Backup Documents 01/28/2025 Item #16G 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO f 6 G 1
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office
at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later
than Monday preceding the Board meeting.
** ROUTING SLIP**
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the
exception of the Chairman's signature,draw a line through routing_lines#1 through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1.
2. (Enter your Dept here)
3. County Attorney Office County Attorney Office > 1V a�
1
4. BCC Office Board of County 35 en by MB
Commissioners [s] 2/ 3/25
5. Minutes and Records Clerk of Court's Office
A .7/31,3)S—
PRIMARY CONTACT INFORMATION
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the
addressees above may need to contact staff for additional or missing information.
Name of Primary Staff Madison Bird Phone Number 2939
Contact/Department
Agenda Date Item was Agenda Item Number
Approved by the BCC 1/23(25 g 16 6
Type of Document(s) Number of Original
Attached ON atDocuments Attached
PO number or account LJ
number if document is
to be recorded
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's signature?(stamped unless otherwise stated) MB
2. Does the document need to be sent to another agency for additional signatures? If yes, N/A
provide the Contact Information (Name;Agency;Address; Phone)on an attached sheet.
3. Original document has been signed/initialed for legality. (All documents to be signed by MB
the Chairman, with the exception of most letters,must be reviewed and signed by the
Office of the County Attorney.)
4. All handwritten strike-through and revisions have been initialed by the County Attorney MB
Office and all other parties except the BCC Chairman and the Clerk to the Board.
5. The Chairman's signature line date has been entered as the date of BCC approval of the MB
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's MB
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip N/A
should be provided to the County Attorney Office at the time the item is uploaded to the
agenda. Some documents are time sensitive and require forwarding to Tallahassee within a
certain time frame or the BCC's actions are nullifie . Be aware of your deadlines!
8. The document was approved by the BCC on y$ and all changes made during I N/A is not
the meeting have been incorporated in the attar ed document. The County Attorney Vfr"7 an option for
Office has reviewed the changes, if applicable. this line.
9. Initials of attorney verifying that the attached document is the version approved by the r_ N/A is not
BCC,all changes directed by the BCC have been made,and the document is ready for the 5r' P►', an option for
Chairman's signature. /� his.lit)e,
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04;Revised 1.26.05;2.24.05; 11/30/12;4/22/16;9/10/21
1 6 G 1
Col[terCounty Procurement Services Change Order Form
Contract# 23-8120 CO# 2 PO# 4500229417 Project#: 33822
Project Name: Bulk Aircraft Hangar at Marco Island Executive Airport
Contractor/Consultant Name: DEC Contracting Group, Inc.
Select One:❑Q Contract Modification(Construction or Project Specific) ❑Work Order Modification
Project Manager Name: Brad Beadles Division Name: OPMD / Airport Authority
Original Contract/Work Order Amount $3.063,009.41 10/10/2023 Item#16G1 Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount $3.063,009.41 10/10/2023 Item#16G' Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $3.063,009.41 7/18/2o2s SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change $o.00 o.00% Total%Change from Original Amount
Revised Contract/Work Order Total $3,063,009.41 0.00% %Change from Current BCC Approved Amount
Total Cumulative Changes $o.00 o.0o% %Change from Current Amount
Notice to Proceed 1/29/2024 Original NTP 366 Original Final 1/29/2025 Last Final 7/28/2025
Date #of Days Completion Date Approved Date
#of Days Added 4 Revised Final Date 7/30/2025 Current Substantial Completion Date 6/26/2025
(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:CI Add Time;❑Add funds; ❑� Use of Allowance;
❑Modify/Delete existing Task(s); ❑Add new Task(s); ❑ Reallocate funds;El Other(must be explained in detail below)
1.)Detail of change/s to be made through this Change Order.
This Change Order#2 addresses the redesign of the foundations, in regard to the pedestal height, anchor bolt
embedment depth, and additional rebar detailed by the structural engineer. The redesign includes additional rebar
around the anchor bolts, as well as longitudinal rebar through the foundation/pedestal. Additional concrete was
required. A work directive was issued to the contractor on Friday October 25, 2024 to keep project on schedule.
