Backup Documents 04/22/2025 Item #16C2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 C2
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office
at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later
than Monday preceding the Board meeting.
** ROUTING SLIP**
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the
exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s)(List in routing order) Office Initials Date
1.
2.
3. County Attorney Office County Attorney Office ita�3�
4. BCC Office Board of County /
Commissioners ($yy ,` 1//23
5. Minutes and Records Clerk of Court's Office y�
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 Liz Gosselin/PUD-EPMD Phone Number 239-252-1037
Contact/Department
Agenda Date Item was 04/22/2025 Agenda Item Number 16.C.2
Approved by the BCC
Type of Document(s) Change Order 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 original signature(instead of stamp)? L.G.
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 L.G
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 L.G.
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. V
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 04/22/2025 and all changes made during L.G. 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. this line.
9. Initials of attorney verifying that the attached document is the version approved by the L.G. 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. this line.
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
16C2
Co ter County
- � � - Procurement Services Change Order Form
Contract# 22-8042 CO# 1 PO# 4500224462 Protect#: 70253&51029
Project Name: CEI Services for Golden Gate City Transmission Water Main Improvements
Contractor/Consultant Name: AIM Engineering and Surveying, Inc.
Select One:❑Contract Modification(Construction or Project Specific) D Work Order Modification
Project Manager Name: Liz Gosselin Division Name: Engineering and Project Management
i Original Contract/Work Order Amount $1,817,423,25 3/2a/2023.11 a Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $1,817,423.25 03/22/2025 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change $178,222.50 9.81% Total%Change from Original Amount
Revised ContractWork Order Total $1,995,645.75 o.00^i %Change from Current BCC Approved Amount
Total Cumulative Changes $178,222.50 9.81% %Change from Current Amount
Notice to Proceed 5/2/2023 Original NTP 690 Original Final 03/22/2025 Last Final 03/22/2025
Date #of Days Completion Date Approved Date ..
#of Days Added 135 Revised Final Date 08/04/2025 Current Substantial Completion Date n/a
(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:I]Add Time; I]Add funds; ❑Use of Allowance;
❑Modify/Delete existing Task(s); ❑Add new Task(s); al 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 will add additional funds to Task 1 - Construction Observation and Documentation in
the amount of $89,111.25 and to Task 2 - Construction Inspector and Project Oversight in the amount of
$89,111.25 and 135 days to the contract time. Total amount of additional funds to the Contract is
$178,222.50. This change order also authorizes the reallocation of unused funds from Task 3 - Additional
Services to Tasks 1 & 2. Funds under Task 3 will not be needed for the remainder of the project. A
breakdown of updated funds for Tasks 1, 2 & 3 is provided on page 2 of this change order.
2.) If this Change Order is currently under a Stop Work, please identify the date issued and number of
days remaining or"N/A" if not applicable.
N/A
3.) Explain why this change was not included in the original contract/Work Order.
The change being requested was not included in the original contract because staff did not anticipate that
the construction time for each construction phase would be extended beyond the original estimated project
duration. Additionally, the contractors continue to work longer weekdays and also performing Saturday
work and overnight work to minimize impacts to customers. Additional time might be added in the future
pending on future construction schedules through a subsequent change order.
4.) Describe the impact if this change is not processed.
If this change order is not processed, staff will not be able to continue obtaining Construction Engineering
Inspection services for the on-going construction of the Transmission Water Main projects.
Page 1 of 4
Change Order Form (2023 ver.1)
16C2
Fees Breakdown for Task 1,2,3&4
Task Description Current Balance Additional funds Reallocation Revised fund per Fee Type
#1, per CO Request per CO41 CO#1 Yp
__
Construction
1 Observation and $881,186.25 $89,111.25 $25,010.75 $995,308.25 NTE
Documentation
2 Construction Inspector $881,215.50
and Project Oversight $89,111.25 $25,010.75 $995,337.50 NTE
3 Additional Services $50,021.50 $0.00 4 ($50,021.50) $0.00 NTE
Miscellaneous
4 Reimbersable $5,000.00 $0.00 $0.00 $5,000.00
Expenses NTE
Total $1,817,423.25 $178,222.50 $0.00 $1,995,645.75
16C2
Cat; I" C01411t.V
Procurement Services Change Order Form
Contract# 22-8042 co# 1 PO# 4500224462 Project#: 70253 & 51029
Project Name: CEI Services for Golden Gate City Transmission Water Main Improvements
Contractor/Consultant Name: AIM Engineering and Surveying, 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
This change order adds additional j Staff did not anticipate that the
funds to Task 1 Task 2 in the total construction time for each construction
amount of$178,222.50,adds 135 hose be extended beyond the original
1 days to the contract time,and $178,222.50 135 825 p y
authorizes the reallocation of estimated project duration.Also,staff did
unused funds from Task 3 to not anticipate long working hours and
Tasks 1 8 2. Saturday work.
