6 V V 0 iO C 0 0 000 C O 0 0 000 0 0 0 O 0000 O o 16F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE #20 Added Circuit for HVAC Control AHU RFI#39 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 12/15/2023 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting, Inc. ENGINEER/I)ESIGN PROFESSIONAL: Harvard Jolly, Inc. You are directed to proceed promptly with the following change(s): Description: Furnish and install added 120V circuit Ibr Al lU Controller Purpose of Work Directive Change Furnish and install additional 120V circuit for AHU Controller not shown in drawings and as outlined in RFI#39 response.No permit fees or processing are included. Attachments: WAYPOINT Master Estimate Sheet 11/29/2023 RFI#39 TLC Engineering Solutions RFI# Response 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 n Lump Sum E Engineer's record n Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $4,000.00 Increase or decrease by-0-calendar days. R coRi Digitally signed AUTHORIZED: D ' r Digitally signed by • by J. Blayne Rose MortonJames r2o23;Z.15 11:21:54-05'00' BD Date: 2023.1 2.1 5 By: James K.Morton, P.E. Sr.Project Manager d Jolly, Inc 1 3:09:49 -05'00' Owner's Representative, Facilities Management 16F7 le AVPD N Detailed Estimate Project Information: Waypolnt$: 22035 Completion lime: 2119f2D24 Description: Collier County Emergency Service Craft Hourly Rate: $ 43.27 Location: B075 Lely Cultural,Naples,FI,34113 Source: SCOPE Cost Code Description Comments Quart U.P. Coat Comments 01 00 00 General Conditions protect Shifting 01300 Project Executive Jorge Lopez 1 hrs $ 126.20 $126.20 WC 01301 Project Manager Yesld Lopez 2 hrs $ 90.15 $180,30 WC 01302 Assistant Project Manager • hrs $ 57.89 $0.00 WC 01304 Site Supervision(Superintendent) Cesar Murillo 4 hrs $ 93,75 $375.00 WC 01304 Site Supervision(Foreman) Elkin Hernandez 8 hrs $ 61.30 S490.38 WC 01305 Miscellaneous General Labor - hrs $ 43.27 $0,00 WC 01301 Estimating 6 Negotiating - hrs $ 88.54 SOW WC 01 00 00 General Conditions $1,171.88 Scope of Work Detailed Scope: Furnish and Install additional 120V circuit for AHU Controller not shown in drawings and as outlined in RFI response 439. 1 Is S 2,079.00 $2,079.00 Hypower SOW - Is $ - $0.00 SOW - Is $ • $0.00 SOW - Is $ - $0.00 SOW - Is 5 - $0.00 Scope of Work $2,079.00 Total Direct Cost of the Work: $3,250.08 Overhead 5.0% 5162.54 Subtotal: $3,413.43 Fee 0,0% $0.00 Subtotal: $3,413.43 01050 Bond 0.116% $0.00 00730 Builder's Risk coos $0.00 GRAND TOTAL $3,413.43 $3,413.00 Credits Math Is OK Credit - Is $ • $0.00 Credit - Is $ . $0.00 Credit • Is $ - $0.00 GRANO TOTAL WICREDITS $3,413.43 WDC#20 Page 1 of 1 16F7 z £� 8821 Business Park Drive •i:i:i• 5 r'` r , F Suite 408 Fort Myers, FL 33912 ELECTRICAL SERVICES GROUP C: (954) 540-6832 Change Request Date: October 22, 2023 PCO #9 Proposal: CC EOC West Bay Garage Enclosure Circuit for Ameresco Sensor Panel Company Name: Waypoint Contracting, Inc Attention: Yesid Lopez We are pleased to submit our Price Proposal Pages 1 through 3 to furnish and install the electrical system components described in greater detail herein at the construction project referenced below. We guarantee that all equipment and material except as herein otherwise noted, shall be new and conform to standards specified by these documents. PROJECT Project: Add a circuit to the sensor panel on the mezzanine for Ameresco. INFORMATION: Pricing: $ 2,079.00 SCOPE Included: CLARIFICATIONS: 1. Additional breaker for the new warehouse panel. 2. Conduit, wire, fittings and boxes to complete the run. 3. Lifts and ladders required to install the conduit. Excluded: • 1. Engineered drawings indicating the change. 2. Overtime, shiftwork and holiday work are not included. :: .,.. www.hypowerinc.com com t6F7 Hy.` ,; wjii � 8821 Business Park Drive Suite 408 Fort Myers,FL 33912 ELECTRICAL SERVICES GROUP C:(954)540-6832 OTHER TERMS Final payment shall be due within THIRTY (30) days from billing of invoice. & CONDITIONS: This price is good for TEN (10) days, after which time, might be subjected to escalation. This Agreement constitutes the entire agreement between the parties hereto and supersedes all prior negotiations, representations and agreements, either written or oral,with respect to the subject matter hereof. This Agreement may only be changed with a fully executed scope of work agreement change order and no terms or provisions hereof may be waived by Waypoint Contracting, Inc. except in writing signed by its duly authorized officer or agent. All price negotiations and agreements for this job are merged into this Agreement. The said parties for themselves, their heirs, executors, administrators, successors and assigns, in signing below, do hereby agree to the full performance of the covenants herein contained. By executing this scope of work agreement, your company commits to pay the funds for the scope specified above for the stated price herein in addition to any subsequent change orders to this scope of work agreement fully executed by both parties, Hypower's obligation to pay, provide releases from and defend against liens or claims by its subs and vendors is limited to the extent of payments timely received from the Contractor/Owner Hypower will provide partial releases in support of applications for payment that are conditioned upon receipt of the payment being requested and that preserve its right to payment for amounts not being paid in the current application (i.e. requests for change order, claims, etc.)which shall be listed on an attachment to the release The contract will include a mutual waiver of consequential and indirect damages Hypower will indemnify and defend the Contractor/Owner against claims by third parties in proportion to (to the extent) Hypower proximately caused the event or circumstances giving rise to the claim or liability Liquidated damages are the only damages for delay Hypower will receive notice and the opportunity to commence a reasonable cure in the event of default The qualifications,assumptions and exclusions in this proposal control in the event they conflict or are inconsistent with any other language in the contract entered between Hypower and the Contractor/Owner. Hypower's role shall be exclusively that of a contractor, No activity by Hypower shall include the provision of professional engineering or design services or an assumption of risk or responsibility as a design professional. Please acknowledge your acceptance and agreement by signing this letter and returning it to this office within ten (10) days of your receipt of this letter. WO 5999 Page 2 of 3 October 22,2023 Confidential ��8 � K� � K- � * 882 Business Park Drive GuUo*oo Fort Myers,FLxxV1x ELEK�7�RU����L SERVICES GROUP c: ' (vo*)u*o-oxou This |oto run ocircuit from the new warehouse panel to the AmoveonoHVACsensor panel |n the mezzanine area. Thank you, AGREED and ACCEPTED: Name(print) Division Manager—West Coast Name(sign) Fort Myers, Florida Tide ""°"At°="'"'i"' Date VVO 5999 Page 3 of 3 Octubor22.2023 16F7 ' ' co Cco 0 r 7 'OU 0 > �� 1 _ -I D � O o5 0 � ToK7f5 b „ D m -1 D „ w O o•.lcaW 3aD m p0Nzmm� Am D n a -1A ZS � 0 12 co Amm • ZC m O O n r N Q --I-I x m o i 0. n 3 ^1 2r- or cw .0 Om O_ ti0 ° mC zr- 7] p n Nz Z- i T. 3 rO 3 - n � D oNQ.oZ 32 Do m rn a) 0 cn An m w A - e F mw oo C 0 oKU Wp � °n a 0 c o 02 0 r c xm 0 3,- s f1A n0 A pvwF. n -11 m7 A 0z hm D �; ' b rD -i AO f° a) G -I r 7 -imm 5 O + Wo oA 0 a z O A v In cr m z C� ° V) 0co m a . -to Ao cc° 9 13 .Z7 en X1 £'45- p " o -< A m 8- 3 0 o • g Q. z h . m Z V 5 4,a@ 0 ,• 0 o ro ca w n W m 00 en 0 0 0 0 0 0 ° o . O o co c. n 3 .gyp °W) CD A+. W 44.A - O N IN/ N O O V. N O o O O O 0 p Ip cri ,-0 Sj CT .�. E. '� .t 7 Q N m 7) "D `9 2. iff NJ a 3 '• 00n 3• 00o m �agfD+ on -{ -1 n 3P. ° o D Inkl. !- 3 a no — �. D 9 O C a� j- DDi 47 m 1., 8 ;.b5 o ri3O c o v ga � � ro ` s � a3 ii j. iiION P, o j I; m nM1 m m n7 � �� � o m o p Z7 FJ) 3 p b O' 0. 7' ,77 N N p. o n 3 3 o c 09 p 5 y�O r c A N c. a 5 M Q?v n t5 rn -' +3 n 13 c@ ir 3 0. 0 2 a O• N 0 8 a a � R.., ' H o a �D4) a a ro 3 0 o a ° z.� a .0 o v D o o ° ,° a 0 w a 'Da pjo5 c a S a7 `aG N a N ry Co O X 0 o a o a n o ro g 4 2 z c a o b m a a o AA ..••�� m 7 fD a N N Q ,r ..;. a 3 — A m X Q @ m a' N = a y o ° -ni Oi r "° ° 2i N as 5 0 n. a .Z L.a ..x JC �, ID (2 (37 7 0 f) N C 3. c ro c 3 ? cai3 •m '` cc° co° c 2 N 5 `° 8• a '0 0° o 9a 3 0 a $ O N 0 9.; f, N N q F . r NO 5' C Q.Fli 5 a 0 0 a 1 ,:. N • a p o i o''l`n �9'II W 3 a ro 7 Et a p a 7• a o o , y 't r.' 3 . o`i y 5 o 3 -3�2 !') Y v :T.9 :1 ri M O 1 r, N I) .i, N ' !Y.,g.N .1. /" ry . S d AlB oo : w nT: Lci a`�" .0 iii j ^1 4 m . 