Loading...
Backup Documents 03/11/2025 Item #16F 2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 F 2 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. ** 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 Attomey Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office -512 3/iJ s 4. BCC Office Board of County Commissioners 6S l `IA 3 12,1Z5 5. Minutes and Records Clerk of Court's Office /i.Zj2Sr 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 Lisa Jacob Phone Number 239-252-1355 Contact/Department Agenda Date Item was 3/11/2025 Agenda Item Number 16.F.2. Approved by the BCC Type of Document(s) CAO Stamped LJA CO#6 Number of Original 1 Attached Documents Attached PO number or account 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(instead of stamp)? V 2. Does the document need to be sent to another agency for additional signatures? If yes, provide the Contact Information(Name; Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legality. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the / Office of the County Attorney.) ✓ 4. All handwritten strike-through and revisions have been initialed by the County Attorney 1/4./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 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 signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is uploaded to the agenda. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 3( i( and all changes made during N/A is not the meeting have been incorporated in the attached document. The County Attorney � / an option for Office has reviewed the changes,if applicable. S T this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made, and the document is ready for the ( an option for Chairman's signature. 5/11 1 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 16F2 Co lien County Procurement Services Change Order Form Contract# 20-7680 CO#6 PO# 4500231619 Project#: 50178.1 Project Name: Pelican Bay Sidewalk Improvements Design Contractor/Consultant Name: LJA Engineering, Inc. Select One: Contract Modification (Construction or Project Specific) ❑Work Order Modification Project Manager Name: Lisa Jacob Division Name: Pelican Bay Services Original Contract/Work Order Amount $314,894.00 4/8/20;10.F.3. Original BCC Approval Date;Agenda Item#—Current BCC Approved Amount $433,537.00 1/0/24;10.F.5. Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $433,537.00 12/3/2024 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $14,747.00 42.38% Total%Change from Original Amount Revised Contract/Work Order Total $448,284.00 3.40% %Change from Current BCC Approved Amount Total Cumulative Changes $133,390.00 3.40% %Change from Current Amount Notice to Proceed 5/13/2020 Original NTP [165Last Final Original Final 6/17/2022 12/3/2024Date �. #of Days Completion Date Approved Date #of Days Added 365 Revised Final Date 12/3/2025 Current Substantial Completion Date n/a Y p (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; O Add funds; ❑ Use of Allowance; ❑ Modify/Delete existing Task(s); ❑Add new Task(s); ❑ Reallocate funds; ❑ Other(must be explained in detail below) 1.) Detail of change/s to be made through this Change Order. This is a request to a) increase the value of the agreement by $14,747.00 for Task 6, "Construction Contract Administration" to respond to Requests for Information during extended construction period and prepare sketch or revised plan sheets if necessary; coordinate with staff and CEI when questions or site meetings are needed, attend bi-weekly progress meetings, and prepare AutoCAD electronic files as needed; and b) increase the time of the contract by 365 days to continue services until the project is complete. 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. A Stop Work Order was issued on 12/2/2024; one day remains on the contract. 3.) Explain why this change was not included in the original contract/Work Order. This change was not included in the original contract due to delays in construction. The construction Contractor is currently on a Stop Work Order. Once work resumes, there are two areas that remain that were redesigned during Phase 2 that have yet to be constructed and the design engineer needs to be available before and during construction to respond to requests for information, and coordinate with staff and CEI when questions or site meetings are needed. 