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form (2023 ver.1)
i
P M, -
Cor County
�� - Procurement Services Change Order Form
Contract# 22-8042 Co# 1 PO# 4500224462 Project#: 70253 & 51029
Project Name: CEI Services for Golden Gate City Transmission Water Main Improvements
Contractor/Consultant Name: AIM Engineering and Surveying, 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 gathrough the
Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.myf/orida.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.
p y GosselinLiz ."rr> Date
Prepared b
Signature-Division Project Manager
Liz Gosselin, Project Manager II, Engineering and Project Management Division KLA 3/5/25
Printed Name
Bernard L Flynnigitally signed by Bernard L Flynn
Accepted by Ynn Date:2025.03.06 09:50:39-05'00' Date:
Signature-Dr-e,cir iPolio,xa {if aTililicnhlsa) Consultant/Vendor
Bernard L.Flynn III,Vice-President,AIM Engineering&Surveying,Inc.
Printed Name/Title/Company Name
Accepted by: Date:
Signature-Contractor/ConsultantNendor
Printed Name/Title/Company Name
Approved by: BullertBenjamin „... , .,. ^�� ��'�'•�<""=m ro'
pp Date:
Signature-Division Manager or Designee(Optional)
Benjamin N.Bulled,Supervisor Project Management.Engineering and Project Management Division
Printed Name
h BelloneJoseln Digitally signed by BelloneJoseph
Approved by: Date:2025.03.06 12:42:38-05'00' Date:
Signature-Division Director or Designee(Optional)
Joseph Bellone,Division Director,PUD Financial Operations
Printed Name
Approved by: Date:
Signature-Division Administrator or Designee(Optional)
Printed Name
Page 3 of 4
Change Order Form(2023_ver.1)
16C2
Contract#22-8042 CO#1 PO#4500224462 Project#: 70253&51029
Project Name: CEI for the Golden Gate City Transmission Water Main Improvements
Contractor/Consultant Name:AIM Engineering&Surveying, Inc.
Additional Signatures:
Digitally signed by Sotolsabel
Sotolsabel Date: 2025.03.07
Approved by: 11:07:34-05'00' Date:
Isabel Soto, Project Manager II,TMS
aw.r.
w cwNn
Approved b . aydenPeter
y' Date:
Peter Hayden, Supervisor Project Manager,TMS
A h m a d J ay D signed by AhmadJay
Dale:2025.03.11 1 0.34;03
Approved by: -04'00 Date: ....._._..........................._..._._.._..
Jay Ahmad, P.E., Director,Transportation Engineering,TMS
Digitally signed by
44, ScottTrinity Dats:YO 5,03,14
08:3e:24.0400
Approved by:
Date: ....
Trinity Scott, Department Head,TMS
16C2
Corr- County
-- - .-- �, Procurement Services Change Order Form
Contract# 22-8042 CO# 1 PO# 4500224462 Project#: 70253 & 51029
Project Name: CEI Services for Golden Gate City Transmission Water Main Improvements
Contractor/Consultant Name: AIM Engineering and Surveying, Inc.
FOR PROCURMENT USE ONLY
FY 25 CHO Request# 620
Bowden Ste p k a n i•e Digitally signed by BowdenStephanie
Date:2025.03.17 11:47:23-04'00'
Approved by: _ mm.
Signature-Procurement Professional Signature/Date
Approved by:
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
❑ Administrative E Administrative-BCC Report ❑ BCC Stand-Alone ES (BCC Approval Required)
BCC APPROVAL
L.