16F7 p m m n 7 O D O v x a y m V A W N 0 Z• > o c m p 4 Mr m 0 -L 3 111111114111 1111111111111111111° � n�. z AA _ C ao m mff qqq away 2O I;I[Er "f •n A . n G D m P I a n n O 4 K, A m N a to m rc N i i N N 111111 IIIIIiI!I!I!1Ii 1 A W0 ;o l II _ V. N (/t O a HI R Q .t�_ _ • R.V(V+W W W W N t • - - F a m N a W • m R'; W V 0 NO O d nrn. 2, pqq a p U N V b b I i Nm, mnC a• m -4z — a• OOO o m.. N (/' 000 N W (t N 0000 00 R 3 c t I V t « � n ;, V 4 -.AEAZI1AV Tc y p O ( 4O � W N WNAA o O O O OOO O OOO o S SSSqSOpp _ H O pp pp A t\ (D e F, S S O S O W 0 0 g o I N NNW N 00 000000 Vt0_ 01 N N m a 0 6o N� V T O _ t O _ S 0 0 S O N N 000 N N N N 0000 00 ro A !& y D N j+t mm qq Iv W (Qn� -3 o ni 0p V W O ()1 W O S N (Nit(li �D N y O b W o . �0 0 b 0 0 0000 0) i6F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE #21 Added Site Work in Landscaping Island Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 11/29/2023r PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting, Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc. You are directed to proceed promptly with the following change(s): Description: Furnish and install site wort: fir landscape island. Purpose of Work Directive Change Furnish and install new concrete curb, base, topsoil mix and sod in landscaping island at the parking lot where the new main gate will be installed as outlined in revised sheets AS-101. Attachments: WAYPOINT Master Estimate Sheet 02/26/2024 Plan Sheet AS-101 Revised 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 E Contractor's records ❑ Lump Sum ❑ Engineer's record ❑ Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $14,200.00 Increase or decrease by-a-calendar days. RECOMMENDED: AUTHORIZED: Digitally signed by MortonJames Date: Blayne Rose Digitally signed by J.Blayne Rose Date:2024.09.05 • Date:2024.03.05 12:53:17 05'0 ' 12:16:16-05'00' By: By: James K. Morton,PR,Sr. Project Manager Harvard Jolly, Inc Owner's Representative, Facilities Management 16F7 WW � g Detailed Estimate ..__._1..;C,nLavaca,r,tia.h„... Project Information: Waypoinlp: 22035 Completion Time: 2/19/2024 Description: Collier County Emergency Service Craft Hourly Rale: $ 43.27 Location: 8076 Lely Cultural,Naples,FI,34113 Source: SCOPE Cost Code Description Comments Quart U.P. Cosh Comments 01 00 00 General Conditions Protect Staffing 01300 Project Executive Jorge Lopez 3 hrs $ 128.20 $378.60 WCI 01301 Project Manager Yeald Lopez 8 hrs 5 90.15 5721.20 WCI 01302 Assistant Project Manager • hrs $ 57.69 $0.00 WCI 01304 Site Supervision(Superintendent) Cesar Murillo 10 hrs $ 93.75 $937.50 WCI 01304 Site Supervision(Foreman) Elkin Hernandez 16 hrs $ 61.30 $980.77 WCI 01305 Miscellaneous General Labor - hrs $ 43.27 $0.00 WCI 01301 Estimating 8 Negotiating - hrs $ 86.54 $0.00 WCI 01 00 00 General Conditions $3,018.07 Scope of Work Petalled Scope' Furnish end Install new Concrete Curb,base, subbase,topsoil mix and sod In landscaping Island al the parking lot where the new man gale existing will be Installed as outlined In revised sheet AS-101 dated 10,18,23/islands revision. 1 Is $ 9,626.50 $9,626.50 Onyx SOW • Is $ - $0.00 SOW Is $ - 50.00 Scope of Work $9,626.50 Total Direct Cost of the Work: $12,844.57 Overhead 5.0% $632.23 Subtotal: $13,276.80 Fee 0.0% $0.00 Subtotal: $13,276.80 01050 Bond 0.00% 50.00 00730 Builder's Rlsk o.00% $0.00 GRAND TOTAL $13,276.80 Credits Math is OK Credit - Is $ • $0.00 Credit - Is $ - $0.00 Credit - Is $ - $0.00 GRAND TOTAL W/CREDITS $13,278.80 W D C#2 -1 . . . Page 1 of 1 16F7 Onyx Asphalt USA (239) 970-0327 � �. 9200 Bonita Beach Rd SE Ste 212 Bonita Springs, FL 34135 } Prepared For Estimate Date Estimate Number Waypoint Contracting Inc 11/17/2023 00001831 2470 NW 102 PL#203 Doral, FL 33172 Reference Emergency Services Change Order- Island East Parking Lot Description Rate Qty Line Total Island Curb and Asphalt $9,943.67 1 $9,943.67 Form pour and finish 44LF of D Curb Install asphalt per plan 72 SF Install dirt 2 inches under top of curb for landscaping Subtotal 9,943,67 Tax 0,00 Estimate Total (USD) $9,943,67 Notes 35% down payment required to schedule work Terms * By clicking accept, you accept that the above prices, specifications and conditions are satisfactory and are hereby accepted. You also accept to authorize us to perform work as specified and that payment will be made as outlined in the terms section below and understand that you are liable for all late fees and legal expenses resulting from nonpayment. * Payment due upon completion, down payment may be required to schedule work * Bid is good for 30 days from the date of estimate * Payments not made within the terms of this contract shall bear interest to the fullest allowed by Florida law *Work performed to above specifications, any changes will incur additional charges in the form of a change order. Contractor not responsible for utilities or any other damage as a result of work. Minor irrigation pipe repair only while in the property * Unless specifically mentioned, permit process and fees not included in price * License and insurance available upon request 1 6 F 7 We accept terms of quote and approve to proceed Name: Date: Signature 16F7 4 p 10 So V O, V, 4 W N N (1 D n -1 v `g• fi D z W, Yii ry 1 .2 o a o O O nq A OE %9] Fi g O o 2 w t A m v r , 3 bE c `^ � c g - n 0. c, o ".'.� H Q 5 ,rp m _, fn - 5 �° D , n D = Z S a• C td F -i O " in �^ p O Z D A' n mz n ' n C O D c O c z ° o 0 o m o K O n �n 2 0 n �• v ° -r, -c C m + g v m O 3 R. O .7Z.0{ p N O z m m Q n In (�" p K ° b v 1T - r) 3' U A g -• m ? z rno o w 3 G, ,1 o C O ,› So a 4 q 5 O z c �`o " A ' cZi a Q' F. z Pn $ -p a CO o A P m r@ rDr� p m W p m m C 3 ro CO S c A `� Z to D x O A -1 N 0 Co 0 A t1 p m .� to o o 0 3 V N 3 C O + �„ w z • p / a, O ", `�' D D -n to 13 fn 0 'n z O o D yZ 3 m g °E z �. ' ? 1' w � r m A 2 n. - , = N Co g W Q n .,, K -r7 O1 0 NJr i r- nEU C) G q "1 w a n to q N i m N +n v. v+ vs (.4 <n (.4 to in inin in to g oW a a" m NJ 0 A... H N N t3 W p W W W W N .1t. N Co V1 0 oo N 0 0 W 0 0 p 00p0 N z N N 00 p00 CO 0., 00 00 A W O 0 O II A Cii O O (°n O Q O O m 0 C q O z 0 t d 8 ' < q A 2 ‘3. ° f1 x o n TFro D •p ah j .S S 5 b rG g"G R 3 c -.. 03 q X *pia' P ;^1 g a D a ' ° D °( ) n a 3 'r a 8 ro , A ° o �°^. •°�P. n AA ^ ° 3 R g Ozi co 9. a n 3 a a 0 Z D• .- z '�. n . q V p S 3 3 S a' ? u+ -Ti a. Q D w - , nT m .. 3 Q 3 Z,_ (T1 " �•,, n v o 0 r -, E q o o Q m p -1 f, y r-. n = g. -n K O -i b C n 1 pp g. Xq 3 a R a $ T jj z `S� o` l ^ d A m k3 0 r c o o 0 n 2.,g- T 9.) LE; k •$1,3 g ' o v N N o o R ° S " ; D tri A 2 R p z) m 'O m y Cu a. S nHrva -'amoq. ro m o _ vR R o Rq F; a irR a em $ nn - a+�n GI u ? c`,' TnR oo ' O �' u N N w . :4 y N N a 's z 0 o' 4 O s 3 3.c z ,CC x v r, : =E Z e S g ° �5,� N M_n S.. tJ-O r.l V W 16F7 -t c ' o f1 m m g p. 0 0o J m to .A (A) N K D R v@ 3 Z Z E °:• o m -i O 0 N V C C) -4 n n -i n O o O) O) ry -44 7 g d O 1 Zr m n 'o P d A e Z p D) 0 0 , (t) ' Clal Co m rn O h mR z to 11) rn -- n p a I > n . n N r. > A ; z v C_ ro 3 ---I.15 ti 6. „ m D Ca O 3 2 g o B T et 0 0 o ry 3 C a a Z Q ry Ti T .�7 7. 13p Z G E D ., o < oT m o • o a A D m on W N N tr0 H I--' r c n G CO Vl Ni N to to N r'n rr CO A co to W O o w m O to Q In V' 0 O O 0 0 O O0 O T' v O VI- in i/' iR to O r owo 0 0 + % o w o 0 w t» LI - p t S 8 t o o 0 0 0 t z o `J 0 O V O O O O Q Q V In O O O O ,O,O O O O O O O _ 5 -1 r- I rn {n t/ti i/f In --I lwll N J to W W rn Q m vi CT QrO C N V th tn. t/. to in to v 5 W +� Co 9, CO O O O o o o Oo o W in o V' CO o o 0 0 0 b Oo O 0 O Q O O O O O O O O, 0 _I m m m A) O Z -nO v z in in inin tn. to in tn. to tn. to z O O O O 0 0 0 0 0 0 0 0 7 pp O -i Co O 0 0 0 0 0 0 0 0 z -mf D ZO O V W H N A mp m i^ n W IV N l0 1-+ 1--' n 0 tO Ip-p1 In Q V v + m v 9O A 0O al w 0 0 0 0 o o w + O r- qq � 8 O ,O O O 0tf� O O QO O O Q O 0 '1:47:7 r r 4-4 4-4 4-4 G1 m m D D v -0 0 C0 0 0 0000000 \ e 0 r r0 n m o —:— z p'- D ao Z Z m?' Z Z i 0 2 NJ i!! t/? to to in. in N to to to to I P -I 0 0 o O O O Q O 0 O o o o 0 M -1 o g o 0 0 0 0 0 0 0 0 O T m NJ d D W .I-'' to to N N Z Nam'16'1 01 01 Ol tD 0 0 a, G) W'`Lr!' to O N co CO to. to to in T to- Oo m " (t�0 -t H .' (30 O O O 0' Q 0 4 W O W OHO 0 0 0 0 0 0 Oro Ti. N N 16F ? FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE#22 Added Sleeves for Repaired Irrigation Line RFI#40 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 12/15/2023 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting,Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc. You are directed to proceed promptly with the following change(s): Description: Furnish and install irrigation sleeves, Purpose of Work Directive Change Furnish and install irrigation sleeves for repaired irrigation lines as outlined in RFI#40 response. Attachments: WAYPOINT Master Estimate Sheet 11/29/2023 RFI#40 and Harvard Jolly Response 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 C Lump Sum ❑ Engineer's record ❑ Other E Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $2600.00 increase or decrease by-0-calendar days. RECOMMENDED: AUTHORIZED: Digitally signed by J.Blayne Digitally signed by MortonJames Date 2°24°e 1470 223 Blayne Rose Rose Da, Date:2024.02.28 13:01:51 y: ' 14:26;41-05'°°' y 05'00' B James K. Morton,1 .E. Sr.Project ect Manager Harvard Jolly, Inc Owner's Representative, Facilities Management 1 6 F 7 crib IN V"PCIINT Detailed Estimate _......._.