Loading...
Agenda 03/26/2019 Item #16C 616.C.6 03/26/2019 EXECUTIVE SUMMARY Recommendation to approve the addition of $250,000 in allowances to Agreement No. 16-6638, Vanderbilt Drive Cul-de-sacs Public Utility Renewal Project (the "Project"), with Mitchell & Stark Construction Company, Inc. and approve a purchase order modification for $307,024 to Stantec Consulting Services, Inc. (Agreement No. 14-6345) for CEI Services on the Project. OBJECTIVE: To provide reliable, sustainable, and regulatory compliant services to the utility customers along Vanderbilt Drive and the 14 adjacent Conners subdivision neighborhood cul-de-sacs by replacing and refurbishing the water, wastewater and stormwater infrastructure, and to provide continuous construction engineering and inspection (CEI) services throughout the construction process. CONSIDERATIONS: On July 12, 2016 (Agenda Item 11D), the Board approved Agreement No. 16- 6638 with Mitchell and Stark Construction Company, Inc. for the Vanderbilt Drive Cul -de -Sacs Public Utilities Renewal Project, which includes the replacement of water, wastewater and stormwater infrastructure. The Project is currently 67 percent complete. In order to finish the Project, additional allowances to the construction contract and an increase to the construction, engineering and inspection services purchase order are required. Each need is addressed separately below. Allowances to Agreement No. 16-6638 with Mitchell & Stark Construction Company, Inc. This is a multi-year project that includes multiple allowances for unforeseen conditions in specific utility areas. Due to the reasons listed below, the water and stormwater allowances are becoming depleted and need to be refunded to cover work directives and additional quantities. In total, this item adds $250,000 in allowance funding. There will also be a fund reallocation of $110,000 via a separate Change Order No. 7 (See Attachment 1, Change Order No. 7, and its breakdown spreadsheet in Attachment 2 for a detailed explanation). • Water Allowance: Early in the project during Phase 2, it was discovered that approximately 1,000 linear feet of asbestos -cement water main along Heron Avenue needed to be replaced. This was not included in the project because records indicated the water main had previously been replaced. This work consumed $118,009 of the original $175,000 allowance. Six additional asphalt paving mobilizations were added to get streets paved sooner than originally scheduled. Concrete and brick paver driveway restoration areas have been greater than anticipated as work often extends beyond the right-of-way (due to sloping issues and cleanouts located on private property). An additional $185,000 is needed to replenish the water allowance. • Wastewater Allowance: $804,890.20 of the wastewater allowance was encumbered by Change Order No. 6 to relocate two pump stations within the project area that have reached the end of their useful life. To replenish the allowance, Change Order No. 7 transfers $60,000 from Item 1.10 - Landscaping Allowance to Item 3.46 - Wastewater Allowance. • Stormwater Allowance (Vanderbilt Drive): An additional $13,000 is needed to increase the stormwater allowance. Also, Change Order No. 7 transferred $50,000 from Item 4.15 - Stormwater Landscaping Allowance to Item 4.16 (refer to the Allowance Consolidation table in Attachment 2). Final Total Allowance for Item 4.16 will be $113,000. • Stormwater Allowance (Conners Avenue): Add $52,000 to replenish the stormwater allowance. Staff has encountered several unforeseen stormwater related costs, such as replacement of several linear feet of pipe and mitered end sections that were planned to remain per design plans but needed to be Packet Pg. 849 16.C.6 03/26/2019 replaced because of the deteriorated conditions once excavated; installation of additional inlets in lieu of mitered end sections due to elevation/cover issues for driveway culverts. Concrete and brick paver driveway restoration areas have been greater than anticipated as work often extends beyond the right-of- way (due to sloping issue and cleanouts located in private property). The following table summarizes allowance utilization and shows how the additional $250,000 is allocated: Staff will continue to judiciously utilize the resulting allowances through review by engineer -of -record and negotiating with the contractor to address unforeseen field conditions. Purchase Order Modification (Aueement No. 14-6345) with Stantec Consultiniz Services, Inc. On July 12, 2016 (Agenda Item 11E), the Board approved Purchase Order No. 4500170428 to Stantec Consulting Services, Inc., under Agreement No. 14-6345, "Construction Engineering and Inspection Services for the Wastewater Basin Programs," for the Project. Staff is requesting a purchase order modification in the amount of $307,024 according to the attached negotiated proposal with Stantec (see Attachment 3). This modification to the existing Purchase Order is a result of. (1) Mitchell & Stark has increased its production by adding additional crews in the field; (2) the 20 extra contract days added in Change Order No. 5 (approved by the Board on September 11, 2018), and the additional 28 days requested in Change Order No. 7, for a total of 48 additional project days; and 3) additional time required for the Public Information Officer to work on the Project. As of January 18, 2019, Stantec has logged and managed 2,284 customer inquiries, supporting the need for additional Public Information Officer resources. FISCAL IMPACT: The sources of funding are the Water Capital Fund (412), the Wastewater Capital Fund (414), and the Stormwater CIP Fund (325). To cover costs for the additional funding to Agreements Packet Pg. 850 General Landscape Allowance Water Unforeseen Conditions Allowance Wastewater Unforeseen Conditions Allowance Stormwater Allowances Total Stormwater Stormwater Stormwater Vanderbilt Vanderbilt Conners Drive Drive Subdivision Landscape Unforeseen Unforeseen Allowance Conditions Conditions Allowance Allowance Original $250,000.00 $175,000.00 $975,693.30 $80,000.00 $50,000.00 $50,000.00 $1,580,693.30 Contractual Allowance AllowanceI $2,805.00 $139,922.28 I $952,142.84 $0.00 $35,300.53 I $28,058.55 $1,158,229.20 Draws to Date $422,464.10 RemainingI $247,195.00 $35,077.72 I $23,550.46 I $80,000.00 $14,699.47 I $21,941.45 Allowance CO No. 7I -$60,000.00 I +$60,000.00 -$50,000.00 +$50,000.00 Reallocation I Proposed $185,000.00 $13,000.00 $52,000.00 $250,000.00 Increased Allowance New Balances 1 $187,195.00 I $220,077.72 1 $83,550.46 1 $30,000.00 I $77,699.47 $73,941.45 I $672,464.10 Staff will continue to judiciously utilize the resulting allowances through review by engineer -of -record and negotiating with the contractor to address unforeseen field conditions. Purchase Order Modification (Aueement No. 14-6345) with Stantec Consultiniz Services, Inc. On July 12, 2016 (Agenda Item 11E), the Board approved Purchase Order No. 4500170428 to Stantec Consulting Services, Inc., under Agreement No. 14-6345, "Construction Engineering and Inspection Services for the Wastewater Basin Programs," for the Project. Staff is requesting a purchase order modification in the amount of $307,024 according to the attached negotiated proposal with Stantec (see Attachment 3). This modification to the existing Purchase Order is a result of. (1) Mitchell & Stark has increased its production by adding additional crews in the field; (2) the 20 extra contract days added in Change Order No. 5 (approved by the Board on September 11, 2018), and the additional 28 days requested in Change Order No. 7, for a total of 48 additional project days; and 3) additional time required for the Public Information Officer to work on the Project. As of January 18, 2019, Stantec has logged and managed 2,284 customer inquiries, supporting the need for additional Public Information Officer resources. FISCAL IMPACT: The sources of funding are the Water Capital Fund (412), the Wastewater Capital Fund (414), and the Stormwater CIP Fund (325). To cover costs for the additional funding to Agreements Packet Pg. 850 03/26/2019 No. 16-6638 and No. 14-6345 budget amendments are required from Projects 70197, 70087, and 70220 in the Water Capital Fund (412), in the amount of $250,000; from Project 70139 in Wastewater Capital Fund (414), in the amount of $193,425; and from Projects 51101 and 60127 in Stormwater CIP Fund (325), in the amount of $115,000. The tables below show the sources of funding for the Mitchell & Stark contract amendments and the Stantec purchase order modification. Mitchell & Stark Contract No. 16-6638 Allowance Funding Sources Amount Stormwater Capital Fund (325) $65,000.00 Water Capital Fund (412) $185,000.00 Wastewater Capital Fund (414) $0.00 Total Proposed Allowance $250,000.00 Stantec Contract No. 14-6345 P.O Modification Funding Sources Amount Stormwater Capital Fund (325) $49,124.00 Water Capital Fund (412) $64,475.00 Wastewater Capital Fund (414) $193,425.00 Total Stantec Proposal $307,024.00 GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve: (1) the addition of $250,000 in allowances to Agreement No. 16- 6638, Vanderbilt Drive Cul-de-sacs Public Utility Renewal Project, with Mitchell & Stark Construction Company, Inc.; and (2) a Purchase Order modification for $307,024 to Stantec Consulting Services, Inc. (Agreement No. 14-6345) for CEI Services in the Vanderbilt Drive Cul-de-sacs Public Utility Renewal Project; and 3) to authorize the necessary budget amendments as set forth in the above Fiscal Impact section. Prepared by: Diana Dueri, Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. Attachment 1 - Change Order 7 (PDF) 2. Attachment 2 - Breakdown Spreadsheet (PDF) 3. Attachment 3 - Stantec Proposal (PDF) 4. [Linked] Change Order 7 Backup Docs Final (PDF) 5. [Linked] Construction Agreement 16-6638 Mitchell & Stark (PDF) 16.C.6 Packet Pg. 851 16.C.6 03/26/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.6 Doe ID: 7680 Item Summary: Recommendation to approve the addition of $250,000 in allowances to Agreement No. 16-6638, Vanderbilt Drive Cul-de-sacs Public Utility Renewal Project (the "Project"), with Mitchell & Stark Construction Company, Inc. and approve a purchase order modification for $307,024 to Stantec Consulting Services, Inc. (Agreement No. 14-6345) for CEI Services on the Project. Meeting Date: 03/26/2019 Prepared by: Title: Project Manager — Public Utilities Planning and Project Management Name: Diana Dueri 02/22/2019 1:37 PM Submitted by: Title: Division Director - Public Utilities Eng — Public Utilities Planning and Project Management Name: Tom Chmelik 02/22/2019 1:37 PM Approved By: Review: Wastewater Beth Johnssen Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Public Utilities Planning and Project Management Benjamin Bullert Public Utilities Planning and Project Management Michael Stevens Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Growth Management Department Lisa Taylor Additional Reviewer Public Utilities Planning and Project Management Tom Chmelik Public Utilities Operations Support Tara Castillo Additional Reviewer Capital Project Planning, Impact Fees, and Program Management Liz Gosselin Public Utilities Operations Support Joseph Bellone Additional Reviewer Procurement Services Ted Coyman Additional Reviewer Procurement Services Catherine Bigelow Additional Reviewer Procurement Services Sara Schneeberger Additional Reviewer Growth Management Operations Support Christopher Johnson Capital Project Planning, Impact Fees, and Program Management Amy Patterson Public Utilities Department JenniferA Rainey Level 1 Division Reviewer Completed 02/22/2019 2:25 PM Completed 02/22/2019 3:01 PM Additional Reviewer Completed Additional Reviewer Completed Additional Reviewer Completed Completed 02/25/2019 3:26 PM Additional Reviewer Completed Completed 02/28/2019 8:37 AM Additional Reviewer Completed Completed 02/28/2019 2:12 PM Completed 03/05/2019 3:25 PM Completed 03/05/2019 3:35 PM Completed 03/05/2019 3:36 PM Additional Reviewer Completed Additional Reviewer Completed Completed 03/12/2019 12:08 PM Packet Pg. 852 Public Utilities Department County Attorney's Office Office of Management and Budget County Attorney's Office Office of Management and Budget County Manager's Office Board of County Commissioners George Yilmaz Level 2 Division Administrator Review Scott Teach Level 2 Attorney Review Valerie Fleming Level 3 OMB Gatekeeper Review Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Susan Usher Additional Reviewer Nick Casalanguida