4.) Describe the impact if this change is not processed. This change order ensures that construction of approximately 11.6 miles of sidewalk in Phase 2 will achieve the desired standards of the Pelican Bay community by preventing project delays, future rework, public safety issues, and increased liability to the county. Page 1 of 4 Change Order Form (2023_ver.1) fie. 16F2 Coliar County �.�. Procurement Services Change Order Form Contract# 20-7680 CO# 6 PO# 4500231619 Project#: 50178.1 Project Name: Pelican Bay Sidewalk Improvements Design Contractor/Consultant Name: LJA Engineering, 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 Remove Seagate Dr Sidewalks on Seagate Dr and and Vanderbilt Beach Vanderbilt Beach Rd are assets of 1 Rd from scope and 10 757 0 Collier County Road and Bridge;need p for arborist services not anticipated add arborist services until landscape design phase began. Enlisted new Existing arborist sold 2 arborist services $12,927 0 business. Repurpose remaining To modify Phase 1 ROW permit and arborist funds for permit additional time needed to complete 3 modification and design $1 43 136 901 procurement hid and award process revisions; add time for Phase 2 construction. Add time to Compliance with ADA 0 4 contract 764 1665 standards and public safety until project completion. Add funds to Increase for various design 5 contract $94,816 0 plan changes and construction oversight, Add time and funds For project oversight during 6 to contract $14,747 365 2,030 extended construction period ❑Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2023_ver.1) 16F2 Cofer County - Procurement Services Change Order Form Contract# 20-7680 CO# 6 PO# 4500231619 Project#: 50178.1 Project Name: Pelican Bay Sidewalk Improvements Design Contractor/Consultant Name: LJA Engineering, 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 tinder 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.corn%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. I a Prepared by: `, v r4`' _ Dale: i ,� 0/rr O x-... Signature-Division Project Manager L__r 5 /1- : 'YN-'c_cl (3 Printed Name ' r . Accepted by: ( Date: t T Signature;Design�l^En/�Q[1 inCeer Professional (if applicaable) i Pn ted Name/Title/Comp Name '�/� Accepted by: Date: / 3l3/ S- Signature-Contra r/Cons Am ntNenctor o2_44, ±T JGp, P cleivor V. l', LTA Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name' ''',/ .1�„ /�/ t i Approved by: / (. j ( �fl Date: t; —2.,\� -- SignaturetDivt lots tire+for or eslgnee(Optional) 1 `', V.1 1)6s'''.1111111` Printed Name Approved by: Date: __ Signature-Division Administrator or Designee(Optional) Printed Name Page 3 of 4 Change Order Form (2023_ver.1) 16F2' GoltCr County Procurement Services Change Order Form Contract# 20-7680 CO#6 PO# 4500231619 Project#: 50178.1 Project Name: Pelican Bay Sidewalk Improvements Design Contractor/Consultant Name: LJA Engineering, Inc. FOR PROCURMENT USE ONLY FY25 CHO Request# 578 Bowden Ste h a n i e Digitally signed by BowdenSteph ' ' anie Approved by: Date:2025.02.14 10:5815 Q500 Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: n Administrative©Administrative-BCC Report [Ti BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. KnZel, Cleat"o he Circuit Court BOARD OF COUNTY COMMISSIONERS and Compttrolier COLLIER COUNTY, FLORIDA By14/... oab.- By: CCU Dated: :4 1 - Burt L. Saunders , Chairman Attest a 6 8 'Pttian's Date: 3/(1 IZS sinnature�only —V (SEAL) Agenda# 16 F 2 A roved acIlior Le lily: L 1.-V-+ Deputy County Attar y Print Name -- Page 4 of 4 r Change Order Form (2023_ver.1) 16F2 f<q. r.:'111 rrr•rr;.t._+A. ;,rn l iv<i.`_;.-ili. ?,O "}d�7!C';. F ,1l1 ;i r)F; January 9, 2025 Via Email to Lisa.Jarob@colliercountyfl.gov Lisa Jacob, Project Manager Collier County Pelican Bay Services Division 801 Laurel Oak Drive, Suite 102 Naples,FL 34108 Re: Pelican Bay Sidewalk Improvements Design Request for Change Order#6 to PO#4500203324, Project 50178.1 LJA PN FL4820-200022 Dear Ms. Jacob: LJA Engineering, Inc. ("LJA") is submitting this Request for a Change Order#6 to PO #4500203324 for the modification of existing professional services on the above-referenced project. LJA proposes to provide Collier County the professional services outlined in Exhibit A attached. This proposal is under the Terms and Conditions of Contract #20-7680, Pelican Bay Sidewalk Improvements Design. A copy of Schedule B — Attachment 1, Consultant's Hourly Rate Schedule, is also attached. The time shall be extended for 365 days. We hope that this proposal satisfactorily responds to your request. Sincerely, Dominick J. Amico, P.E. DJA/lat Attachment Attachments Nue ! of a ;20 2(,,_1)Y2<pot.