Loading...
Agenda 11/15/2016 Item #16E 8 16.E.8 11/15/2016 EXECUTIVE SUMMARY Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders,surplus property and other items as identified. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board's approval/ratification for various procurement-related transactions. CONSIDERATIONS: In accordance with the Board's Procurement Ordinance 2013-69 as amended by 2015-37 and the Procurement Manual (Section 19 Procedures), the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: • Contract change orders/Amendments that do not exceed ten(10%) of the current Board approved aggregate amount; • Modifications to the current Board approved performance schedule(number of days); • Surplus disposal and revenue disbursement; and, • Other items as determined by the County Manager or designee. The attached Change Orders report covers the period of September 30, 2016 - October 21, 2016; the Surplus Report covers the period of October 5,2016-October 25,2016. J'ISCAL IMPACT: The net total for 10 changes to contracts is $5,058.30. The total number of days added to contracts is 350. No Revenue was received for the disposal of surplus items. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: That the Board of County Commissioners ratifies/approves change orders and/or Contract Amendments; surplus disposal and revenue disbursement; and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2013-69 as amended by 2015-37. PREPARED BY: Adam Northrup,Procurement Strategist,Procurement Services ATTACHMENT(S) 1.Nov 15 FY17 Surplus Report (PDF) 2.Nov 15 FY17 Change Order Report (PDF) 3. [Linked]Nov 15 FY17 Change Order Backup (PDF) Packet Pg. 1323 16.E.8 11/15/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.8 Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders, surplus property and other items as identified. Meeting Date: 11/15/2016 Prepared by: Title:Procurement Specialist—Procurement Services Name: Adam Northrup 10/31/2016 3:44 PM Submitted by: Title:—Procurement Services Name: Ted Coyman 10/31/2016 3:44 PM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 10/31/2016 3:59 PM Procurement Services Ted Coyman Additional Reviewer Completed 11/01/2016 8:51 AM Procurement Services Sandra Herrera Additional Reviewer Completed 11/02/2016 3:11 PM Administrative Services Department Len Price Additional Reviewer Completed 11/02/2016 5:04 PM County Attorneys Office Jeffrey A.Klatzkow Level 3 County Attorneys Office Review Completed 11/03/2016 8:06 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/03/2016 11:14 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 11/03/2016 2:32 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/06/2016 11:28 PM Board of County Commissioners MaryJo Brock Meeting Pending 11/15/2016 9:00 AM 1 1 Packet Pg. 1324 1 16.E.8.a Z 0 O O. G I a. a m 0 0 0 0 0 0 0 0 0 O N N m m �"'� 1D co o m m N to U3 .0 X m N Lb N O N N E 0 •"1 m CO 0 00 N h z V 00 X S cc Y .-i ci FN- Y 0 C7 0C Z 0 m u. Q inZ Z VOi .-1 -' 0 U U IA (A U 00 in t 0 z co 0 m tu in re N I- W Z W cC F- G) Lu Z Q° m 0 O_ O Z 2 U F- 0 a)a) i z cc a o 0 ce v"i 0 w z ZZ O ^ itN LU > ~O V) 0n in0 0 w C o 0J 0 g 2 Q m O N z > > > g Q cc U 0- c 0o Lu 0 0 X x s ti .2p_ <co O vsN W W LLl in ce cc re O r L v g J z z z UU U. O r-1 w 0 a a O. 2 2 *2 o_ u') Q p a N Z 2 Z S o_ O_ CL I ,.- _a) _ N L W v Lri .0 O N V m 0 0, LO O °1 E O• a) YL u�i 1 O m 00 O .'i n +' 2' a 0 .�-1 0 N N O 0 O O 0 O• O c U .`moi O O O O O O O z 0 0UUUUUUUo t U Z N N U U U U U U U a) N LO f6 ri N U v O40 O N y 0000 N CO0000 0 LLO LOO N m it in 0.-• l• a 00 0 00 CO 00 O m 0 .-i 0 In _o< O< 0 O O O O O O d 0 O N m m m m m m m m m Ce +- in L U O 0 = 0 ar S2 c/) u, c a u •�-1 N dm' 'md' V mV V a in 0 N 01 .-1 .-i .-1 .-1 N .-1 c-1 0 O m 00 ei ei e-I a-I a-I e-I ei U) N CC• V NN .l .N-1 .1 N 1-1 .N 04Ni eN-1 1-1 h- LL 1.0 r- a z i 0 0 0 0 0 0 0 Z z C • > LU LU m LU LU LU m Y 0 tn W Z _ Y_ Y_ Y_ Y_ Y_ Y_ ✓ (..n 2 2 2 2 2 - U ct L L l_ L L L ice.+ T 0. 0. 0. 0. 0. 0. 0. 2 w v v v a) '2 v O L L 0a 0 0 0 0 0 O 0 o 00 O o O O O O o Y O i" Y' Y Y' Y .. Y Y L L L L O 0 y 0 w O o w O y 0 O) o y 3 3 3 2 3 0 3 = 3 = 3 C D 3 D 0) N O) co 0) > 4' 0) > w > 01 > W > O) > C 00 C 00 0 00 0 00 0 00 0 00 N 00 0 00 N O• "0 0 ° O y o y O v O v O u O w 0 y s. CC < Z C Z N Z N Z N Z a0i Z Ox) Z N Z N O• N 'a -O -O -0 "0 "0 "0 10 ° o o 0. 0. 0. 0. a 0. 0. 0. a) `° '° '° `� Packet Pg. 1325 Q QJ L L L F- 0 0 K U1 to U1 U1 UI U) N s - (podaa ani;ea;siuivapy Li.AA 56 aagwenoN : 96ZZ) podgy aapap a6ueg3 L1A1 54 noN :;uauayoe;;d N co y c e e e o m M W G C e N N O 8 O O V m N .5W ,_ O V e4 O O OOD M N M CO 0—. U Q. G E r t G> C C 0 M N 0 0 0 0 0 r N O 0 A <I- % Y m0 rn Ft0 - f6 U 0 d • • u s E S G G 8 M m O N N O O U J t A O > j ' e e e e e e e e � e O p ° o a 8 0 8 8 M n 0 0 0 e m Q a 1 0 0 0 0 0 Q 0 0 0 u 8 O 8 O O r N N. O O G OO O OI O VC NOO O O N N o ! IN OD m OS UD mO 0 t 0. m 9y rn m m m to M rn m m 1 Q O N C'! N N N 0 - f9 69 m 6 69 r2 0 9 O W N 0 0 0 0 0 0 o r o O o o C m clm Q C E • w $ w w w § $ w w 9= N 5 a w O- .9 U ~ 0 0 0 0 0 ,nr, 0 0 0 0 Cu C r 0 v 0O 0O a N W O) V` ' coO) NN nO W W O O W N)ca ' ONm AmmmV V rn HNMNNta H 60 69 g N ,I 0 O O O 0 O O yL G u C O I rm OO N OO OO V NN NOO O N N m o co" roco of roco mco r 0 o co m 0_ O(i a I.I u? N N N N 2 n ONZ co m) Om) zr; N N N i0 AA 19 60 M S. n 1 e OG > 0cm g OW N J N ]IO CD 0m 1vO 0 y d Om c > > 'o o 0)o ti fi Y . Y Y 3 0. a c CD 41 I 0 E m m cor G c m m m m -a co c U 0 f lEc c c c d d m Ud 1 W W W W W E 2w c c d d '0 W d N 0 W W J C G G G u. I 0« O O O O C a' r N N G N N A l0 (0 N N N =r.0 C .0 p H j 0 0 ...1. 0 0 = I I -� - O 7 0 7 o t- 1:). ,0 O N a a a 0 = W W U C 2 C •� ( N N (G`0 A O IZ- Z J O J O O I I a s I- I- 2 0 a a a U a U II i1 _ 0 S m x ✓ a a a 0 a E ¢ Q ¢ - 0 RI S o Z O O O J J o 8 O o U y v 1 I = E 9 E E c :. :: « d:: d m m m 0 > I z 0 z 0 0 00 W 2 U)) f9 2 ; a z o 1)I 3 N a ,L..1 E W w` 1p o U 5 y E O > c .8 0 I rn 0 > c 0 w o A ro g 0 o O c y 0 0 j W 5 d 0 'N 4) > OI N v EC.3u o d G u) c, � rn 0 m o w o a E y 1.- l' 0 d W o I P I c J x 2• o o d E a 'a °m c .ca -..,--- MI = o c 5 rn Z I ° l s '� _c o a .0 v U i d W I a m 3 v m m n Q c m 0i Z . N d D. O N N .5 U it. Q - a - - c I' m y a` i U 0 g E 0 0 0 > U. 'm Cl- Gm 1 !1 0 0 <O 0 0 ;; I ao 0 0 m 0 0 0 0 0 0 O i I N 0 0 ` N M O O O m N N N N O) D O O O O oO O O O #eaueg3 1 1 0 0 r m - - 0 - t C m 2 ! M M m a N 0 0 )r+) 2 v c I 9 m '2 4 m m m 8 m 9 U 0 1 � � � a a ro <n u) � a Waal r N 0) 9 U) t0 r co 0) 8 IIF September 30, 2016 Mr. Dan I liggins, Vice President D.N. fliggills 4485 Enterprise Ave;. Naples, FL 34104 Public Utilities Engineering & Project Management Division 3339 Tamiami,rrail East; Suite 303 Naples, Florida 34112 RE: Master Pumping Station 109 Rehabilitation Project Bid No. 14-6330, Construction Contract Zero Dollar Chan2e Letter No. 4 Public Utilities Planning & Project Mgmt. Dept. Project No. 70050.20 Purchase Order No. 4500156159 Dear N/1r. I figgi ns: By copy of this letter, the above referenced work order is being iSSLIed a zero dollar ($0.00) change as indicated below: EJ Add contract time: This Zero Dollar Change Letter adds 1.3 days to the Final Completion of the project to allow for project close out and final irivoicm--,. Adding 13 days resLilts in. a new Final Completion Date of October 16, 2016. E]Additional Staffino Categories professional Position(s) M.)i-irly Rate(s) 0 I: Xaw against the Allowance (specify allowance itern and identify specific items and quantities): F-10ther: J ' P It, PMP Senior Proiect -Manager .4 S wainson hall, )catirerne I Strategist, Purchasing Department Approval: Date: . .... ... ......... Jel, ance Division C'Icrk Cc: Robjnieley. Clerk7s Fin, EO) Memorandum To: Adam Northrup, Procurement Specialist Procurement Services Department Urom: Peter Schalt, PMP, Senior Project Manager , Public Utilities Planning and Project Management Department Date: October , 2016 ;;,ubject: MPS 109 Rehab ZDCL No. iitract 14-6330 PO No. 4500 156159 D. N. Higgins, Inc. 1. Detailed and specific explanation/rationale of the requested change(s) to the task(s) and/or the additional days added (if requested): Item 1: This item adds 13 days to the final completion of the project to allow for project close out and final invoicing. Why this change was not included in the original contract: Item 1: The contractor had problems obtaining final inspections and close out documents per the final payment checklist in the contract. The original number of days to completion were almost expended. The additional days had to be added in order to complete the items in the contract's final payment checklist. 2. Describe the impact of this change if not processed: Item 1: The project could not be closed out, the permits could not be closed out, and the contractor could not submit his final invoice for work performed to date. Public Utilities Planning & Project Management Division Procurement Services Change Order Form Contract Modification ❑ Work Order Modification ❑ Amendment Contract #: 146342 Change #: 6 Purchase Order #: 4500156595 Project #: 68+056 Contractor/Firm Name: [Community Asphalt Contract/Project: Collier Blvd. (Green to Golden Gate Blvd.) Project Manager Name:[ -Kevin Dugan Division Name: Transportation Engineering Original ContractlWork Order Amount $ 22,688,000.00 11I18/14, IM Original BCC Approval Date; Agenda item # Current BCC Approved Amount $ 2-2,688,000.W j A�I F Last BCC Approval Date; Agenda Item # Current ContractfWork Order Amount $ 22, 8,000.00 A J BAP Contract Expiration Date ( Master) Dollar Amount of this Change $ 0.00 In.tt}°10 Total Change from Original Amount Revised ContractNVork Order Total 1 $ 22,688,040.00 0.00%'Change from Current BCC Approved AtTlount umuiativie Changes 1 $ 0.001 0,00% Channe from Current Amount Completion [tate, Description of the Task(s) Change, and Rationale for the Change � Notice to Proceed 1/26115 Original 4/17/17 Last Approved =7//7iRevised Datahate Completion Date Data(Indudes Ws chano) Days Added 35 .Select Tasks Add new task(s) ❑ Delete, task(s) Q Change task(s) 0 tether (sft Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and i or the additional days added (if requested); 2.) why this change was not Included in the original contract; and, 3.) describe the Impact If this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Change Order #6 is a Zero Dollar Change. It is necessary because of the addition of new pay items. A total of $97,044.27 will be deducted from the Board approved allowances within the contract. (Please see Attachment A.) Change 1: LED Light Fixtures - $93,084.27 1. Traffic Operations requested a change from the high pressure sodium metal halide lighting fixtures to LED fixtures. 2. The change being requested was not included in the original contract becausei the project was designed prior to the adoption of LED fixtures as the County's preferred lighting source (BCC approval 3/22/2016 Item 11.E.) 3. At the time of BCC approval of the use LED luminaries, start estimated a 60% savings in energy and maintenance costs. If this modification is not processed, the county would miss out on the future savings that would result in the use of LED bulbs over sodium metal halide bulbs. Change 2: Floratam Sod - $3,960.00 1 Certain property owners with Floratam lawns adjacent to the County right of way requested that sod placed on the project match their existing lawns. 2 The change being requested was not Included In the original contract because the County typically uses Bahia sod. 3 If this modification is not processed, the aesthetic appeal of a uniform lawn fpr homeowners with Floratam grass would be lost. Also, because the homeowners maintain the grass in the right of ways, it would be reasonable to accommodate them. Change 3: Add 35 days to the contract as a result of Inclement weather and holidays. 1. We had a very wet rainy season this year. 2. The change being requested was not included in the original contract because the excessive rain was unforeseen. 3. If this modification Is not processed, the contractor will not be able to finish the remaining work within the scheduled contract time. Prepared H. Dugan, PmJeiibt Manager, Transportation Date: -Z�/G .� 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. ' I I Ravise d: 10/28/2014 (Divisions who may require additional signatures may Include on separate sheet) asoesaetsat CHLY x l�9"J I W= FS =1 Date: 'i / a Revised W28=14 vIs may require additional signaturesy Include an separateFROCUREA-IMMOKY Robeft Peterson, Area Manager, Community Asphaft --�Z� A�� Approved by* ':S - Date: Steve er® Road Construiction Me er, Collier County Transportation Engi dnivi ora Appro tr. 7. Date ,_ p+ $[ sm y� p J,,. q, Ql �a f9 a 4Ss„gfvg! ig i3C$�fi 48L86F 1 Ytl6®' ®0 8ri8a ST48eRTCB Transportation Approved . N Date: David l i .,DeperArnent Head, Collier County Growth Managernent pa a Revised W28=14 vIs may require additional signaturesy Include an separateFROCUREA-IMMOKY [WATE: September 30, 2016 TO: David S. Wilkison, Department Head Growth Management Department i-UBJECT: Summary of Change Order 46 Collier Blvd (Green — Golden Gate Blvd) Roadway Capacity Improvementi Change Order #6 is a Zero Dollar Change. It is necessary because of the addition of new pay items. A total of $97,044.27 will be deducted from the Board approved allowances within thi--. contract. (Please see Attachment A.) 1. Traffic Operations requested a change from the high pressure sodium metal halide lighting fixtures to LED fixtures. 2. The change being requested was not included in the original contract because the project was designed prior to the adoption of LED fixtures as the County's preferred lighting source. 3. If this modification is not processed, the savings in future maintenance and electric costs resulting from LED fixtures will not be realized. WIS100101 1. Certain property owners with Floratarn lawns adjacent to the County right of way requested that sod placed on the project match their existing lawns. 2. The change being requested was not included in the original contract because the County typically uses Bahia sod. 3. If this modification is not processed, the aesthetic appeal of a uniform lawn for homeowners with Floratam grass would be lost. Also, because the homeowners maintain the grass in the right of ways, it would be reasonable to accommodate them. Change 3: Add 35 days to the contract as a result of inclement weather and holidays. 1. We had a very wet rainy season this year. 2. The change being requested was not included in the original contract because the excessive rain was unforeseen. 3. If this modification is not processed, the contractor will not be able to finish the remaining work within the scheduled contract time. LIJ LU LD Q u r z LU v J N N Ln LLJ C®9 N f ® W 0 qj� LU Z z co co Y ci ri e --i cc cn _ U � r-4 Q LLo YS 00 C, p/y x W V 6 .I m ^y . I, l-_ h --. N G cr < cttco CALU i— fJf C3 s a LU l L PY} I --- i` x - — - Ln ]p p j CO Ln yy- C 4tuj ,G ®LU -, ® -4 . I a Ln -- j� Ln C) > N®®' J '- W Q r„0 CD i ® 00 J 2885 South r:' !Drive Request Order, Change Order Collier Boulevard Capacity Improvements Green Boulevard to Golden Gate Boulevard, Collier County Contract Number 14-6342, Project Number 68056.5.2 Page of responseIn a requests fromCollierfor some changes to some of the contract Contractiepl,:,ited it, ,?re submitted for your review and approval. x An upgrade to the lighting was requested to furnish and Install Apollo LED light fixtures an all lighting poles and mast arms in lieu of the fixtures originally specified. + cost increase to add the betweenprice difference originalr andthe new LED fixtures was submittedand 2ccompanied byall support Lump Sum Cost$93,084.27 r Sum Contract r Certain property owners with Floritamadjacentr the County Right of osCollier Blvd., White Blvd. and Pine Ridge Road requested the sod placed on the project be in-kind with their existing lawns. A cost increase to ..rX the Floritamrt was ys and approved with the understanding the irrigation would be in place and functional by the respective Homeowner prior to placement of the sod. The summary of the cost of the Floritam sod is attached with the corresponding quotation our iSubcontractor.F quantityof sod undermined l' at the present time; quotation is the unit price for sod furnished and delivered. Unit Prig Cost Increase, m�OHLity Corporate. ,. .; AAsphalt C3 West Pais 2885 South r:' !Drive Request Order, Change Order Collier Boulevard Capacity Improvements Green Boulevard to Golden Gate Boulevard, Collier County Contract Number 14-6342, Project Number 68056.5.2 Page of responseIn a requests fromCollierfor some changes to some of the contract Contractiepl,:,ited it, ,?re submitted for your review and approval. x An upgrade to the lighting was requested to furnish and Install Apollo LED light fixtures an all lighting poles and mast arms in lieu of the fixtures originally specified. + cost increase to add the betweenprice difference originalr andthe new LED fixtures was submittedand 2ccompanied byall support Lump Sum Cost$93,084.27 r Sum Contract r Certain property owners with Floritamadjacentr the County Right of osCollier Blvd., White Blvd. and Pine Ridge Road requested the sod placed on the project be in-kind with their existing lawns. A cost increase to ..rX the Floritamrt was ys and approved with the understanding the irrigation would be in place and functional by the respective Homeowner prior to placement of the sod. The summary of the cost of the Floritam sod is attached with the corresponding quotation our iSubcontractor.F quantityof sod undermined l' at the present time; quotation is the unit price for sod furnished and delivered. Unit Prig Cost Increase, $3.96 per Square Yard Corporate. C1 Miami Dadw C3 West Pais Vero Beach. 0 Fort Myers - 9675 NW 117 Ave. - Suite ioS i4oaS NW 186 Street 7795 Hooper Road 29n industraai Bund. %6560 Mass Court Miami, FL 33178 Hialeah, FL 33018 nest Pain each, FL 33411 Vem ®each, FL 32967 Fore Myers, FL 339x2 Phone,' 30S.8 - Phone: 305-929-0700 one. 561,790.6467 Phone: 772.770.3771 Phone. 234.337.9436 Fax: 305.864-9448 Fay 305m829,u432 Fay: S61g9c.io73 F : 772.770.3707 FsX.139.3379498 Certified e i Contractor. UCOASS Number; C6 0012475 RE: Request for Change Order, Change Order No, 6 Collier Boulevard Capacity fir, r o', e Green Boulevard to Golden Gate Boulevard, CollierCounty Contract :'be" 14-6342, Project Number.S0 ,6 Page Contract completion time Is requested to be increased by 35 calendar days to account for the effects of Inclement weather and recognized holiday non -work time. Should you have questions, comments or require additionalinformation rd of the .