Level 4 County Manager Review MaryJo Brock Meeting Pending 16.C.6 03/26/2019 Completed 03/12/2019 12:53 PM Completed 03/18/2019 9:31 AM Completed 03/18/2019 9:41 AM Completed 03/18/2019 1:15 PM Completed 03/19/2019 10:00 AM Completed 03/20/2019 7:28 AM 03/26/2019 9:00 AM Packet Pg. 853 GUter County 16.C.6.a Procurement S Change Order Form ❑ Contract Modification ❑ Work Order Modification ❑ Amendment Contract #: 16-6638 Change #: 7 Purchase Order M 4500170496 Project #: 70122.1.1 70122.1.2 60122.2 Contractor/Firm Name: Mitchell & Stark Construction Co., Inc. Contract/Project: Vanderbilt/Cul-de-Sacs Public Utility Renewal Project Manager Name: Diana Dueri Division Name: Engineering and Project Management Original Contract/Work Order Amount $ 17,300,544.02 Current BCC Approved Amount $ 17,782,115.07 Current Contract/Work Order Amount $ 17,782,115.07 Dollar Amount of this Change Revised Contract/Work Order Total Cumulative $ 0.00 $ 17, 782,115.07 $ 481,571.05 7/12/16 11 D Original BCC Approval Date; Agenda Item # 7/12/16 11 D Last BCC Approval Date; Agenda Item # SAP Contract Expiration Date (Master) 2.78% Total Change from Original Amount 0.00% Change from Current BCC Approved Amoun 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 10/17/2016 Original 11/6/2018 Last Approved 9/12/2019 Revised Date 10/10/2019 Date I I Completion Date Date (Includes this change) # of Days Added 28 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. The Vanderbilt Drive Cul -de -Sacs Public Utilities Renewal Project is a multi-year project that was setup with multiple allowances in specific utility areas for unforeseen conditions. The project is currently at a 60% completion as of this date. Due to several reasons listed below the project is beginning to run out of allowances in certain areas. With this Change Order we are requesting transfering funds to Wastewater and Stormwater allowances to account for: • Wastewater: The existing funds available in the Wastewater Allowance were encumbered in Change Order No 6 to relocate two pump stations within the project area that have reached the end of their useful life. However, some of the materials for the pump stations were supplied by Collier County to the contractor and those costs will be deducted from Change Order No 6 back to the allowance at the end of the Project. Item 3.46 — Wastewater Allowance: Transfer $60,000.00 from Item 1.10 — General Landscaping Allowance to Item 3.46 (refer to the Allowance Consolidation table below). Final Total Allowance for Item 3.46 will be $1,035,693.30. • Stormwater: Contractor has encountered different field conditions from when the project was designed. Many of the existing utilities that were deemed to be in satisfactory conditions and planned to remain in place when the project was in the design phase have now been discovered to be deteriorated and require replacement. However, landscaping restoration in the right- of-way has not been required and these funds can be used to address the different field conditions encountered throughout the project. Item 4.16 — Stormwater Allowance (Vanderbilt Drive): Transfer $50,000.00 from Item 4.15 — Stormwater Landscaping Allowance to Item 4.16 (refer to the Allowance Consolidation table below). Final Total Allowance for Item 4.16 will be $100,000.00. Furthermore, the cumulative draw against the contract allowances of $129,376.65 is due to the following conditions as detailed in the attached spreadsheet: Install two (2) pump out connections at MPS 101.01; Patching of seawall between #307 and #291 Heron Avenues; Addition of stormwater culvert under the driveway at #256 Heron Avenue; Replacement of damaged pipes with HDPE pipes at #427 and #449 Heron Avenues; Replacement of corroded metal culvert at #272 Heron Avenue; Modification of mitered -end -section (MES) invert elevation at #224 Heron Avenue; Installation of additional linear feet of HDPE pipe between driveways at #149 Flamingo Avenue; Conners Avenue road patching; #168 Egret Avenue reinforced driveway restoration; Replacement of corroded corrugated metal pipes (CMP) at #465 and #405 Egret Avenues; Relocation of yard drain YD -34 on Vanderbilt Drive; Addition of an inlet at #427 Heron Avenue; Removal of inlet and replacement with MES at #288 Flamingo Avenue; Wastewater laterals and main deviation on Vanderbilt Beach Road; Conflict storm box at 91 st Avenue North; Replacement of corroded CMP at 95th 98th and 99th Avenues North; Brick paver driveway restoration for #156 Egret Avenue; Add / remove units to the quantity of various pay items per the attached tables below to account for the work described in Work Directives #27: field adiustments and unforeseen conditions. The total units will be increased as detailed in the tables below. Q Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Packet Pg. 854 16.C.6.a An additional 28 days are needed as detailed in the attached table for each Work Directive. Each Work Directive has its own timeframe associated to preparation, construction, and cleanup after the work is done. Depending on the nature of the work requested by the Owner, the additional time for each Work Directive may vary from 0.25 to 7 calendar days. 2. The transfer of funds to the above mentioned Allowances are needed due to the following reasons: Item 3.46 — Wastewater Allowance: To cover the cost of unforeseen conditions, the project needs funds until the rest of the moneys are back from Change Order #6. • Item 4.16 — Stormwater Allowance (Vanderbilt Drivel Existing field conditions have resulted in replacement of additional heavily deteriorated stormwater culverts that were not originally planned to be replaced. Work Directive changes were not included in the original contract due to several reasons, such as: Collier County additional requests, different site conditions from when the project was designed and field adjustments. Reference the attached spreadsheet for specific details. The Contractor needs an additional 28 days to be able to complete the additional works described in the Attached Work Directives. 