__.L.:c„.r,. .,t:,r, ,.„:,.-.__.._._..— Project information: Waypoint#: 22035 Completion Time: 2/1 912 0 2 4 Description: Collier County Emergency SenAce Craft Hourly Rate: $ 43.27 Location: 8075 Lely Cultural,Naples,FI,34113 Source: SCOPE Cost Coda Description Comrnenta Quan U.P. Cost Comments 01 00 00 General Conditions Protect Stetting 01300 Project Executive Jorge Lopez 1 hrs $ 128.20 $128.20 WC 01301 Project Manager Yesld Lopez 2 hrs $ 90.16 $180.30 WC 01302 Assistant Project Manager - hrs $ 57.89 $0.00 WC 01304 Site Supervision(Superintendent) Cesar Munllo 2 hrs $ 93.75 3187.50 WC 01304 Site Supervision(Foreman) Elkin Hernandez 4 hrs $ 81.30 $245.19 WC 01305 Miscellaneous General Labor ii hrs $ 43.27 $0.00 WC 01301 Estimating&Negotiating - hrs $ 86.54 $0.00 WC 01 00 00 General Conditions $739.19 Scope of Work Detailed Scope' Furnish end Install Irrigation sleeves for repaired irrigation lines as outlined in RFI#40 response. 1 Is $ 1,200.00 $1,200.00 Overall Outdoor Services SOW • Ea $ $0,00 SOW • Is $ - $0.00 SOW Is S - $0.00 SOW • Is $ - $0.00 Scope of Work $1,200.00 Total Direct Cost of the Work: $1,939.19 Overhead 6.0% $96.96 Subtotal: $2,038.15 Fee 0.0% 50.00 Subtotal: $2,038.15 01050 Sand o,00% $0.00 00730 Builder's Risk 0.00% $0.00 GRANO TOTAL $2,036.15 $2,036.00 Math Is OK Credits Credit - Is $ • $0.00 Credit - Is $ - $0.00 Credit • Is $ - $0.00 GRAND TOTAL WICREDITS $2,036.15 WDC#22 Page 1 of 1 i6F7 Estimate #24468 • Yin OVERRLL OUTI]OOR SERVICES 239-322-2661 YOUR PROJECT OUR PR551Ort Waypoint Contracting, Inc Waypoint Contracting, Inc Overall Outdoor Services, Estimate 24468 8065 Lely Cultural Parkway 2470 NW 102 ND PI LLC Naples,FL 34113 Suite 203 Doral 5940 Youngquist Road Date ,FL 33172 Fort Myers,FL 33912 Total $1,200,00 yguatame@waypointcl.com +17864175255 yguatame@waypointci.com 239-322-2661 Payments $0.00 Primary Contact: +17864175255 Balance $1,200.00 Yes id Guatame Primary Contact: Remaining +17864175255 Yesid Guatame +17864175255 Charges Item Description Price Quantity Total Sleeves Furnish and install Irrigation sleeves 12"below final grade, $1,200.00 1.0 $1,200,00 inclusive of excavation,pipe,backfilling and compacting. Subtotal $1,200.00 Tax $0,00 Total $1,200.00 Terms Payment is Due upon completion,all estimates and invoices are business confidential. Payments made after Net 5 will have a 10%late fee. Payments made after Net 15 will have a 15%late fee. After 30 days the invoice will be sent to collections and all fees ranging 25%-35%will be added to your invoice. Thank you -Management Terms— It Is agreed and understood by the parties that all equipment and parts which are sold pursuant hereto shall NOT become fixtures or part of the real estate where they are placed.Sold parts and equipment shall at all times remain personal property and the title thereto shall remain In the seller until payment in full is received.Buyer hereby agrees that all parts and equipment maybe repossessed in the event of non-payment. I have authority to order the work outlines above.I agree to pay all costs and reasonable attomey's fees if this proposal is placed in the hands of an attorney for collection, Not withstanding any company address,all invoices and statements are to be paid to Overall Outdoor Services.,5940 youngquist Road, Fort Myers,Florida 33912, LIMITED WARRANTY Builder/Homeowner must contact Overall Outdoor Services,LLC„via email or letter for warranty issues within the warranty period stated for each product or service. Block Retaining Wall,Concrete Paver Patio,Driveway,and Pathway Warranty: All retaining wall blocks and caps and all concrete pavers purchased and installed by Overall Outdoor Services,LLC.have a warranty 100%of the wholesale purchase price for one year from the date of installation,not including labor,A labor fee will be charged for any products replaced due to manufacturer's defects,A discounted labor fee will be charged for repairing work from settling of dirt,broken 16F7 Invoice #24468 . i . ; OVERRLL OUTDOOR SERVICES 239-322-2661 YOUR PROJECT OUR pRSSIOH Waypoint Contracting, Inc Waypoint Contracting, Inc Overall Outdoor Services, Invoice 24468 8065 Lely Cultural Parkway 2470 NW 102 ND PI LLC Naples,FL 34113 Suite 203 Doral 5940 Youngquist Road Date 01/31/24 ,FL 33172 Fort Myers,FL 33912 yguatame@waypointcl.com Total $1,200,00 +17864175255 yguatame@waypointcl.com 239-322-2661 Payments $0.00 Primary Contact: +17864175255 Balance $1,200.00 Yesid Guatame Primary Contact: Remaining +17864175255 Yesid Guatame +17864175255 Charges item Description Price Quantity Total Sleeves Furnish and Install Irrigation sleeves 12"below final grade, $1,200.00 1.0 $1,200.00 inclusive of excavation,pipe,backfilling and compacting. Subtotal $1,200,00 Tax $0.00 Total $1,200.00 I ei 1115 Payment is Due net 10,all estimates and Invoices are business confidential. Payments made after Net 10 will have a 10%late fee, Payments made after Net 15 will have a 15%late fee, After 30 days the Invoice will be sent to collections and all fees ranging 25%-35%will be added to your invoice. Thank you -Management LIMITED WARRANTY Builder/Homeowner must contact Overall Outdoor Services,LLC„via email or letter for warranty issues within the warranty period stated for each product or service, Block Retaining Wall,Concrete Paver Patio,Driveway,and Pathway Warranty All retaining wall blocks and caps and all concrete pavers purchased and installed by Overall Outdoor Services,LLC.have a warrenty 100%of the wholesale purchase price for one year from the date of installation,not Including labor.A labor fee will be charged for any products replaced due to manufacturer's defects.A discounted labor fee will be charged for repairing work from settling of dirt,broken concrete,under washing,excessive weight on pavers,Check with manufacturers for additional warranties. Custom Wood Work Warranty Workmanship is guaranteed for one year from Installation.Warranty excludes any warping or discoloration due to the nature of the material, 16F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE#23 FIRE EXTINGUISHER,RFI#33 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 03/01/2024 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting,Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc, You are directed to proceed promptly with the following change(s): Description: Furnish and install (I) New Fire Extinguisher Cabinet as per RFII33 response. Furnish and Install New Fire Extinguishers at the carport area as per ASI#3. Purpose of Work Directive Change Meet Collier County Safety Codes Attachments: WAYPOINT WDC#23 Master Estimate Sheet 02/26/2024 RFI #33: Existing Fire Extinguisher cabinet 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 ❑ Other Estimated increase(decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $320.00 Increase or decrease by-0-calendar days. RETT'nhe Digitally signed byAUTHORIZED: Digitally signed ey ,J p J. Blayne Rose MortonJames Dafe:2024.03.01 Date: 2024.03.01 15:25:12-05'00' By:Rose By: James K.Morton,P.F,., Sr.Project Manager FTarvard Jolly, ire 15:49:39 -05'00' Owner's Representative, Facilities Management 6F 7 I trP Detailed Estimate Project Information: Waypointl: 22035 Completion Time: 2/19/2024 Description: Collier County Emergency Service Craft Hourly Rule: $ 43.27 Location: 8075 Lely Cultural,Naples,FI,34113 Source: SCOPE Cost Code Description Comments Coon U.P. Cost Comments 01 00 00 General Conditions Protect Staffing at 00 00 General Conditions $0.00 Scope of Work Detailed Scope' Furnish and install New Fire Extinguisher Cabinet Stainless Steel 1 Ea $ 108.22 $106.22 Grainger Furnish and Install New ABC Flre ExlinGuisher as per ASIN3 2 Is $ 93.12 $188.24 Grainger SOW - Is $ - $0.00 SOW - Is $ - $0.00 SOW - Is $ - $0.00 Soops of Work $P92,46 Total Direct Cost of the Work: $262,46 Price Without Taxes $273.33 Overhead 5.0% $13.67 