- please undersigned at the CommunityAsphalt number239-337-9486 w9 x r.. or cell number239-872-1772. Respectfully, r s Cor* OH Qr&zJ Dennis Senior Project SUMMARY OF CHANGE ORDER REQIEST mt=CTlr 6mm lfl)pj ONITTY; COWER coumy ON COR t. 4-Rw.1 ELECTF41C svaNqr=,m. 16560 MASS CDURT FORTMEYERS rLcmoA 33912 ATTENTION. DENNIS SNUER -PROJECT MANA430 Dgsmpno]N. ajp*allshdnj "em to 11D. WN accuft wa pr*vwe coaf�� 1� Apoft Uo rRwpl:thtll:"l2=st arm himMahes. 2 remme conWkm hm been induded TOTAL LABOR- 3 3.339.04 7—THIK-11fly IWAL MATERIAL S 774" 38 Now= fr,lq TI. Z =41k 1, 1, 7—THIK-11fly IWAL MATERIAL S 774" 38 SUMMARY OF CHANGE ORDER REQUEST P=WT 6M6 4 alm- COWERcoutm WN COR 9. 4, Mw ELECTRIC TWAL MAMAU Immurr com WEAKDOM TarAL 1AIMItECr Mu sm unnowpum s &ZI-63 wr,u cc cm.. $ WW97 954-434-7434 uxid LIGHTING 16 EACH 715--111 HPS FIXTURE CREDIT -5195.00 -S3,120.00 64 EACH 715-4-11 9A HPS FIXTURE CREDIT -$195.00 -$1Z480.00 4 EACH 715-4-119B HPS FIXTLI REC CIT -$195,00 -$12®490.00 16 EACH 715-4-111 APOLLO LED FIXTURE $635.00 $10,160.00 CC-SL3-V1 m1 A 64 EACH 715-4-116A APOLLO LED FIXTURE $635.00 $40,640.00 CC-SL3-V1.1A 64 EACH 715-4-1198 APOLLO LED FIXTURE $635.00 $40,640.00 CC-SL3-111.1 2 EACH APOLLO SL MANAGEMENT A $684.00 $1,368.00 CONTROL REMOTE 900 MHZ RADIO LED FIXTURE FOR LIGHT POLE Apollo SL LEC) Street Light A Wireless Control Cat #: SL3- -150-7 -H-X- Inclu es: 18 LED Modules, Control Board, External Driver, Radio, Antenna, T2, T3 or T4 Lens, SubTotal UPGRADE $64,728.00 CHANGE POLES CABLE UPGRADE FOR LE FIXTURES 144 EACH 715-500-1-2014 POLE CABLE - COLLIER COUNTY TY -$165. -$23,760.00 STYLE STANDARD POLE 144 EACH 715-500-1-2014 POLE CABLE - COLLIER COUNTY $195.00 $28,080.00 STYLE LED POLE ADDITION TE I L. THAT IS REQUIRED FOR UPGRADE. (BUTT SPLICES 3M HEAT SHRINK REPACKAGE COMPLETED FITS T UPGRADE) SubTotal U $4,320.00 CHANGE "My -Mill LIGHT POLE FINISH IS SATIN. «'d»2#R POLES 133,135 & 137 DOES NOT INCLUDE BARRIER HEIGHT. "A OHL AA Community Asphalt 9M, Attn: Mr. Kevin Dugan 2885 South Horseshoe Drive Naples, Florida 34104 Collier Boulevard Capacity Improvements Contract Number 14-6342, Project Number 68056.5.2 We are submitting for approval the additional cost for furnishing and installing Floritam sod in lieu of the Bahia sod specified in the plans. Please note that the warranty for this sod is only applicable if irrigation is installed and operable prior to installation of the Floritam sod and such sod is irrigated on a regular basis by the respective homeowner. Attached is a cost proposal from Triple J Grassing for their portion of the work. Markup has been added according to the appropriate specification. Description Quantity Unit Unit Price Amount Furnishing/installation of Floritam Sod 1.00 Sy $ 3.77 $ 3.77 Prime Contractor Markup 5.00% % $ 0.19 TOTAL: $ 3.96 Y7%W17'-'#"75 72771�VTT -m-arrowTeproing any omie anove, please contact the undersigned at the Community Asphalt Fort Myers office, telephone number 239-337-9486 or cell number 239-872-1772. FAX number is 239-337-9488. Respectfully, Community Asphalt, OHL Group Dennis Breuer, P.E. a coqwmte: (3 mlaw Dade: 967SNWMAve. SuftioS i4oas NW 06 Street Miami, FL 33178 "eah. FL 33028 P%me: 305.884.9444 Phone. 3oS.829.a7co Fax. 30.1084-9448 F". 305-829-0431 Codified GeReal Cwtradm Lkanse Numbeff- CG Caa247s Qwast Palm ftach-. 779S Hooper Road Weg Pakn Sauk FRL 33 Phone: 56 a.79c.6461 Fax- 56i,79o.to73 I Cl Vero atuh. 297S Indusidal Blvd. Veto Seack FL 32967 PhOne: r/2.770.3771 Fa= 772.77a.37o? U Fait MVM. 16560 Mass C&At Fad hlyw. FL 33912 PhCflL- 239.337.94116 F&M 239-337*488 3 A TRIPLE May 17, 2016 Dennis Breuer Community Asphalt 16560 Mass Court Fort Myers, FL 33912 (239) 337-9486 (239) 337-9488 dbreuer@cacorp.net Dear Dennis: Triple J Grassing, LLC P.O. Box 7258 Fort Myers, Florida 33911-7258 Phone (239) 337-2177 Toll Free (888) 472-7464 Fax (239) 337-7093 www.triplejinc.com We hereby propose to furnish labor and materials for your County Road 951 Green to Pine Ridge project as follows: Item Name Price Total 1.00 _Floratam Sod - SY $3.77 3.77 __._... _! __,....... _......____,...._ __ ._. Subtotal: Tax: Total: $3.77 Acceptance ofProposal The above prices, and specifications as well as the terms and conditions on page 2 of this proposal are hereby accepted. We are authorized to do the work as specified. Payment terms are due upon receipt unless otherwise agreed to under a separate agreement. Grassing Division Manager ACCEPTED BY: Date: Warranty and Special Considerations Irrigation: Watering to be done by others unless priced above. - Maintenance of grass by others unless priced above. - Grading to be done by others unless priced above. Establishment of grass by others unless Triple J supplies irrigation and maintenance. - Acceptance: Customer accepts job after 5 days from date installed unless notified in writing within timeframe. - Re- 3d Exhibit E: Construction I Change Carder Form Contract M 15-6519 Change #: 1 Purchase Order #: 4504165879 Project #: 51101 Contractor/Firm Name: D N Higgins, Inc Project Name: tASIP Wingsouth/ Sandy Lane Stormwater Improvements Project Manager Name]James Zuver Division.: Transportation Engineering Original Contract/Work Order AmountV $ 3,513,224.50 12-8-1511B Original BCC Approval Date; Agenda Item # Current BCC Approved Amount 3,513,224.50 12-8-15 11 B Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 3,513,224.50 1/24/2017 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total 3,513,224.50 0.00% Change from Current BCC Approved Amount Cumulative Chanties Y $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change 1 Notice to Proceed 2/29/2016 Original1124124'17 Last Approved 1124/2017 Revised Date 5/24i2i117 �, Date Completion Date - Date crudes this change) # of Days Added 120 Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ® Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the Impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change order will add 120 days to the original contract. The additional time is necessary because work has been delayed due to the inability of the contractor to dewater the construction site. 2. The change being requested was not included in the original contract because we did not anticipate the abnormally excessive amount of rain we received this summer. Currently, Collier County has received 14"-12" of rain above normal conditions. This has resulted in unusually wet conditions. That has impacted the contractor's ability to dewater the construction site and maintain the project schedule. 3. If this modification is not processed, the project work site would continue to have an excess amount of water. This excess could cause defects in the finished storm water project and need to be repaired at a later date with greater cost. Prepared by. J,adies Zuver, Seniors eld Inspector Date: 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 1 Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Date: ?13'6_- /.0 Steve Ritter, Road onstructiorlgr., Transportation Engineering Division Approved by: f J madf Approved t : Pp y Dayrd-% Wil n Diretor, Trpnsportation Engineering Division Head, Growth Management Dept. Approved by: / Evelyn Colon, ocurement Specialist, Procurement Services Division (Divisions who may require additional signatures may include on separate sheet.) Date: -/0- Y-16 Dati 1. c' Date: 104 /J L Date: IIIic-)�IL Revised: 10/28/2014 LAI ck� Re: LAST Wingsouth & Sandy Lane CC Project #51101 NOC#002 Project Delays- Inclement Weather ME M Project 1T -f, g' D.N. fEggins Inc. qnthpgysil@Anh:ip.&ins, com 239-963-6498 A C014ftty TO: Evelyn Colon Procurement Professional SUBJECT: Summary of Change Order # I LASIP Wingsouth/ Sandy Lane Stormwater Improvements 1. This change order will add 120 days to the original contract. The additional time is necessary because work has been delayed due to the inability of the contractor to dewater the construction site. 2. The change being requested was not included in the original contract because we did -not anticipate the abnormally excessive amount of rain we received this summer. Currently, Collier County has received 10"- 12" of rain above normal conditions. This has resulted in unusually wet conditions. That has impacted the contractor's ability to dewater -the construction site and maintain the project schedule. 3. if this modification is not processed, the project would not be finished. The contractoiii. Procurement Services ` convoy Change Order Form Contract Modification ❑ Work Order Modification ❑ Amendment Contract: 14-6342 Change 11: 7 Purchase Order V500158595 Project #: tS8.5 2 Contractior/Firm Name: Community Asphalt CorpOH. Group Contract/Project CoNer BLVD (�"-Golden Gate Blvd) Roadway Caosdty bnsrowrnents Prqedd Manager Nsarrrs: Kevin Dugan � Division Name: Transportation Engineering Od4tuil Contract/Work Order Amount $ 22,688,000.00 IU18/14, 11f' Original BCC Approval Date; Agenda gem # Current BCC Appn>ind Amount S 22,8823,E-00 it/11)ly, Ite Last BCC Approval Oats; Agenda Item # Current Contract/Work Order Amount S 22,688.OW.00 -57-7/17 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00%Total Change kom Original Amount Revised Contract/Work Order Total $ 22.688 000.0 0.0€r/6 I Change from Current BCC Approved Amount CurnWathe Chartoes 1 $ 6.0011o,00%Chs;urgg+r 11nom Currant Amount Completion Daft, Description of the Task(s) Change, and Rationale for the Change Notice to Pracaa 1128!2015 nal 4/170017 Last rov+a•� i l 7 Revised Date Date Cmpletion Date Date ' (Includes this chaniie) # of Days Added 1 0 Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ® Other (am Provide a response to the following: 1.) detailed and specific esplanarUonlrationale of the requested change(s) to the task(*) and / or the additional days added (if requested); 2.) why this charge was not Included In the original contract; and, 3.) describe the lmoact if this change Is not processed. Attach additional information from the Design Professional andfor Contractor If needed. The Wowing aro exptanstionshatlonale of the requesters zero dollar change order for additional work performed under the budgeted utilities allowance related to the relocation of potable water facilities: 1. $42,390.56 to instal 2 new 16' gate valves & associated trill restraints and dead man. Install 4' valve on Publix BFP. Remove existing 2' water service Publix. Install new 2' service Q Publix off 8' main. Relocate fire hydrant not shown on plans a SWM+40 (value added — Increased operational flexibility, which allows customer to remain M service during most future repairs, while contractor was mobilized). 2. $2,454.38 to relocate 2' service One at Neff Rd./service to VFW (existing service line not shown on pians and would have ended up In the middle of the new road: unforeseen conditions). 3. $8,974.35 to install new tee & tae hydrant assembly supplied by County & remove existing hydrant & cap tee (unforeseen condition"xosting hydrant was not shown on pians and had to be moved to avoid conflict a naw hydrant was used to replace On old, exdstkg hydrant). 4. $13,201.77 to Instal an 8' deflection around cont ild drainage run from 5-316 to S-321 (conflict not shown on plena, unforeseen conditions). 5. $9,429.19 to install 4' b 8' water main deflections on Pine Ridge Rd (conflict not shown on pians; unforeseen conditions). Ail work described above was ordered via verbal work directives, given by the PUD Project Manager. and were mostly the result of unforeseen circumstances due to Inaccurate record drawings, which lead to inaccurate design plans, and/or value added opportunities encountered in the field during project construction. if this additional work had not been done, the MM project's construction progress would have stopped musing costly delays, extended disruption of traffic causing safety cow and an inconvenience to citizens In a County's major thoroughfare. in addition, the additional work where value was added will slow for greater flexibility and faster repairs In the future reducing the impeet on affected customers. The total amount paid from CC950-UTL— Utility Allowance $76,450.25. Revised Utility Allowance Amount after this allowance draw: $51,247.31 l r`. �.-�- mow{ �,... �-~.�``~� Data: c PM*086 (Oscar P. Martinez, Rg., ice, Principal Project Manager, PUPPM I) Acceptance of this Change Order shall constitute'a tmcifift2tion to contract 1 work order Identified atxove and will be subject to all the same terms and conditions as contained in the corslract l warts order indicated above, as funky as if the same were stated In thuds acceplanca. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Ccnbactor / Vendor / Consultant / Design Professional arising out of or refs" the change set kWh herein, Including claims for impact and delay *rats. Accepted by. real 1'01-430+n M ( Breuer, P.E, Project Manager, Community Asphalt) Revised: 1101211122014 (Divisions who may require additional a graturas may Include an separate sheet.) Date: ? /3,* ,* /11 mica=ofty A.W. V �aRRNr save Appmad br. 'Six;t Appr*VW by Appro"d by n Manaqw, C4dW Count Aperavad bV,, PAW40: 1002VM 4 (DMdwu Y*w any reqt*o oddkvW $4nakm ffM h*Ws an =Pwaft d"-) Dale Date: Dabl,O' _7" J�l J �? To, Adam Northrup , From: Oscar P. Martinez, P.E., PMP Subject: Summary of Change Order # 7, PO # 4500156595, Collier Blvd (Green -Golden Gate Blvd) Roadway Capacity Improvements - Change Order # 7 is a Zero Dollar Change. It was necessitated mostly by unforeseen field conditions, created by inaccurate record drawings which led to inaccurate design drawings thal arose after project construction began. The changes involved five separate work directives, related to the potable water infrastructure, which were verbally communicated to subcontractor Haskins, Inc. by PUD Project Manager, Nathan Beals. The work requested in these five verbal work directives was completed satisfactorily by the subcontractor. Mr. Beals did not follow up the verbal work directives with written directives, Mr. Beals has since accepted a position with a neighboring county and is no longer employed by Collier County; however, before leaving, he left detailed instructions on how to process these five work directives. Attached are the five Haskins' invoices, and the corresponding five invoices from Community Asphalt, the general contractor for the' project, reflecting the work done under the five work directives. A meeting was held on 6/15/1.6 with the Transportation Engineering Project Manager, his supervisor, Procurement and myself to resolve this situation and to take measures to prevent it from happening again. In summary: 1. Verbal work directives issued in the field will be followed-up with written ones as soon as, possible and these will be discussed during the project's progress meeting. 2. Verbal work directives issued in the field will be discussed with the project's overall Project Manager the same day they are issued. 3. If attendance to a progress meeting cannot be made by a team member, every effort will be made by that team member to have a substitute attend. The team member will also review the meeting minutes and discuss any potential issues with the Project Manager. OHL Community 'Asphalt Attn: Mr. Oscar Martinez, P.E., PMP RE: Invoice for Additional Cost, Utility Adjustments Collier Boulevard Capacity Improvements Green Boulevard to Golden Gate Boulevard, Collier County Contract Number 14-6342, Project Number 68056.5.2 We are submitting for approval the additional cost for the adjustment of various utilities on the referenced project. This work was done by Haskins, Inc. our Subcontractor on the project. Reference their attached billing to Community Asphalt for the respective work. Their invoices to us are itemized as shown below. Mark-ups have been added according to the appropriate specification. N= �� Install 2-16" gate valves/bell restraints Relocate 2" service line @ Neff Road Install tee & fire hydrant assembly Install 8" deflection, S-316 to S-321 ir Install 4" & 8" water main deflections TOTIL: HaskinsBase CAC Sales Total Cost Incl. Mk -up. 5% Mk -up Tax Amount $40,222.75 $2,011.14 $156.67 $42,390.56 $2,337.50 $116.88 $0.00 $2,454.38 $8,547.00 $427.35 $0.00 $8,974.35 $12,446.27 $622-31 $133.19 $13,201.77 $8,956.75 $447.84 $24.60 $9,429.19 $76,450.25 please contact the undersigned at the Community Asphalt Fort Myers office, telephone number 239-337-9486 or cell number 239-872-1772. FAX number is 239-337-9488. Respectfully, Community Asphalt, OHL Group --Apr Dennis Breuer, P.E. DCorpor,ate: D Miami Dade: 9675 NVV 1 17Ave. - Suite 108 14006 NWt86 Street Miami, F133178 Hialeah, F)33018 Phone: 3os.884.9444 Plhone� 305B29,G700 Fw 305.884.9448 Far. 305,M0431 CerfiHed General Contractor, License Number CG Con475 DWest Palm Beach: 7795 Hooper Road West Palm Beach, F133411 Phone: 561790,6467 Fax: 561 790.1073 0 Vero Beach: 29751ndustrial Blvd, Vero Beach, 832967 Phone: 772.770,3771 Fax: 772.770-3707 OFortMyers: 16560 Mass CoA Fort Myera R33912 Phone: 239-337-9486 Fax: 239-3379488 HASKINS INC. 10956 Enterprilse Avenue - BanAaSpdng%.FL34135 I- #_1 HR E DATE: 195 DO ORDER ah 0,000 LS EXCAVATOR 50 Install (2) New 16' Gate Valive and associated 150,00 bed restraints and dead man. Install 4" Gate IPT7ON OF WORK Valve on Publix: BFP. Remove Ex 2" Water RMEO'. Service C Publix Install New 2" Service C S Publix off 8' Main, Relocate Fire Hydrant not PH. (239)947-13" FAX(239)947-34157 P'O. 9: Cotter Blvd, - Green to Gwen Gate REPAIR DATE: 9116"W16 9410J15 TIME CALL RECEIVED: DATE COMPLETED, Or3012016 CaUIPMENT DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL "'AAlk 190,000 LB EXCAVATOR HR S 195 DO $ I 0,000 LS EXCAVATOR 50 3MO-76— 150,00 $7,500,00. .U.000 La ExcAvATOP HR 5 12.0.00 S 140,000 LB LOADER HR S 155,00 $ 20;000 LB LC1 i 50 HR $ 105.00 $525000 :RU ER TIRE BACKRap HR 5 90.00 $ MOTOR GRADER (LARGE) HR $ 100,00 S 1$6,000 LB DOZER RR S 85.00 $ j,MOTOR GRADER (SMALL) HR $ 70.00 $ 136,000 LB DOZER IMINI WHEELER TRUCKILOW BOY HR 8 HR $ $ 75,00 ID&CO S $ 840 00" 12112 TON FLAT ED HR $ 45.00 $ (LOY'TRACTOR HR $ 105.00 S PAVER (SMALL) HR $ 85,00 S R-TOM ASPHALT ROLLER , T424 HR 1 40,00 $ —Z ,7 -TON ROLLER HR $ 5500 $ 3' HYDRAULIC PUMP HR $ 40.60 It 4' HYDRAULIC PUMP 18" 31YORAULIC PUMP 50 HR 1 HR $ S 55,00 65,00 2,,750,00 5 15' HYDRAULIC PUMP HR $ 75.00 S JJELL POINT EM DY is 85000 S EQUIPMENT SUBTOTAL; $16,340,00 10% MARK-UP- S 1,834.E EQUIPMENT TOTAL: $17,974 00 W Gate Valve not shown on plans In direct conflict with STR. 302 wessary to to d0fidefion In older to Cosftct drainegs. County reawked the Inslaillodon afan Iso1ofta valve so that oUr was not dirrupted for Pubilk shaping Center. Existing 4' Galt VWve an BFP located in proposed roadway. MW own an plans. es to nolocaft in ardor to construct mad. Exittfing 2' Water Service loco nod In porposed roadway. Not *w;T an pians. NOcassary to refocaft In order to construct road Existing Fire Hydrant In proposed roadway. Aliat shown on plans. wassary to relocate in order to construct mad. M Cmw days totW) SUPERINTENDENT— 2 10,5 S 80,00 FOREMAN 2 -L—LS-8900 25 $ 0,00 $ 3,250,00 TOTAL 3MO-76— 37,25 50,00 $ 3,725,00 .tiPIELAYER2 LABORER 4 37,25 5 40;041 $ 5,9641.00 MECHANIC I $ $0,00 $ . SACKHOE OPERAO-2 $250,00 25 $ 60100 $ 3,W0,00 15 LABOR SUBTOTAL. It 17,615,00 10% MARK-UP, 1161,51) 1 LABOR TOTAL: L. EE E. M I�RIALS INCLUDING i5-%— MARK UP —5min-fy WATak —4 UNIT UNFF Pitica TOTAL 3MO-76— 20 TN 58,00 $160.0D t. hi Mani I Ls $250,00 $250,00 Cancrew for Deadrnm 15 CY S116AD 51—,74i,50 16' Bell Restntmlz 2 EA $22x3-82 00' $459.64 $0,00 pwa; ,'40 R 1, 7.41 110-A $261.91 [Tax $156,671 __11 TOTAL DUE: $40,379.42 _...