ATTEST:
Crystal K. Kinzel, .Clerk of.the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Contptroile COLLIER COUNTY, FLORIDA
By'
i4(4)%,, e,e4e4libig' , , , Burt L. Saunders , Chairman
Dated:
Attest ais to Date: `f 12212
signature o
(SEAL) Agenda # 16 C 2
Ap rove 4to a d Leg lid ty:
Depu County Attorney
(—_�
U K4`„
Print Name
A
Page 4 of 4 f
Change Order Form(2023_ver.1) /
16C2
AIM Eil�;lileei'iIlCo
1 , S
L>tt, 1 t I i-\'e y 1 i l g, Inc.
March 3, 2025
Ms. Liz Gosselin P.E.
Project Manager
Collier County Transportation Engineering Department
3339 Tamiami Trail East
Naples, Florida 34112
RE: FPID No.: Collier Contract No. 22-8042
CEI Services (Change Order#1)— Golden Gate Water Main Improvements
Dear Ms. Gosselin:
This letter is submitted as a request to use additional funds (Task 3) in the amount of $50,021.50,
and our proposed Change Order No. 1 to extend CEI Inspection Services for the Golden Gate
Water Main Improvements project.
Scope of Work
Collier County('COUNTY") has requested the services of AIM Engineering & Surveying, Inc. (herein
after referred to as the "CONSULTANT") to provide professional engineering CEI services beyond
the scope of services and duration currently authorized under Purchase Order 4500224462. These
additional services (described below) will be performed as part of Change Order No. 1 to the
Purchase Order.
Explanation of the requested CO #1: This change order provides for CEI Services to continue for
the duration of the Golden Gate Waterline Improvements Construction. The project construction
time has been extended beyond the original estimated project duration, and this change order
provides an additional 6 months of CEI oversight to complete the project and satisfy Collier County
requirements. Additional monies are needed to Staff the project for the additional time period, and
include longer workdays and Saturday work that will continue to be performed by the Contractor.
Why this change was not included in the original contract: The CEI services included in the original
contract were based on an original estimated duration of construction, prior to finalizing the
construction contracts and schedule.The current construction schedule extends beyond the duration
of CEI services included in Contract 22-8042, therefore this change was not anticipated or included
in the original contract.
Description of impact if change is not processed: If this change is not processed, the CEI firm would
not be able to complete the project CEI oversight as required under the contract.
Task 1.0 —Construction Observation and Documentation
The Consultant's Construction Inspector (or activity observer) will provide the services outlined
below.
1.1— Construction and Testing Observation — The Construction Inspector will conduct on-site
observations and inspections of all construction and testing activities, including night work on the
project on a full-time basis unless directed otherwise by the Project Manager to ensure that all work
16C2
Page, 12
is completed in accordance with the Contract Documents. There will be at least one full-time
inspector for each phase. The Construction Inspector will inform the CEI Project Administrator (PA),
and the on-site superintendent of the construction and testing contractor of any concerns related to
conformance of the work with the Contract Documents (a concern or an Issue); and will attempt to
resolve any concern or issue on-site. If the concern or issue is not immediately resolved in the field,
the PA shall inform the Engineer of Record (EOR) and the COUNTY in writing about the concern or
issue within eight (8) business hours, but not more than one (1) business day after the discovery of
any concern or issue. The EOR will be responsible for investigating the concern or issue and
resolving the same through a written directive to the Construction Contractor and so inform the
COUNTY and the PA in writing. This protocol will be initiated any time the Construction Inspector
becomes aware of any work that is unsatisfactory, faulty or defective, and does not conform to the
Contract Documents, does not meet the requirements of any inspections, tests or approval required
to be made, or has been damaged before final payment.
1.2 - Log and Construction Documentation— Each Construction Inspector will prepare a Daily Work
Report recording activities and details related to the work on a form approved in advance by the
COUNTY. Information will be recorded in the daily work report on each day construction activities
occur or does not occur. The daily work report entries will record all aspects of the construction
during that day including, but not limited to: construction crew (labor) details, equipment used,
materials used, compliance testing and inspection performed, site conditions, trench conditions,
backfill material used, dewatering methods, compaction methods, location of the work, work
directives issued to the Contractor, and all relevant details related to the work. The Daily Work
Report will have attached a sample of digital photographs taken with appropriate file names and file
locations. All daily tasks completed by the Contractor will be photographed by the Construction
Inspector. In addition to the construction details, the daily work report will contain information related
to: time and hours on the job site, weather conditions, data pertaining to questions of quantities of
materials used, extras or deductions, list of visiting officials and representatives of manufacturers,
fabricators, suppliers and distributors, observations in general and short summary of work. Other
specific observations and details such as test procedure observations, conformance inspection of
materials and fittings, name plate data for equipment and material installed, and other information
requested by the COUNTY will be included with the daily work reports on applicable forms.The daily
log, photograph files and other construction documentation will be provided to the COUNTY by the
CEI daily in an electronic file. Daily Reports shall be distributed to the project team and uploaded to
the file sharing interface no later than close of business on the following workday.