Subtotal: $306.13 Fee 0.0% $0.00 Subtotal: $306.13 01050 Bond a.00% $0.00 00730 Builder's Risk o.0044 $0.00 GRAND TOTAL 5306.13 $306,00 Math is OK Cred its Credit • Is $ - $0.00 Credit - Is $ $0.00 Credit - Is $ $0.00 GRAND TOTAL WICREDITS $306.13 WDC#23 Puce 1 of � 6F7 GRAINGER. PAGE 1 OF 1 INVOICE l<� GRAINGER ACCOUNT NUMBER 887820554 INVOICE NUMBER 9014561188 2255 NW 89TH PLACE INVOICE DATE 02/08/2024 DORAL, FL 33172-2428 www.grainger.com DUE DATE 03/09/2024 AMOUNT DUE $106.22 SHIP TO PO NUMBER: 22035 CALLER: NANCY TUMA WAYPOINT CONTRACTING INC. CUSTOMER PHONE: 7864726740 SUITE400 ORDER NUMBER: 1504612220 7955 NW 12TH ST STE 400 INCO TERMS: FOB ORIGIN DORAL FL 33126-1823 BILL TO WAYPOINT CONTRACTING INC. SUITE 400 7955 NW 12TH ST STE 400 Pay invoices online at: DORAL FL 33126-1823 www.grainger.com/invoicing Sign up for paperless invoicing at: ww w,grainger,com/paperfessrnvoicing THANK YOU! FEI NUMBER 36-1160280 FOR QUESTIONS ABOUT THIS INVOICE OR ACCOUNT CALL 1-800.472.4643 PO ITEM# DESCRIPTION QUANTITY UNIT PRICE TOTAL LINE# 2 35GX48 FIRE EXTINGUISHERCABINET,CREAM,STEEL 1 99.27 99.27 MANUFACTURER#35GX48 Delivery#:6619307476 Date: 02/08/2024 PICKED UP FROM: MIAMI BRANCH 480 2255 NW 89TH PLACE,DORAL,FL 33172-2428 THIS PURCHASE'S GOVERNED EXCLUSIVELY BYGRAINGER'S TERNS OF SALA INCLUDING:(I)DISPUTE INVOICE SUB TOTAL 99.27 RESOLUTION REMEDIES,AND(It)CERTAIN WARRANTY AND DAMAGES UMITATIONS AND DISCLAIMERS TAX 6.95 IN EFFECT AT THE TIME OF THE ORDER,WHICH ARE INCORPORATED BY REFERENCE HEREIN.GRAINGER'S TERNS OF SALE ARE AVAILABLE AT WWW.GRAINGER.COM PRODUCT RETURN INSTRUCTIONS ARE AVAILABLE AT WWW.GRAINGERCOM/RETURNS These items are sold for domestic consumption.If exported,purchaser assumes full responsibility for compliance with US export controls,Diversion contrary to US law prohibited. Reprint PAY THIS INVOICE•PAYMENT TERMS Net 30 days after Inv IN U.S.DOLLARS. AMOUNT DUE $106,22 PLFASF OFTACH THIS PORTION AND RIlURN WITH YOj1R PAYMFNT , BILL TO: REMIT TO: GRAINGER WAYPOINT CONTRACTING INC. DEPT. 887820554 SUITE400 P.O. BOX 419267 7955 NW 12TH ST STE400 KANSAS CITY,MO 641 41-6 267 DORAL FL 33126-1823 UNITED STATES OF AMERICA 88782055490145611881,0000106221D0D06951000000010000002403D903 X ACCOUNT NUMBER DATE INVOICE NUMBER AMOUNT DUE 887820554 02/08/2024 9014561188 $106.22 FOR COMMENTS OR CHANGE OF ADDRESS,ENTER INFORMATION ON REVERSE SIDE 16F 7 GRPI1GER. PAGE 1 OF 1 INVOICE GRAINGER ACCOUNT NUMBER 887820554 INVOICE NUMBER 9001955898 2255 NW 89TH PLACE INVOICE DATE 01/29/2024 DORAL, FL 33172-2428 www.grainger.com DUE DATE 02/28/2024 AMOUNT DUE $186.24 SHIP TO PO NUMBER: 22035 CALLER: NANCY TUMA WAYPOINT CONTRACTING INC. CUSTOMER PHONE: 7864726740 SUITE400 ORDER NUMBER: 1504612220 7955 NW 12TH ST STE 400 INCO TERMS: FOB ORIGIN DORAL FL 33126-1823 BILL TO WAYPOINT CONTRACTING INC. SUITE 400 7955 NW 12TH ST STE 400 Pay invoices online at: DORA L FL 33126-1823 www.grainger.cam/Invoicing Sign up for paperless invoicing at: www.grainger.com/paperiessInvolcing THANK YOU! FEI NUMBER 36-1160280 FOR QUESTIONS ABOUT THIS INVOICE ORACCOUNT CALL 1-800-472-4643 PO ITEM# DESCRIPTION QUANTITY UNIT PRICE TOTAL LINE# 1 5T899 FIR EXTI GUISHE ALU MINUM,RED,ABC 2 87.03 174.06 MP Delivery#:6618798254 Date:01/29/2024 PICKED UP FROM:MIAMI BRANCH 480 2255 NW 89TH PLACE,DORAL,FL 33172-2428 THIS PURCHASEIS GOVERNED EXCLUSIVELY BY GRAINGER'S TERMS OF SALE,INCLUDING:0)DISPUTE INVOICE SUB TOTAL 174.06 RESOLUTION REMEDIES,AND(II)CERTAIN WARRANTY AND DAMAGES LIMITATIONS AND DISCLAIMERS TAX 1 2.1 8 IN EFFECT AT THE TIME OF THE ORDER,WHICH ARE INCORPORATED BY REFERENCE HEREIN.GRAI NGER'S TERMS OF SALE ARE AVAILABLE AT WWW.GRAINGER.COM PRODUCT RETURN INSTRUCTIONS ARE AVAILABLEAT WWW.GRAINGERCOM/RETURNS These Items are sold for domestic consumption.If exported,purchaser assumes full responsibility for compliance with US export controls.Diversion contrary to US law prohibited. Reprint PAY THIS INVOICE-PAYMENT TERMS Net 30 days after Inv IN U.S.DOLLARS, AMOUNT DUE $186.24 PLEASE DETACH THIS PORTION AND RETURN WITH YOUR PAYMENT BILL TO: REMIT TO: GRAINGER WAYPOINT CONTRACTING INC. DEPT. 887820554 SUITE400 P.O. BOX 419267 7955 NW 12TH ST STE 400 KANSAS CITY, M064141-6267 DORAL FL 33126-1823 UNITED STATES OF AMERICA 8878205549001955898100001862410001,21810000000100000024022885 X ACCOUNT NUMBER DATE INVOICE NUMBER AMOUNT DUE 887820554 01/29/2024 9001955898 $186.24 FOR COMMENTS OR CHANGE OF ADDRESS,ENTER INFORMATION ON REVERSE SIDE 16F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 CHANGE #25 Added Door Controller Room A-222,RFI#43 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 12/12/2023 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting,Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc. You are directed to proceed promptly with the following change(s): Description: Furnish and install l.:)oor Controller for Room A-222 Purpose of Work Directive Change Furnish and install Door Controller for Room A-222 as outlined in RFI#43 response inclusive of wire, cnduit is not included on this change order. Attachments: WAYPOINT Master Estimate Sheet 12/12/2023 RFI#43 and TLC Engineering Solutions Response 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 ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $6,100.00 Increase or decrease by-0-calendar days. RECOMMENDED: AUTHORIZED: J. Blayne Di stall signed b J. Dlgilafysigned by 9 y y MortonJames °2oiaii.15 Blayne Rose 16:25:59.05'00• Rose Date: ' 2'024.02.29 08:41:51 By: James K. Morton,P.E., Sr.Project Manager Harvard Jo�.iy, Ia@500 Owner's Representative, Facilities Management 16F7 WAYO1N "° Detailed Estimate •--.....C:c>ri C.r•cc:C:irrU.h-i r:._..__.__ Project Information: Weypointa: 22035 Completion Time: 2/19/2024 Description: Collier County Emergency Service Craft Hourly Rale: 9 43.27 Location: 8075 Lely Cultural,Naples,FI,34113 Source: ScoP� Cost Code • Description . Comments ••gran U.P. Cost •• Comments 01 00 00 General Conditions proteol Staffing 01300 Project Executive Jorge Lopez 1 his $ 126.20 $128.20 0.05% 01301 Project Manager Yesld Lopez 4 hrs $ 90.15 $360,80 20% 01302 Assistant Project Manager Nancy Turns • hrs $ 57,89 50.00 20% 01304 Site Supervision(Superintendent) Cesar Murillo 4 hrs $ 93.75 $375.00 40% 01304 Site Supervision(Foreman) Elkin Hernandez 6 hrs $ 81.30 $490.38 100% 01305 Miscellaneous General Labor hrs $ 43.27 $0.00 WCI 01301 Estimating 8 Negotiating - hrs $ 86.54 $0.00 WCI General Conditions 01514 Temporary Telecommunications - mo $ - $0.00 01741 Progress Cleaning - hrs $ 43.27 $0.00 01742 Dumpslers•Trash in General • con $ 800.00 $0.00 01412 Permit cost • Is $ • $0.00 02 00 00 Existing Conditions 02210 Survey - Is $ 2,00000 $0.00 02211 Utility Marking 8enlce - Is S 900,00 $0,00 02320 Soil Density • Is S 500.00 50.00 02320 Concrete Testing • Is $ 500.0D $0.00 01 00 00 General Conditions 31,352.16 Scope of Work peteiled Scope; Furnish and install New JCI Two Door Controller In Room A-222 es outlined in RFI043 Response. 1 Is $ 4,385.20 54,385.20 Amares co SOW • Ea $ $0.00 SOW - Is $ • $0.00 SOW - Is $ - S0.00 SOW - Is $ - $0.00 Scope of Work $4,385.20 Total Direct Cost of the Work: $5,737.38 Overhead 50% $288.87 Subtotal; $6,024.25 Fee o.0% 30.00 Subtotal: S6,024.25 01050 Bond 0.00% $0.00 00730 Builder's Risk 0.00% 50.00 GRAND TOTAL 36,024.25 36,024.00 Math is OK Credits Credit • Is $ - $0.00 Credit - Is $ - $0.00 Credit • Is $ - 50.00 GRAND TOTAL WICREOITS $5,024,25 • Page 1 of 1 16F7 AMERESCO A M E R E S C CJ �â 13721 Jetport Commerce Parkway,Unit 5 i Ft Myers Florida 33913 Green . Clean . Sustainable Iv " (800)518-5576 ESTIMATE Bill To Estimate# 11789 Waypoint Contracting,Inc. Estimate Date 05 Dec 2023 7955 NW 12th Street,Suite 400 Suite 400 Expiry Date 05 Dec 2023 Dural FL 33126 Reference# CCG-ESC East Bay Garage Co#1 Site Address Collier County EOC Garage Enclosure Renovation Sales person Gordon Wagoner 8075 Lely Cultural Parkway Naples Florida Job Reference CDCadd JCI two door controller Requested By Cesar Murillo Region Florida-ICT Work Type Project # Item&Description Qty Rate Amount • 1 Change Order 1,00 4,385.20 4,385.20 C ienge Order#1 -Per RFI04;and under the direction of TLC.Acid one additional JO two floor controller in A-222. The new controller will accornodate the Irian door in the east bay anti the new card reader at.the main gate. This requires that all of the control wiring from the man door be routed to the new enclosure In A-222 and not the new enclosure in the A-118. Furnish and Install the following: Qty I - S 321-IP two door controller. Labor to run cable to A-2.2'. 