The cost of the change order will come from the owners allowance, so no change on the DEC contract amount is
required. The owner's allowance will be reduced from$155,417.70 by$12,626.46 to$142,791.24.
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.
The project was not under a stop work order at the time of the work directive.
3.) Explain why this change was not included in the original contract/Work Order.
The nature of the change is an oversight on the part of the structural engineer. The work was in the original bid
documents, but it was designed incorrectly. Change Order#2 will cost$12,626.46 from the owners's allowance, but no
increase to the DEC contract. There will be an identical reduction in the Bowman (Hole-Montes)contract due to the
structural engineer being responsible for this Change Order and the structural engineer is a sub-contractor to Bowman.
The reduction in the Bowman (Hole-Montes)contract will be processed separately as Change Order#1 on their
contract(20-7806)for Post Design work.
4.) Describe the impact if this change is not processed.
Without the change order, the structural integrity of the foundation and building could be compromised if constructed as
designed. This change order allows the project to stay on schedule and accomplish the project to the proper bid
specifications. Without this change order,the foundations, footings, and floor slab cannot be poured.
Page 1 of 4
Change Order Form(2023_ver.1)
CAO
1 6 G 1
co ter County
Procurement Services Change Order Form
Contract# 23-8120 CO#2 PO# 4500229417 Project#: 33822
Project Name: Bulk Aircraft Hangar at Marco Island Executive Airport
Contractor/Consultant Name: DEC Contracting Group, 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
Repeating construction work on the flue The nature of this change order is Hurricane Milton
Avrnah Hangar at Marco Island Executive
Airport that was Completed and Inspected prior or a damage.This is not a DEC paw, r engineering error,
to the onset of Humana Mdton on October or a contractor mistake.DEC made reasonable
1 iqn.2024,end was damaged due to the 8 374 precautions to protect the work prior to the storm,but it
atone surge landing on the eonseuclan sae could not repel the amount of flooding from the storm
The cost of$9,5 82.30 pal cone born the surge.Since all of the work was in the original bid
Owners Allowance and n already part of Ma documents,it is relatively simple to ensure that the pricing
mnoscla's coned price is reasonable to repeat the work.
cue m on..eegc n the one.Ors,.a..Wee q The current"as-bid design utilized anchoring hardware of
d the tooM.aoo.q Sootdae.....r.l.a Curs..
rue.montane an e.a..va t.yn mace WI a uniform length throughout the floor concrete slab.
u.a.,.n aedn..w WOW*no.MOP,.a.ww However.the slab's design had varying Thicknesses,and
by wwaw. ..len.•rn.ea..ee eel..new re.
2 rot ea.e a....ton.or....e. 4 378 a uniform length anchor bolt used throughout the entire
m.len n.raea.ws...m wl.e ne ea.w^•. floor slab could not be used without making supplemental
nncem tit a,y,rns.we d•Ir,.sr n.,e..wat max.Ni r m changes.Without these correction and additions,the
...a,Wen a.ae...a by me wee*snd nne deeps foundation and Moor slab would not hold up to the weight
mound
aDECrora sate e.waloes.Ye and rigors of further construction.
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
1 6 G I
Colter County Procurement Services Change Or
der ge O der Form
Contract# 23-8120 CO# 2 PO# 4500229417 Project#: 33822
Project Name: Bulk Aircraft Hangar at Marco Island Executive Airport
Contractor/Consultant Name: DEC Contracting Group, 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.