1.3 — Safety — The Construction Inspector shall immediately notify the PA and construction
superintendent of any safety related issues that are identified. If the safety issue is not resolved in a
timely manner, the PA shall immediately inform the COUNTY and engineer of record of any
instances where the Contractor is not following the proper safety procedures.
1.4 - Photographic and Video Record— Each Construction Inspector will provide a comprehensive
digital photographic record of all construction activities related to the project. The digital file will be
referenced by number and date taken and will correspond to the daily work report. The photograph
will be labeled with the location, the date and time of the photograph and the direction the
photographer was facing. The digital files will be transferred electronically and submitted weekly to
the COUNTY along with the construction documentation. If requested by the Project Manager, the
P iqe 13
photographs will be printed in high resolution color, two captioned photos per 8 '/2" x 11" sheet,
printed one side only. If requested by the COUNTY, video or parts of the video will be provided in
digital format and by e-mail.
1.5— General Coordination—The PA and Construction Inspector will coordinate all activities related
to the Project between the Construction Contractor, the Engineer of Record (EOR), the COUNTY,
and Public Information Officer. The Construction inspector will oversee substantial and final
completion inspections, and prepare and maintain the punch list, including follow-up inspections to
ensure that punch list items are corrected and/or completed. The Construction Inspector will also
coordinate, as directed by the PA and COUNTY, with residents, business owners, and the general
public. The County reserves the right to remove any Construction Inspectors from a project at any
time for failure to adhere to County policies and procedures.
1.6— Observe Regulatory Agency Inspections—The Construction Inspector will accompany visiting
inspectors representing any regulatory agencies having jurisdiction over the project and will record
all discussions and the outcome of these regulatory inspections in the daily work report.
1.7— Preparation of Monthly Report—CEI will work with the EOR to prepare the monthly reports for
this project. The CEI will specifically be supplying the Photos, Daily work reports, Issue
Resolution Log and the Owner Material Log
1.8 — Construction Progress Meetings — The CEI will attend weekly progress meetings with the
construction contractor, EOR, and the COUNTY to review project status and identify issues that may
affect the project.
1.9 — Substantial Completion Inspections — The Construction Inspector will conduct substantial
completion inspections when requested by the Construction Contractor and the EOR recommends
that the work is sufficiently complete to warrant a substantial completion inspection. During the
substantial completion inspection, the Construction Inspector will take pictures and create a punchlist
of all items requiring completion or correction and send them to the PA, EOR and the COUNTY. The
Construction Inspector will be responsible for inspecting the work required in the punch list. Once the
punch list is completed, the CEI will coordinate and participate in the final walk-through to ensure
that the punch-list items are completed to the satisfaction of the EOR and the COUNTY.
1.10 — Final Completion Inspection — Upon the request of the Construction Contractor and
concurrence of the EOR and the COUNTY, the Construction Inspector will conduct final inspections
of portions of the project, as they are finished to determine if construction has been completed in
accordance with the Contract Documents and the Construction Contractor has fulfilled all obligations
therein. Based on the results of the final inspection, the EOR, COUNTY, and the PA/Construction
Inspector will judge the work complete or not complete. If the work is judged complete,the CEI Project
Manager will issue a "notice of final acceptance and recommendation for final payment". If the work
is judged not complete, the Construction Inspector will issue written instructions to the Construction
Contractor identifying the work judged not complete. Upon provision of the Construction Contractor
16C2
Page 14
evidence or assurance that the deficiencies noted above have been corrected or completed, a
second final inspection will be scheduled to verify that the outstanding issues have been resolved
and the CEI Project Manager can issue a "notice of final acceptance and recommendation for final
payment". After final acceptance all documents related to the Final Completion Inspection shall be
provided to the COUNTY and the EOR for the project closeout process.