2 Included-ICT 1.00 0.00 0,00 Low Voltage Permits and inspections Installation,programming,testing&training of all systems listed. Electronic As-fioilt Drawings for all in.caiked Systems. Electronically printed Labels for all Outlets,Patch Panels,Racks,etc. All work to comply with TIA!EIA/ANSI industry standards. BICSI vertical standards&practices for all ICT Systems, 3 Exclusions-ICT 1.00 0.00 0.00 C.ondult,sleeves,cable tray or any ocher pathway. Electric latches,sa'Ike or any oilier type of door hardware. Fire Rated Sleeves and penetrations through rated barriers. Sire Stated r3rr;k Board. Fiber optic cable or Inner-Duct. 16F7 # Item&Description Qty Rate Amount vea ucal and horizontal wire managers in nicks not listed above. patch Cables. 120V electrical circuit's Thank you for the opportunity to provide you with a Proposal! Sub Total 4,385.20 Pricing does not include Freight or Sales Tax unless displayed. Total $4,385.20 Terms&Conditions AMERESCO,INC.STANDARD TERMS AND CONDITIONS OF SERVICE 1.GOVERNING PROVISIONS.These Standard Terms and Conditions shall apply to all services provided by Ameresco to or on behalf of Buyer("Services").Ameresco objects to any additional or different terms contained in any other form or communication previously or hereafter provided by Buyer to Ameresco that is not expressly agreed to In a writing executed by both Ameresco and Buyer,No such additional or different terms or conditions shall he of any force or effect.No accepted offer may be cancelled or altered by Buyer except upon such terms as are acceptable to Ameresco in writing;and no changes to this document shall be binding unless set forth in writing and manually signed by Ameresco,This offer may be revoked by Ameresco at any time before It Is accepted by Buyer. 2,PURCHASE ORDER."Purchase Order'means a proposal issued by Ameresco and accepted by Buyer,or a written order placed by Buyer and accepted by Ameresco. 3.INVOICES;PAYMENT.As consideration for the performance of the Services,including the provision of any materials or parts furnished In connection with the Services,Buyer agrees to pay Ameresco at the rates,or,If applicable,In the amounts,set forth in the Purchase Order, invoices shall be due and payable thirty(30)days from the date of the Invoice.Any taxes applicable to the Services,materials or parts furnished hereunder shall be included as a separate line item on the invoice and paid by Buyer.Payment for the Services shall constitute acceptance of the Services that are the subject of the applicable invoice.Ameresco reserves the right to suspend performance of the Services if Buyer fails to make payments when due. 4.ACCESS;STORAGE.Buyer shall provide Ameresco and its employees,agents and subcontractors access to the premises for the purpose of fulfilling Ameresco's obligations under the Purchase Order.Buyer shall provide rent free space for Ameresco,or any of Its subcontractors,to mobilize and store supplies,tools and equipment during performance of the Services,with locking capacity acceptable to Ameresco.Only Ameresco or any of Ameresco's subcontractors,and Buyer's assigned personnel shall have access to the storage areas. Ameresco's ability to deliver Services will depend on Buyer's reasonable and timely cooperation and compliance with this paragraph 4. S.INSURANCE.Ameresco shall provide and maintain at Its expense the following insurance coverage; (I)Workers'Compensation and Employer's Liability Insurance as required by applicable State law. (ill Commercial General Liability Insurance,including contractual liability,Bodily Injury per person,$1 million;Bodily Injury per occurrence, $1 million;Property Damage per occurrence,$1 million;Personal Injury per occurrence,$1 million Buyer's Commercial General Liability Insurance shall be primary for any property damage or bodily Injury occurring during the performance of the Services hereunder. 6.LIMITED WARRANTY.Ameresco warrants that all Services provided under the Purchase Order shall be performed in a workmanlike manner,by competent personnel,in accordance with recognized practices and Industry standards.Buyer agrees to provide prompt notice of any service concerns and Ameresco will re-perform any Service which fails to meet this standard.For parts or components determined to be defective within one(1)year from the date of Installation,or before the termination date of the Purchase Order,whichever is earlier,Ameresco hereby assigns to Buyer all manufacturers'warranties that Ameresco receives with respect to any parts or materials provided to and used by Ameresco under the Purchase Order.Except as expressly set forth in this paragraph 6,Ameresco makes no warranties of any kind, whether statutory,written,oral or implied,Including without limitation warranties regarding any services provided hereunder.THE WARRANTIES SET FORTH IN THIS PARAGRAPH 6 ARE EXCLUSIVE AND IN LIEU OF ALL OTHER REPRESENTATIONS AND WARRANTIES, EXPRESS,STATUTORY,WRITTEN OR IMPLIED;AND AMERESCO EXPRESSLY DISCLAIMS AND EXCLUDES ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE, 7,TERM;TERMINATION.Ameresco's obligation to provide the Services shall commence on the date of execution of the Purchase Order by both parties and terminate upon completion of the Services and payment therefor.During the continuance of a breach of this Agreement, the non-breaching Party may terminate this Agreement upon five(5)days written notice to the breaching Party,such termination shall be effective upon the expiration of the five(5)day notice period unless such breach shall have been cured prior to such date.Upon termination,Arneresco shall be entitled to be paid the value of all Services completed and delivered to Buyer through the date of termination,All accrued payment obligations shall survive termination. 8,FORCE MAJEURE."Force Majeure"shall mean all events which are beyond the control of the Parties,and which are unforeseen, unavoidable or Insurmountable,and which prevent total or partial performance by either Party.Such events shall include earthquakes, typhoons,flood,fire,war,strikes,riots,acts of governments,or any other instances which cannot be foreseen,prevented or controlled,If an event of Force Majeure occurs,a Party's contractual obligations affected by such an event shall be suspended during the period of delay caused by the Force Majeure and shall be 16F7 automatically extended,without penalty or(lability,for a period equal to such suspension,The Party claiming Force Majeure shall promptly Inform the other Parties In writing and shall use all commercially reasonable efforts to terminate the Force Majeure and shall Immediately consult with the other In order to find an equitable solution and minimize the consequences of such Force Majeure. 9.INTELLECTUAL PROPERTY RIGHTS.Buyer acknowledges that Ameresco retains all intellectual property rights(collectively,"Intellectual Property"),including,but not limited to,the Ideas,concepts,techniques,Inventions(whether patented,patentable or not),trade secrets, processes,Ameresco's trademarks or works of authorship comprising, embodied in,or practiced In connection with the Services.Buyer shall not directly or indirectly attack or Impair the ownership or title of Ameresco to the Intellectual Property,or any of Ameresco's registrations or applications relating to any Intellectual Property in any jurisdiction.Buyer agrees that it shall not file any state,federal or foreign applications to register any of the Intellectual Property,in whole or in part,or any Intellectual property that Infringes any of the Intellectual Property,in any jurisdiction. 10.NO EXCLUSIVITY.The acceptance by Ameresco of a Purchase Order from Buyer In no way limits Arneresco's right to sell or provide to any other buyer any services,including services similar to or competitive with the Services, 11.GOVERNING LAW.The terms of the Purchase Order,including these terms and conditions,shall be governed and construed In accordance with the laws of the State of New York without regard to principles of conflicts of laws. 12.DISPUTE RESOLUTION.Buyer and Ameresco shall exercise their best efforts to resolve by negotiation any and all disputes, controversies or differences between Buyer and Ameresco arising out of or relating to the Purchase Order,including these terms and conditions,or the breach thereof.All disputes,controversies or differences arising out of or relating to the Purchase Order,or the breach thereof,shall be subject to negotiation prior to litigation. 