3. Without the transfer of funds to the above mentioned Allowances the County will not be able to finish the project 100% as the different Collier County departments will not have the necessary budget to compensate for the unforeseen conditions stated above. Without the changes described in the attached Work Directives, conflicts due to unforeseen conditions would not be accounted for, properties would be without service, and / or the wastewater and stormwater systems would not be completed. Reference the attached spreadsheet for specific details. Without the additional 28 days the Contractor would not be able to perform the additional work requested in the Work Directives. These changes DO change the total contract amount. Reference the attached spreadsheet for contract's owner -directed allowances 1 co Prepared by: Date: 1/17/2019 L Diana Dueri — EPMD L Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same O 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. U Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Packet Pg. 855 Accepted by:.— Mitchell & Stark App COM Smith Approved by: Johnson Approved by. 1 et CQ;O-- Q. Grady Mi r f�— Approved by: �(-c-�-•- Oscar Martinez, al Project Approved by:, Tom V/1 Approved by: _ Joseph pne,r clot - Operations Division Approved by: �41=90 George Yilmaz, Department Head - Public Utilities Department SChneebergerSard Digitally signed by 5`"neebergerSara Approved by; Date: 2019.02.21 08:21:40 -05'00' (Procurement Professional) Revised: 10128/2014 (Divisions who may require additional signatures may Include on separate sheet.) 16.C.ti.a Date:.__ I - 70 - /I Date: 1/24/19 Date: I- ) T — Date: /A. 3 f Date: — -Z-9 / Q Date: 114_1-9 Date: / /�/170/� Date: I� / Date: Q PROCUREMENT USE ONLY Admin w BCC E8 I Rpt 1 - Packet Pg. 856 CR U co 13o pue seouemolld soes-op-Ino ll!gjGPUBA: 0891) ;aayspeoidg umopleeig - Z;uauayoe;;d :;uewt4oe;;V c �o ' Y- v Q = V r c � M v o e a 0 � `o o O 0 a e o a O o V m •� L! d 3 ro o O 0 o O 0 o O 0 C L v O o 3 N h N • O m z — C `y O o O O O o L p a D h h N h J O O F C N NN `O « N u O a+ V O m« m L E m Q v g m u .E £ a+ Z L E m o E° o' ta+'J" m m` ,`w, ai E` c .c .n > m w o c « 2' o z £ r n a r c m -O E o � nac.w o 3 c n o 0 2 vLm'9 m= a�_- V E v w 3 0 zasz O > �o wv wo cr 6nweom^'w E o "t m n m x 3 n �_ o s '0 3 `-� 0 svv`nm Ea N z 2is t2i s3am3•t 'a 3 3 'n o lo v46 w o Z,w o N w £ o mn a o x 76 w 3 a 3 +. 3 a v a v v m w 3$ o 0 0 o z n vv a s w o m w o u `� w N °° r a m° m '^ o ^' ani ^' o n a = m Y c o' 0 3L o m a s a m' n o„ a s -O,s. c o o v E o„ aoa x c w m o w N Y a E m a c '� a m v a° m ._ m e H o o aE o m r o m E v t 3 V o «Ew w° m m o Y ' o -V° 6 -w L o w o o« r 2 ' 'o` m w o N w c c n F OO L a w n a C. 5 vYi 9 3 r 'o H t t u d H L 0 oQ c Y v N 3 c a a 'fo a y w y> N # 'a cm o a c c oa o o o c _n u mO L!a.� 3Q a ¢> .N m o c E u° 'o. m ° c E o -.1 z 2 m Y o o_' m E -�° E n o. _ t q a I Y o u c 3 d o Q— C m n o L -ma x E Y—N •M aQq y m °i a+ T m p y H v W m N Q C° m co 3 m C C A R YC. . u > m xxw o$ v « > O 6 « a E w m o a Y= o w" x> a' v `a w a m 9 r o 'ie y d v Q 5 ' ¢ e e �e e c x y y o 0 H 'o z° a� �e o• c v «'• o 3 r u a" 3 a o. E o a' 3 V = v o m o a o z c= 3 _ a s E '3 v o' « o 3 u° m o a s m m ¢ $ z m z ,= Q> n -w CR U co 13o pue seouemolld soes-op-Ino ll!gjGPUBA: 0891) ;aayspeoidg umopleeig - Z;uauayoe;;d :;uewt4oe;;V N O O O O N h h n � i/1 N O N o n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v z a c a 5 :o a = a E Y .N a o c o p n c 5 - u n d c `m r a �a v n ra o " o ,L. c o a o o ti 3 0 o o° m C m N N Y w V ° L V L V Y -o y =xw v E E a v m 9 C ♦+ o> 15 t c -oVa c E y? a v d o n .n o p o E 72 °° n= _ 3> c 3 S a m c m L � 3 L O0 z L m cm o o v m m o o c l c y 'y o n m a a w z 3 c Z. v r 2 r c a 9 g o o c a n c c N c > 3 o c v o v a m= v E c v= «, Y-° .a �° � o m�� o ° Y mr c m c - 'o y t o i y mw w 4 a m a 72 c a x a 0 3 ox ca r w E Oa c- H o nv'n N o E N n C m p w v t 5 a N L x y 2 r 2 n 4i 'm° m z m m z" m m c o m 3 a LL c v E V E i iO c a c a e d a y w = ° a '� g o '- = �'t x e `o a c? o i °' E 3 i `o `o c o u o ' v c m zo c Y, A i, 'a « E c Eo u m o v w pa' ¢'� 3 as c` ° a 3 z L 0 3 00 LO Qo Cb a a� .�c L) R IL CR U co 13o pue seouemolld soes-op-Ino ll!gjGPUBA: 0891) ;aayspeoidg umopleeig - Z;uauayoe;;d :;uewt4oe;;V n O NLi o Lr! o n W v h m N n h m N N N h O h M N O uj O V) O o V) o O VF o o Ll o o Vl O O O N iA O O o O O o O O o O O O O O O O O O O O O O O O v > a o Y 'c n w E E °1 E o v m Y ti o v 'o -fOa N a ¢ o E a v C L y '^ c o i. N n _ y ' n Y, '`- 'v v c y Y a 3 `w c « v o ,°. o 0 0 3 '= c m v '� m a a 5 ai ^' �'�, - o m z a z = z Co- N a o 0 0 w a o z 3 ,� v c' V a a s -c z o 3 c o 3 a «. e z- o c m E o w a a ,. 'o m w t- ? w E $ ,�, > E s c z ai z c Y a Y vm V n a -Voa Y y 3 .z, Y o L o a v o '° a „ s r x E° r rt 0 o G. N o c c o> E o t> 3 3 o s uo 3 a` Y C 2i E E c Y a a 3« m cm 15 L m y a m c> E °c N c v« "o' a z « m 3 a m E v E > d "' a? 7,p, d y wl > o> v` o N 3 3 0 ..o-, 2 o °' � °c o w w c w 3 co m w o w a v vo a .o 0 0 2 s o 9 a c 3 m c y _u a Z Y o Q wo o 7 o O. v_� ` o �O O w 0 a+ v o a m .t, C d c =L c c O - y N n H L Q n o d o E v' d c' " 3 c' o 3 �' of Y u ` o o O w 0 p« ., m,_ c � o. v t +L-' w �_ m 'o^ o a V u Q Q 9 o Q Q d o w -o a 3 = v '� N t w Y �... '` E '-� n - to L- c t u c v N a m w c y c 3° c o c o> H m E r w E °� to- E- n vury s, $u ° `0 3v` °cav° m H nz 3 v z° £zs.. $ ¢ nEa E 3 o o w o g L Y « n a w n a .o y .o I G G. K C9> u V w d 3 d > a N CC a N d o L 0 u 2 E W o > = C C m C m N d V 2 m v d v� m N N 'c U y'c c o% 0 2 aC+ O N Y1 d �^ vW m3o �� a w M C V N � �-°a a . V lOvf a R E Z> o v > m> .m = Q e o e¢ o .� o `c .` .. E o p E c v c a r -o = a .� w u c z m > m v .� = o a� 6 0 E v m v m = se a .� m i. 6 0 `oo" we a3i vi a -a~a `o tg m 3 3 Nso u z 3 a a 3 ae Eaa vim;: 0 z E m o `o E 3 0 0v3 z v o m LO Qo Cb a a� .�c L) R IL I o pue s ouemmiV s es a ]no mq a ueA:o8 1 met4sp a dS umop ig-Z; etui4o m;V :uewt4oe n¥ k Cb � L) IL o al \\\) 0\\\} _¥» ` ->!;« ��; \}) (\}\ :! /-2#q f}|7 _t - )f\))EM. $/f] ;!| ) r |!/ ( \)/ 'o i, ! 7 | ilk of 0 )I|. f 7 7 75. np ) Eb > 0 I)y \ ( {0 ; �f 2f§t/.t a§- % ]/ );|a15 i 4515-!7� } o B / }l71;;:t \ § )§%f\)f)[ f _ }!!`°!tom® ) \\ )(! A _:=r!«�!# A >- _ ;# §+! ` \;/;g,$;: $! f!= !ll�;� 0 !! !§; / !! !;lm220_3,5 f k Cb � L) IL CR U co 13o pue seouemolld soes-op-Ino ll!gjGPUBA: 0891) ;aayspeoidg umopleeig - Z;uauayoe;;d :;uewt4oe;;V to Qo Cb a a� .�c L) R IL o o m NN � 0 v ti 0 o 0 m h O O O V 01 N O O h O o M Vl a Oi Vl O O VT OO O O O O O O O O O O O O O s L a N z z w m E 3 v f o 0 0 n oo¢ v z n o .2 a w c m 3 mo m Y c$ 3. mj E z .