�l.��.N....S..�..I I -N -P.1,11 ...... .......... ...................... ........... '10966 Enterprim,& Avenue - Bonito Spdngz® FL 341 PH. (239)947-1846 FAX(239)947-3857 BILLED TO: Commumdy Asphalt P.O. #: Collier Blvd. - Green to Golden Gate INVOICE #: REPAIR DATE: 11/18/2015 INVOICE DATE: TIME CALL RECEIVED: WORK ORDER #: DATE COMPLETED: 3PM 11/18 to 3AM 11119 DESCRIPTION OF WORK PERFORATED_ Relocate Z'Sermce Neff Rnnri fVFW`i LABOR NUMBER au x'PTION QUANTITY UNIT UNIT PRICE TOTAL If HRSJMIAN UNIT PRICE TOTAL I DESCRIPTION OF MEN 90,000 LS EXCAVATOR HR $ 195.00 $W)o 60,000 LB EXCAVATOR- HR $ 150m $ 20,000 LB EXCAVATOR HR S 120,00 $ 40;0(10 LB LOADER HR $ 155.00 $ 20;000 LB LOADER HR $ 105,00 $ RUBBER TIRE BACKHOE 7' 5 HR $ 90,00 $ 450,00 MOTOR GRADER (LARGE) HR S 100.00 $ 15,000 LB DOZER HR $ 85.00 $ MOTOR GRADER (SMALL) HR $ 70,00 $ - 35,000 LB DOZER HR $ 76,00 $ - MINI WHEELER TRUCKILOW BOY HR $ 105,00 $ - 2V2 TON FLATBED 2112 HR $ 45.00 LOWBOYTRACTOR HR $ 105m PAVER (SMALL.) HR $ 85.00 $ 3 -TON ASPHALT ROLLER HR $ 40.00 $ 7 -TON ROLLER HR $ 5500 S 3" HYDRAULIC PUMP HR $ 40.00 $ 4' HYDRAULIC PUMP HR $ 56m $ 6" HYDRAULIC PUMP HR $ 65,00 $ 8" HYDRAULIC PUMP HR $ 75.00 WELL POINT SYSTEM DY $ EQUIPMENT SUBTOTAL: 5 450,00 10% MARK UP: $ 45.00 EQUIPMENT TOTAL., $ 495.00 Existing Service located in proposed roadway. Not shown on plans Necessary to relocate in order to construct new roadway.(Complered at Might 2 Crew days) 011:1390§07411flf m M029 HIM! '7 Emtt $W)o $OX WOO $0700 $0,00 LS"'bTatal I) 10% T � Tax T,-, TAL: $040 $0.00 $0.00 $0.00 MATERIALS INCLUDING 10% MARK UP SUBCONTRACTORS INCLUDING 10% MARK UP SUBCONTRACTORS QUANTITY UNIT UNIT PRICE TOTAL $0,00 $W)o $OX WOO $0700 $0,00 LS"'bTatal I) 10% T � Tax T,-, TAL: $040 $0.00 $0.00 $0.00 SUBCONTRACTORS INCLUDING 10% MARK UP SUBCONTRACTORS QUANTITY UNIT UNIT PRICE TOTAL $0,00 $W)o $OX WOO $0700 $0,00 LS"'bTatal I) 10% T � Tax T,-, TAL: $040 $0.00 $0.00 $0.00 I TOTAL DUE: $2,337.50 m Ut HASKINS INC. I09SG Enterprise Avenue Bonka Spring*. FL 34135 TO: :E #' E DATE: ORDER #: OF WORK Install new New Tee and Fire Hydrant Assembly supplied by County and remove e)dstng hydrant and cap Tee, I PH. (239)947-18443 FAX (239)947-3857 P.O. #: Collier Blvd, - Green to Golden Gate REPAIR DATE: TIME CALL RECEIVED: DATE COMPLETED: 4121LI016 IEQUIPMENT DESCRIPTION QUANTITY UNIT UNIT PRICE TOTALI f—LABOR NUMBER HRS.1MAN UNIT PRICE TOTAL I DESCRIPTION OF MEN 90,000 LB EXCAVATOR 1 HR S 195,00 3 50,000 LB EXCAVATOR 15 HR $ 150.00 $ 20,000 LB EXCAVATOR $ 50,00 HR $ 120.00 $ 40,000 LB LOADER 1,200,00 HR $ 155,00 $ 20,000 LB LOADER 15 HR $ 105:00 $ 1,575.00 RUBBER TIRE BACKHOE 15 HR 4,145,00 414.50 4559,501 90.00 MOTOR GRADER (LARGE) 15,000 LB DOZER HR HR $ 100.00 85,00 3 MOTOR GRADER (SMALL) RR_ $ 70:00 $ 35,000 LB DOZER PN -S-75-00 S MINI WHEELER TRUCKILOW BOY 4 HR $ 105,00 $ 420,00 2112 TON FLATBED HR $ 45,00 $ - LOWBOY TRACTOR_j ..... tfiR 1 150-50 �0 PAVE "MALL), . H q T 5 , 3 -TON ASPHALT ROLLER HR $ 40.00 $ 7 -TON ROLLER 3' HYDRAULIC PUMP 7 HR HR 5 1 5.00 40,00 $ $ 280,00 4' HYDRAULIC PUMP. — -iTR- s 55,66 $ IV HYDRAULIC PUMP HR $ 65-00 $ - 8' HYDRAULIC PUMP HR $ 75.00 $ YY1=5 1 POINT SYSTEM DY $ 850.00 $ - i QUIPMENT EQUIPMENT SUBTOTAL:* $ 3,625.00 10% MARK-UP: $ 362.60 EQUIPMENT TOTAL: $3,987-50 Existing Fire Hydrant located In proposed Roadway. Not shown on plans. Necessary to relocate in order to construct road. (2 crew days) (S � !SUPERINTENDENT 1 T. I $ =4.-00 3 320.00 FOREMAN 1 15 $ 65,00 97600 PIPELAYER I is $ 50,00 750,00 ,LAEORER 2 15 $ 40-00 $ 1,200,00 MECHANIC $ 60.00 $ - BACKHOE OPERATOR 1 15 $ 60100 $ 900,00 LABOR SUFT—OTAL.: $ MARK-UP: $ LABOR TOTAL: 3 4,145,00 414.50 4559,501 MATERIALS INCLUDING 10% MARK UP MATERIALS QUANTITY UNIT UNIT PRICE TOTAL $0.04 $0.00 34.04 $0,00 $0.00 $0,00 D 0-0 $0.00 $0.001 $0,00 SubTotal 110% Tax TOTAL: $O=j $0-001 $0.44 $4.40 SUBCONTRACTORS INCLUDING 10% MARK Up SUBCONTRACTORS 4UANi1TY UNIT UNIT PRICE FTUTAL $0.04 34.04 $0.00 D 0-0 $0.001 $0,001 SubTotal 10% Tax TOTAL $0.00 $0.00 $0,00 $000; I TOTAL DUE: $8,547.00 !9 HASKIN ** S INC. f 10966 Enterprise Avenue Bonita Springs, PL `I I TO: Commundy Asphalt P.O. #: E M REPAIR DATE: E DATE: TIME CALL RECEIVED: ORDER t. DATE COMPLETED: IPTION OF WORK Install 4" & 8" Water Main Deflection on Pine P. (239)947-1846 FAX (239)947-3857 R 11119 W -M LABOR NUMBER EQUIPMENT DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL MRSJMAN UNIT PRICE TOTAL DESCRIPTION OF MEN !90,000 LS EXCAVATOR FIR $ 195,00 $ - 60,000 LS EXCAVATOR 12 HR 20,006 LB EXCAVATOR 40,060 LE LOADER HR HR S —2000 155-00 - 26,600L LOADER 12±138"0S00 OO $1,260.00 RUSSERTIRE BACKHOE HR $ 90.00 $ MOTOR GRADER (LARGE) ITR $ 100,00 : $ 16,000 LB DOZER FiR $ 8500 $ MOTOR GRADER (SMALL) H $ 34:00 $ 35,000 LB DOZER HR 41 75.00 $ MINI WHEELER TRUCKILOW BOY 2 112 TON FLATSED 25 HR HR $ 105,00 45-00 $ 262-50 $- - LOWBOY TRACTOR HI# $ 10500 $ PAV@j.SMALL HR $ 85 00 $ 3 -TON ASPHALT ROLLER 7 -TON ROLLER 3" HYDRAULIC PUMP HR FIR HR $ $ $ 40 00 55.00 40,00 $ '-i- $ 4' HYDRAULIC PUMP 10 HR $ 55.00 $ 550,00 K HYDRAULIC?UMP HR $ 65.00 $ - a i7i AUL(_ PUMP HR 75.00 $ IWELL POINT SYSTEM 6y— $ 850,60 $ EQ U MENY SUBTOTAL, $3,872-50 10% MARK-UP: $ 387.25 EQUIPMENT TOTAL: $4,25975 Water Main in conflict with Drainage run 316A to 321. Not shown on plans. Deflection necessary to Install drainage pipe. (Work performed at night 2 crew days) W HASKINS INC. Sx -� 10R5REntaa-RaieeAvenue � Bonita Springs,RL341'3S OIL e IW*mS#: INVME DATE: *,RD DESCRIPTION OF WORK RPORMED EQUIPMENT DESCRIPTION QUANTITY UNIT UNrr PRICE TOTAL 50,�LO EXCAVATOR HR $ 19600 ' S - $0,00 LS EXCAVATOR r 20,I)00 LR EXCAVATORHR 1➢ HR S $ 1 r's{'M' 1:20.00 5 'I.k150.CA S. a0,WO L9 LOADER .._..__ ...... PIPELA111 HR 5 155.00 3 20,00iIL0LOAtAER RUBBER TIRE 6ACKHOf 1i HR �HR $ $ 105.2@11 90.00 ...5 S 1,155.L67 .,1 - VO -TOR GRADER (LARGED EACsdtd?E i1p Rle'fOR HR S 100,00 S I LO DOZER MOTOR GRADER (SMALL) j 35,000 LIS DOZER ._ "HR HR S $ 85.00 70:00 5 5 MINI WHEELER TRUCKILOW 801+ 0%M KU , $ HR S 105.00 $ - 2.112 TON FLAT®ED HR - $ 45.00 S LO YTRAC TOR � HR �S 105..00 S PAVER $SMALL) HR S 85.00 S 3 -TON ASPHALT ROLLER HR $ 7�70N ROLLER i HR 3 55.00 5 3" HYDRAULIC PUMP # HR S 40.00 5 - A" HYDRAULIC PUMP 11 HR 5 35.00 $ 60:;7 b0 6" HYDRAULIC PUMP HR $ 65.00 S 6" HYDRAULIC PUMP HR . $ 75,00 S WELL POINT SYSTEM 0Y S 8 -00 $ EQUIPMENT SUBTOTAL; S 3.410.00 1051 MARK UP: $ 341 00 EQUIPMENT TOTAL: 3 3,751 6' ftrerlilmin In direct eoarglet Bards Drairimigs rurr 316 to 320. Hot shown an plans. Necessary to install deffecdon to order to install now drainage pipe. la crew days) PH (2313)"7-1246 FAX J239) 947-MOS7 P'0i:; Aa!:r E31ma - Gr"m to Gallen Gala REPAIR DATE: 92 d0lfa TIME CALL RECEIVED: DATE COMPLETED: 11612016 SUPERINTENDENT 6 r, 109nenuoa Matimlal L5 5000 S 2,6000 FOREMAN 1 11 5 8.5.0¢7 $ 7'65.00 ...... PIPELA111 I I I $-. 50;20 S ff'w 00 LADC7RER MECHANX 2 11 $ 4000 S 60.00 $ 9&}00 EACsdtd?E i1p Rle'fOR € 11 $ 60"m S 230:00 LABOR ,011 0%M KU , $ 50 LA AL; 2a3: MATERIALS INCLUOING 10 MARK UP MAT'E'RIALS QUANTITY UNIT UNIT PRICE: TOTAL 109nenuoa Matimlal L5 52261179 522'19'79 50,00 SO:Oo 40,D0 SuhTslm $2,218,9 10% 3221,98 Tax 5133 19 TOTAL, 1 32,574.96 r w7 a 0. MARKUP �'; ,.. Fr' TOTAL DUE- $12,579. r'� IE: Zero Dollar Contract Change Notification, Change # 8 Contract # 14-6342, Collier Blvd (Green to Golden Gate Blvd) Roadway Capacity Improvement Project # 68056.5.2 PO # 4500156595 By copy of this letter, the above referenced contract is being issued a zero dollar ($0.00) change as indicated below: INN By extending this contract, the County is not relieving your firm of its obligations to perform xmzdk in a timely and satisfactory manner or any consequences resulting from failing to do so. Collier County hereby reserves all legal righbs, including, but not limited to, rights to bemninobe, suspend or elect any other appropriate course(s) of action should circumstances warrant with regard to the referenced contract. F]AddKiona : Name Profenoione|Poaition(e) Associated Hourly Rate(s): Hourly Rate(s) The total amount paid from CC95o«mw-Roadway Allowance ug39,754.zs Revised Roadway Allowance Amount after this allowance draw: $1,zs1,2B.7n' Kevin H. Dugan, Project Manager Accepted by: Date: Robert Peterson, Area Manager, Community Asphalt Approved by: —) lz�� , At--- Date/ Steve Ritter, Road Construction Manager, Transportation Engineering Division ThsWoWonErKjneehngWaion~3885South Horseshoe Drive ~ Naples, Florida 54104,239-252-8y2^www.cmKkergov.met approved by, Date: ............. JO�Yrnad, '% E., Dire Trans ortation Engineering Division Approve Date: Dq6id Wilkison, Department Head, 'rowth Management Department Approved by: I I AY A Z / / J/ 4 1 ( _ � � � , . _ , Date E�61yn Oolo-nVPro6iurement Strategist, Procurement Services C Robin Sheley, Clerk of Courts Finance (As backup to this letter, please include a memo on department letterhead that explains the backgroun of this project and answers the following questions; 1. What is/are the detailed and specific explanation(s)/rationale(s) and terms of the requested change(s) to the task(s), line items, and/or the additional days added? 2. Why was this change not included in the original contract? 3. What will be t impact if this change is not processed?) I ECME C;O*-e.y Gounty E, & avio Dew, [kV5ill";Ijacloj-li UUM SUBJECT: Summary of Change Orr- • - e owances within the contract. Change 1: 1. Fifty-six additional feet of Floating Turbidity Barrier was needed. Therefore, $423.92 is proposed for deduction from the Roadway Items Allowance. 2. The change being requested was not included in the original contract because the plan quantity was an estimate based on proposed work. The actual quantity is the amount measured and projected to finish the project. 3. If this modification is not processed environmental impacts may result. Change 2: 1. An additional 282.87 tons of riprap was needed. Therefore, $39,330.24 is also proposed for deduction from the Roadway Items Allowance. 2. The change being requested was not included in the original contract because the plan quantity was an estimate based on proposed work. The actual quantity is the amount used. romm • �_M Ln rn (n UJ LU t.0 T -q Lr) C14 Z < u z cn 0) Ln z z 0 cn: Rj LAJ 0 < 0 'n LCE o CC ca D J -J 0 D LU z z 0 cn: 0 'n LCE o x D J -J 0 < U ui ........................ .......... 0 C� a, 0) ro LLJ dh ifz ............. uj ............. uj LLJLin > u 0 00 CL rn vl- z M ........... > 'D ........... .......... . x ....... .......... CO Ln .................. - .. . .. .. .... ........... . .......... o r - LU 00 (D LU > 0 00 r� c! w Cf CY) . .................... LIJ 0 Ln 1 af 0 00 LO: 1 i ®a Ln i 0 Ln 00I j u Ln 00 -t cr) C)': OR 0 00 Ln co. .................. z LU Z Z V) W- -j 0 rn C-} U cr ........... .. - ........... ... Lw; u LW CL QIP V1 cf- t U i < < z < 0 0 Q - ................ ...... . .... ...................... LL . ..... . ........ ............ CE CL LLJ p- Lf1 cq rn 0m UI Ln Procurement Servicers ler Couvity Changer Order Form 10 Contract Modification ❑ Work Order Modification 0 Amendment Contract #: 166608 Change #: E= Purchase Order #: 4500169318 Project #: Bt�081.1ti ContractorlFirrn Name:8onness, Inc. Contract/Project: County Wide B*eway Improvement - Outer Drive Project Manager Name: Andrew Miller, P.E. ,Division Name: I Growth Management Department Original ContracttWork Order Amount $ 294,748.17 6/10/16;16A22 Original BCC Approval Date; Agenda item # Current BCC Approved Amount _ $ 294,746.1 5/10116;1$A22 Last BCC Approval Date, Agenda Item # Current Contract/Work Order Amount $ 294,746.1 3/8/2019 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ (941.70) -0.32°,6 Total Change from Original Amount Revised Contract/Work Order Total $ 293,804-47 -0.32% Change from Current SCC Approved Amount Cumulative Changes $ (941.70) -0.32% Change from Current Amount Completion date, Description of the Task(s) Change, and Nationale for the Change Notice to Proceed[7/25/2018 - Original 12/22/16.2 t Approved !2/22/18 Ised Date NIA Date Completion Date Date odes this charge) # of Days Added Select Tasks ❑ Add new tasks) ❑ Delete task(s) ❑ Change task(s) ® Other (see below) Provide a response to the following: 1.) detailed and specific explanationlrationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the Impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1.) This change order will revise the quantities of pay items 522-2 (SW)Q and 522-2 (DRIVEWAY) as follows: Pay item No. Description 522-2 (SWK) CONC SIDEWALK -8" THICK 522-2 (DRIVEWAY) CONC DRIVEWAY (CONC CLASS II) 6" THICK Theme will be a reduction in the total contract amount of $941.70. Unit Qty Reallocation New Oty Unit Price New Amt SY 652 430 1,082 $36.52 $39,514.64 SY 1,082 430 652 $38.71 $25,238.82 2.) The change being requested is necessary due to the transposition of quznthy values of the above pay items when the Engineer drafted the bid schedule for the County. 3.) If this modificatior Is not processed, the project's estimated quantities on those two lines will not be correct. Consequently, the appropriate amount of 6" thick concrete sidewalks will not be constructed, in addition, there will be money remaining In the 6" concrete driveway line item in the contract. After ad invoices are paid, the project closeout would be Incomplete. Prepared by: , P.JF, Senior Project Mahager, Transportation Engineering Division Date: la- / 7 —,1Z 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 9 the same were stated in this acceptance. The adjustment, if any, to the Contract shalt constitute a full and final settlement of any and all claims of the Contractor / Vendor 1 Consultant 1 Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Approved by: _ Eve Accepted by: Approved t% • „ Da% Revised: 1 0/2 8120 1 4 Inc: Specialist, Procurement FE�0610'(*rjfdns,, tion Engineering Csivision �. S. Wilkis,66, Department Head, Growth Managerntmt Department Page 1 of 1 Date:• Date: Datefe / Date: /o f'ItOGURt:Y' US£CDNLT Admin RW � eCt ES MillerAndrew From: Norman Trebilcock [ntrebilcock@trebilcock.biz] Sent: Thursday, October 06, 2016 2:26 PM To: MillerAndrew Cc: Ciprian Malaescu; Miguel O. Denny Subject: Fwd: Outer Drive walks and drives Attachments: Outer Drive Sidewalk Improvements-7-22-16—certified--Sheet 2.pdf FYI l`hanks, http://www.'I'rebilcock.biz Norm Norman..). Trebilcock, AICP, PE Trebilcock Consulting Solutions, PA 1205 Piper Boulevard, Suite 202 Naples, I' I.. 34110 239-566-9551 - Office 239-245-3883 - Mobile 239-566-9553 - Fax. ntrebilcock�i;trebiIcock. biz - Email ---------- Forwarded message ---------- From: Norman Trebilcock <ntrebilcock!u%,trebi[cock.biz> Date: "I'hu, Oct 6, 2016 at 1:54 PM ._ Subject: Fwd: Outer Drive walks and drives 'Yo: James lover <iameszuver:c-coIIiergov.net> Hi Jim, The purpose of this email is to verify that the quantity of concrete driveway (652 SY) and quantity of concrete sidewalk (1.082 SY) were transposed on the bid tabulation, due to having the same bid pay item number. Attached is the Summary of Pay Items from the plans confirming the intended quantities. Let me know if you have any questions, or need anything else. "I'hanks, l,ttp://www.'1'rebi lcock.biz Norman J. Trebileock, AICP, PE "Frebilcock Consulting Solutions. PA 1205 Piper Boulevard, Suite 202 Naples, FL 341 10 239-566-9551 - Office 239-248-3883 - Mobile 1239-566-9553 - Fax ntrebilcock'ii.,trebiIcock. biz - Email ---------- Forwarded message ---------- From: Miguel Denny <nidennv c%trebileock.biz> Date: ivlon, Oct 3, 2016 at 2:48 I'M Subject: Re: Outer Drive walks and drives "I o: Norman Trebilcock <:ntrebilcock/i,;trebilcock biz`-�. Ciprian Malaescu <cnlalac.scu a trebilcoz.k..biz> Norm, The coi?crele s0eivolk quantity is actually the concrete 4hriveirav's anel the concrele clrivetivays qucrntity is the .ciclelvulk. " liguel > -1 - -1 C.", c', I'J tc n- ij - § G q ., - ", - 74 <«\??\e9((\\\\e\\\ \\ o o c> c §§ �\�\ 0 u fS j/»\%I < 15 j/\///\\)j\\\§\\\ \ 0 0 IT 74 <«\??\e9((\\\\e\\\ \\ o o c> c Procurement Services CC} �-r C[))unty Change Order Form CR Contract Modification ❑ Work Order Modification ❑ Amendment Contract * 116 /.,4t I Change #: 1 Purchase Order #:500171210 Project #: NIA Contractor/Fi rrn Name:Electricom, LLC Contract/Project: Vanderbilt Utility Conversion Phase IV Project Manager Name: Harry Sells Division Name: PTNE Original Contract/Work Order Amount $ 347,012.55 9/13/16; 16.D.3 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 347, 012.55 cj r 3 to 1,,03 Last BCC Approval Date; Agenda Item # Current Contracfi(Work Order Amount $ 347,012.55 3/12/2017 SAP Contract Expiration Date (Master) Dollar Amount: of this Change $ 6,000.00 1.73%>3 Total Change from Origi nal. Amount Revised Contract/Work Order Total 1 $ 353,012.551 1.73% Change from Current BCC Approved Amount Cumulative Changes I $ 61000.00 1.73% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 10/4/2016 Original 4f3/2017 Last Approved N/A Revised Date N/A Date I I Completion Date Date (includes this change) #r: of Days Added 0 Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ® Other (see below) Provide a response to the following: 1.) detailed and specific explanationlrationale of the requested change(s) to the task(s) and 1 or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impactif this change isnot processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change order corrects the bid tabulation that was originally used to establish this contract. The original bid tabulation did not include the entry on line item #5 in the amount -of $6,000.00. The mistake was realized after the BCC had approved the contract on September' 13, 2016 and after the Project Manager had issued the notice to proceed. 