Loading...
Backup Documents 06/24/2025 Item #16F 5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO I OF 5 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 d/J �� 4. BCC Office Board of County I Commissioners ,554,nj C/Zy/75 5. Minutes and Records Clerk of Court's Office PRIMARY CONTACT INFORMATION Y (U5 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/Pelican Bay Services Division Phone Number 239-252-1355 Contact/Department Agenda Date Item was 06/24/2025 Agenda Item Number 16.F.5 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)? 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 LJ 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 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 and all changes made during N/A is not the meeting have been incorporated in the attar ed document. The County Attorney c�jT;jrb an option for Office has reviewed the changes,if applicable. •f l l 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 „ I hij an g•tioAll Chairman's signature. th.,'.re, '..., 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 16F5 Cater County Procurement Services Change Order Form Contract# 20-7817 CO# 1 PO# 4500217902 Project#: 50212,2 Project Name: CEI Services for Pelican Bay Sidewalk Improvements Contractor/Consultant Name: Johnson Engineering, Inc. Select One:E Contract Modification(Construction or Project Specific) ❑Work Order Modification Project Manager Name: Lisa Jacob Division Name: Pelican Bay Services Original ContracVWork Order Amount $772,971.00 5/11r21;16.F.3 Original BCC Approval bate;Agenda Item# Current BCC Approved Amount 5772,071_00 5/1 1/21;16,F.3 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $772,971.00 8H/2025 _ SAP Contract Expiration Date(MASTER) Dollar Amount of this Change S49,006.00 646% Total%Change from Original Amount Revised Contract/Work Order Total % Sazz.a7zoo 6.46% Change from Current BCC.Approved Amount Total Cumulative Changes -�� $49,906.00 9.46% %Change from Current Amount Notice to Proceed 6/y/2021 Original NTP 11355 J Originalp Final 5 Last Final Date #of Days Completion Date 02/21/202� Approved Date• 02/21/2025 #of Days Added 365 • Revised Final Date Current Substantial Completion Date (includes this change) Ol3l01l2026 (if applicable) not 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;i Add funds;❑ Use of Allowance; (]Modify/Delete existing Task(s);❑Add new Task(s);0 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 increase the contract and PO 4500217902 by $49,906 for Task 5 - Phase 2 Construction Inspector and Project Oversight-and extend the time by 365 days to provide additional inspection services during extended construction period as well as through the one-year construction contractor's warranty period. 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 Order was issued on 12/09/2024. 74 days remained on the original contract, A Start Order was issued on 05/19/2025 changing the Final Completion date to 08/01/2025; therefore the revised final completion date (including this change) is 08/01/2026. 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 under a stop work order. Once work resumes, there are two areas that remain to be constructed that will need CEI services. 4.) Describe the impact if this change is not processed. This change order ensures that construction of approximately 11.6 miles of sidewalk 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) 16F5 Colter County Procurement Services Change Order Form Contract# 20-7817 CO# 1 PO# 4500217902 Project#: 50212.2 Project Name: CEI Services for Pelican Bay Sidewalk Improvements Contractor/Consultant Name: Johnson 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 (+) O Added Time Add money and For project inspection and 1 time $49,906 365 1720 oversight during extended construction period and one year warranty period. 