TASK 2.0—Construction Inspector and Project Oversight
Task 2.1 - General Management and Oversight—The CEI will provide support services customarily
related to the construction observation and inspection of similar projects including, but not limited to:
a. Attend and participate in the pre-construction coordination meeting.
b. The Construction PA will prepare and maintain a separate Issue Resolution Log documenting
any issue or concern that is conveyed in writing to the EOR, including the written directive
resolving the issue or concern. Issue Resolution Log shall be emailed weekly to the EOR to
be added as a discussion item at the weekly progress project meetings.
c. Attend and participate in weekly meetings with Construction Contractor, EOR and the
COUNTY to review project status and identify issues that may affect the project.
d. Participate in other meetings as described or implied herein or as requested by the County.
e. Prepare and submit components listed above (section 1.8) of the monthly construction
summary reports to the EOR and the COUNTY to be incorporated into the monthly report that
the EOR will prepare.
f. Review the Construction Contractor's monthly applications for payment and Construction
Contractor's redline as-builts and accompanying data and recommend approval of payments
due to the Construction Contractor. The CEI's recommendation of any payment requested in
an application for payment shall constitute a representation by the CEI to the COUNTY as an
experienced and qualified professional, that based on CEI's onsite observations and
inspections of construction in progress; that the construction quantities in the applications for
payment accurately reflects the progress of the work and that the work is constructed in
accordance with the Contract Documents. The CEI will review pay requests in accordance
with the Florida Prompt Payment Act.
g. The CEI will review monthly updates to the construction schedule prepared by the construction
contractor. Provide review comments to the COUNTY.
16C2
PagaI5
h. All required testing will be done by Contractor. The CEI will provide field testing observation
and verification that all materials, equipment and supplies installed or utilized on the Project
are in full accordance with the Contract documents and approved shop drawings provided by
the EOR.
i. The CEI will review shut down plans and provide comments for the water and wastewater
connections prepared by the construction contractor.
2.2 — Coordination of Shop Drawings, Contract Interpretations and Clarifications — The CEI will
coordinate with the EOR regarding the issuance of interpretations and clarifications of Contract
Documents including shop drawings during construction. The EOR shall be responsible for technical
review and decisions regarding interpretation and clarification of Contract Documents.The CEI shall
coordinate the EOR's decisions and responses with the Construction Contractor.
2.3 - Monitor Project Records—The CEI shall monitor all required project records, including but not
limited to delivery schedules, inventories, County provided material tracking, and Daily Work reports.
2.4—As Constructed Field Drawings—Each Construction Inspector shall maintain red pencil "mark-
up"notations and sketches on full size construction plans that reflect the actual details of constructed
facilities. These Constructed Field Drawings will be used by the CEI to validate the "As Built"
documentation provided by the Construction Contractor. The CEI will notify the EOR and the
Construction Contractor of any differences in the documents maintained by the general contractor
and the CEI on a weekly basis for resolution by the EOR. Within one week after the Construction
Contractor notifies the EOR and the COUNTY that the Work on the project is substantially complete
in accordance with the Contract Documents, the CEI will provide their red line construction plans to
the EOR. Also, the Construction Inspector will work with Johnson's survey crew during times of
digital point collection to insure the as-built data for the CAD file as accurate as possible.
2.5 — Start-up and Commissioning Support — The CEI will assist the COUNTY, the EOR and the
Construction Contractor during start-up of each segment designated for Beneficial Use by the
COUNTY, including but not limited to assistance with signing off on regulatory permits and general
coordination between the ENGINEER, COUNTY and Construction Contractor.
2.6—Working Hours- Inspectors are expected to be on the project site from 7:00am through 7:00pm
Monday through Saturday. This schedule can be modified to match the Contractor's schedule. This
may require additional Inspection staff to supplement the project and keep inspection staff from
exceeding 40 hours each. Any modifications should be approved by the County Project Manager in
writing. Construction Engineering and Inspection work will be paid straight time hourly rate with no
overtime pay.
AO
16C2 tI
Page 16
Length of Service
The anticipated length of services provided under Change Order No. 1:
Financial Notice To Current CO#1 Additional days
Project ID Proceed Date Completion Completion
Date Date beyond original
5/2/2023 3/22/2025 8/4/2025 135
FEE SUMMARY TABLE
Task Description Fee Type Fee Amount
1 Construction Observation and d Documentation T&M $89,111.25
2 Construction Inspector and Project Oversight T&M $89,111.25
Total: $178,222.50
AIM Engineering & Surveying, Inc. will self-perform Tasks 1-3 and will bill monthly in accordance
with the attached exhibit Consultant CEI Firm Estimated Schedule.