„„lia'. ', e s.ik�Int'Iu .,'trru.li,. .n(,�u; p�n! tC��S i'rovn.,a1`.CO?it R.,;ttc>t for r ::u., Ocl`ra i"4;sluts 1 6 F e EXHIBIT A Pelican Bay Sidewalk Improvements Design Change Order#6 to PO#4500203324, Project No. 50178.1 January 9, 2025 SCOPE OF SERVICES LJA is contracted with the County to perform design, permitting and construction contract administration for this project. Quality Enterprises USA, Inc. was awarded Phase 2 of the Pelican Bay Sidewalks construction project. LJA's contract was recently extended by twenty-five(25) months until December 3, 2024, in order to perform the necessary construction contract administration tasks that were required to finalize this project. This request is to extend the contract time by 365 days to continue services until the project is complete. The additional contract time makes it necessary to add additional budget to LJA's existing construction contract administration phase. If this change is not approved LJA will not be able to complete the remaining work required. Following is a summary of the Change Order#6 request to add budget to the existing Task 6: 6. Construction Contract Administration Phase $14,747 T/M • Respond to Requests for Information (RFI) during the extended construction period and prepare sketch or revised plan sheets if plan change is necessary. • Review and comment on potential contractor change orders. • Coordinate with PBSD and the CET, as necessary, when questions or site meetings are needed. • Attend bi-weekly progress meetings, and meetings with PBSD staff or Board meetings to discuss the project. • Prepare AutoCAD electronic files for each construction area for the contractor layout or as-builts. Nye :'. o t 4 K .:'?it)`..t 0))2 I'd11. 1113:n `>u)ti.r:ak'c 1n1r01..nl-.•Itt: 11 rot tcwothicoc..,:Propt) tot Gh i.•,:t .do,y 16F2 Manhour Breakdown Category Hours Rate Total Principal 18 $238 $4,284 T/M Senior Engineer 10 $175 $1,750 T/M Engineer 10 $136 $1,360 T/M Senior Designer 25 $128 $3,200 T/M Senior Inspector 25 $117 $2,925 T/M Technician 6 $83 $498 T/M Clerical 10 $73 $730 T/M Total Manhours Total Estimated Additional Fees for CO#6 $ 14,74_7 T/M TOTAL $14,747 T/M T/M _ Time and Materials. Billings will be based on actual time and materials expended in accordance with our rate schedule. Budgets given are an approximate amount and will not exceed the total estimate. Billings will be made on a percent of budget basis. Estimating Note: The hours and rates given above are provided for estimating purposes only. Actual time and materials may vary based on conditions encountered and the qualified personnel available at the time services need to be rendered. 3 41 ,i-::Ac::Ike nut,'.;I�r. ._ �): ( ,ai i;.��,Ii�J i.;,`!f.ii is,. f(.'?'r.lC"ti',.:,t fort 1: e S ;,. 1 . CA-(-) 16F2 SCHEDULE B—ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Schedule of Hourly Rates Principal $238 Senior Engineer $175 Engineer $136 Landscape Architect $150 Senior Designer $128 Designer $109 Senior Technician $102 Technician $83 CADD Technician $95 Clerical/Admin $73 Surveyor&Mapper $142 Survey Crew—2 Man $152 Senior Inspector $117 The above hourly rates are applicable to Time and Materials task(s)only.The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. h i ,i_c 1' i1�91 12:':',ud Kr.i�c It11411'iii i' tilj 1)C A :.(.01,,,z poin•Li1Co ( ..! c Is S for( ,t et c' 7h dmv pp CA() 16F2 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: LJA Engineering Address: 7400 Trail Blvd,Naples,FL 34108 Phone Number: 230-597-3111 Authorized Representative's Name: Dominick J,Amcio Authorized Representative's Title: Senior V.P. Email Address: Damico@lla corn AFFIDAVIT DominickAmico (Name of Authorized Representative), as authorized representative attest that LJA Enginooring (Name of Nongovernmental Entity) does not use coercion for labor or services as defined in § 787,06, Florida Statutes. Under penalty of perjury;'ldeclare that I have read the foregoing Affidavit and that the facts stated in it are true. tom• _.,6-7 r l'iluit<y- c f f 5 f`. S (Signature of authorized representative) Date'` STATE OF A COUNTY OF Sworn to(or affirmed) and subscribed before me, b means ofAphysical presence or 0 online notarization this ,5 day of� h14Lib8, 20,1J�by fD Urit'CL 1 z(Name of Affiant), who produced their as idenfetjon or ark personally known to me, n) ,7 ;a:• ANDREA ANDERSON Notary ublic --‘1 MY COMMISSION 4 HH 402095 .,;,-_K4pEXPIRES'August17,2027 J Commission Expires Personally Known( OR Produced Identification CO Type of Identification Produced: CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Version:2025.1