2. The mistake was not -realized until after the BCC had approved the contract and the notice to proceed was provided to the contractor. The contractor provided a pdf copy of the bid which also had the calculation error and the error was transferred to the bid tabulation. 3. If this change is not processed the contractor would not be paid for trenching which is necessary to perform work in the footprint of this project. Trenching. is a vital part and without this line item in the contract being funded, the work stops and the residents are left without upgrades to their Centurylink and telecommunication utilities. Prepared by: and Division) Date: % egAl 12. of 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 / in, / Consultant? Design Professional arising,out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Approved by: Approved fey:. (Contractor /Vendor/ Consultant/Design Professional and Name of Firm, if project applicable) Revised: 1012.812014 (Divisions who may require additional signatures may include on. separate sheet.) Date: Date: + —PROCURDMI&OUSE ONLY Admin I - BCG ES NtI O Ct ct r� O E NV1 to V7 'n o O O O V1 tf1 Vl Vl ✓1 L!1 v1 to V) to Vl VI tl1 Lf1 )/1 Ul Vl m �n Ln V) U) o o o O o V1 VI o o 1n N o o o O o o o o o o o o o o o o 6 o O o 0 o o o o On n m m n n m m n n oo m n n co m n n m m n n m m n n m m n n m m n n m n n m m n m m n n m m n m n n m m n n m m n n n m m n n M m U N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Vr N N N - D H O V) In _ .-..-. Vl Vl n •n n V1 Vl Vl Vl Vl h �� N h N h V1 Vl In V) � Vt In Vl V1 N V1 � h Vl c�rn�mm�a,r.I�nnnnrnnnrrnc-nnnnrnnrn cl O h h O o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 o O C 0 0 nn 0 C M M M M M M M M M M M M M M M M M M M M M m M M M M M M M y m CY < < < E < < < Q < < <-< d < ¢ E << ¢ < < < ¢ < Q Q < < ¢ < < < < 0 w W w w w w w w w W W w w w w W w W W W w w w w w W w w w u W w w N N N N N N N N N N N N N N N N N N N N N N N N N N N N N _ZzzCCzzZzzZ2z 2ZzzZz_z ,Z Zt_,�zZz z.Z.GzGG !n !n VJ w V] m fn u) fn fn V] w to fn Cn (n Cn 'n V] m w m Vi w m _2 Co (n In Cn VJ V] m w aaaaaaaaaaaaaaaaaaaaaaaaaaaaa0aaa 000000000000000000000000000000000 .i.`i.=Sc==.iiZ--ZxTx.;TSir ==:L=xZ.''..xxX=--xS i - ^l -i - F F- Fh;- -i- i- AFF- f - I - FF H F - i - F.. F- F F- - f- F- FFFFE- F z z z Z 7 -7 -ZZ z Z Z z z z z z z z z z Z z z z z z z z z z z z 2 Z z z < Q Q< Q E< d « Q Q¢¢¢ Q d< Q « d¢ Q d d d d C< Q Q< oa,....aaa.a.aaacaaa.P. a a w a a a a c a a a a a a a a P- P. a w w aaaaaaaa.aaa.La..:a a a w w a a a c a n a a a a c A A A A A A A A A A A A A A O A A A A A A A A A A A A A A g A A A vaaaaaaaaaaaaaaaaaaaaaaaa5aaaaaaaa i q q q 0a g q q q q q q q q q 40 M g q q q q q q q CYC g q q q W q q q y a J to fOAAAAAAAAC]QAAAAAAAAAAALIAAAAAC]AAAC]A �gpP]q gCt]gqqqqqqpqqqqqqq W ggGnqqqqC`G� W[A OM M M M M M M M M m M M M M M M M M M M M M M^ M M M M M ml M M m nl a N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N y 0 rmo,o�nmo.NMav,�n n n n W N N N N a0 w w M op w No. ID vi�Droo�Dnoornoorn)n-onoM,v N N N N C C C C n n O� 00 D� P O O o N N N N N N N N N N N N N N �D C V•VV �J �D 'V V' �D 'V iD V' N N N M M M M M M M M m M M M M M M M M M M M M M M M M M M M M M M m M M M s LLf- FW- FHNFW fW-IW-FFF-Ffwfw- [-I-F Ffw- Ff-Fw-SFW -FFw-F-'rw-F-FFFIw- ry M N N 'S' N N 1(1 . n N N 00 N 1O 01.. N M N M M M Q M M N V r N) M M W M V V m o o 0 o CF) / Q) C) O o O F m44 o o 0 0 D ti o 0 0 0 ki Lr1 O O O 1D '� l ) N NID r -I lD w � U 01 a Y^E m � o 0 o 0 0 0 0) 0 d 0 o v`1 U rn o 0 Ul 0 0 O o 0 o 0-1 ID Y f0 -i l0 ri N O .--I o l0 0 o o o 0q 0 o n 0- m rn m m m I CA lln 0 O LU �INIM �Irn O1 a O C G o O +' .L V n un o o o 0q 0 o n 0- m rn m m m m m m n m m ti m m N m rn m n m a m n O U ; ; 0 h W 0 0 r- r- V1 M M n rl n M 0 f\ r 0 rl 0 r 0 n 0 0 rl n 0 0 n n O0 0 0 n n W W W W I~L 0 N 0 n - m m In In oo oo co U rn In In In m In In In In In m In m In rn m m m In m 0 N F_ ^ }� li W In O uj In O ln O O O O O C 1 W n O rn n O O n O In In O O In O v� O O L O r-- M C 0 o�0�0 0�0 0�0 r-- Ccr r- CO CO r-- r- r-- r- r- r- 0 ra E r- /R V r- O l� � J M U C M ro r0 a' rn M M rn r0 M M N _ N W = ifN M rn In U T W O vLO > E O C a o o a o 0 /y'� aLL Y � � o m u rn ,y.., C C 10 Y U N >' Y C .N O U L J Q / N a O O Q Q N 5 OF Q Q Q Q Q Q Q Q Z Q to Q Q Q Q Q Q Q Q Q Q to Q Q Q Q Q �Q W 1 W W W W W W W W W W W W W (-Q W W W W W W W W r W W W W W N N N N N LU �INIM �Irn O1 a +' Ln m - n un o o o 0q 0 o n 0- m rn m m m m m m n m m ti m m N m rn m n m a m n O U ; ; 0 h 0 n 0 0 r- r- V1 M M n rl n M 0 f\ r 0 rl 0 r 0 n 0 0 rl n 0 0 n n 0 0 n r, 0 0 n n 0 r� 0 n 0 0 r, n 0 n o 0 r, 0 N 0 n - m m In In oo oo co oo In rn In In In m In In In In In m In m In rn m m m In m 0 In O O In O ln O O O O O -In O O rn n O O In O n O rn n O O n O In In O O In O v� O O r� M r-- M r-r- M 0 o�0�0 0�0 0�0 r-- r- r- r- r-- r- r-- r- r- r- r- r- r-- r- r- r r- O l� U � M M M M M rn M M rn M M M M M M M M M M rn In M T Y N� V Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q �Q W W W W W W W W W W W W W W W (-Q W W W W W W W W W W W W W N N N N N N N N ,n N N N N N N N N N N N N N N N N N c7 C77�c77� c77.�c777 c777 c7 c77� c7 i777 c777 c777 c777 c777 c777 C7 c777 c777 c777 c777 c� c777 c � c77� Gc77 �c777 �c777 V) V) V) V) V) V) V) V] V) V) V) V) V) V) V) V) V) V) VJ V) V) V) V) V) V^) V) V) U/ V) 0 0 0 C 0 0 0 0 C C 0 0 0 C) 0 0 0 0 0 0 0 C 0 0 C 0 0 C 0 Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q oa/���1 a a o a a/��1 a/''1 a a a/�1 a a/�� a� a� a a� a s a a/�� a a a a a, Y H Ca / Q Ca Ca Q I� I-� Q / Ca IJ / Ca L --d Ca /a Ca Ca / Ca Q Q Ca / Ca 4--1 / Ca / Ca Ca Ca U C4 � W LY. C4 CG GY, � C4 CY.� C4 F4 � C4 F4 C4 CG CC � CY, F4 � C4 CG LL C4 Chi W W N .D .D D . r-3 �:D r~% -D Z rte- .D ,D- D D .D-.�- � 0.1 a1 CO CC1 a1 CQ 0.1 CO W C� W 0.l � 01 P� 0.1 0.1 CO f7a CQ CQ W 0] P� CA W W 0.1 W 's s i M M rrl M l� [� r [� M rrl rr1 M rr, M rrl rrl M Mg rr1 rrl M rrl M rn M M M M Q Q c 2 Q Ca Ca 2 M 2 Q W W Ln Cn W P� GA W 0.� CQ CQ Y rn M M M r1 M rn O o N N N N N N N M In N N M N M N M N crl M N N r7 M N N M In N N M M N N rn N rn N M M N N M N M M N N" rn M N u Q �t N N t l7t N N N N N N N N N N N N N N V N N N N V� N N N N N S V N N N N 0 t� l� 00 r- 01 O roC 10 o0 N N N 01 N N oo rn o0 7 o0 In o0 10 r- oo oo N O1 10 In lo N N r- o0 N N 10 � r� �t o0 O, T It o0 In 01 In In O1 00 O C71 CL N M N M N N M M N N N d' 7't N N � rn N M N M N M N N rn M 10 �t rn r-- 10 lo M M to 10 In M 1D rn �o M to 10 M In lo M to 10 M rn N M N M — M M M M rrl M M M M M M rr1 M rn M M M M rrl M M M rn rr1 M M M M rn C� 2 2 y LY. W fX W CL W W CLQ CG CL W W W CG CG W W CG W CC CY. W W CG W W CG fx W W C4 C� W W CG fx W W fX W W CC. CC, (� W W W Cl. W W CL W CG W LL [-" F._., F- F- E... F. �" I"' F- (-. F- F- F- F.., F"" f-- [-- F... H h F-^ H F- E-• F- h F" [- F-' N M rn 10 01 O �--� N M R �"' ^' - - '--� N N N N . N N N . N N N M M M M M Procuroment Services Chango Order Form O r,7P, V C 074'1 ty Contract MOdlfIcati011 [j Work Order Modification Amendment � Project /!:E=1 Contract 11; 15-6437 Change /1: Purohase Order ll: 4�001G3308 ContractorlFirrn Name: MasToc North Americaa, Inc. J ContracUProject: FPL Utility Conversion at Vanderbilt Beach Project Manager Name: Harry Sells Division Name: PTNF Origlnal Contract/Work Order An101mt $ 674,606,26 MIG '1606 Original RCC Approval Date; Agenda Item I/ Current BCC Approved Amount $ G96 7/12/16 '1(3F --B Last BCC Approval Date; Agenda Item // Current Contract/Work Order'AmOUnt $ 595,409,17 8/7/2018 SAP Contract Expiration Date (Master) Dollar Amount of tills Change $ 0.00 3,62% Total Change frorn Original Amount Revised Contract/Work Order Total F—$-695,409.17 0,00% Change from Current B,CC Approved Amount Cumulative Changes $ 20,802.92 --- 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change 8/17/16 last Approved 1211/2016 Revised Date G/1 /2017 Notice to Proceed 8/15!15 Original hlotlon Dato Date (includes tills change) Data It of Days Added 182 Sedsot Tasks ❑ Add new task(s) ❑ Delete tasl*) C1 Change task(s) ® Other (see bolovl) o y to the tasks and / Provide a reoponse to the following: 1,) detailed and specific explanafionlratlonalo of the requested ohang O ( ) or the additional days added (df requested); 2,) why tills change was not Included in the original contract; and, 3,) describe the Impact if tills change is not processed, Attach additional Information from the Design Professional and/or Contractor if needed, 1. This Change Order request Is to add 182 days to the Vanderbilt PPL utility conversion project. FPL is tho solo scheduler of has activation met new FPL networks and otas not the activation ito schedule and an do nothing i� ore unlll Fn. MasTeoPL approves Contractor which the Ins alledill inetwork do and work) has completed all tasks leading up schedules the activation (grants switching orders). 2 noon el to In obtainapproval rove needed acllvation swas chedule indicated but rPLorigihas nally toprovideh sichedule. MasTaff hap, been octisiwat nging lfor FPI- inal approval o from FPL, III not be able to ncoivale file network through FPL, leaving thousonds of residents Wlihout 3. If the needed time is not granted, we w upgraded power. Date: Oclobor 13, 2016 Prepared by: Ha -r Sells M I'U Proloct M'rn9aer for Vanderhill Beach M TU Acceptance of tills Change Order shall conslitule 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. 'rhe adjustment, If Any, to tile Design Professional arisingoeftl�h lltllrlgo set forthfinal lheroin,tfnclt d ng claims and all forr impas of lia ct andltractor I delay costs. /Consultant / Accepted by: (John Audinc,)Date: Approved by: (Torry Cole, le Monies of Fir Data: Approved by: rnnirt,PuA Arnold. Director PTNG Division Approved by: -QT:;O (Steve Approved by; 4ro Revised: 10128/20`14 ' r s Departmont (Divisions who may require additional signatures mny include on separalo shoat) Date: to —zo Dale: From: Karry Sells, MSTU Project Manager Cc: Michelle Arnold, Director PTNE Date; 10/20/2016 W-01"16177=711 M- 1! 111111111 I!illllilllll 111IFTMI11 Collier Counties' contract with FPL specifies that we provide stamped engineered drawings of the installation to FPL before they will accept the installation. They have refused to accept the drawings and are adding specifications that were never requested. We are in negotiations with FPL management to allow fulfillment of the contract and allow completion. We have no control over FPL's actions and can only try to comply with request s that are made after the fact. Until the drawings are accepted by FPL, FPL will not schedule activation of the network and has effectively stopped the Aerial to Underground conversion of the utilities in Vanderbilt Beach. The uncertainty in the end result is what necessitates the extension of the contract with MasTec. MasTec has done as much work as possible under the current situation and can go no further until FPL schedules the activation and allows completion. Public Transit & Neighborhood Enhancement - 3299 Tamiami Trail E., Suite 103 - Naples, Flonda 34112-5746 ° 239-252-5840 - FAX 239-252-6628 - www,colliergov.net \� � Procurement Services Change Order Form PComract Modification Purchase Order Modification E]Amendment Contract #: Change #: 1 2 Purchase Order #: 1 4500160668 Project #: Name: Contract/Project- I Bluebill Avenue Forcemain S-01 CD Services Project Manager mame Corinne Trtan Division Name: I Public Utilities Planning and Project Managem7ent Original Contract/Work Order Amount �? 7/.,7/�5-,q�riginal BCC Approval Date, Agenda Item # Current BCC Approved Amount mf 211'715 Last 8CC Approval Date: Agenda Item # Current Contract/Work Order Amount c�C�, 6_1�9 SAP Contract Expiration Date (Master) Dollar Amount of this Change 11 0- 0 Total Change from Original Amount Remsed Contract/Work Order Total $ 9 Ir/, 0. Change from Current BCC Approved Amount Cumulative Changes Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Last Approved Revised Date 10/30/2017 Date Completion Date Date (includes this change) #ofDays Added Select Tasks Add newtask(s) FDelete tash(s) E] Changmtaok(s) ElOther (see below) Provide a response to the following: 1.)detailed and specific the requested ohato the task(s) and /or the additionalrequested); 2.)why this change was not included inthe original contract; and, i) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed, 1}This Change order will perform the following achono- a. Increase the total PO length by 574 days, to account for delays in the start of construction on the Blue Bill Avenue project. b. Approve invoices for payment of all work that has taken place under this purchase order, that may have taken place after 250 dayn, as estimated in the proposers quoto, but within the original 7.30Othat was listed in the NTP by the Project Manager. (Full narrative ofthis change order in included onan attached memo from Tom Chmo|ik. PUD Project Management Director) 2)There is a disagreement between the division and Finance whether this included in the contract or not. The actions being taken place on this change order will recitify the issues and allow for Finance to pay the outstanding invoices. 3) There are currently invoices for work that has already taken place that were within the original purchase order NTP dates, but did not coincide with the anticipated timing of the proposal. If this change is not processed the consultant will not get paid for services already performed. Furthermore, without the CB »omioon during construction, the 8|uo Bill Avenue project will not have adequate oversight which puts compliance to plans at risk, and could result in the need for future repairs at a greater long term cost. Attachments: Explanation memo, Original NTP, Revised NTP. Consultant proposal, consultant letter regarding rejected invoices Prepared by: (Project Manager Name and Division) Acceptance of this Change Order shall constitute a modification mcontract / 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. Accepted by: / Design Professional and Name cxFirm, ifproject applicable) Approved by: Approved by� Date: Date�. J012sll'b Revised: 10/2812014 (Divisions who may require additional signatures may include on separate sheet.)ONLY coffier (:-: omn�y Public Utilities Departrnent Planning Project ?o$ eI Ma4ea, aateDivisiorl, Date: November 7, 2016 To: Adam Northrup From: Tom Chmelik Public Utilities Engineering & Project Management Division Director Subject: Contract 14-6345 - Summary of Change Order # 1, Pre -construction services for Vanderbilt Dr. and Finger Street Improvements S-02 This Change order is for a $0 Time Extension for 574 days and approval of work that has already been performed under this purchase order. Purchase order 4500160668 in the amount of $199,859 was generated per the terms of Contract 14- 6345 for CEI services whereby multiple POs for substantially similar projects within Basin 101 may be executed. The master contract is PO -driven and its duration is 7,300 days. For this particular purchase order, the CEI consultant's proposal estimated that 250 days would be required to complete the work under PO 4500160668. Being that this PO is for CEI services, the PO needs to be open for the full length of the construction to enable Stantec to perform the oversight described in the contract. With this in mind, the Project Manager issued an NTP for the full length of the master contract (7300 days) rather than the 250 days estimated in the proposal. The discrepancy between estimated days (250) and the days noted in the NTP (7300), created a problem with finance and they determined that they could not pay invoices for work that has already been completed. After some discussion with finance, it was determined that invoices could be paid if a corrected NTP was issued, that matches the 250 days listed in the proposal (included), and then the days on the purchase order be retroactively increased to cover any additional time that would be needed on this purchase order (547 days). On a previous for this same master contract, 3 amendments were processed, that corrects language on the 3 master CEI contracts (Stantec, AECOM, and Hole Montes). These amendments being approved will ensure that future work will commence upon issuance of an approved Purchase Order, rather than an NTP. This action should remove any further issues regarding the total number of days for each purchase order. Fl$fimM;"a.,P,iIF,I"lt D>xsili .,3.-? I izz il.._... `' 1 Kelly EUeke, PE SbantecConsulting Services, Inc, 32ODBailey Lane Ste. 2OO Naples. FL341O5'8523 RE: NDT|CE-TT}PROCEEDFOR G3|uebill Avenue ForoemmainS- 1 CE1 Services Contract No. 14'6345 Purchase Order No. 4500160668 Collier County Project No,7004412.5 Dear Ms. Bbake� This letter serves asCollier County's official NOTICE TOPROCEED (MTP)toyour Company ho commence with the above referenced project. This NTP is issued pursuant to Contract #14' 6345. The purchase order number is shown above and a copy of the P.(}, is enclosed, This NTP is limited to the scope of work for BluebN| Avenue Forremmain S-01 CEI Services for the Time and Materials cost of $199,859.00. Please include the purchase order numnber. contract number and project number on each invoice to facilitate the payment process, Commencement date for the services associated herewith shall be considered to be August 25, 2015, Final completion of all work shall be considered to be August 20, 2035 a total of 7300 days (20 years). No work is authorized after the final completion date herein unless the time of the contract/work order is extended on or before the final completion date Invoices for unauthorized work will not bepaid. If you have any queetiona, pbaan* contact me. Sincerely. 