¢ c 3 ,_ o o. m o w a m o w o r N a s a cc c o Y m 3 16 Zl o yo a « p m o ` w 3: 0 4 0 3 :a a E o m `m `w w S o o ,. n Y 3 a w o L' 0 c o u c g m« a y a, 3 3 y `_ V* N o m e cw E� a v ^'+ V m m ,. a N s z z 2 Y c o a E �. « .: ?w: no o c w 15 o v u t w a n .m n E n '� y o a z w u o. a w L o z o 'x N c c "% I m v ,°3 m z " o '° n c `_ o t a 'm w a Z a m o n= 3 3 U a E 3 m o 3- 'n w E m 3 c a - m N w z z 3 c 3 v m o c V<< t vii > vii vii VI 6 vii t ,. o - Y _ m y '^ c 3 N H H 2 t d G. 6 vii v 3 H d L V V 2 x a_ m Y 4� Er ti n win jE 3 v' 01 3 ° w ¢ C Ic C_ 2 t c 0`> U a ' E c 3 o' o � 3N3: o E o °° o y 'E 'xEl « o=YY 'owoN N c `+° m x °�' "• .£ g.N or m m c o n o E a �' m °' m m n � m s m w m o 'ro. z Y Y w y .° uo 3 o. 3 o+ c 21 Y _ z oo a" w a $= o`o r o m a > m c m= °• a> s oc ? >• m 1O y o a c "�' 3w: v> yL^ m r m c c a a o Es. v m o o m 3 a+2 z n E E n v c r a o v = o = i yz o °1s r mu a Y��ia'na °1 N w' -°'ma v off- w _ N j c c u v ro 3 v v c m o m c a c -25 °'v a a r a Y, c° w u 9 s `o w x 3 o uo m a> m ,'n N c o 3 m o v oo 3 c 3 v° u' a s `o 4 o z o 0 3 a wo z° u$« o v c 3 v o 3 to Qo Cb a a� .�c L) R IL I o pue s ouemmiV s es a ]no mq a ueA:o8 1 met4sp a dS umop ig-Z; etui4o m;V :uewt4oe n¥ k Cb � L) IL o lo o �SZt ;9)E /mi37 �- ;)f! *.2! o -7.2 (\-M )(( ;;«o- }§)]} W. ;2!|# / \oo Eb }{E -o2 . ,-1 w, �. \o.2uw o?:.- - e2 -f \\o -/)]\o - �. [[§:\§#!| !4}(!)((! \)}§{( ({@=)§\terE __ ( \\} ) - *u. _§«! �\§\®ow \\f§e § -,°«!!7 f \!f}§$#§' - §§+f! - - : > \{\79oo12 { % �i�/ f k f§f)2Q\7 t 2 \k§! 2 %\\j2f§!!2 2 k }\k[ki \ w \{2i)\!\))( \ k Cb � L) IL Stantec Consulting Services, Inc. Stantec 5801 Pelican Bay Boulevard, Suite 300, Naples, FL 34108 28 November 2018 File: 177310814 Attention: Ms. Diana Dueri Collier County Public Utilities Engineering and Project Management Department 3339 Tamiami Trail E., Suite 303 Naples, FL 34112 Dear Ms. Dueri, Reference: CEI Services for Vanderbilt Drive Cul -de -Sacs PUR Project - PO 4500170428 Modification #2 (PO MOD #2), Rev.2 Attached is a modified fee proposal associated with construction, engineering, and inspection (CEI) and Public Information Outreach (PIO) services associated with the extension of the Contractor's construction contract. We are requesting to modify the existing PO to allow for the following changes associated with the construction efforts on this project: A. Mitchell and Stark accelerating their man -power and production progress on the project; B. Additional PIO Services required for the project; and C. Mitchell and Stark's project extension of 48 days (Final Completion 10/10/2018) by Collier County The background and explanation for additional services associated with each of the above issues is provided as follows: A. Mitchell and Stark accelerating their man -power and production Mitchell and Stark began accelerating work production on the project as of April 10, 2018 (see attached email response from David Scafidi, Mitchell and Stark Project Manager, Exhibit 1). Stantec has had to provide additional CEI field representatives, at various times, to keep up with observing and documenting the progress made by the several crews working simultaneously. It's anticipated that Mitchell and Stark's increased level of man -power, and thus quantity of CEI field representatives required, will continue until the project is complete. Based on the additional CEI field services, Stantec currently anticipates that our current Construction Observation budget (Task 201) will be exhausted on July 13, 2019 and an additional 569 hours of a Senior Inspector's services will be required until our current project completion date September 4, 2019 (per PO Modification 1). The additional fee associated with this change is $62,590.00, as shown below. PositionRate Additional Hours Additional Fee Senior Inspector $110.00 569 $62.590.00 Subtotal $62,590.00 Note the additional fees requested in for this issue are not included of those requested in issue letter C below. Design with community in mind 16.C.6.c Packet Pg. 863 28 November 2018 Ms. Diana Dueri Page 2 of 3 Reference: CEI Services for Vanderbilt Drive Cul -de -Sacs PUR Project . PO 4500170428 Modification #2 (PO MOD #2), Rev.2 B. Additional PIO Services required for the project As you are aware, the level of effort for Public Information Outreach (PIO) services during this project has exceeded the needs anticipated by both Collier County and Stantec. This is primarily due to Mitchell and Stark's slow progress in completing restoration activities after Substantial Completion of the utility work in each phase. There have been numerous irrigation system repair issues, as well as incomplete sod and driveway restoration issues, where Stantec has had to provide increased PIO services to assist the County and Contractor for resolution. Based on this additional level of PIO services, Stantec anticipates that our current budget will be exhausted on January 9, 2019 and an additional 1,277 hours of Public Information Manager services will be required until our project completion date September 4, 2019 (Stantec's Completion Date per PO Modification. #1, as directed by Tom Chmelik). The additional fee associated with this change is $153,240.00, as shown below. Position I Rate Additional Hours Additional Fee Public Information Manager $120.00 1,277 $153,240.00 Subtotal $153,240.00 Note the additional fees requested in for this issue are not included of those requested in issue letter C below. C. Mitchell and Stark's Schedule Extended 48 d� Mitchell and Stark's schedule is requesting a 48 -day schedule extension through Change Order Number 7. As noted above, Stantec was previously directed to cease services for this project on September 4, 2019. Stantec is requesting additional funds for providing additional CEI services for the same number of additional days (i.e. Stantec's Completion Date to be October 22, 2019). The additional fee associated with this change is $91,634.00, as shown below. Position Rate Additional Hours Additional Fee Principal (QA/QC) $202.00 4 $808.00 Senior Project Manager -CEI Leader $157.00 87 $13,659.00 Project Manager $147.00 171 $25,137.00 Senior Inspector $110.00 169 $18,590.00 Public Information Manager $120.00 275 $33,000.00 Subtotal $91,194.00 Summary The proposed fee for that PO MOD #2 is $307,024. PO MOD #2 Changes Additional Fee A. Mitchell and Stark accelerating their man -power and production $62,590.00 B. Additional PIO Services required for the project $153,240.00 C. Mitchell and Stark's Schedule Extended 48 days $91,194.00 Total $307,024.00 Design with community in mind 16.C.6.c Packet Pg. 864 28 November 2018 Ms. Diana Dueri Page 3 of 3 Reference: CEI Services for Vanderbilt Drive Cul -de -Sacs PUR Project - PO 4500170428 Modification #2 (PO MOD #2), Rev.2 The attached PO MOD#2 Fee Sheet provides a cost breakdown by original PO Task for the issues listed above. Summarized below is Stantec's current contract amount by Task along with the proposed additional fees and proposed contract total. Task PO MOD #1 Contract (Current) Proposed Additional Fees (PO MOD #2) Proposed Contract Total Task 1 - Construction Observation and Documentation $1,670,925 $96,934 $1,767,859 Task 2 — CEI Consultant and Project Oversight $560,887 $22,928 F $583,815 Task 3 — Public Involvement $479,173 $187,162 $666,335 Total $2,710,985 $307,024 $3,018,009 Should you have any questions or need additional information please do not hesitate to contact Marc Lean at (239) 910-2757 or marc.lean@stantec.com. Regards, Marc Lean, PE 144" -- Marc Lean, PE Senior Associate Phone: 239-910-2757 marc.lean@stantec.com Attachment: PO MOD#2 Fee Sheet Exhibit 1 Ramon Castella, PE Vice President Phone: (786) 493-8688 ramon.castella@stantec.com c. Kelly Blake Smith, PE, Stantec Im 11us0242-ppfss011workgroup117731active11773108141managementlstantec_proposal_and_contractlscope&fee developmentlpomodlpomod#21vdc po mod#2_2018-11-28, rev.2.docx Design with community in mind 16.C.6.c Packet Pg. 865 16.C.6.c Collier County RFP 14-6345 Fee For Construction Engineering and Inspections (CEI) Services PO Modification #2 Vanderbilt Drive and Finger Street Improvements Updated 2018-11-28 A. PO MOD #2- Additional Services Based M&S Accelerating Schedule q4,., r¢,� r PO TASK ?, ��O Modification PO Modification meq, ,u Additional Additional Fees Qrr i yr Hours �N Position Rate Senior Inspector 5110.00 558 561,360.00V11$1,210.00 0 $0,00 569 $62,59000 0 TaskTotalHours 558 569 Task Total Fee $61,380.0053.210.00 50.00 Total Fee $62,590.00 The table above h for pr ,1in8 vddllicnal CLI Sem[M commemu/ale with Conflartor's attelorallon In Schedule from July 13 to September 4, 2019 (Stan let's Completion Date per PO Modification 111). B. PO MOD #2- Additional NO Services r� 2 G0 r 7� TASKy�yd fD is +b SY r Zy'4 r ��i r •kr {p0 'a ,4, PO Modification PO Modification Additional al Additional Fees Ho Position Rate PO Modification Additional Fees Position Rate Public Information Manager $120.00 0 $0.00 0 $0.00 1,277 $153,240.00 1.277 $153,24000 2 5404.00 0 50.00 4 $808.00 Senior Project Manager -CEI Leader $157.00 Task Total Hours 44 $6,908.004 $628.00 1,277 1,277 Task Total Fee $0.00 $0.00 .$153,740,00 total Fee $153,240.00 The table above is for providing additional PIO Services from January 10 through September 4, 2019 (Stantec's Completion Date per PO Modification O1). C. PO MOD 42- Additional CEI Services for M&S's Schedule Extension TASK r"'Tg qq r ip ,1 AIF,a iY " VV 44 IFO Po Modification Additional Hours PO Modification Additional Fees Position Rate Principal (QA7QC) $202.00 1 2 $404.00 2 5404.00 0 50.00 4 $808.00 Senior Project Manager -CEI Leader $157.00 39 $6,123.00 44 $6,908.004 $628.00 87 $13.659.00 Project Manager S14700 71 510,437.00 98 $14.406.00 2 5294.00 171 $25,137.00 Seniorinspector $110.00 169 $18,590.00 0 $0.00o $0.00 169 $18,590.00 Public Information Manager 5120-00 0 $0.00 0 $0.00 27s $33,000.00 275 $33.000.00 Task Total Hours 281 144 281 706 Task Total Fee $35,554.00 $21,718.00 $33,922.00 Total Fee $91,194.00 The tahle above is for providing addllieaal CEI and PIO Services from September S to October 22, 2019. 48 Calendar Days are added to Stantec's previous Strptembcr 4th Completlon Date (per PO MMllicMion N 1). Packet Pg. 866 16.C.6.c Exhibit 1 Lean, Marc From: dscafidi@mitchellstark.com Sent: Thursday, June 28, 2018 1:16 PM To: Lean, Marc Subject: RE: VDC - Mitchell and Stark Schedule Acceleration Marc, this is correct. -----Original Message ----- From: Lean, Marc <Marc.Lean@stantec.com> Sent: Wednesday, June 27, 2018 5:27 PM To: David Scafidi <dscafidi@m itch ellstark. com > Subject: VDC - Mitchell and Stark Schedule Acceleration David, Based on the progress schedule dated June 25, 2018 and our observations in the field, it appears that Mitchell and Stark has added additional resources to accelerate their progress toward completing the Project. This acceleration appears to have commenced when Mitchell and Stark added the Hollander crew on April 10, 2018. Please confirm you are in agreement with Stantec's assessment of Mitchell and Stark's accelerated efforts for executing the work. Thanks, Marc Lean, PE Senior Associate Mobile: (239) 910-2757 Direct: (239) 263-6448 Stantec Consulting Services Inc. 5801 Pelican Bay Boulevard, Suite 300 Naples FL 34108-2709 US [Stantec]<http://www.stantec.com/> The content of this email is the confidential property of Stantec and should not be copied, modified, retransmitted, or used for any purpose except with Stantec's written authorization. If you are not the intended recipient, please delete all copies and notify us immediately. 177310814 Packet Pg. 867 Collier County Engineerin¢ & Proiect Mana¢ement Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. # 7 (REV) DATE OF ISSUANCE: 5/18/17 PROJECT#: 70122.1.2 ENGINEER/DESIGN PROFESSIONAL: CDM Smith You are directed to proceed promptly with the following change(s): Description: Construct two pump -out connections, as shown in the attached sketch. Purpose of Work Directive. Change: Pump -out connections are requested by the County in anticipation of future bypass of Masher Pump Station 101.01. Reason/Justification: Since the area around Master Pump Station 101.01 is already disturbed and the piping is exposed, now is the ideal time M add the pump -out connections. The pump -out connections were not anticipated as part of the original design. However, ifthe pump -out connections are not installed now the area will need to be impacted again in the future when the pump -out connections are installed. Attachments: Sketch ofthe location of the proposed pump -out connection. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RECONS ENDpED: By: k, Engineer Method of determining change in Contract Times: ❑ Contractor's records ® Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by 0 calendar days. FV IY 0: CC VA SIA BY: Owner's Representative 01/08/18 3:53PM J i F 3 3A m f � _ r Collier Countv Engineering & Proiect Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER M 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 7 (REV) DATE OF ISSUANCE: 5/18/17 PROJECT#: 70122.1.2 ENGINEER/DESIGN PROFESSIONAL: CDM Smith You are directed to proceed promptly with the following change(s): Description: Construct two Pump -out camections, as shown in the attached sketch. Purpose of Work Directive Change: Pump -out connections are requested by the County in anticipation of future bypass of Master Pump Station 101.01. Reason/Justification: Since the area mound Master Pump Station 101.01 is already disturbed and the piping is exposed, now is the ideal time to add the pump -out connections. The pump -out connections were not anticipated as pan ofthe original design. However, ifthe pump -out connections are not installed now the area will need to be impacted again in the future when the pump -out connections are installed. Attachments: Sketch fthe location of the proposed pump -out connection. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times my claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum M Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TDD RECOMMENDED: By:/l CA Engineer Method of determining change in Contract Times: ❑ Contractor's records M Engineer's record ❑ Other Estimated change in Contract Time: Inerome or doorman by 0 calendar days. AUTHORIZED: Owner's Representative 01/08/18 3:53 PM J I } R u •► fir" I v a ygnEaNfll DR � - — aJn.=G�G69B{y9 a.M..Lf -/BKYH �i s g t •. 4. 1 - 6MIB1 ro~ w Q r Created By: Appmved By: David Scafidi Print PHM Date Mitchell & Stark Construction Co., Inc. 6001 Shirley 5 Naples, F Phorre: 339-59J7 -2365 Far:ax:2 239-5661865 FlNAL TIMEAND MATERIALS WD 87 Pump Out Come ctlons (2) DIRECT LABOR CLASSIFICATION HOURS RATE COST TOTALS Project Wrestler 1 2 $80.00 $1110.0 Field SupeMser 1 20 $55.00 $1,100.00 Operator 1 20 $50.00 $1,000.00 Pipe Layer 1 20 $40.00 $800.0 Laborer 2 40 $35.0 $1,400.00 True Driver 1 2 $30.00 $BD.0 TOTAL LABOR $4,540.0 MATERIAL NOT FROMYARD COST Fea9uson 1 LS $12,227.92 $12,22].82 MARK-UP 10% $1,222.79 TAX 6% $733.68 SUB-TOTAL $14,184.39 MATERML FROM YARD 57 Stone 20 TON $20.00 $400.0 Poly 1 LS $50.00 $50.0 MIee Strap 1 LS $60.00 $60.0 SUB-TOTAL $600.00 TOTAL MATERIALS $14,684.39 EQU/FINENT DESCRIPTION HOURS FATE COST 544 Loader 20 $911 51,900.00 Dump TrWc 2 BMW $140.00 PIG Up and Misc. Twits 20 $80.00 $1,200.0 Vac Assist Pump 6 $70.00 /day $350.00 SUB-TOTAL $3,59040 TOTALEQUIPMENT $3,590.00 SUBCONTRACTORS DESCRIPTION QUANTITY UNIT PRICE COST $0.00 $0.0 SUB-TOTAL $0.00 MARK-UP 15% $0.00 TOTAL SUBCONTRACTORS $0.00 TOTAL COST $22,814.39 Created By: Appmved By: David Scafidi Print PHM Date 1; FERGUSONO WATERWORKS FEI-FT. MYERS WATERWORKS #127 PO BOX 100286 ATLANTA, GA 30384-0206 Phrase Contact With Questions: 239-433-0555 EMAIL DUPLICATE INVOICE l To: 44X0.48 812-966-2151 seen nowolng nts: Invoice Number Customer pABe 1392718 38636 7 Plxse Merb ineWoa Number when ma0hp p4menl and remB b: TOTAL DUE-, 8480,77 FEI-FT. MYERS WATERWORKS 0127 PO BOX 100266 ATLANTA, GA 30364-0288 Sold To: MITCHELL S STARK CONST CO INC VANDERBILT CUL406SAC 6001 SHIRLEY STREET NAPLES, FL 34108 Ul0*1 SKIP To: COUNTER PICK UP 17323 JEAN STREET FT MYERS, FL 33087-8808 ShipSW When Whw Tar Cusbmer Cade Order Number Sehm Peron ✓ob Name � BaNh 127 127 FL2LEE 136 VANDERBILT CUL-DE-SAC 0&2&2018 75838 Ordead SMppaJ Beel Number Dowdodon Unit pdee UN Amount 20 20 DR18GP12 12 C900 DRIB PVC W BRIBE PIPE 19.350 FT 387.0 20 20 DRI8GW 8 G0 DR18 PVC GJ GREE PIPE TOSS FT 157.W 2 2 MJLSP4LA12 12 MJ CIM P401 LONG SLV UA 481.540 EA WSW I 1 FFAST13509 12X8 ALL SS TAP SLV 13.10.13.50 1034.50 EA 1034,50 f 1 AFCW08DLAFTM 8 DI MJ RW OL SS TAPN VLV UA 938.890 EA 93589 f 1 SSLDE8AP B DI WDG REST'0047OK W/A 32718 EA 8L72 1 1 F9P4X B DI 1250 FLG P40190 BEND 42800 EA 42000 1 1 FPPELXX 8X8BFLGXPEEPDXD/SPL 653.850 FA 853.85 5 5 FNWNBGSOIRFBK B 318SSIWXRRFF1RFLGWG San 344.90 1 1 CFXP 8X401 C110 THIN) COMP FLG F/STL 183. EA 18358 1 1 ISBCTSPM 4X9553181 SW THRD BUSH 86.00 EA 65.0 1 1 DG30FAL 3ALUMMALEADPT M -00p EA 8550 1 1 OG 3ALUMDUSTCAP 55000 FA 5,5.50 1 1 170114 MiRBXW/GREE SWR ASSY 33850 EA 33.86 B B SSLCEITAP 112 PVC HDG REST'ONELCK WJA 94680 EA wew 1 4 ISSLCEMP 18PVC WOG REST'ONELOK WJA 48.750 EA low 31 3 1115Z OMNIMRKRGREEFJSANITARY 10.50 EA 31.50 Tar TohlAmt Sill" 388.81 w80.T1 LEAD LAW WARNING: IT IS ILLEGAL TO INSTALL PRODUCTS THAT ARE NOT "LEAD FREE" IN ACCORDANCE WITH US FEDERAL OR OTHER APPLICABLE LAW IN POTABLE WATER SYSTEMS ANTICIPATED FOR HUMAN CONSUMPTION. PRODUCTS WITH NP IN THE DESCRIPTION ARE NOT LEAD FREE AND CAN ONLY BE INSTALLED IN NON�OTABLE APPLICATIONS. BUYER IS SOLELY RESPONSIBLE FOR PRODUCT SELECTION. O FERGUSON" WATERWORKS FEI-FT. MYERS WATERWORKS 0127 FO BOX 100266 ATLANTA, GA 30364-0286 Please Contact With Questions: 2394334555 EMAIL WPLICATE INVOICE Deliver To: =BoAC6 912-966-2151 -�- Ffmll: Paaa newieq �J Com".