RossdaleNick Digitally signed by RossdaleNick
Prepared by: Date:2024 12.30 08:49:59-05'00' Date:
Signature-Division Project Manager
Printed Name
Dgdally signed by Austin Ty+er Brown
Contact Info.aorownAo bowman.com
Accepted by: Date.2024 12.30 09 30.37.05'00' Date: 12/30/2024
Signature-Design/Engineer Professional(if applicable)
Austin Brown,P.E.,Bowman Consulting Group
Printed Name/Title/Company Name
Erika Bodenstein Digitally signed by Erika Bodenstein
Accepted by: Date:2024.12.30 10:50:38-05'00' Date: 12.30.2024
Signature-Contractor/Consultant/Vendor
Erika Bodenstein DEC Contracting Group, Inc.Vice President
Printed Name/Title/Company Name
GarrettBryant Digitally signed by GarrettBryant
Approved by: '1 Date:2024.12.30 11:01:09-05'00' Date.
Signature-Division Manager or Designee(Optional)
Printed Name
HuttonDarren Digitally signed by HuttonDarren
Approved by: Date:2024.12 30 14 07:11 -05'00' Date:
Signature-Division Director or Designee(Optional)
Printed Name
AhmadJay Digitally signed by AhmadJay
Approved by: Date:2024.12.30 14 20:23-05'00' Date:
Signature-Division Administrator or Designee(Optional)
Printed Name
Page 3 of 4
Change Order Form(2023_ver.1)
CAO
16G1
Collier County
Procurement Services Change Order Form
Contract# 23-8120 CO#2 PO# 4500229417 Project#: 33822
Project Name: Bulk Aircraft Hangar at Marco Island Executive Airport
Contractor/Consultant Name: DEC Contracting Group, Inc.
FOR PROCURMENT USE ONLY
FY 25 CHO Request# 536
Zi m merman Becca Digitally signed by ZimmermanBecca
Approved by: Date:2024.12.30 15 57:20-05'00'
Signature-Procurement Professional Signature/Date
Approved by:
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
Li Administrative 1 Administrative-BCC Report ❑ BCC Stand-Alone ES(BCC Approval Required)
BCC APPROVAL
ATTEST:
Crystal K. Kiti2el, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroller COLLIER COUNTY, FLORIDA
By: . L.k By; a!• . r0110—
�'}} Attest as to Chairman's
Dated: '' -(.-`. �5 signature only Burt L. Saunders, Chairman
y.
(SEAL) Agenda# I f S/25 I'661
A roved a F an Lega
ut County Attorn y
tet' he le4!L
Print Name
Page 4 of 4
Change Order Form(2023_ver.1)
1 6 G 1
CONTRACTING GROUP, INC.
Dedicated to Excellence in Construction
October 23, 2024
Request for Change Order
Project: Bulk Aircraft Hangar
RCO No.002
Description: RFI #11 Response
To: Brad Beadles
Marco Island Executive Airport
Items: Description Amount
1 Southern Shore Proposal $12,025.20
Markups: Rate
1 5% $601.26
Totals:
Items $12,025.20
Markup $601.26
$12,626.46
Supporting Documents:
RCO#2 Backup Documents
As discussed time is of the essence with approval of this RCO and issuance of a work directive
to not cause delay.
This RCO is only for RFI #11. The extent of additional cost and time impacts associated with a
potential delay are unknown at this time because the delay is ongoing. DEC Contracting will
keep records of all cost and time impacts and present those for contract cost and time
modifications once it is known. DEC reserves its right under the contract to file cost and time
impacts once known.
Respectfully,
Erika Bodenstein
Vice President
1560\lattho% I)riN e.Suite R. fort M ers. Florida 33907
(2391 332-4322—Office (2391 3 32-018(1—Fax
info ci-deccontractini.cora
MC 152643(1
CAS
16G1
Marco Island Airport 2 REV:
SOUTHERN
SHORE
•( OhISIRtICrIfN It+C•
CHANGE ORDER REQUEST
Date: 10/23/2024 COR#: 2 REV:
To: DEC Contracting Group, Inc.