7 ~ Corinne B. Trtan Project Manager C: Swainson Hall, Procurement Specialist PY,�nq 1,PmI C-�xwunaceI -anD*emnrami a, ,i T,a -_�t I&Jna 3,33 'NapI es F,JhdeJ41 ^229-252420 ^F&K2�-252'5J,O August 25, 2015 Kelly Blake, PE Stantec Consulting Services, Inc. 3200 Bailey Lane Ste. 200 Naples, FL 34105-8523 RE: NOTICE -TO -PROCEED FOR Bluebill Avenue Forcemain S-1 CEI Services Contract No. 1-6345 Purchase Order No. 4500160668 Collier County Project No. 70044.12.5 Dear Ms. Blake: This letter serves as Collier County's official NOTICE TO PROCEED (NTP) to your Company to commence with the above referenced project. This NTP is issued pursuant to Contract #13-6345. The purchase order number is shown above and a copy of the P.O. is enclosed. This NTP is limited to the scope of work for: Bluebill Avenue Forcemain S-01 CEI Services for the Time and Materials cost of $199,859.00. Please include the purchase order number, contract number and project number on each invoice to facilitate the payment process. Commencement date for the services associated herewith shall be considered to be August 25, 2015. Final completion of all work shall be considered to be May 1, 2016 a total of 250 days. No work is authorized after the final completion date herein unless the time of the contract/work order is extended on or before the final completion date. Invoices for unauthorized work will not be paid. If you have any questions, please contact me. Sincerely, Corinne B. Trtan Project Manager C: Swainson Hall, Procurement Specialist Planning & Project Management Mbn - 3339 Tamiarni Trail East, Suite 303 a Naples. Florida 34112-5361 -239-2524285 a FAX 239-252-5378 Attachment 4 August 14, 2015 Attention: Craig Pajer, PE Collier County Public Utilities Planning and Project Management Division 3339 Tcmiami Trail E., Suite 303 Building H, 31d Floor Naples, FL 34112 1keference: CEI Services for the Wastewater Basin Program Contract # 14-63&, Bluebill Avenue Force Main S-01 Please find enclosed the Scope of Services for the above referenced project for your review and approval. We thank you for the opportunity to provide CEI services for this project and look forward to working with Collier County on this and upcoming utility infrastructure projects. We are prepared to begin work on this assignment as soon as you direct us to proceed. Stantec Consulting Services Inc. fyxfi '- Kelly K. Blake, PE Senior Associate Phone: (239)649-4040 ext. 6403 Cell: (941)544-2569 Kelly. Blake@stantec.com Attachment: Scope of Services S-01 c. Marc Lean, PE - Stantec 0 Joseph Greeley, PE Principal Phone: (941)365-5500 Cell: (941)400-1787 Joe.Greeley@stantec.com Design with community in mind do v:\1773\business_development\collier counly\14-6345 cel services forth the waslewaler basin programs\work assignment developmeni\wo 01 bluebill fm\slontec-scope\lei-cpaler-bluebill.docx Stantec Siontec Consulting Services Inc. 3200 Bailey Lane, Suite 200 Naples, FL 34105 SCHEDULE A ®S Of ERVICES Collier County Contract 14-6345 Construction Engineering & Inspection (CEI) Services Work Authorization Number S-01 Bluebill Avenue Force Main G R, D Collier County Utilities Public Utilities Planning and Project Management Division (PPMD) is implementing a series of utility improvement projects within Wastewater Basin 101, known as the Naples Park area, in an effort to optimize existing wastewater infrastructure and maximize wastewater treatment and conveyance system capacity. Naples Park is predominantly a residential community located west of Tamiami Trail North to the Gulf of Mexico and between Vanderbilt Beach Road and 1111h Avenue North. The sanitary sewer system includes approximately 142,000 linear feet of gravity sewer, twenty (20) duplex pump stations, and 33,500 LF of force main. Wastewater flows are generally pumped North towards I I I 'h Avenue, and east towards Tamiami Trail through a manifolded force main system. This system ultimately conveys wastewater to the County's North Wafer Reclamation Facility (NCWRF) located on Goodlefte-Frank Road south of the intersection with Immokalee Road. PPMD retained CDM Smith as the Engineer of Record (EOR) to evaluate the wastewater system within Naples Park, identify capital improvement projects to renew or replace the existing pump stations, force mains, and gravity sanitary sewers in an effort to revitalize the wastewater basin and implement improvements to meet PPMD's standard level of service. CDM has identified several large scale improvement projects that will improve the general conveyance of wastewater flow. This scope is for one of these improvement projects: the Bluebill Avenue Force Main. This project includes replacing the subaqueous force main adjacent to the Bluebill Avenue bridge with a new 16 -inch diameter force main to be installed by horizontal directional drilling. CDM Smith has designed the force main improvements. The project has already bid, and construction is anticipated to start in the Fall of 2015. 2,0 PURPOSE Collier County requires CEI services for construction of horizontal directional bore at the Bluebill Avenue Bridge. Stanfec's CEI services will assess whether the work is in general conformance with the Contract Documents. 3A, ''vimCOPEOF SEIVIC."ES The tasks for this project are presented below include the following: Task 1.0 - Constructability Review Construction Observation and Documentation Task 2.0 - Construction Observation and Documentation Design with community in mind bk-v-.,\-] 7-7-3\business-development\coliier-county\-14-6345 cei services -for -the wastewater basin programs\work assignment developmeni\wa_01 bluebillfm\slontec_scope\bluebill-14-6345-scope-f2_20150814apd,docx Stantec Stantec Consulting Services Inc. 3200 Bailey Lane, Suite 200 Naples, FL 34105 Task 3.0 - CEI Consultant and Project Oversight Task 4.0 - Website 1.1 Constructdbility Review - Perform a constructability review and a potential public impact study in an effort to determine other potential conflicts or problems which may be encountered during construction and to become familiar with the project's requirements. In addition a Potential Public Impact Stud/ will be performed to evaluate any POI needs or concerns related to the project. Report - Provide a written report of all findings and recommendations regarding possible solutions and/or changes prior to bidding , TASK 2.0 CONSTRUCTION INSPECTION A D DOCUMENTATION Services provided as part of this task will include the following: 2.1 Construction/Testing Observation -Stantec will conduct on-site observations and inspections of construction/testing activities on the Project on a full time basis, unless directed otherwise by the County's Project Manager, to assess whether work is completed in general conformance with the Contract Documents. Stantec will notify the contractor of any issues related to conformance of the work with the Contract Documents and document these notifications on the Daily Work Report (DWR). Stantec will provide interpretation of plans and specifications and assist the contractor develop solutions to field issues/conflicts at the project level. If the issue/conflict cannot be resolved at the project level, Stantec will submit a Request For Information (RFI) to the Design Engineer/Engineer of Record (EOR) within one business day and provide a copy to the County's Project Manager. The EOR will review the issue and provide a written response to Stantec so that written direction can be given to the Contractor. Sfantec will maintain an RFI log to track the final disposition of all issues/ conflicts and keep the County's Project Manager updated as the project progresses. 2.2 DWR and Construction Documentation - Stantec will prepare a Daily Work Report (DWR) with pictures recording activities and details related to the work on a form approved in advance by the County's Project Manager. Information will be recorded in the DWR when at the Project Site. The DWR will record relevant aspects of the construction observed while on site 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, and other details related to the Work. The DWR will reference the digital photographs and or video taken with appropriate file names and file locations. In addition to the construction details, the DWR 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 specific observations in more detail as in observing test procedures, conformance inspection of materials and fittings, name plate data for equipment and material installed, customer service field log, and other information requested by the County's Project Manager. DWRs, photograph files and other construction documentation will be provided to the County's Project Manager by Stantec on a daily basis in an electronic file via E-mail, on a digital CD, if requested by the County's Project Oesign with community in mina bk v:\ 1773\business-development\collier county\ 14-6345 cei services for the wastewater basin programs\work assignment developmeni\wa_01_bluebill fm\stantec_scope\blue1bi11_14-6345_scope_r2_20150814 apd,docx Stantec Consulting Services Inc. 3200 Bailey Lane, Suite 200 Naples, FL 34105 Manager, and a printed copy to be maintained on the project site in the inspector's trailer. All daily reports will be prepared in the field. 2.3 Photographic and Video Record - Stantec will provide a digital photographic record of construction activities related to the Project. The digital file names will be referenced in the DWR along with a brief description of the photograph, the date and time of the photograph and the name of the photographer. The digital files will be transferred via E-mail to the County's Project Manager on a daily basis, to a digital CD if requested by the County's Project Manager, and submitted on a daily basis along with the construction documentation. The photographs may be electronic sent via E-mail to the County's Project Manager on a daily basis. The video will be provided in digital format on DVD. 2.4 General Coordination - Stantec will coordinate information related to the Project between the construction contractor, the EOR and the County's Project Manager. Stantec will oversee substantial and final completion inspections, and prepare and maintain the punch list, including follow-up inspections to confirm whether punch list items are corrected and/or completed. Stantec will coordinate with the County Utilities Department for testing and construction of required connections to existing facilities. Stantec will communicate, as directed by the County's Project Manager, with cornmunity members, business owners, and the general public. 2.5 Construction Progress Meetings - Stantec will conduct bi-weekly progress meetings to review project status and identify issues that may affect the Project. Stantec will prepare a DRAFT Agenda at least two (2) business days in advance of the meeting and produce meeting minutes within two (2) days after the meeting for distribution to the County's Project Manager, EOR, and the construction contractor. 2.6 Substantial Completion Inspections - Stantec 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, Stantec will prepare a punch list of items requiring completion or correction to the satisfaction of the EOR and the County's Project Manager. Stantec will be responsible for maintaining the punch -list and issuing updates to the punch - list on a weekly basis. Stantec will coordinate and participate in the final walk-through to confirm whether the punch -list items are completed to the satisfaction of the FOR and the County's Project Manager. All services related to the Substantial Completion Inspection will be provided in writing and pictures provided to the County's Project Manager. 2.7 Final Completion Inspection - Upon the request of the construction contractor and concurrence of the EOR and the County's Project Manager, Stantec will conduct Final Completion inspections of portions of the project, as they are finished, to determine if construction has been completed in conformance with the Contract Documents and the construction contractor has fulfilled all obligations therein. Based on the results of the Final Completion inspection, the EOR, County's Project Manager, and Stantec will judge the work complete or not complete. If the work is judged complete, Stantec will issue a "notice of final acceptance and recommendation for final payment". If the work is judged not complete, Stantec will issue written notification to the construction contractor identifying the work judged not complete. Upon provision of the construction contractor's evidence or assurance that the deficiencies noted above have been corrected or completed, a second Final Completion inspection will be scheduled to verify that the outstanding issues have been resolved and Stantec can issue a "notice of final acceptance and recommendation for final payment". All services related to the Final Completion Inspection will be provided to the Project Manager. Design with community in mind bk-v:\1773\business development\collier county\ 14-6345 cei services for the wosiewater basin programs\work assignment development\wa_01_bluebill fm\slonlec_scope\bluebill_14-6345_scope-r2_20150814 apd.docx Stantec Consulting Services Inc. 3200 Bailey Lane, Suite 200 Naples, FL 34105 2.8 Final Construction Certification - Upon issuance of a "notice of final acceptance and recommendation for final payment" Stantec will provide the County's Project Manager a signed and sealed certification by a professional engineer stating that the "Project has been completed by the construction contractor in reasonable conformance to the Contract Documents, and as amended by the Engineer of Record". Services provided for this task will include the following: 3.1 General Management and Oversight - Stantec 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's Project Manager, EOR, the construction contractor, and all other interested parties. 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 and payable to the construction contractor. Stantec's recommendation of any payment requested in an application for payment will constitute a representation by Stantec to the County's Project Manager as an experienced and qualified professional, that based on Stanfec's onsite observations and inspections of construction in progress, that the quantities of work completed in the applications for payment accurately reflect the progress of the work completed in conformance with the Contract Documents. Stantec will process pay requests in accordance with the Florida Prompt Payment Act. All incoming pay requests processed by the Stantec will be mechanically stamped with the date received. d. Stantec will review the monthly updates to the construction schedule prepared by the construction contractor and provide written comments to the County's Project Manager and EOR. e, Stantec will oversee such field testing and provide an opinion whether materials, equipment and supplies installed or utilized on the Project are in conformance with the Contract Documents and Shop Drawings approved by the EOR. f. Stantec will have access to, collate, file, and distribute required Project records, including but not limited to construction contractor's progress schedules, DWRs, and testing reports. 3.2 Coordination of Shotp, Drowinas, Contract Interoreiations and Clarifications - Stantec will coordinate with the design engineer (EOR) regarding the issuance of interpretations and clarifications of Contract Documents during construction. The EOR will be responsible for technical review and decisions regarding interpretation and clarification of Contract Documents. Stantec will communicate the EOR's decisions and responses with the construction contractor. 3.3 Change Orders - Upon identification of an unforeseen condition or additional work, analyze the extent of the change and compare if to the proposed change order cost submitted by the construction contractor. If necessary, Stantec will negotiate the cost of the Change Order, and issue a Work Directive and subsequent Change Order. Design with cors munily in mind bk vA I 773\business_�developmeni\coirier county\ 14-6345 cei services for the wastewater basin programs\work assignment development\wa_Q1 buebill fm\ston1ec_scope\b1uebi11_1 4-6345scopeQ20150814 apd.docx (3 Stantec Stantec Consulting Services Inc, 3200 Bailey Lane, Suite 200 Naples, FL 34105 3.4 As Constructed Field Drawings - Stantec will maintain red pencil "mark-up" notations and sketches on full size construction plans that reflect the actual details of constructed facilities. These As Constructed Field Drawings will be used by Stantec to validate the "As Built" documentation provided by the construction contractor, 3.5 Start-up and Re -commissioning Support - Stantec will assist the County's Project Manager, the EOR, and the construction contractor during start-up of each segment, as designated for Beneficial Use by the EOR, and provide general coordination during these activities. TASK 4.0 WEBSITE 4.1 Website Development - Implement public information website providing the public access to information pertaining to all three Improvement Projects including Basin 101, 305, and 306. Stantec and it's sub -consultants will meet with the County to develop the website layout and pertinent information to be included. 4.2 Website Maintenance - The website will be updated weekly for each basin and will include pertinent information such as: progress, budgets, road closures, shut off notification, and customer service contact information and procedures. All work will be charged on an hourly basis in accordance with the Project Budget Form. Many facets that control the length of the project and necessary effort are outside the control of Stantec. Hours shown in this work assignment are only estimates. Any additional work that may be required, will be performed under a separate Work Assignment, or as an amendment to this one. Task Estimated Fee Fee Type Task 1 Constructability Review $11,718 T&M Task 2 Construction Inspection and Documentation $115,684 T&M Task 3 CEI Consultant and Project Oversite $27,352 T&M Task 4 Website $45,105 T&M Total Fee $199,859 T&M Stantec will provide services throughout the duration of the project as directed by the County in accordance with the scope of services listed above. Many facets that control the length of the project and necessary effort are outside the control of Stantec. Work in anticipated to be completed within 250 calendar days. Task Estimated Task Completion Duration (Days Following NTP Issuance) Task 1 Constructability Review 30 Design with community in mind bk vAl 773\business-development\collier county\ 14-6345 cei services for the wastewater basin programs\work assignment development\wo_01_bluebill fm\stantec_scope\bluebill_14-6345_scope_2_20150814 apd.,docx 10 � Task 2 Construction Inspection and Documentation 210 Task 3 CEI Consultant and Project Oversite 100 Task 4 Website 30 Total Duration 250 Stantec Consulting Services Inc. 3200Bailey Lane, Suite 200 Naples, FL 34105 Design with community In mind bkXA-l�7 �bWipe-55-deVe —IgnmGpf developmeni\wa_01 bluebIll fm\siantec-scope\b1uebi1L1 4-6345_scope_r2_20150814 apd.docx 4, Stantec Collier County Contract 14-6345 mumm DesIgn with cornmupity In mind Stanfec Consulting Services Inc. 3200 Bailey Lane, Suite 200 Naples, FL 34105 bk-�t17M\h,, i-- d,velopm nArn11P--tV\ I A- 2A.S r. n pm EomsNwa[k ssjjgnmenL-- de ,pment\wc3--Ol-bluebillfm\siantec-scope\biuebill_14-6345_scope-r2_2()150814opd.docx io v . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . q . o . . . . . . . . . . . . . . . . . . . . . . mss o I r r OKh . . . . . . . . . . . . . . . . . . . . . . . w H H .6 6 w 6 - - - - - - - - - - t2 w 0 - -� F! kn a 55 j3- . t, R 0 E E' 0, t I J-ELLLLU Attachment 5 September 1, 2016 File: 177310600 VIA REGULAR MAIL and Email: ccacierk@colliercierk.com Attention: Collier County Board OF County Commissioners: 3299 Tamiami Trail East Suite 700 Naples, FL 34112-5749 Dear Accounts Payable, Reference: Reference Contract # 14-635 - P# 4500160663 - Rejected Invoices # 1061375 & #1053546 Collier County Public Utilities Division, Planning and Project Management Department (PPMD) awarded Contract 14-6345 to Stantec Consulting Services under Contract # 14-635. This letter is in reference to recently rejected invoices associated with Purchase Order 45001606668 for Bluebill Avenue Force Main CEI services under this contract. The following invoices were recently rejected by Accounts Payable due to services being performed past completion date: 1. Invoice # 1053546 in the amount of $14,797.75 issued on May 27, 2016 2. Invoice # 1061375 in the amount of $ 549.50 issued on June 17, 2016. Stantec provided a cost proposal on August 14, 2015 for the CEI services as it pertains to the Bluebill Avenue Force Main Construction. This scope of services includes assisting the County with constructability reviews, construction engineering and inspection, and the development of a website to inform the public of this project and other County wastewater Basin program projects. The proposal recognized that many facets were outside of the control of Stantec, as for as the length of the project, however an estimated timeframe of 250 days from Notice of Award was presented in the proposal. The CEI services for this project have been ongoing as anticipated, as the Contractor currently has a stop work order, to prevent construction during the winter season. In reference to your rejection of the above invoices, we respectfully disagree with the representation that the services were billed past the completion date. The schedule presented in the proposal included calendar days to complete the work and were presented as and stated as an estimate based on our understanding of the project at the time. Additionally our proposal stated that many facets that control the length of the project and necessary efforts are outside the control of Stantec. M (11 September 1, 2016 Error! Reference source not found. Page 2 of 2 i.—IMUNT41111111111IM—r-TI =I - We feel that the services have been provided in a timely manner, and although not within the originally estimated timeframe, again due to factors beyond our control, the underlying base contract and the Notice to Proceed for this assignment has a final completion date in 2035. Section 4.2 of our contract says that services for any designated portion of the project shall be completed in accordance with Schedule defined in each Notice to Proceed. The NTP for this assignment has a Final Completion date of 8/20/2035 and therefore we are still within the required Completion date. Please see attached supporting documentation. We hope you will reconsider your prior rejection and approve the invoices in question. Regards, Stantec Consulting Services '1V', Kelly K. Blake, P.E. Principal Phone: 239-263-6403 kelly.blake@stantec.com Attachment: Invoice 1053546 Invoice 1961375 c. Ramon Casfella, Stantec Gale Lombardo, Stantec Craig Pajer, Collier County PPMD Kelli Wolin, Collier County PUD bk Y:\) 773\acflve\1 77310600\projeci_mancigement\lef-ap-20I 60831,docx Design with community in mid M Bill To Collier County Board of County Commissioners Accounts Payable 3299 Tamiarni Trail East Suite 700 Naples FL 34112-5749 United States INVOICE Page I of 3 Invoice Number 1053546 Invoice Date May 27, 2016 Customer Number 83376 Project Number 177310600 Please Remit To Stantec Consulting Services Inc. (SCSI) 13980 Collections Center Drive Chicago IL 60693 United States Federal Tax ID 11-2167170 Project Description., Bluebill Avenue Force Main S-01 - Contract # 14-6345 - PO #4500160668 Stantec Project Manager: Leon, Marc Stantec Office location: Naples FL Authorization Amount: $199,859.00 Authorization Previously Billed: $44,046.20 Authorization Billed to Date: $58,843.95 Current Invoice Due: $14,797.75 For Period Ending: 3/12/16-5/20/16 Vendor No: 121367 Contract No: 14-6345 Purchase Order No: 4500160668 Email To: bccopclerk@colliet-clerk.com CC: Corinne Trfan - corinnetrtan@colliergov.net Include: Project Status Rpt Please contact Gale Lombardo if you have any questions concerning this invoice. Phone: (239)649-4040 E-mail: Gale.Lombardo@Stantec.com PLEASE INCLUDEAN INVOICE#WITH PAYMENT" Thank you. Top Task 500 Task 4.0 ® Website Professional Services Billing Level Engineer Interm Dunko, Alexander P (Alex) Public Information Officer Hardy, Sabina E Sr. Project Manager- Program Leader Blake, Kelly K Professional Services Subtotal INVOICE Page 2 of 3 Invoice Number 1053546 Project Number 177310600 Hours Rate Current Amount 2.25 95.00 213.75 2.25 213.75 24.75 115.00 24.75 23.75 157.00 23.75 50.75 2,846.25 2,846.25 3,728.75 3,728.75 6,788.75 Top Task 500 Total 6,788.75 Top Task 510 Task 4.0 - Website Professional Services Billing Level Current Hours Rate Amount Engineer Interm Dunko, Alexander P (Alex) 0.25 95.00 23.75 0.25 23.75 Professional Services Subtotal 0.25 23.75 Subc-onsuffants Date Cost Current Amount Direct - Subconsultant Fees Quest Corporation of America Inc. 03107116 4,950.00 5,00 5,197.50 &SOI Quest Corporation of America Inc. 05/05/16 2,655.00 5.00 2,787.75 7301 Subconsultants Subtotal Top Task 510 Total IMIGINA Invoice Number Project Number Total Fees & Disbursements Page 3 of 3 1053546 177310600 7,985.25 8,009.00 $14,797.75 INVOICE TOTAL (USD) $14,797.75 �'oV 0 Stantec Consulting Services Inc. to nteC 3200 Bailey Lane Suite 200, Naples FL 34105-8523 May 26, 2016 File: 177310600 Attention: Craig Paler, PE Collier County Public Utilities Planning and Project Management Division 3339 Tamiami Trail East, Suite 303 Building H, 3,d Floor Naples, FL 34112 Dear Mr. Pajer, I Reference: Progress Report - Bluebill Avenue Force Main Please consider this correspondence as a progress report for CEI Services provided for the Bluebill Avenue Force Main project. Services associated with this invoice are from March 12, 2016 through May 20, 2016. Work associated with Invoice # 1053546 includes: • QCA invoices for 1/30/16 - 2/26/16 & 2/27/16 - 3/31/16 • Project write-ups for website • Created basin maps for basin 101, 305, 306 for website • Coordinated materials for ACA's use for website. • Prepared for and attended meetings for PUR (Public Utility Renewal) website with QCA and Collier County. • FUR website updates and coordination with Collier County and QCA. Regards, STANTEC CONSULTING SERVICES INC. Project Manager Phone: (239) 939-1020 Fax: (239) 939-3412 Marc.LeanQstantec.com Attachment: Stantec Invoice# 1053546 Design with cornmunity in mind 10 j Attention: Kelly K. Blake RE, 10&OZ Stantec Consulting Services, Inc, 3200 Bailey Lane Suite 200 Naples, FL 34105-8523 Dear Kelly, Reference: Progress Report ® Basin 101 Bluebill Avenue Force Main (Website) Please consider this correspondence as a progress report for work completed for the Basin 101 Bluebill Avenue Force Main (Website), Work associated with invoice #7,SOI Includes: * Updated program website design, wireframe, maps and prepared content, * Participated in program website development team meeting on 3/25, * Prepared summary of program website meeting. * General coordination with Stantec and County through email sand meetings, Regards, Quest Qrporation of Anerica, Inc. ;�IV Sr. Vice President Phone: 866-662-6273 Fax: 813-926-2942 Diane.hackneyc@QCAusa.com Attachment: QCA Invoice # 7-S01 Please remit to: 17220 Camelot Court Land 0' Lakes, FL 33638 Attn: Accounts Receivable 866.662-6273 Corpgrate@QCAusa.com j QCAusa.corn Certified DBE/ MBE / SBE /WBE o 0 Emim, Ka r I =aScOtjt Fid Please consider this correspondence as a progress report for work completed for the Basin 101 Bluebill Avenue Force Main (Website), Work associated with invoice #6.SOI lnclud6s: ® Updated program website design, wireframe, maps and prepared content. • Participated in program website development team meeting on 2/12, ® Prepared summary of program website meeting. • General coordination with Stantec and County through emails and meetings. Regards, , Quest Corporation of America, li Diane Hackney Sr, Vice President Phone- 866-662-6273 Fax: 813-926-2942 Dial3e,hacknevOOCAusa.com Attachment: QCA Invoice # 6,SO1 W 866.662.6273 1 Corporale@QCAusa.com I QCAusa.corn I Certified DBE / MBE / SBE/WBE w. I m P, 0 lu" li" n LA 9 0 0 C, M z z cr n m R 0 go ry m P, Ll", lu" li" n LA 9 ol a w , IOD_ M rD go m 0 c M M Ir OD Di m rk Bill To Collier County Board of County Commissioners Accounts Payable 3299 Tomiami Trail East Suite 700 Naples FL 34112-5749 United States INVOICE Page I of 2 Invoice Number 1061375 Invoice Date June 17, 2016 Customer Number 83376 Project Number 1 773 1 0600 Please Remit To Stantec Consulting Services Inc- (SCSI) 13980 Collections Center Drive Chicago IL 60693 United States Federal Tax ID 11-2167170 Project Description: Bluebill Avenue Force Main S-01 - Contract #14-6345 - PO *4500160668 Stantec Project Manager: Leon, Marc Stantec Office Location: Naples FL Authorization Amount: $199,859.00 Authorization Previously Billed: $58,843.95 Authorization Billed to Date: $59,393.45 Current Invoice Due: $549.50 For Period Ending: 5/21/16-6/10/16 Vendor No: 121367 Contract No: 14-6345 Purchase Order No: 4500160668 Email To: bccopclerk@collierclerk.com CC: Corinne Trtan - corinnefrtcn@colliergov.net Include: Project Status Rot Please contact Gale Lombardo if you have any questions concerning this invoice. Phone: (239) 649-4040 E-mail: Gale.Lombardo@Stantec.com "PLEASE INCLUDE AN INVOICE# WITH PAYMENT" Thank you. ff MWIM Professional Services Billing Level Sr. Project Manager- CEI Leader Lean, Marc 3.50 157.00 3.50 Page 2 of 2 1061375 177310600 Current Amount 549.50 549.50 549.50 Top Task 400 Total 549.50 Total Fees & Disbursements $549.50 INVOICE TOTAL (USD) $549.50 M Stantec Consulting Services Inc. Staate C 3200 Bailey Lane Suite 200, Naples FL 34105-8523 June 15, 2016 File-, 177310600 Attention: Craig Pajer, PE Collier County Public Utilities Planning and Project Management Division 3339 Tamiami Trail East, Suite 303 Building H, 31d Floor Naples, FL 34112 Dear Mr. Pajer, Please consider this correspondence as a progress report for CEI Services provided for the Bluebill Avenue Force Main project. Services associated with this invoice are from May 21, 2016 through June 10, 2016, @ Attend on-site meeting on 6/03/16 and review project correspondence sent via email, Regards, STANTEC CONSULTING SERVICES INC. Project Manager Phone: (239) 939-1020 Fax: (239) 939-3412 Marc.Lean@stantec.com Attachment: Stantec Invoice# 1061375 0,esign `,vith -_ommunibV m rnind INVOICE Page 2 of 2 Invoice Number 1096910 Project Number 177310599 Top Task 300 Task 2 m lea l Sketch Description Professional Services Billing Level Hours Rate Current Amount Engineer Intern 6.50 95.00 617.50 6.50 617.50 Professional Services Subtotal 6.50 617.50 Top Task 300 Total 617.50 Total Fees & Disbursements $617.50 INVOICE TOTAL (USD) $617.50 - r- ajr�, CARZ r cowity 7 Contract Modification Z Purchase Order Modification 0 Amendment Contract #: 1 14-6345 Change #: I I I Purchase Order #:F-4500160720 Contractor/Firm Name:F-9 tanteCA HI Contract/Project: " Project Manager Name: I Corinne Trtan Division Name: 'Original Contract/Work Order Amount Current BCC Approved Amount NA Current Contract/Work Order Amount Dollar Amount of this Change $ Revised Contract/Work Order Total (_$_TZi W-1 I umulative 'n, Lo I o Procurement Services i� Change Order Form .1 Project 70043,14 Pre-construction services for Vanderbilt Dr. and Finger Street Improvements S-02 Public Utilities Planning and Project Management (_ & Original BCC Approval Date'. Agenda Item # Cr - Last BCC Approval Date: Agenda Item # SAP Contract Expiration Date (Master) Contract Total Change from Original Amount Change hange from Current BCC Approved Amount Chart han e from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 312712015 P Original Last Approved NA I Revise� Date �I 12131/2018 Date Completion Date Date Includest, schange) of Days Added 1 952 Select Tasks El Add new task(s) M Delete task(s) ED Change task(s) Z Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and I or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1) This Change order will perform the following actions: a. Increase the total PO length by 952 days, to account for delays in the start of construction on the Vanderbilt Dr. and Finger street. b. Approve invoices for payment of all work that has taken place under this purchase order, that may have taken place after 270 days, as estimated in the proposers quote, but within the original 7,300 that was listed in the NTP by the Project Manager. c. Approve the amendments (3) for master contract 14-6345 — Construction Engineering and Inspection (CEI) Services for the Watewater Basin Programs, that will prevent this issue from happening again on future Purchase orders on contract 14-6345. I(Full narrative of this change order is included on an attached memo from Tom Chmelik, PUD Project Management Director) i2) There is a disagreement between the division and Finance whether this included in the contract or not. The actions being taken place on this change order will recitify the issues and allow for Finance to pay the outstanding invoices. 3) There are currently invoices for work that has already taken place that were within the original purchase order NTP dates, but did not coincide with the anticipated timing of the proposal. If this change is not processed the consultant will not get paid for services already performed. Furthermore, without the CEI services during construction, the Vanderbilt Drive/Cul-se-Sacs Public Utility Renewal project will not have adequate oversight which puts compliance to plans at risk, and could result in the need for future repairs at a greater long term cost. Attachments: Explanation memo, Original NTP, Revised NTP-, 3 Amendments correcting contract language, Consultant proposal, consultant letter regarding rejected invoices I Prepared by: Z Date (Project Manager Name and Division) iJ Acceptance of this Change Order shall constitute a modification to contract I work order identified above and will be subject to all the same terms and conditions as contained in the contract I 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 I Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted byDate� r or ns Itant / Design Professional and Name of Firm, if project applicable) Approved by: — - _15;— C_ Dat s' n s- nal a Nam f F1 if proiect applic1 ) Approved by: (Procuirment ProfesWatial) Date: 4,6 Revised: I W812014 (Divisions who may require additional signatures may include on separate sheet.) Admi- a"' Rf BCG f Bluebill Avenue Forcemain 5-01 CEI Services Change Order—Stantec Consulting Services, Inc. Page 2 Approved by: $ a Craig P er, P rinPipal Project Manager Approved- Beth J nssen, astewater Director Approved by: %0ZL16 Tor Chmelik, EPMD Director Approved by: Joseqoellone, operations Support Director 17 Approved by: Dr. eorge Yjlmai, Public Utilities Administrator gem \..... ._...Ak2 Public i 3r € Utilities a eparlt mer" Planning :e3 1, & Project ., Ma: :F..egF:::'rna.:, .t .... 3vislo; i Date: November 7, 2016 To: Adam Northrup From: Tom Chmelik Public Utilities Engineering & Project Management Division Director Subject: Contract 14-6345 - Summary of Change Order # 1, Pre -construction services for Vanderbilt Dr. and Finger Street Improvements S-02 This Change order is for a $0 Time Extension for 9S2 day, approval of work that has already been performed under this purchase order, and approval of a contract amendment to rectify future issues. Purchase order 4500160720 in the amount of $199,924 was generated per the terms of Contract 14- 6345 for CEI services whereby multiple POs for substantially similar projects within Basin 101 may be executed. The master contract is PO -driven and its duration is 7,300 days. For this particular purchase order, the CEI consultant's proposal estimated that 270 days would be required to complete the work under PO 4500160720. Being that this PO is for CEI services, the PO needs to be open for the full length of the construction to enable Stantec to perform the oversight described in the contract. With this in mind, the Project Manager issued an NTP for the full length of the master contract (7300 days) rather than the 270 days estimated in the proposal. The discrepancy between estimated days (270) and the days noted in the NTP (7300), created a problem with finance and they determined that they could not pay invoices for work that has already been completed. After some discussion with finance, it was determined that invoices could be paid if a corrected NTP was issued, that matches the 270 days listed in the proposal (included), and then the days on the purchase order be retroactively increased to cover any additional time that would be needed on this purchase order (952 days). This Change order includes 3 amendments, that corrects language on the 3 master CEI contracts (Stantec, AECOM, and Hole Montes). If these amendments are approved, all future work will commence upon issuance of an approved Purchase Order, rather than an NTP. This action should remove any further issues regarding the total number of days for each purchase order. August 27, 2015 Kelly Blake, PE Stantec Consulting Services, Inc, 3200 Bailey Lane Ste. 200 Naples, FL 34105-8523 RE: NOTICE -TO -PROCEED FOR Pre -Construction Services for Vanderbilt Drive and Finger Street Improvements S-02 Contract No. 13-6345 Purchase Order No. 4500160720 Collier County Project No, 70043.14.1 Dear Ms. Blake: This letter serves as Collier County's official NOTICE TO PROCEED (NTP) to your Company to commence with the above referenced project, This NTP is issued pursuant to Contract #13- 6345. The purchase order number is shown above and a copy of the P.O. is enclosed, This NTP is limited to the scope of work for: Pre -Construction Services for Vanderbilt Drive and Finger Street Improvements S-02 for the Time and Materials cost of $199,924.00. Please include the purchase order number, contract number and project number on each invoice to facilitate the payment process. Commencement date for the services associated herewith shall be considered to be August 27, 2015- Final completion of all work shall be considered to be August 22, 2035 a total of 7300 days (20 years). No work is authorized after the final completion date herein unless the time of the contract/work order is extended on or before the final completion date. Invoices for unauthorized work will not be paid. If you have any questions, please contact me. Sincerely, /&C Corinne B. Trtan Project Manager C: Swainson Hall, Procurement Specialist Dri, ,c- j,T_�e Tr�,,� Swle K3 , N�CeS. Ficr:!