0 Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form(2023_vor.1) C;' 16F5 Co Te-r County Procurement Services Change Order Form Contract# 20-7817 CO# 1 PO# 4500217902 Project#: 50212.2 Project Name: CD Services for Pelican Bay Sidewalk Improvements Contractor/Consultant Name: Johnson 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 under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz) website(https://dos,myflorida,com/sunbiz/search/). If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. J a cob L i sa Digitally signed by Jacobl_isa Prepared by: Date:2025.04.10 14:34:03-04'00' Date' Signature-Division Project Manager Lisa Jacob Printed Name Joshua Hildebrand Digitally signed by Joshua Hildebrand Accepted by: Date:2025.04.15 10:40:37-04'00' Date: Signature-Design/Engineer Professional(if applicable) Joshua J. Hildebrand, P.E.,CEI Project Manager,Johnson Engineering, LLC Printed Name/Title/Company Name Lonnie V. Howard Digitally signed by Lonnie V.Howard Accepted by: Date:2025.04.10 15:36:17-04'00' Date: Signature-Contractor/ConsultantlVendor Lonnie V. Howard, President,Johnson Engineering, LLC Printed Name/Title/Company Name �^ Approved by: Date: Signature-Division Manager or Designee(Optional) Printed Name Al Neil Dorrill Digitally signed by W.Nell Dorrill Approved by . Date:2025.05.30 11:41:58-04'00' Date: Signature-Division Director or Designee(Optional) Printed Name Approved by: Date. Signature-Division Administrator or Designee(Optional) Printed Name Page 3of4 Change Order Porn(2023_ver.1) ----- _ " .�x � N�����.� Col Kir County --- -- ='~~_----~� Procurement Services Change Order Form --- — — ovotmctw20'7817 Co# 1 PO# 450O217002 Project 0: 50212.2 --- pu4oxtwam,: CB Sow|cox for Pelican Bay Sidewalk Improvements cnuoaomr/oo^sv/taotwum,; Johnson Engineering, Inc. - - FOR PROCURMENT USE ONLY � -------'------------ _ � Fvn nHO9o9vvm# 682 oigitaUy signed by BowdenSteDhan'eavwclenStepxanie Approved by: Date:2OZ5.00.03l0:07:26'O4'0O' Sig num re-Procurement Professional mignameuzote ' Approved by: Sig oa|um'Pmourer nent Manaoor/Dimmo,(opfilb-N-oL) AppnovALTvps: [] Administrative AdministraUvo'BCCRopnrt BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL | | ATTEST: Crystal K, Kinzel. Clark nf the Circuit Court BOARD OF COUNTY COMMISSIONERS and COLLIER COUNTY, | / By: YP Burt Saunders' Chairman 8M�mt��tm Oa�� - ' 6�]�CA7�' — _ ,__� _ CSE44mionahUrponly Agenda# Aetroved to /anLegali � change Order Form<xoc3_vor.1> � � � 16F5 JOHNS t SINCE 1946 ENGINEERING --- An Apex Company— April 8,2025 Ms. Lisa Jacob Pelican Bay Services Division 801 Laurel Oak Drive Suite 102 Naples Florida, 34108 Re: County Contract No. 20-7817 CE1 Services for Pelican Bay Sidewalk Improvements- Change Order No. 1 —Additional Construction Inspector, Project Oversight, and Contract Time Dear Ms.Jacob: Pursuant to your request,Johnson Engineering,LLC(CONSULTANT)is pleased to provide Collier County Pelican Bay Services Division (referred to hereafter as COUNTY) with an additional fee increase and contract time for the Pelican Bay Sidewalk Improvement Project Task 5-: Phase 2 Construction Inspector and Project Oversight. The CONSULTANT shall provide and perform the following construction engineering and inspection(CEl)staffing support services,which shall constitute the general scope of basic services under the covenants,terms,and provisions of Collier County Contract No. 20-7817.This Change Order is to be issued under Johnson Engineering's Contract No. 20-7817 CE1 Services for Pelican Bay Sidewalk Improvements.. An additional 365 contract days is being requested to provide the additional inspection services through the one-year contractor's warranty period. SCOPE OF WORK Task 5- Phase 2 Construction Inspector and Project Oversight 5.1 General Management and Oversight The CONSULTANT will provide support services customarily related to the construction observation and inspection of similar projects including, but not limited to the following: a. Participate in a pre-construction meeting with the COUNTY Project Manager, FOR, and the general contractor. b. Participate in other meetings as described or implied herein. c. Review and verify correctness of the construction contractor's monthly applications for payment and accompanying data and recommend approval of payments due to the construction contractor. The CONSULTANT's recommendation of payment requested in an application for payment shall constitute a representation by the CONSULTANT to the COUNTY Project Manager as an experienced and qualified professional, that based on Construction Inspector's onsite observations and inspections of construction in progress,that the construction quantities in the applications for payment accurately reflect the progress of the work and that the work is constructed in accordance with the contract documents. The CONSULTANT will process pay requests in accordance with the Florida Prompt Payment Act. All incoming pay requests processed by the CONSULTANT shall be mechanically or electronically stamped with the date received. d. The CONSULTANT will review the monthly updates to the