Project Name: Marco Island Airport
Project#: 24016
Description: REV 1 Narrative- RFI #11
Reference(s): FWA
Cost Breakdown Price
3450 Concrete Columns $10,932.00
Additional Labor-Pedestals and Curbs REV 1,@ Hanger Slab $7,200.00
Addittional Material-Pedestals and Curbs,Rev 1 t Hanger Slab,including $3,732.00
concrete,reinforcing,accessories,tie wire,standees/meshups and pump
SCHEDULE IMPACT: Subtotal $10,932.00
Markup 10.000% $1,093.20
Bond 5.000%d $0.00
Insurance 3 000% $0.00
TOTAL COR AMOUNT $12,025.20
W'ql1'164L7 10/73/24
DEC Contracting Group, Inc. Date Southern Shore Construction Inc. Date
This Form(PRT COR wroreakdown Deta,t)was produced with CMIS^'Software 0 1992.2024 Edectus Inc. PAGE 1 of 1
16G1
Division/Department Name
WORK DIRECTIVE CHANGE
CONTRACT#/PROJECT NAME: 23-8120 MKY Bulk Hangar CHANGE#02
DATE OF ISSUANCE: 10/24/2024 EFFECTIVE DATE: 10/25/2024
OWNER: Collier County Board of Commissioners PROJECT#:33822
CONTRACTOR:DEC ENGINEER/DESIGN PROFESSIONAL: BOWMAN
You are directed to proceed promptly with the following change(s):
Description: The work directive addresses the redesign of the foundations,in regard to the pedestal height,anchor bolt
embedment depth,and additional rebar detailed by the structural engineer.The redesign includes additional rebar around the anchor
bolts as well as longitudinal rebar through the foundation/pedestal.Additional concrete shall be added as necessary to account for the
change in thickness of the pedestals.
Purpose of Work Directive Change:The original design of the foundation did not take into account the sloping of the slab
floor;therefore,the pedestals are thicker than what is called out on in the plan set.
Attachments:Email with Time and Material Breakdown
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:
O Unit Prices ❑ Contractor's records
❑ Lump Sum ® Engineer's record
® Other Time and Material ❑ Other
Estimated increase(decrease)in Contract Price Estimated change in Contract Time:
$ 12,626.46 Increase by 4 calendar days.
RECOMMENDED: AUTHORIZED:
By: a By: Soot U�
Engineer 1 f vvA(u t". Owner's Representative
1'A(
16G1
From: Douo Masch
To: Ryan Younker frvan.vounker(&atkinsrealis.om);Brad Beadles
Cc: Erika Bodenstein;Chris Freeman
Subject: RE:Marco Bulk Aircraft Hanger RCO#2-RFt#11 Response
Date: Thursday,October 24,2024 11:41:50 AM
Good Morning
Please see itemized narrative below for your use.
We had figured 2 man days for the 8 man crew @ 10 hrs which includes the cutting/fabricating
rebar,setting steel,making forms specific to the varying heights,setting and installing the
forms for the pedestals and the curbs,pouring the additional concrete,finishing,stripping,and
cleanup.
The material includes an additional 4.17 yds at the curb&additional 2 yds at the pedestals
with the standard waste factor($1425.00),plus an additional 65 sticks of 15 rebar to cut and
bend horizontal continuous bars at curb perimeter,with corners and lap plus additional
pedestal U bars($1070.00),$150.00 in accessories which includes tie wire,nails,standees/
bolsters/meshups,an additional hour of pump time($250.00)w/sales tax/fuel surcharge
and delivery fees down to Marco making up the balance of the$3732.00
Please let me now if you need anything further or have any questions.
Thank You,
DOUGLAS R. MASCH II, LED AP°BD+C
PRESIDENT
www.deccontractine.com
1560 MATTHEW DR.SUITE B
FORT MYERS,FLORIDA 33907
239.332.4322-OFFICE
239.332.0180-FAX
239.462.1028—MOBILE
CGC1 5:2643C
DOUG@DECCONTRACTING.COM
From:Doug Masch
Sent:Wednesday, October 23,2024 12:46 PM