We appreciate working with Collier County. If you have any questions or concerns, please email me
at Uynri ?aimengr.corn or contact me directly at 239.284.1932.
Sincerely,
Bernard L Digitally signed by Bernard
L Flynn
Flynn ate: 025.03.06 09:52:14
Bernard L. Flynn III
Vice President
16C2
Collier County Contract No 22-8042 Golden Gate Water Main Improvements Amendment 1 CEI
Fee Estimate Schedule:
Task 1 Construction Observation and Documentation
Position Hours Hourly Rate Fee
CEI Sr Project
Engineer 28.50 $201.00 $5,728.50
CEI Project
Administrator 144.00 $131.00 $18,864.00
CEI Sr Utility
Inspector 323.75 $117.00 $37,878.75
CEI Utility
Inspector 277.50 $96,00 $26,640.00
Total $89,111.25
Task 2 Construction Inspection and Project Oversight
Position Hours Hourly Rate Fee
CEI Sr Project
Engineer 28.50 $201.00 $5,728.50
CEI Project
Administrator 144,00 $131.00 $18,864.00
CEI Sr Utility
Inspector 323.75 $117.00 $37,878.75
CEI Utility
Inspector 277.50 $96.00 $26,640.00
Total $89,111.25
a) in Lea O
a r. r-- ua
a) _c o o r+
a) v) r, .-I
CD CDC)
ui tr. o
o N N lr)
I! to) to E!)
II
c) O
o d a O co
LL Co CdIp
a f9 Cm cO -o
co C,
m I° a C2
. D
to
y
j .-I .-1 N
U O I.n Ln p
2
O O
m O O
Z. CU
U cei C...)
CO
al u un?
o W to to
c a r+
U o a°)) m
m
2
a) N N'
LL o 0
.-, if)O D N N
Cr) CO
aJ to O 1- (D CO-
2
N N
a c cn '
w `~
U Q , N N In
2 V
d O O O
cl)C a)
C LA- .--i e-i
C N N
uJ 0 . N
U O F-- -EA ifl
a) O
O
d. N
`O 69
N P. N
C O 0 .-1 ,1 N
a) i
cn
W
U
N W O 1
.0 is
C I- CC 06
C T
CI)
4-4 C C oil
Y C
co E I O df
F- a) N N Fes- 2
O 0. a .. F-
L
O 0 O C , a)
C .y C O.
co
U O co O y `
O E U C U 0 c
co ` a) ` o
2z v) 3 U) N 2
C U C 03
a, O O O O` .6
c F- U 0 U a I—
w
f") .--F N
Y - Y
v) v) v)
co co co
I- I- I-
16
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: AIM Engineering and Surveying INC.
Address: ' 2161 Fowler St. Fort Myers FL 33901
Phone Number: 239-332-4569
Authorized Representative's Name: , Jadon D Hull
I Authorized Representative's Title: S.V.P.
Email Address: jadon@aimengr.com
AFFIDAVIT
I,_Jadon D. Hull (Name of Authorized Representative),as authorized representative
attest that_AIM Engineering&Surveying (Name of Nongovernmental Entity)does not use coercion for labor
or services as defined in§787.06, Florida Statutes.
Under penalty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
3-14-25
'signature of authorized representative) Date
STATE OF 17-1.t=" .i(`,i}
COUNTY OF
Sworn to(or affirmed)and subscribed before me,by means of(physical presence or0 online notarization this
)'f day of rtIA.O.e.4.+ ,20 j,by II : ,,, L L,..;r .'_ (Name of Affiant),who-produced-their
as_identificatron of a1:.4 personally known to me.
Notary s-'t.blic 3 E i �
4-,,."4-., JACQUIEATON
': t. r MY COMMISSION ar HH 117175
„; EXPIRES:May 23,2025
._.. ._.._ y'-'''-,O„ti.... 1:44 .-.1 Notary Putk.'Undar hors
Commission Expires - —
Personally Known OR Produced Identification 0
Type of Identification Produced:
CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Version:2025.1