13.LIMITATION OF LIABILITY.The total liability of Ameresco arising out of the performance or non-performance of this Agreement (whether based on contract,tort(Including negligence,warranty,strict liability or otherwise),shall he limited to the sum of all payments made by Buyer to Ameresco for the Services.No claim may be asserted against Ameresco unless the Injury,loss or damage giving rise to such claim Is sustained prior to expiration of this Agreement and any claim must be commenced within one(1)year after the event giving rise to such claim.NEITHER PARTY SHALL BE LIABLE TO THE OTHER PARTY IN CONTRACT,NEGLIGENCE OR UNDER ANY OTHER LEGAL THEORY FOR SPECIAL,INDIRECT,INCIDENTIAL,PUNITIVE OR CONSEQUENTIAL DAMAGES,INCLUDING BUT NOT LIMITED TO LOSS OF REVENUES OR PROFIT,LOSS OR REDUCTION OF USE,INCREASED EXPENSE OF,REDUCTION IN OR LOSS OF POWER GENERATION PRODUCTION OR EQUIPMENT USED THEREFOR,OR DELAY.THIS LIMITATION OF LIABILITY SHALL BE EFFECTIVE WITHOUT REGARD TO AMERESCO'S PERFORMANCE OR FAILURE OR DELAY OF PERFORMANCE UNDER ANY TERM OR CONDITION OF ITS AGREEMENT WITH BUYER Date: Authorized Signature • 16F 7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT# /PROJECT NAME: 22-7960 WORK DIRECTIVE CHANGE#27 ADDITIONAL ESC LOV WORK, RFI#48 Collier County Emergency Service Center East Bay Enclosure DATE OF ISSUANCE:01/19/2023 EFFECTIVE DATE: 02/1.3/2024 PO# 4500222999 OWNER: Collier County Board of Commissioners PROJECT#: 50390 CONTRACTOR: Waypoint Contracting, Inc. ENGINEER/DESIGN PROFESSIONAL: Harvard Jolly, Inc. You arc directed to proceed promptly with the following change(s): Description: Furnish and install additional LOV work as requested by Owner. This Change order does not include Permitting fees and processing. Tasks and Items include: Cameras 1. Replace current analog cameras with IP cameras once CAT6 cables are ran by Aztek Card Access 1. Wire RDR2SA JC1 Panels up to the five(5) card readers: Main Gate, South Rollup Door, Two (2)North Rollup Doors, and the North Personnel Door 2. Wire and install the door contacts for the East Rollup Door&connect to new R.DR2SA JCI Panel 3. Install electric strike, recessed door contacts (Part#: Interlogix 1078C-G Recessed Steel Door Contact or equivalent) and PIR Sensor(Part#: Bosch .DS150i Request-to-Exit PIR.Detector Motion Sensor-DC 12/24V-Light Gray) for the North Personnel Door 4. Run two (2) 22/4 Twisted-Shielded Communications Cables from ESC-1 P3 Mezz to new RDR2SA in East Bay Panel (leave 6 It of slack on both ends, Facilities to make connections) 5. Install power supply (24V) for extra reader at the Main Gate & wire card reader to new Rl.)R.2SA JCI Panel 6. Drill out two locks on Panel Doors (Room 108 Mezz— ESC-1 P3 Mezz) 7. Schedule time & date w/ Facilities for Main Gate Reader wiring Fire Panels 1. Ameresco to run three (3)CAT6 cables from 1st floor FACP room to Room 222 and punch down into Patch Panel K 19-22 Network Drops . Ameresco to run two (2) CAT6 cables from East Bay NW Corner to Room 222 and punch down into patch panel K 23-24 l6F7 FACILITIES MANAGEMENT DIVISION WORK DIRECTIVE CHANGE ESC EAST BAY ENCLOSURE CONTRACT#/PROJECT NAME: 22-7960 WORK DIRECTIVE CHANGE#27 ADDITIONAL ESC LOV WORK,RFI#48 Purpose of Work Directive Chanae Improve and provide new and upgrades to the access, security system, and CCTV Cameras. Attachments: WAYPOINT Change Proposal 22035-27 for Additional LOV Work 02/13/2024 Alec Chrysler e-mail chain, January 17, 2024 RFT#48 Existing controller at main gate has been closed. 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 ❑ Other Estimated increase(decrease) in Contract Price Estimated change in Contract Time: Not To Exceed $20,200.00 Increase or decrease by-0-calendar days. R ,COMMENDED: Digitally signed by J. AUTHORIZED: JBlayne Digitally signed by MortonJames James Dale:Moito 024.0 J . Blayne Rose Dale:2024.02.29 l‘t 57:50-05'00' R 3 S Date: 2024.02.29 By: James K.Morton,P.E.,Sr.Project Manager arvard Jolly. Inc 15:30:32 -Q5'00' Owner's Representative, Facilities Management 16F7 e) AY Detailed Estimate WPOINT Project Information: Waypoinls: 22035 Completion Time: 2/1912024 Description: Collier County Emergency Service Craft Hourly Rale: $ 43.27 Location: 8075 Lely Cultural,Naples,FI,34113 Source: • SCOPE Cost Code Description Comments Quan U.P. Cost Comments 01 00 00 General Conditions project Staffing 01300 Project Executive Jorge Lopez 1 hrs $ 126.20 5128.20 01301 Project Manager Yesid Lopez 8 hrs $ 90.15 5721.20 01302 Assistant Project Manager Nancy Turns - hrs S 57.89 S0.00 01304 She Supervision(Superintendent) Cesar Munllo 40 hrs 5 93.75 53,750.00 01304 Site Supervision(Foreman) • hrs $ 61.30 50.00 01305 Miscellaneous General Labor - hrs S 43.27 S0.00 01301 Estimating 8 Negotiating - hrs $ 86.54 $0.00 General Conditions 01514 Temporary Telecommunications - mo $ - $0.00 01741 Progress Cleaning • hrs $ 43.27 50.00 01742 Dumpsters-Trash In General - con $ 600.00 $0.00 01412 Permit cost - Is $ - $0.00 02 00 00 Existing Conditions 02210 Survey - Is $ 2,000.00 50.00 02211 Utility Marking Service - Is S 900.00 50.00 02320 Soil Density - Is $ 500.00 50.00 02320 Concrete Testing - Is $ 600.00 $0.00 01 00 00 General Conditions $4,597.40 Soope of Work Detailed Scope: Additional LOV Scope of work as requested By Owner,please refer to attached backup and AmarescofThis Work Does not Include detailed cost breakdown. 1 Is 5 14,604.06 $14,604.06 additional Permitting fees and Process, SOW - Ea $ - $0.00 SOW - Is $ - 50.00 SOW - Is 5 - $0.00 SOW - Is 5 - 50.00 Scope of Work $14,604.06 Total Direct Cost of the Work: $10,201.46 Overhead 5.0% 5960.07 Subtotal: $20,161.53 Fee 0,0% $0.00 Subtotal: $20,161.53 01050 Bond 6.00% $0.00 00730 Builder's Risk o.oa% 50.00 GRAND TOTAL $20,161.53 520,162.00 • Math is OK Credits I Credit - Is $ • 50,00 Credit • Is $ • $0.00 Credit Is $ • $0.00 GRAND TOTAL WICREDITS 520,161.53 Page 1 of 1 ibF7 AMERESCO A M E R E S C o 4. 13721 Jetport CommerceMy s Parkway,orlda 3913 Ft Myers Florida 33913 Green • Clean • Sustainable mile (SOD)S18 5576 ESTIMATE Bill To Estimate# 11864 Waypolnt Contracting,Inc. 7955 NW 12th Street,Suite 400 Estimate Date 24 Jan 2024 Suite 400 Expiry Date 24 Jan 2024 Doral FL 33126 Reference# CCG-ESC East Bay Garage Co#2 Site Address Collier County EOC Garage Enclosure Renovation Sales person Gordon Wagoner 8075 Lely Cultural Parkway Naples Florida CO#2 Change JCI Job Reference controllers,add WCW R5485 cable and Add PIR Requested By Cesar Murillo Region Florida-ICT Work Type Project # Item&Description Qty Rate Amount 1 Change Order 1.00 0.00 0.00 Change Order 42-Door access equipment changes and adds,. Per directions from Waypolnt Contracting based on their onsite meeting with CCG Facilities Management. 2 Description 1.00 11,546.73 11,546.73 Scope of Work:JCI door controllers change 1.Replace tire specified JCI controllers(5321-IF')with the following: QTY 3-Furnish and Install ICI-RDR2SA controllers.(Read time 1 3 weeks) Qty 1-ICI S 300-DIN-PA1 Accessory kit.(Lead time 4 weeks) 3 Credit 1.00 0.00 0.00 Potential Credit: We hove an email from JCI stating that they will accept the originally spec'd and purchased equipment that we received in 202:3 as long as it has riot'been used.If we are able to return the equipment with no Issues we will send a change order for the following credit. Qty 3•ICI3321-IIP controllers Qty 2•JCI-:300-DIN-L large enclosures Qty I •Power supply Potential Credit-$8824,67 1bF7 # item&Description Qty Rate Amount 4 Description 1.00 2,245.93 2,245.93 Scope of Woi i'.;racks Communication(:able 1.Acid two communication cables betrdeen I:.S,C•'i P.J ctnil the Ea!;c..Day panel entire r.olurnn. i')t.y I •Wirviy City Wire i 80::3s- t$/:;'1 conductor 51.lieided Nort-PIo'.purti(able, 5 Description 1,00 811.40 811.40 Scope of Work:Adel PIP or new personnel door. c ry Furnish and Install a Bosch D51 SOi PIP and wire for the new North personnel door. Notes Material already installed at the North personnel floor. a.Waypolnt provided rind installed the electric latch. h.Ainerr,co furnished and installed the door itosition swhch. 6 Included-ICT 1.00 0.00 0.00 L.li`r Rental In::taII in A10l or'+222 art Armored electric:(able to tie in the 1:'!Ov for the new ICI panel.Tie it into art existing J(3 panel that L nexr to the new JCI p,inel. Love Voltage Permit:,and inspection!,. Installation,programming,testing A training of all systems listed. Electronic A;;-Built Dratvmgs for all installed Systems. Electronically printed labels for all Outlets,Patch Panels.Racal,etc. All work to comply with'TO/I Ir1/ANSI Industry;t:,lndai'd:r. RICSI vertical standards A practice;for all ICT Syarartrs. 