_a I I b W12-5 31 �139-252-4235, - FAX 239-252-G37S September 28.201O Kelly Blake, PE StanteoCOnsulting Services, Inc. 23U0Bailey Lane Ste. 2U0 Naples, FL341O5-8523 RE: NOT|CE-TO-PROCEEDFOR Pre -Construction Services for Vanderbilt Drive and Finger Street Improvements S -O2 Contract No. i4 -G346 Purchase Order No. 45DO16U720 Collier County Project No. 70043.14.1 Dear Ms. Blake: This letter serves asCollier County's official NOTICE TDPROCEED (NTP) to your Company to commence with the above referenced project. This NTP isissued pursuant toContract #i4 -G345. The purchase order number is shown above and a copy of the P.O. is enclosed. This NTP is limited to the scope of work for: Pre -Construction Services for Vanderbilt Drive and Finger Street Improvements S-02 for the Time and Materials cost of $199,924.00. Please include the purchase order nunnber, contract number and project number on each invoice to facilitate the payment process. Commencement date for the services associated herewith shall be considered to be August 27, 2015. Final completion of all work shall be considered to be May 23. 2016 n total of 270 days. No work is authorized after the final completion date herein unless the time of the contract/work order iaextended onurbefore the final completion date. Invoices for unauthorized work will not be paid. If you have any questions, please contact me. Si Corinne EiTrtan Project Manager C: Swainson Hall, Procurement Specialist Plannip.g&ProjedN,IanagementDivis&- 3339 Tamiami Trail East, Suite 303 ^Naples Florida 3#12-53M^239-25%48B5^FAX 229-252-537 EXHIBIT A-1 Contract Amendment # 1 to Contract # -6345 "Construction Engineering and Inspection (CEI) Services for the Watewater Basin Programs [MPS 306Basin]" This amendment, dated , 2016 to the referenced agreement shall be by and between the parties to the original Agreement, Hole Montes, Inc., (to be referred to as "Contractor") and Collier County, Florida, (to be referred to as "Owner"). Statement of Understanding Contract # 14-6345 - "Construction Engineering and Inspection (CEI) Services for the Watewater Basin Programs [MPS 306 Basin]" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the original Board approval date, as per the following and incorporated herein by reference or by the modified language below. Change #1: Amend Contract page 9 as follows: 4.2. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon the issuance of an Purchase Order written Nott e to n,.,,, ee from OWNER for all or any designated portion of the Project and shall be performed in accordance with the Scope of Work described in the CONSULTANT'S proposal. apA essen e with r-espeet +„ the turf ,.,,,, nee of this n gree ,o„+ Change 92: Amend Contract page 20 as follows: 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE eeeh TWiee t D, „ -. 1 Y �C 7F Note: Language deleted has been stfu k thfet ^'' New language has been underlined and bolded. All other terms and conditions of the agreement shall remain in force. Page 1 of 2 (Signature page to follow) IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Dwight E. Brock, Clerk of Courts Lin Dated: (SEAL) First Witness TType/print witness nameT Second Witness TType/print witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA IN Donna Fiala, Chairman Hole Montes, Inc. Contractor 0 Signature TType/print signature and titleT Page 2 of 2 EXHIBIT A-1 Contract Amendment # 2 to Contract # 14-6345 "Construction Engineering and Inspection (CEI) Services for the Watewater Basin Programs [MPS 101 Basin]" This amendment, dated , 2016 to the referenced agreement shall be by and between the parties to the original Agreement, Stantec Consulting Services, Inc., (to be referred to as "Contractor") and Collier County, Florida, (to be referred to as "Owner"). Statement of Understanding RE: Contract # 14-6345 - "Construction Engineering and Inspection (CEI) Services for the Watewater Basin Programs [MPS 101 Basin]" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroactive from the original Board approval date, as per the following and incorporated herein by reference or by the modified language below. Change #1: Amend Contract page 9 as follows: 4.2. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon the issuance of an Purchase Order vai#es-Net+ � from OWNER for all or any designated portion of the Project and shall be performed in accordance with the Scope of Work described in the CONSULTANT'S proposal. and eempleted in aeeer-danee with Seliedule defified iii eaeh Notiee to Preeeed. Time is e essenee with F-espeet to the per-fol=rnanee of this A-------+ Change #2: Amend Contract page 20 as follows: 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE (T,9 be subsequent4,, 19revided wi eeeh AWiee �o Preeeed.) Note: Language deleted has been stmek thre New language has been underlined and bolded. All other terms and conditions of the agreement shall remain in force. Page 1 of 2 (Signature page to follow) IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts 0 Dated: (SEAL) First Witness TType/print witness nameT Second Witness TType/print witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name M - Donna Fiala, Chairman Stantec Consulting Services, Inc. Contractor IN Signature TType/print signature and titleT Page 2 of 2 EXHIBIT A-1 Contract Amendment 4 1 to Contract 9 14-6345 "Construction Engineering and Inspection (CEI) Services for the Watewater Basin Programs [MPS 305 Basin]" This amendment, dated 5 2016 to the referenced agreement shall be by and between the parties to the original Agreement, AECOM Technical Services, Inc., (to be referred to as "Contractor") and Collier County, Florida, (to be referred to as "Owner"). RE: Contract # 14-6345 - "Construction Engineering and Inspection (CEI) Services for the Watewater Basin Programs [MPS 305 Basin]" In order to continue the services provided for in the original Contract document referenced above, the Contractor agrees to amend the Contract, retroavtive from the original Board approval date, as per the following and incorporated herein by reference or by the modified language below. Change #1: Amend Contract page 9 as follows: 4.2. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon the issuance of an Purchase Order � it4en Notiee to Preeeed from OWNER for all or any designated portion of the Project and shall be performed in accordance with the Scope of Work described in the CONSULTANT'S proposal. afld eompleted in aeeefdanee with Sehedule defiiied in eaeh Notice te Pfeeeed. T-iffle is 0 essenee with r-espeet to the per-fon�nanee of this Agreement. Change #2: Amend Contract page 20 as follows: 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule PROJECT MILESTONE SCHEDULE (To be subs-equent4providedwi eaeh A�qtiee to Proeeed.) Note: Language deleted has been stfuek throu . New language has been underlined and bolded. All other terms and conditions of the agreement shall remain in force. Page 1 of 2 (Signature page to follow) IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Dwight E. Brock, Clerk of Courts 0 FRIMI (SEAL) First Witness TType/print witness nameT Second Witness TType/print witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA M Donna Fiala, Chairman AECOM Technical Services, Inc Contractor 0 Signature TType/print signature and title Page 2 of 2 Attach ment 4 11=111 August 14, 2015 Attention: Craig Pajer, PE Collier County Public Utilities Planning and Project Management Division 3339 Tamiami Trail E., Suite 303 Building H, 3rd Floor Naples, FL 34112 Reference: CEI Services for the Wastewater Basin Program Contract # 14-6345 Pre- Construction Services for Vanderbilt Drive and Finger Street Improvements S-02 Please find enclosed the Scope of Services for the above referenced project for your review and approval. We thank you for the opportunity to provide CEI services for this project and look forward to working with Collier County on this and upcoming utility infrastructure projects. We are prepared to begin work on this assignment as soon as you direct us to proceed. Stantec Consulting Services Inc. Kelly K. Blake, PE Senior Associate Phone: (239)649-4040 ext. 6403 Cell: (941)544-2569 Kelly.Blake@stantec.com Attachment: Scope of Services S-02 c. Marc Lean, PE - Stantec Joseph Greeley, PE Principal Phone: (941)365-5500 Cell: (941)400-1787 Joe.Greeley@sfanfec.com Design with community In mind do v:\ I 773\business_developmenl\collier county\] 4-6345 cel services for the wastewater basin ptogrornsWork assignment developmeni\wcLO2__preconstfuction\staniec-scope\let-2cpalef�_vcnd_flnger precon.docx 1� L Attachment 4 1i Stantec August 14, 2015 Attention: Craig Pajer, PE Collier County Public Utilities Planning and Project Management Division 3339 Tamiami Trail E., Suite 303 Building H, 3rd Floor Naples, FL 34112 E -s • a Neference: CEI Services for the Wastewater Basin Program Contract # 14-6345 Pre -Construction Services for Vanderbilt Drive and Finger Street Improvements S-1 Please find enclosed the Scope of Services for the above referenced project for your review and approval, We thank you for the opportunity to provide CEI services for this project and look forward to working with Collier County on this and upcoming utility infrastructure projects. We are prepared to begin work on this assignment as soon as you direct us to proceed. Regards, Stantec Consulting Services Inc. Kelly K. Blake, PE Senior Associate Phone: (239)649-4040 ext. 6403 Cell: (941)544-2569 Kelly.Blcke@stantec.com Attachment: Scope of Services S-02 c. Marc Lean, PE - Stantec 11 Joseph Greeley, PE Principal Phone: (941)365-5500 Cell: (941)400-1787 Joe.Greeley@stantec.com Design with community In mind do v:\1773\business_developmenl\colllercounty\14-6345celservices for the wastewater basin progromsNwork assignment developrneni\wcL02_preconstruction\staniec—scope\le1—cpojeil_vancL_flnger_precon,docx Stantec Stantec Consulting Services Inc, 3200 Bailey Lane, Suite 200 Naples, FL 34105 SCHEDULE A - SCOPE OF SERVICES Collier County Contract 14-6345 Construction Engineering & Inspection (CEI) Services Work Authorization S-02 Pre -Construction Services for Vanderbilt Beach Drive and Finger Street Improvements Collier County Utilities Public Utilities Planning and Project Management Divisioh (PPIVID) is implementing a series of utility improvement projects within Wastewater Basin 101, known as the Naples Park area, in an effort to optimize existing wastewater infrastructure and maximize wastewater treatment and conveyance system capacity. Naples Park is predominantly a residential community located west of Tamiami Trail North to the Gulf of Mexico and between Vanderbilt Beach Road and 111 th Ave. North. The sanitary sewer system includes approximately 142,000 linear feet of gravity sewer, twenty (20) duplex pump stations, and 33,500 LF of force main. Wastewater flows are generally pumped North towards 111th Ave,, and east towards Tamiaml Trail through a manifolded force main system. This system ultimately conveys wastewater to the County's North Water Reclamation Facility (NCWRF) located on Goodlette- Frank Road south of the intersection with Immokalee Road, PPMD has retained Stantec Consulting Services Inc. (Stantec) to provide construction engineering and inspection services throughout the duration of the preconstruction, construction, and commissioning of the Naples Park Basin 101 Program Improvements, specifically the Vanderbilt Beach Drive Finger Street Improvements, The Vanderbilt Beach Drive Finger Street Improvements project includes potable water, wastewater, and stormwater improvements. A breakdown of the proposed improvements is provided below: Street Road Length Ift) Water (ft) Gravies (ft) FM Ift) Storm (ft) Flamingo 1,700 59% 1�003 100% 1,700 53% 901 100-A 1,700 Heron 1,900 0% 0 100% 1,900 56% 1,064 100% 1,900 Egret 1,850 55% 1,018 100% 1,850 58% 1,073 100% 1,850 Conners 2,000 100% 2,000 100% 2,000 45% 900 100% 2.000 Seabee 850 0% 0 100% 850 0% 0 100% 850 Germain 720 100% 720, 100% 720, 0% 0, 1001/. 720, Seagull 650 100% 650 100% 6501 0% 0 100*/ 650 Willet 650 100% 650 100% 650 0% 0 100% 650 Tradewinds 1,330 61% 811 100% 1,330 0% 0 100% 1.330 Lagoon 1,280 59% 755 100% 1,280 0% 0 100% 1,280 Bayside 630 100% 630 100% 630-.Q% 0 100% 630 Pine 620 0%, 0 100%, 620 0% 0 100% 620 Oak -1,170 63%1 737, 100% 1,170 . 1/ 01 0, 100%11 11170, Palm 260 0%11 0./1 01 100%1 2601 Vanderbilt Drive 7,000 100%1 7,0001 100%1 7,0001 0%1 01 100%f7,6mI TOTAL 22,610 1 15,9741 1 22,6101 1 3,938122.610 Design with community in mind of v:\ 1773\business_development\collier county\14-6345 cei services for the wastewater basin prograrns\work assignment development\ wa_02_preconstruclion \ stantec., scope\ preconsfruclionservicessQope 20150814.docx Stantec Consulting Services Inc, 3200 Bailey Lane, Suite 200 Naples, FL 34105 The purpose of this Scope of Services is to outline professional services to be provided during the pre -construction phase of the Basin 101 improvements. WAT4�11118=�Mt_ � '41 .1 1 Stantec will assist the County with coordination with Real Property Services, Parks and Recreation Department and other internal departments for the acquisition of easements. Stantec will conduct progress meetings to review project status and identify issues that may affect the Project. Stantec will prepare Agendas, and produce meeting minutes within two (2) days after the meeting for distribution to the Project Manager, EOR, and meeting attendees, Deliverables: The deliverables for this task include letters, transmittals, e-mails, memoranda, agenda, meeting minutes, and other forms of formal and informal communication, as appropriate, At the request of the County, Stantec will provide survey services for the preparation of one (1) legal sketch and description for the proposed easement within the County owned park located at the southwest corner of I I I th and Vanderbilt Beach Drive, Deliverables: Electronic survey files signed and sealed by registered land surveyor, task 3 - Pre -Construction Public Participation for Vanderbilt Drive and Finger Street Improvements Collier County has emphasized that communicating project initiatives, plans, and progress with community members is a high priority during the bidding and preconstruction phase prior to construction projects. For the Vanderbilt Drive and the Finger Street Improvements, Stantec will provide a Public Information Officer (PIO) to assist the County with the following: 3.1 Meeting and Coordination - Coordinate with community members and contractor during bidding and preconstruction phase prior to construction project to sequence construction as necessary to provide community members continuous, reasonable access to their property during construction. 3.2 Prolect Branding - Meet with County and assist with the development of project brand and informational materials for pre -construction activities such as mailers, signs, door hangers, etc, Design with connniunily in mind al v:\1773N business_ development\collie r county\ 14-6345 cei services for the wastewater basin programs\work assignment devGlopment\wo_02-preconstruction\staniec-scope\preconstruction-services-scope-20150814 docx 2 (1 Stantec Stantec Consulting Services Inc 3200 Bailey Lane, Suite 200 Naples, FL 34105 3,3 24 Hour Proiect Hot Line - The PIO or representative will be accessible 24 hours a day, seven days a week, for activities associated with public information during the preconstruction phase of the project, Project representatives will receive community member complaints and concerns to prevent interruptions of Public Utility Department staff. The PIO will also be capable of communicating about the project vision, progress, goals, and objectives, as well as the specifics of day to day activities, A single number will be provided for this service. All calls will be documented and databased, Periodic reports will be provided to the Stantec team and the County. 3.4 Graohic Design for Publications - Stantec will provide a graphic designer to assist the County and project staff in developing graphic content for the website, publications, and materials to be utilized to provide information to the public and project personnel. 3.5 Rights of Entry - Assist the County, as necessary with issuing, receiving, and tracking rights of entry authorization for community member whose services will be replaced during the project. Rights of entry will be printed and mailed by the County. 