construction schedule prepared by the construction contractor and provide written comments to the COUNTY Project Manager and EOR. e. The CONSULTANT will provide such field testing and verification that 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 FOR. 2350 Stanford Court.Naples,Florida 34112 (239)434-0333.Fax(239)434-9320 16F5 f. Within one week after the construction contractor notifies the EOR and the COUNTY Project Manager that the Work on the Project is substantially complete in accordance with the contract documents, the CONSULTANT will provide certification that the Work was done in reasonable accordance with the contract documents, including approved shop drawings and change orders except as noted. 5.2 Coordination of Shop Drawings, Contract Interpretations and Clarifications The CONSULTANT will coordinate with the design engineer (FOR) regarding the issuance of interpretations and clarifications of contract documents during construction. The Design Engineer (FOR) shall be responsible for technical review and decisions regarding interpretation and clarification of contract documents. The CONSULTANT shall coordinate the Design Engineer's (EOR)decisions and responses with the construction contractor. 5.3 Monitor Project Records The CONSULTANT shall monitor required Project records, including but not limited to delivery schedules, inventories and construction reports. 5.4 As.Constructed Field Drawings The CONSULTANT 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 CONSULTANT to validate the "As Built"documentation provided by the construction contractor. The CONSULTANT will notify the COUNTY Project Manager, FOR and the construction contractor of any differences in the documents maintained by the general contractor and the CONSULTANT on a weekly basis for resolution by the FOR. 5.5 Start-up and Re-commissioning Support The CONSULTANT will assist the COUNTY Project Manager, the EOR, and the construction contractor during start-up of each phase of construction to assist the FOR and COUNTY Project Manager, including but not limited to providing information from construction observation for signing off on regulatory permits and other general coordination between the FOR, COUNTY Project Manager,and construction contractor. 5.6 Asset Management Information The CONSULTANT will provide asset management information of the constructed infrastructure in a format specified by Collier COUNTY. Task 5.0 Deliverables: The following deliverables will he provided per the statement of work herein by the CONSULTANT to the COUNTY, as applicable: • Pay Application Reviews in .pdf format • Shop Drawing Tracking Logs in .pdf format • Request for Additional Information Tracking Logs in .pdf format • As Constructed Field Drawings in .pdf format and one (1) final paper original if requested by COUNTY • Applicable information of material, equipment, and/or field-testing results in .pdf format 1 '6F 5 FEE SUMMARY TABLE Fee Original Task 5 Task 5 'cask Description Task 5 Revised Total Type Amount Increase Amount Phase 2 Construction Inspector and 5 Project Oversight NTE $238,088.00 $49,906.00 $287,994.00 Total NTE $238,088.00 $49,906.00 $287,994.00 Thank you for the opportunity to provide continued professional services for this project. We sincerely appreciate this opportunity and look forward to working with you. Sincerely, JOHNSON ENGINEERING, LLC 4alf/444444/ Joshua J. Hildebrand, P.E., PTOE " ►6F-5 Labor Breakdown Proposal Prepared for: COLLIER COUNTY,FLORIDA Project Description: COI Services for Pelican Bay Srodwalk Improvements Phase 2.Change Order No.1 FPID: NIA Date:1 4/11/2025 • Collier Cnty.Project No.: RPS a20-7617 —1--- Bid/Contract No.: rile JEI Project No.' 20214141-000 Project Manager Joshua J.Hildebrand,P.E.,PTOE Task Outline change Order Estimated Labor totals Clerical/ pnhGPa PM Sr Inspector Sr Architect Architect Adntin 5,0 !Phase 2 Construction Inspector and Project Oversight $49,906 CI 50 22 300 0 TOTAL HOURS 402 0 0 0 0 0 56 22 300 0 0 0 0 0 0 RII IIN(;RATE PER CONTRACT 5238 gtSq $73 5117 $ign 5721 OCTAL DOLLARS S40,906 S0 $13,200 ' $1,808 535,100 ' GO SO ' Subcontractors Cost Notes: • • Total Subcontracts: $0 3.Reimbursable • N/A to this Proposal Summary f0 Total Hours 402 --__ Total Labor Dollars _..$49.906 CO • Miscellaneous Dollars Reimbursable SO Mlecellaneoua Dollars 60 Subcontractors — -- 50 Total Project G49,906.00 CO No 1-Add CEI Services for Farrow Ray Sidewalk Imo/overacts.SI&Tour Es112025.04.06)sea Page 1 of 1