7 Exclusions-ICT 1.00 0.00 0.00 Conduit,sleeves;,(able tray or any other pathway's sinless rioted above. Electric latches,strike or arty other type of door hardware. I r e Rated Sleeves and penetrations through rated bar hire Rated Back Board. Fiber optic cable or Inner-Duct. Vertical;nl<i trori ontal wire managers no racks.riot listed above. 1,at.ch Cables, '120V electrical circuits. Thank you for the opportunity to provide you with a Proposal! Sub Total 14,604.06 Pricing does not include Freight or Sales Tax unless displayed, Total $14,604.06 • Terms &Conditions AMERESCO,INC.STANDARD TERMS AND CONDITIONS OF SERVICE 1.GOVERNING PROVISIONS.These Standard Terms and Conditions shall apply to all services provided by Ameresco to or on behalf of Buyer("Services").Ameresco objects to any additional or different terms contained in any other form or communication previously or hereafter provided by Buyer to Ameresco that Is not expressly agreed to In a writing executed by both Ameresco and Buyer.No such additional or different terms or conditions shall be of any force or effect.No accepted offer may be cancelled or altered by Buyer except upon such terms as are acceptable to Ameresco In writing;and no changes to this document shall be binding unless set forth In writing and manually signed by Ameresco.This offer may be revoked by Ameresco at any time before it Is accepted by Buyer. 2.PURCHASE.ORDER."Purchase Order"means a proposal issued by Ameresco and accepted by Buyer,or a written order placed by Buyer and accepted by Ameresco. 3,INVOICES;PAYMENT.As consideration for the performance of the Services,Including the provision of any materials or parts furnished In connection with the Services,Buyer agrees to pay Ameresco at the rates,or,if applicable,in the amounts,set forth In the Purchase Order. invoices shall be due and payable thirty(30)days from the date of the Invoice.Any taxes applicable to the Services,materials or parts furnished hereunder shall be included as a separate line item on the Invoice and paid by Buyer.Payment for the Services shall constitute acceptance of the Services that are the subject of the applicable invoice.Ameresco reserves the right to suspend performance of the Services if Buyer fails to make payments 16F7 when due. 4.ACCESS;STORAGE.Buyer shall provide Ameresco and its employees,agents and subcontractors access to the premises for the purpose of fulfilling Ameresco's obligations under the Purchase Order.Buyer shall provide rent free space for Ameresco,or any of Its subcontractors,to mobilize and store supplies,tools and equipment during performance of the Services,with locking capacity acceptable to Ameresco.Only Ameresco or any of Ameresco's subcontractors,and Buyer's assigned personnel shall have access to the storage areas. Ameresco's ability to deliver Services will depend on Buyer's reasonable and timely cooperation and compliance with this paragraph 4. 5,INSURANCE.Ameresco shall provide and maintain at its expense the following insurance coverage: (I)Workers'Compensation and Employer's Liability Insurance as required by applicable State law, (II)Commercial General Liability Insurance,Including contractual liability,Bodily Injury per person,$1 million;Bodily Injury per occurrence, $1 million;Property Damage per occurrence,$1 million;Personal Injury per occurrence,$1 million Buyer's Commercial General Liability Insurance shall be primary for any property damage or bodily injury occurring during the performance of the Services hereunder. 6,LIMITED WARRANTY.Ameresco warrants that all Services provided under the Purchase Order shall be performed In a workmanlike manner,by competent personnel,in accordance with recognized practices and industry standards.Buyer agrees to provide prompt notice of any service concerns and Ameresco will re-perform any Service which fails to meet this standard.For parts or components determined to be defective within one(1)year from the date of installation,or before the termination date of the Purchase Order,whichever is earlier,Ameresco hereby assigns to Buyer all manufacturers'warranties that Ameresco receives with respect to any parts or materials provided to and used by Ameresco under the Purchase Order.Except as expressly set forth in this paragraph 6,Ameresco makes no warranties of any kind, whether statutory,written,oral or implied,including without limitation warranties regarding any services provided hereunder,THE WARRANTIES SET FORTH IN THIS PARAGRAPH 6 ARE EXCLUSIVE AND IN LIEU OF ALL OTHER REPRESENTATIONS AND WARRANTIES, EXPRESS,STATUTORY,WRITTEN OR IMPLIED;AND AMERESCO EXPRESSLY DISCLAIMS AND EXCLUDES ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE,AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 7.TERM;TERMINATION.Ameresco's obligation to provide the Services shall commence on the date of execution of the Purchase Order by both parties and terminate upon completion of the Services and payment therefor.During the continuance of a breach of this Agreement, the non-breaching Party may terminate this Agreement upon five(5)days written notice to the breaching Party,such termination shall be effective upon the expiration of the five(5)day notice period unless such breach shall have been cured prior to such date.Upon termination,Ameresco shall be entitled to be paid the value of all Services completed and delivered to Buyer through the date of termination.All accrued payment obligations shall survive termination. 8.FORCE MAJEURE."Force Majeure"shall mean all events which are beyond the control of the Parties,and which are unforeseen, unavoidable or insurmountable,and which prevent total or partial performance by either Party.Such events shall Include earthquakes, typhoons,flood,fire,war,strikes,riots,acts of governments,or any other instances which cannot be foreseen,prevented or controlled.If an event of Force Majeure occurs,a Party's contractual obligations affected by such an event shall be suspended during the period of delay caused by the Force Majeure and shall be automatically extended,without penalty or liability,for a period equal to such suspension.The Party claiming Force Majeure shall promptly inform the other Parties in writing and shall use all commercially reasonable efforts to terminate the Force Majeure and shall in•rrnedlately consult with the other in order to find an equitable solution and minimize the consequences of such Force Majeure. 9.INTELLECTUAL PROPERTY RIGHTS.Buyer acknowledges that Ameresco retains all intellectual property rights(collectively,"Intellectual Property"),including,but not limited to,the ideas,concepts,techniques,inventions(whether patented,patentable or not),trade secrets. processes,Ameresco's trademarks or works of authorship comprising, embodied In,or practiced In connection with the Services.Buyer shall not directly or indirectly attack or Impair the ownership or title of Ameresco to the Intellectual Property,or any of Ameresco's registrations or applications relating to any Intellectual Property in any jurisdiction.Buyer agrees that it shall not file any state,federal or foreign applications to register any of the Intellectual Property,in whole or in part,or any intellectual property that Infringes any of the Intellectual Property,in any jurisdiction. 10.NO EXCLUSIVITY.The acceptance by Ameresco of a Purchase Order from Buyer in no way limits Ameresco's right to sell or provide to any other buyer any services,including services similar to or competitive with the Services. 11.GOVERNING LAW.The terms of the Purchase Order,including these terms and conditions,shall be governed and construed In accordance with the laws of the State of New York without regard to principles of conflicts of laws. 12.DISPUTE RESOLUTION.Buyer and Ameresco shall exercise their best efforts to resolve by negotiation any and all disputes, controversies or differences between Buyer and Ameresco arising out of or relating to the Purchase Order,including these terms and conditions,or the breach thereof.All disputes.controversies or differences arising out of or relating to the Purchase Order,or the breach thereof,shall be subject to negotiation prior to litigation. 