3.6 Neighborhood Meetings _ Participate in neighborhood meetings (two) before and after the project bid. Deliverables: The deliverables for this task include letters, transmittals, e-mails, memoranda and other forms of formal and informal communication, as appropriate. Graphic content will be provided electronically, special printings such as door hangers and large format graphics will be compensated under Task 5 - Materials, - Pre -construction coordination will include efforts associated with identifying field office location and efforts necessary to secure lease agreement, utility service, and obtain County required permits for the new office location. Pre -construction coordination will also include video documentation of wet season impacts on existing properties within the project area. Stantec will provide video documentation along with daily rain event information for the purposes of documenting existing conditions during the rainy season. This task is separate and independent of construction contractor pre and post construction condition photo documentation requirements. This task is dependent on the weather; Stantec will coordinate efforts based on rain events. Additionally, at the request of the County, a survey crew will determine the Collier County Right of way for each property than is adjacent to the project, Once established a survey marker will be placed at each property line at the Right of way. This will give property owner 1) the ability to see how wide construction activity could be, and 2) give the property owners time to remove any landscaping or personal property that might be in the right of way that they would like to save. Deliverables: The deliverables for this task include letters, transmittals, e-mails, memoranda and other forms of formal and informal communication, as appropriate. Video documentation will be provided in DVD format along with weather logs to document the rain intensity and duration based on available published data. Photo Design with ccrtiniuni;y in mind al v: \ 1773\business_development\collier county\ 14-6345 cel services for the wastewater basin programs\work assignment development\wa_02_preconstruction\sfantec_scope\preconstruction-services_scope_20150814 docx Stantec Consulting Services Inc. 3200 Bailey Lane, Suite 200 Naples, FL 34105 documentation of staked property lines will be provided to the County for each property. Special materials and printings associated with pre -construction public participation may be required at the direction of the County. Special materials and printings may include door hangers, signs, large format printing, All work will be charged on an hourly basis in accordance with the Project Fee Sheet (see attached), Many facets that control the length of the project and necessary effort are outside the control of Stantec. Hours shown in this work assignment are only estimates, Stantec shall provide support documentation with each invoice to the County which shall include the names of the employee by position that was utilized, hours spent on each task, and a brief description of what was accomplished, Task Estimated Fee Fee Ty e Task 1 - Meetings and Real Property $29,693 T&M Coordination Task 2 - Legal Sketch and Description $3,053 T&M Task 3 - Pre -Construction Public Participation for Vanderbilt Drive and $49,165 T&M Finger Street Improvements Task 4 - Pre -Construction Coordination $111,013 T&M Task 5 - Special !Materials $7,000 T&M Total Fee $199,924 T& The preconstruction phase of the Vanderbilt Drive and Finger Streets improvements is anticipated to be 270 days from the Notice to Proceed. Design with community in mind al v: \ 1773\business_development\collier county\ 14-6345 cel services for the wastewater basin programs\work assignment development\wa_02-preconsKructlon\stantec_scape\preconstruction_services _scope _20150814 dacx 4 Attachment 5 (3 Stantec September 25, 2016 File: 177310599 VIA REGULAR MAIL and Email: bccapclerkCcolliercierk.corn Attention: Collier County Board OF County Commissioners: 3299 Tamiami Trail East Suite 700 Naples, FL 34112-5749 Dear Accounts Payable, Reference Contract # 14-635 - P# 4500160668 - Rejected Invoices Collier County Public Utilities Division, Planning and Project Management Department (PPMD) awarded Contract 14-6345 to Stantec Consulting Services under Contract # 14-635. This letter is in reference to recently rejected invoices associated with Purchase Order 4500160720 for Pre - Construction Services for Vanderbilt Drive and Finger Street services under this contract. The following invoices were recently rejected by Accounts Payable due to services being performed past completion date: 1. Invoice # 1059254 in the amount of $3,672.75 issued on June 10, 2016 2. Invoice # 1072667 in the amount of $ 7,624.41.50 issued on July 13, 2016. 3. Invoice # 1085521 in the amount of $ 6,848.00 issued on August 12, 2016. 4. Invoice # 1096910 in the amount of $ 617.50 issued on August 12, 2016. Stantec provided a cost proposal on August 14, 2015 for services associated with this purchase order. Services include providing assistance for pre -construction activities as it pertains to a large neighborhood utility renewal project. Efforts, in general, include assisting with obtaining rights of entry; maintaining and operating a project hotline; databasing all customer calls; coordinating public information meetings and stakeholder meetings, and obtaining photographic and video record of precondition wet weather conditions. The scope of services is intended to assist the County in matters prior to construction. The scope of services identified a project timeframe of 270 days and was based on the understanding that the project was to be bid in the fall of 2016. Bids were received for the construction project on May 18th of 2016, lengthening the overall coordination effort. Design with cornmunity in min 4 September 25, 2016 Error! Reference source not found. Page 2 of 2 Reference: Reference In reference to your rejection of the above invoices, we respectfully disagree with the representation that the services were billed past the completion date. The schedule presented in the proposal included calendar days to complete the work and were presented as and stated as an estimate based on our understanding of the project at the time. We feel that the services have been provided in a timely manner, and although not within the originally estimated timeframe, again due to factors beyond our control, the underlying base contract and the Notice to Proceed for this assignment has a final completion date in 2035. Section 4.2 of our contract says that services for any designated portion of the project shall be completed in accordance with Schedule defined in each Notice to Proceed. The NTP for this assignment has a Final Completion date of 8/20/2035 and therefore we are still within the required Completion date. Please see attached supporting documentation. We hope you will reconsider your prior rejection and approve the invoices in question. Regards, Stantec Consulting Services Kelly K. Blak P.E. — Principal Phone: 239-263-6403 kelly.blake@sfantec.com Attachment: Invoice 1059254 Invoice 1072667 Invoice 1085521 Invoice 1096910 c. Ramon Castello, Stantec Gale Lombardo, Stantec Craig Pajer, Collier County PPMD Corinne Trtn, Collier County PPMD Kelli Wolin, Collier County PUD bk v:\1 773\octive\177310599\pro]eci-monagement\invoices\let-op-20160925.docx Design with community in mind Stantec Consulting Services Inc. StanteC 3200 Bailey Lane Suite 200, Naples FL 34105-8523 June 10, 2016 File: 177310599 Attention: Corinne Trtan Collier County Public Utilities Planning and Project Management Division 3339 Tamiami Trail East, Suite 303 Building H, 3,d Floor Naples, FL 34112 Dear Ms. Trtan, Reference: Progress Report - Pre -Construction Services for Vanderbilt Drive and Cul-de-sacs Improvements Please consider this correspondence as a progress report for Services provided for the Pre - Construction Services for Vanderbilt Drive and Cul-de-sacs Improvements project. Services associated with this invoice are from May 7th, 2016 through June 3, 2016. • PIO coordination with Diana. • Monitor public information hotline and email. • Maintain the public information hotline log. • Respond and follow up on phone calls received via the project information line. • Visit to residences from call log. • ROE coordination with Collier County Property Management. • Visit to residences regarding ROE signature \ notary & witness. • Contractor bid and bid opening. Regards, STANTEC CONSULTING SERVICES INC. Kelly K. Blake, PE Senior Associate Phone: 239-910-2757 kelly.blake@stantec.com Attachment: Stantec Invoice# 1059254 ir= s Win. with co;.z•r-un i;; rr;€r:d Bill To Collier County Board of County Commissioners Accounts Payable 3299 Tamiami Trail East Suite 700 Naples FL 34112-5749 United States �k{ INVOICE Page I of 2 Invoice Number 1059254 Invoice Date June 10, 2016 Customer Number 83376 Project Number 177310599 Please Remit To Stantec Consulting Services Inc. (SCSI) 13980 Collections Center Drive Chicago IL 60693 United States Federal Tax ID 1 1-21 671 70 Project Description: Pre -Construction Services for Vanderbilt Drive & Finger Street Improvements S-02 - Contract # 14-6345 - PO #4500160720 Stantec Project Manager: Blake, Kelly K Stantec Office Location: Naples FL Authorization Amount: $199,927.75 Authorization Previously Billed: $173,453.26 Authorization Billed to Date: $177,126.01 Current Invoice Due: $3,672.75 For Period Ending: 5/7/16-6/3/16 Vendor No: 121367 Contract No: 14-6345 Purchase Order No: 4500160720 Email To: bccopcierk@collierclerk.com CC: Craig Pajer - CraigPajer@colliergov.net Include: Project Status Rpt Please contact Gale Lombardo if you have anyquestions concerningthis invoice. Phone: (239) 649-4040 E-mail: Gale. Lombard o12Stantec.com PLEASE INCLUDE AN INVOICE# WITH PAYMENT" Thank you. lJw7Mr,TjV:7—=, A MEMO= zffmfflm.- Top Task 200 Task I - Meeting & Real Property Coordination .Xrofessional Services Billing Level Public Information Office Hardy, Sabina E Senior Inspector Haas, Gregory Howard (Greg) Professional Services Subtotal 29.00 115.00 29.00 2.00 1.10.00 2.00 31.00 Page 2 of 2 1059254 177310599 Current Amount 3,335.00 3,335.00 220.00 220.00 3,555.00 Top Task 200 Total 3,555.00 Top Task 800 Task 4 - Pre -Con Coordination Professional Services Billing Level Hours Rate Current Amount Sr. Project Manager - CEI Leader Leon, Marc 075 15700 1 17 75 0.75 117.75 0.75 117.75 Top Task 800 Total 117.75 Total Fees & Disbursements $3,672.75 INVOICE TOTAL (USD) $3,672.75 Stantec Consulting Services Inc. StanteC 3200 Bailey Lane Suite 200, Naples FL 34105-8523 July 13, 2016 File: 177310599 Attention: Corinne Trtn Collier County Public Utilities Planning and Project Management Division 3339 Tamiami Trail East, Suite 303 Building H, 3rd Floor Naples, FL 34112 Dear Ms. Trtan, Reference: Progress Report - Pre -Construction Services for Vanderbilt Drive and Cul-de-sacs Improvements Please consider this correspondence as a progress report for Services provided for the Pre - Construction Services for Vanderbilt Drive and Cul-de-sacs Improvements project. Services associated with this invoice are from June 4, 2016 through July 1, 2016. • PIO coordination with Diana. • Monitor public information hotline and email. • Maintain the public information hotline log. • Weekly project status meetings. • Development of maps and materials for July 21, 20116 meeting. • Rights of Entry and Mailing Development. • Respond and follow up on phone calls received via the project information line. • Visit to residences from call log. • ROE coordination with Collier County Property Management. • Visit to residences regarding ROE signature \ notary & witness. Regards, > Kelly K. Blake, PE Senior Associate Phone: 239-910-2757 kelly.blake@stantec.com Attachment: Stantec Invoice#1072667 Dasig as wilh comm pithy it mind Bill To Collier County Board of County Commissioners Accounts Payable 3299 Tamiami Trail East Suite 700 Naples FL 34112-5749 United States INVOICE Page 1 of 3 Invoice Number 1072667 Invoice Date July 13, 2016 Customer Number 83376 Project Number 177310599 Please Remit To Stantec Consulting Services Inc. (SCSI) 13980 Collections Center Drive Chicago IL 60693 United States Federal Tax ID 11-2167170 Project Description: Pre -Construction Services for Vanderbilt Drive & Finger Street Improvements S-02 - Contract # 14-6345 - PO 44500160720 Stantec ProjectManager: Blake, Kelly K Stantec Office Location: Naples FL Authorization Amount: $199,927.75 Authorization Previously Billed: $177,126.01 Authorization Billed to Date: $184,750.42 Current Invoice Due: $7,624.41 For Period Ending: 6/4/16-7/l/16 Vendor No: 121367 Contract No: 14-6345 Purchase Order No: 4500160720 Email To: bccapclerk@collierclerk.com CC: Craig Pajer - CraigPajer@colliergov.net Include: Project Status Rpt Please contact Gale Lombardo if you have any questions concerningthis invoice. Phone: (239) 649-4040 E-mail: Gale. Lombardo(a@Stantec.com ** PLEASE INCLUDE AN INVOICE # WITH PAYMENT** Thank you. Top Task 200 Task I - Meeting & Real Property Coordination Professional Services Billing Level Engineer Intern Alewine, Lawrence David (Larry) Dunko, Alexander P (Alex) Public Information Office Hardy, Sabina E Sr. Project Manager - CEI Leader Lean, Marc Sr. Project Manager - Program Leader Blake, Kelly K Page 2 of 3 1072667 177310599 Top Task 200 Total 6,961.00 Top Task 800 Task 4 - Pre -Con Coordination Professional Services Billing Level Hours Rate Current Amount Cle6cal/Adminstration Chaisson, Seano Elaine 1.00 62.00 62.00 1.00 62.00 Sr. Project Manager - CEI Leader Lean, Marc 3.50 157.00 549.50 3.50 549.50 Professional Services Subtotal 4.50 611.50 Current Hours Rate Amount 4.00 95.00 380.00 2.00 95.00 190.00 6.00 570.00 31.00 115.00 3,565.00 31.00 3,565.00 4.00 157.00 628.00 4.00 628.00 14.00 157.00 2,198.00 14.00 2,198.00 55.00 6,961.00 Top Task 200 Total 6,961.00 Top Task 800 Task 4 - Pre -Con Coordination Professional Services Billing Level Hours Rate Current Amount Cle6cal/Adminstration Chaisson, Seano Elaine 1.00 62.00 62.00 1.00 62.00 Sr. Project Manager - CEI Leader Lean, Marc 3.50 157.00 549.50 3.50 549.50 Professional Services Subtotal 4.50 611.50 t,y SUEZ= Page 3 of 3 1072667 177310599 Top Task 800 Total 611.50 Top Task 900 Task 5 - Special Materials rljr- ►�-� Date Cost Current Amount Direct - Other Direct Expenses Blake, Kelly K 06/21/16 51.91 0.00 51.91 US1921334 Disbursements Subtotal 51.91 Total Fees & Disbursements $7,624.41 INVOICE TOTAL (USD) $7,624.41 Siantec consulting Services Inc. StanteC 3200 Bailey Lane Suite 200, Naples FL 34105-8523 August 15th, 2016 File: 177310599 Aftentiion: Corinne Trion Collier County Public Utilities Planning and Project Management Division 3339 Tamiami Trail East, Suite 303 Building H, 3,d Floor Naples, FL 34112 Dear Ms. Trtan, Reference: Progress Report - Pre -Construction Services for Vanderbilt Drive and Cul-de-sacs Improvements Please consider this correspondence as a progress report for Services provided for the Pre - Construction Services for Vanderbilt Drive and Cul-de-sacs Improvements project. Services associated with this invoice are from July 2nd, 2016 through August 5th, 2016. ® QA/QC of real property management materials received. • Coordination and procurement of materials for public meeting. ® Assembled and sent out mailers with public notices for Cul-de-sacs. • Preparation for field distribution of door hangers. ® Field distribution on 7/13 and 7/14. ® Preparation of summary report for field distribution. ® Preparation and materials production for public meeting. • Stantec personnel attended public meeting on July 21 st. • Removed extraneous door hangers still on the Cul-de-sacs. ® Prepared draft report of public meeting summary. Regards, • Kelly K. Blake, PE Senior Associate Phone: 239-910-2757 kelly.blake@sfantec.com Attachment: Stantec Invoice #1085521 Bill To Collier County Board of County Commissioners Accounts Payable 3299 Tamiami Trail East Suite 700 Naples FL 34112-5749 United States Invoicem ., e , Invoice Date Page 1 of 3 1085521 August 12, 2016 83376 177310599 Please Remit To Stantec Consulting Services Inc. (SCSI) 13980 Collections Center Drive Chicago IL 60693 United States Federal Tax ID 11-2167170 Project Description: Pre -Construction Services for Vanderbilt Drive & Finger Street Improvements S-02 - Contract # 14-6345 - PC #4500160720 Stantec Project Manager: Blake, Kelly K Stantec Office Location: Naples Fl- LAuthorization AuthorizationAmount: $199,927.75 Authorization Previously Billed: $184,750.42 Authorization Billed to Date: $191,598.42 Current Invoice Due: $6,848.00 For Period: 7/02/16-8/05/16 Vendor No: 121367 Contract No: 14-6345 Purchase Order No: 4500160720 Email To: bccapclerk@collierclerk.com CC: Craig Pajer-CraigPajer@colliergov.net Include: Project Status Rpt Please contact Gale Lombardo if you have any questions concerning this invoice. Phone: (239) 649-4040 E-mail: Gale.Lombardo@Stantec.com ** PLEASE INCLUDE AN INVOICE # WITH PAYMENT ** Thank you. V091W W-WIR"'M Top Task 200 Task I - Meeting & Real Property Coordination Professional Services Billing Level Current Hours to Amount Clerical/Administration Walters, Nicholas Ryan (Nick) 8.00 65.00 520.00 8.00 520.00 Engineer Intern Alewine, Lawrence David (Larry) 21.25 95.00 2,018.75 Dunko, Alexander P (Alex) 17.75 95.00 1,686.25 Perez -Rivera, Miguel Angel 4.00 95.00 380.00 43.00 4,085.00 GIS Specialist Berner, Corey J 0.25 95.00 23.75 0.25 23.75 Sr. Project Manager - Program Leader Blake, Kelly K 4.00 157.00 628.00 4.00 628.00 Professional Services Subtotal 55.25 5,256.75 Top Task 200 Total 5,256.75 Top Task 300 Task 2 - Leagl Sketch & Description Professional Services Billing Level Hours Rate Current Amount Engineer Intern Dunko, Alexander P (Alex) 1.25 95.00 118.75 1.25 118.75 Professional Services Subtotal 1.25 118.75 INVOICE Page 3 of 3 Invoice Number 1085521 Project Number 177310599 To Task 300 Total 118.75 Top Task 700 Task 3 - Preconstruction Public Participation Professional Services Billing Level Hours Rate Engineer Intern Perez -Rivera, Miguel Angel 15.50 95.00 15.50 Professional Services Subtotal 15.50 0 f*Tol I f."p q I U1161 k 153 M Total Fees & Disbursements INVOICE TOTAL (USD) 1,472.50 1,472.50 1,472.50 $6,848.00 $6,848.00 Stantec Consulting Services Inc. StanteC 3200 Bailey Lane Suite 200, Naples FL 34105-8523 September 14th, 2016 File: 177310599 Attention: Corinne Trtan Collier County Public Utilities Planning and Project Management Division 3339 Tomiami Trail East, Suite 303 Building H, 3rd Floor Naples, FL 34112 Dear Ms. Trfan, Reference: Progress Report - Pre -Construction Services for Vanderbilt Drive and Cul-cle-sacs Improvements Please consider this correspondence as a progress report for Services provided for the Pre - Construction Services for Vanderbilt Drive and Cul-de-sacs Improvements project. Services associated with this invoice are from August 6th, 2016 through September 2nd, 2016. MIS • General coordination with Diana to receive comments on submittals and RFPs. • Review of pre -construction videos submittal Regards, STANTEC CONSULTING SERVICES INC. Kelly K. Blake, PE Senior Associate Phone: 239-910-2757 kelly.blake@siantec.com Attachment: Stantec Invoice #1096910 C-asign with communify in mina Bill To Collier County Board of County Commissioners Accounts Payable 3299 Tamiami Trail East Suite 700 Naples FL 34112-5749 United States 970719W Invoice Number Invoice Date Page I of 2 1096910 September 9, 2016 83376 177310599 Please Remit To Stantec Consulting Services Inc. (SCSI) 13980 Collections Center Drive Chicago IL 60693 United States Federal Tax ID 11-2167170 Vendor No: Contract No: Purchase Order No: Email To: CC: Include: 121367 14-6345 4500160720 bccopclerk@collierclerk.com Craig Pajer -CraigPajer@colliergov.net Project Status Rot Project Description: Pre -Construction Services for Vanderbilt Drive & Finger Street Improvements S-02 - Contract #14-6345 - PC #4500160720 Stantec Project Manager: Blake, Kelly K Stantec Office Location: Naples FL Authorization Amount: $199,927.75 Authorization Previously Billed: $191,598.42 Authorization Billed to Date: $192,215.92 Current Invoice Due: $617.50 For Period: 8/6/16-9/2/16 Vendor No: Contract No: Purchase Order No: Email To: CC: Include: 121367 14-6345 4500160720 bccopclerk@collierclerk.com Craig Pajer -CraigPajer@colliergov.net Project Status Rot INVOICE Page 2 of 2 Invoice Number 1096910 Project Number 177310599 Top Task 300 Task 2 - Lea Sketch & Description Professional Services Billing Level Hours Rafe Current Amount Engineer Intern 6.50 95.00 617.50 6.50 617.50 Professional Services Subtotal 6.50 617.50 To Task 300 Total 617.50 Total Fees & Disbursements $617.50 INVOICE TOTAL (USD) $617.50