13,LIMITATION OF LIABILITY,The total liability of Ameresco arising out of the performance or non-performance of this Agreement (whether based on contract,tort(including negligence,warranty,strict liability or otherwise),shall be limited to the sum of all payments made by Buyer to Ameresco for the Services,No claim may be asserted against Ameresco unless the Injury,loss or damage giving rise to such claim Is sustained prior to expiration of this Agreement and any claim must be commenced within one(1)year after the event giving rise to such claim.NEITHER PARTY SHALL BE LIABLE TO THE OTHER PARTY IN CONTRACT,NEGLIGENCE OR UNDER ANY OTHER LEGAL THEORY FOR SPECIAL,INDIRECT,INCIDENTIAL,PUNITIVE OR CONSEQUENTIAL DAMAGES,INCLUDING BUT NOT LIMITED TO LOSS OF REVENUES OR PROFIT,LOSS OR REDUCTION OF USE,INCREASED EXPENSE OF,REDUCTION IN OR LOSS OF POWER GENERATION PRODUCTION OR EQUIPMENT USED THEREFOR,OR DELAY.THIS LIMITATION OF LIABILITY SHALL BE EFFECTIVE WITHOUT REGARD TO AMERESCO'S PERFORMANCE OR FAILURE OR DELAY OF PERFORMANCE UNDER ANY TERM OR CONDITION OF ITS AGREEMENT WITH BUYER Date: 1 6 F 7 Yesid Guatame Lopez From: Alec Chrysler <AIec.Chrysler@colliercountyfl,gov> Sent: Wednesday,January 17, 2024 3:18 PM To: Cesar Murillo;John Donatelli;James Morton Cc: J. Blayne Rose; Sands, Brett; Dan Summers;John Neuman;Jon Edwards; Elkin Hernandez;Yesid Guatame Lopez; Lee Rhoades Subject: RE; Emergency Service Center- East Bay Enclosure: RFI #48 has been closed • All, Please see the update below summarizing the plan we agreed on today: Collier County tT/Facilities: Cameras 1. Alec to contact Aztek to run new CAT6 Cabling for both cameras Card Access 1. Lee to program three(3) RDR2SA for the Main Gate and Bay Doors 2. Lee to provide power supply and panel for the East Bay RDR2Sas(2) 3. Lee to wire two(2) 22/4 Twisted-Shielded Communications Cables once ran by Ameresco Fire Panels 1.Alec to contact BCC-IT to verify what switch/ports (Room 222)we will connect Reliable Controllers (Mach Pro) to Network Drops 1. Alec to contact BCC-IT to verify what switch/ports(Room 222)we will connect Network Drops to Waypoint/Ameresco Responsibilities: Cameras 1. Replace current analog cameras with IP cameras once CAT6 cables are ran by Aztek Card Access 1. Wire RDR2SA JCl Panels up to the five (5) card readers. Main Gate,South Rollup Door,Two (2) North Rollup Doors, and the North Personnel Door 2. Wire and install the door contacts for the East Rollup Door&connect to new RDR2SA JCI Panel 3. Install electric strike,recessed door contacts(Part#: Interlogix 1078C-G Recessed Steel Door Contact or equivalent) and PIR Sensor(Part#: Bosch DS150i Request-to-Exit PIR Detector Motion Sensor- DC 12/24V-light Gray)for the North Personnel Door 4. Run two(2) 22/4 Twisted-Shielded Communications Cables from ESC-1 P3 Mezz to new RDR2SA in East Bay Panel (leave 6 ft of slack on both ends, Facilities to make connections) 5. Install power supply(24V)for extra reader at the Main Gate &wire card reader to new RDR2SA JCI Panel 6. Drill out two locks on Panel Doors (Room 108 Mezz—ESC-1 P3 Mezz) 7. Schedule time &date w/Facilities for Main Gate Reader wiring Fire Panels 1, Ameresco to run three (3) CAT6 cables from 1"floor FACP room to Room 222 and punch down into Patch Panel K 19- 22 Network Drops 1 16F7 1. Ameresco to run two (2) CAT6 cables from East Bay NW Corner to Room 222 and punch down into patch panel K 23- 24 Sincerely, Alec Chrysler, Applications Analyst two[ e-r County Division of Facilities Management 3335 Tamiami Trail East,Suite 101,Naples,FL 34112 Work Phone:239.252.8380 Cell Phone:239.293.4583 Take our Facilities Management Survey! Use a mobile device to scan the QR code below, or click here. CJ' " C) l h*.e.' . From: Cesar Murillo<cmurillo@waypointci.com> Sent:Wednesday,January 17, 2024 12:21 PM To:John Donatelli <John.Donatelli@colliercountyfl.gov>;James Morton <James,Morton@colliercountyfl.gov> Cc:Alec Chrysler<Alec.Chrysler@colliercountyfl.gov>; J. Blayne Rose<B.Rose@harvardjolly,com>;Sands, Brett <brett.sands@tic-eng.com>; Dan Summers<dan.summers@colliercountyfl.gov>;John Neuman <John.Neuman@colliercountyfl.gov>;Jon Edwards<Jon.Edwards@colliercountyfl.gov>; Elkin Hernandez <ehernandez@waypointci.com>;Yesid Guatame Lopez<yguatame@waypointci.com> Subject: Re: Emergency Service Center-East Bay Enclosure: RFI #48 has been closed EXTERNAL EMAIL:This email is from an external source..Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Good afternoon James, John Donatelli and the Collier County Facilities Management/IT Division team,will send an email with the directions given today. @John.Donatelli@colliercountyfl,gov thank you for your help today! If you can please reply in this email thread or include everyone here so we are all on the same page. Regards, Cesar Murillo Senior Superintendent Waypoint Contracting Inc. 16F7 (786)417-5159 From:John Donatelli <John.Donatelli@colliercounty_fl,gov> Sent: Wednesday,January 17, 2024 9:24:10 AM To:James Morton <James.Morton@coll!ercountyfl.gov> Cc: Cesar Murillo<cmurillo@waypointci.com>;Alec Chrysler<Alec.Chrysler@colliercountyfl,go_v> Subject: RE: Emergency Service Center-East Bay Enclosure: RFI #48 has been closed James, It is NOT acceptable to attach the card reader to the controller in the Hoffman box.—Thank Youl Facilities Management Division John Donatelli - PMP IT Systems Supervisor John.Donatelli@CollierCountyfl.Gov Co le1r County 3335 Tamiami Trail East, Suite 101, Naples Florida 34112 Phone: 239.252.7293 I Cell: 239-777-0306 Take our Facilities Management Survey! Use a mobile device to scan the QR code below,or dick here, rpt k..V Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing, Please Note: Security Systems, Assessments, and Plans Public Records Exemption: This document may be exempt as described in Florida §§119.07 and Florida §§281.301. Please Note: Building Plans Public Records Exemption: This document may be exempt as described in Florida §§119.07. From:James Morton <James.Morton@colliercountyfl.gov> Sent:Tuesday,January 16, 2024 4:15 PM To:John Donatelli <John,Donatelli@colliercountyfl,gov> Cc: Cesar Murillo<cmurillo@waypointci.com> Subject: FW: Emergency Service Center- East Bay Enclosure: RFI #48 has been closed John... please note the approved RFI#48 by TLC Engineering for the card reader. Yes,it is acceptable to connect to the existing controller at the Hoffman Box. Jim Thank you and be well. James K. Morton, PE Sr. Project Manager 3 16F 7 Cell Phone: 239-253-0868 PUD- Facilities Management Division Building W- 3335 Tamiami Trail East Naples, FL 34112 James.morton@colliercountyfl.gov From:Yesid Guatame Lopez (Waypoint Contracting, Inc)<Collier County Govt@us02.procoretech.com> Sent:Tuesday,January 16, 2024 4:04 PM To:James Morton <James.Morton@colliercountyfl,gov> Subject: Emergency Service Center- East Bay Enclosure: RFI 1148 has been closed EXTERNAL EMAIL:This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Emergency Service Center - U East Bay Enclosure View online Open In 2i2 RFI#48- Existing controller at main gate has been closed. R i""1 Details l QUESTION 1 Asked By: Cesar Murillo(Waypoint Contracting, Inc) Date: Mon Jan 15,2024 at 04:46 pm EST Question: We found that the controller for the existing main gate card reader is located at the weatherproof stainless Hoffman box near the main gate. This controller has an available port. See attached markup and picture. Please advise if it is acceptable to connect the proposed card reader to this existing controller. Attachments: Collier ESC__Main gate card readeLpdf Official Response 4 16F7 Answered By: lisa Latkowski(TLC Engineering) Date: Tue Jan 16,2024 at 03:29 pm EST Response: Yes,it is acceptable to connect to the existing controller at the Hoffman Box, -Joseph Mousa,TLC Engineering Attachments: RFI 048 Existing Controller at Main Gate TLC Response.pdf All Replies Answered By: lisa Latkowski(TLC Engineering) Date: Tue Jan 16,2024 at 03:29 pm EST Response: Yes,it is acceptable to connect to the existing controller at the Hoffman Box. -Joseph Mousa,TLC Engineering Attachments: RFI 048 Existln&Controller at Main Gate_TLC Response.pdf ADDITIONAL DETAILS Project: Emergency Service Center- East Bay Enclosure Subject: Existing controller at main gate Date Initiated: 01/16/24 Created By: Cesar Murillo(Waypoint Contracting,Inc) Assigned To: Rose, Blayne(Harvard Jolly) Latkowski,lisa(TLC Engineering) Responsible Contractor: Waypoint Contracting,Inc Received From: Yesid Guatame Lopez(Waypoint Contracting, Inc) Distribution List: Delate, Michael(GradyMinor) Edwards,Jon(Collier County Government) Lopez,Yesid Guatame(Waypoint Contracting,Inc) Hernandez, Elkin(Waypoint Contracting, Inc) Johnson, Michael(Harvard Jolly) Latkowski,lisa(TLC Engineering) Lopez,Jorge(Waypoint Contracting, Inc) Morton,James(Collier County Government) Murillo,Cesar(Waypoint Contracting, Inc) 5 16F7 Rose,Blayne(Harvard Jolly) Sands,Brett(TLC Engineering) Summers,Dan(Collier County Government) Schedule Impact: No Cost Impact: No View online Open In Apt` Powered ny Pmcn e I su'r ort'G rrocnro et n Mal ;Oft Nucorf cal r Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing, 6