%; Invoice Number PAMae re/mroInvoice Cu4romer Page 1392345 38838 1 Nb. whenin M1M paymentan#nmkto: FEI-FT. MYERS WATERWORKS #127 PO SOX 10D288 ATLANTA, GA 303840288 SOW T. MITCHELL & STARK CONST CO INC VANDERBILT CUL-DE-SAC DWI SHIRLEY STREET NAPLES, FL 34108 TOTAL DUE—v 8489.]] Sh/R To: MITCHELL & STARK CONST CO INC VANDERBILD ORrVARIOUS LOCATION FINGER STREETS VANDERBILT CI II .DF.RAP. &L, WMa Coda porion Jab Nerve _ _ _ _ _ I Barth 127 127 FMOL ISS VANDERBILTCUL-DESAC ON272018 19825 OnAemt Shlppe# I IMrn Nwnber I DarcNpl/on I UoT Pike UM Amount 20 20 OR18GPi2 120900 DRie PVCGJGREEP/PE 19.350 FT 387,00 20 2 ON'GPX 8C900DR18 PVC GJ GREE PIPE TWO FT 167.00 2 2 IMASPAL4t12 12W CIW P40 LONG SLV UA 481.640 EA 913.08 1 f IffAST13508 IWALLSSTAPSLV1310.13.50 1034.500 EA 103,1.50 1 1 lAFC260iIDL4FTM BDIMJRWOLSSTAPNVLVUA 938.890 EA 93889 1 1 ISSLDEDAP B DI WOG REST•ONEL0K WA 37.718 EA 3212 1 1 IMNX 8 DI 125# FLG P4010 BEND 420.000 EA 42000 1 1 FPPELXX 8X80 FLGXPE EPDX DI SPL 853.850 Fit 86385 5 5 FNWNBGSBIRFBK 6316SS 150#RRFF1,9FLGPXG 88.980 EA 344.90 1 1 CFXP 8X4DIC110THRDCOMPFLG HST- 1835 EA 18358 1 1 ISpCTBPM 4X385318160#7HRD BUSH 0. EA 8500 1 1 0G300FAL 3ALUM MALEADPT 85.000 EA 85.00 1 1 W300OCAL 3ALUMDUSTC4P WOW EA 85.00 1 1 A1]0119 MTR BK W/GREE SWR ASSY 33.850 EA 3388 B 6 SSLCEf2AP 12PVC WDC REST-ONELOK W/A 94.880 EA 58808 4 4 SSLCEBAP SPVC MG REST-ONELOK W/A 98.)60 EA 195.00 31 3 /182 OMNIMRKR GRE RSANITARY 10.600 EA 31.50 TA. TOMI Amt 6113.96 396.81 6489.]7 LEAD LAW WARNING: IT IS ILLEGAL TO INSTALL PRODUCTS THAT ARE NOT "LEAD FREE" IN ACCORDANCE WITH US FEDERAL OR OTHER APPLICABLE LAW IN POTABLE WATER SYSTEMS ANTICIPATED FOR HUMAN CONSUMPTION. PRODUCTS WITH -NP IN THE DESCRIPTION E FOR NOT LE D SELECTIONAN ONLY BE INSTALLED IN NON -POTABLE APPLICATIONS. BUYER IS SOLELY C:oll7er County TIME & MATERIALS SHEET Public Utilities Department VANDERBILT DRIVE CUL-DE-SACS Growth Management Department PUBLIC UTILITY RENEWAL PROJECT ® Stantec Date: 11/30/2016 Inspectors: GH, SR, RB Stantec PIN: 177310814 Work Directive#7 Day of Week: Wednesday I Contract Day: 46 Total Days: 950/1040 TIME & MATERIAL WORK DESCRI Remarks WORK DIRECTIVE - #7: SANITARY SEWER PUMP OUT CONNECTIONS VANDERBILT DRIVE • Stations 71+00± and 64+40±: Contractor installed sanitary sewer pump out connections at MPS 101.00 and near the intersection of Vanderbilt Drive and Bluebill Avenue as described in Work Directive #7. 11/15/2016 o Personnel: One (1) foreman, one (1) operator, one (1) pipe layer, two (2) laborers, and one (1) truck driver. o Equipment: One (1) front-end loader, one (1) dump truck, one (1) pick up, and one (1) vac assist pump. o Materials: #57 stone and all fittings necessary for 12" x 8" bypass connections. o Time: 8 -Hours. 11/16/2016 o Personnel: One (1) foreman, one (1) operator, one (1) pipe layer, two (2) laborers, and one (1) truck driver. o Equipment: One (1) front-end loader, one (1) dump truck, one (1) pickup, and one (1) vac assist pump. o Materials: #57 stone and all fittings necessary for 12" x 8" bypass connections. o Time: B -Hours. 11/30/2016 o Personnel: One (1) foreman, one (1) operator, one (1) pipe layer, two (2) laborers, and one (1) truck driver. o Equipment: One (1) front-end loader, one (1) dump truck, one (1) pickup, and one (1) vac assist pump. o Materials: #57 stone and all fittings necessary for 12" x 8" bypass connections. o Time: 4 -Hours Vanderbilt Drive Cul -de -Sacs Page 1 of 2 Public Utility Renewal Project Contractors) and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1[Mitchell Prime: & Stark Foreman 1 20 Part Time ForemanOperator 0 0 Pipe Layer 1 20 1 1 20 Laborer 2 20 Truck Driver 1 20 2Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Front End Loader 2 1 20 1. - Dump Truck 1 1 2 1 - Pick Up and Misc. Tools 2 1 20 1 - Vac Assist Pump 1 1 5 Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Collier County Engineering & Proiect Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: # 16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Static Construction Co. Inc. WORK DIRECTIVE # 8 DATE OF ISSUANCE: 02/06/17 PROJECT#: 60122.2 (Stonnwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to patch the end of the outfall pipe at the seawall between lots 307 Heron Ave and 291 Herron Ave. The work shall be done using hydraulic cement and by hand to force as much cement into crevices as possible. Purpose of Work Directive Change: To reduce furore deterioration of the existing outfall pipe. Reason/Justification: The current work area for stormwater improvements does not include any outfall pipe location. During the design phase, visual surveys at each pipe and (by the street and seawall) were conducted to determine their relatively good conditions with no visual signs of significant disrepair. However, the condition of the subject outfall changed since design was completed, and now is the ideal time to do this minor repair needed as part of this project. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RECOMME� By: Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engincer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: Owner's Representative Representative 05/10/17 12:39 PM Created By: Approved By: David Soa6di Punt Print Date Company Mitchell & Stark Construction Co., Inc. 60019:239- N165 Fax: 9 239 Phone: 239-59]-2165 Fax: 239-566-]865 ESTIMATED TIME AND MATERIALS 307 Heron Ave. OUMall Repair WORK DIRECTIVE #8 DIRECT LABOR CLASSIFICATION HOURS RATE COST TOTALS Pmlect Manager $90.00 $0.00 Field Supervisor 1 2 $55.00 $110.00 Operator $50.00 $0.00 Pipe Layer $40.00 $0.00 Laborer 5 10 $35.00 $350.00 Torek Driver $30.00 $0.00 TOTAL LABOR $460.00 MATERIAL NOT FROM YARD COST som SUB -TOTAL $0.00 TAX 6.100% $0.00 SUB -TOTAL $0.00 MARK-UP 10% MATERIAL FROM YARD Bag of Cement 5 $ 9.00 $45.00 SUB -TOTAL $45.00 TOTAL MATERIALS $45.00 SOU/PMENT DESCRIPTION HOURS RATE COST Pick Up and M§a Toole 2 $60.00 $120.00 SUBTOTAL $120.00 TOTAL EQUIPMENT $120.00 SUBCONTRACTORS DESCRIPTION QUANTITY UNIT PRICE COST $0.00 $0.00 SUB -TOTAL $0.00 MARK-UP 15% $0.00 TOTAL SUBCONTRACTORS $0.00 TOTAL COST $62$.00 Created By: Approved By: David Soa6di Punt Print Date Company Co ler County TIME & MATERIALS SHEET Public Utilities Department VANDERBILT DRIVE CUL-DE-SACS Growth Management Department PUBLIC UTILITY RENEWAL PROJECT ® Stantec Date:3/20/2018 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive#8 Day of Week: Tuesday Contract Day: 520 Total Days: 950/1040 # TIME Remarks WORK DIRECTIVE - #8: PATCH SEAWALL OUTFALL OPENING HERON AVENUE • Station 4+00+; Contractor patched the seawall outfall opening between #291 and #307 Heron Avenue, as described in Work Directive #8. o Personnel: One (1) foreman, five (5) laborers. o EOuioment: One (1) truck. o Materials: Five (5) bags of hydraulic cement. o Time: 2 -Hours. Contractors) and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 2 Prime: 0 1 - Front-end Loader Part Time 0 0 1 Trucks 2 1 Mitchell & Stark Foreman 1 2 Foreman 0 0 Pipe Layer 0 0 1 Operator 0 0 Laborer 5 2 PartTime 0 0 Laborer Sub/Utility: 2 PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Track Hoe 2 0 0 1 - Front-end Loader 1 0 0 1 Trucks 2 1 2 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 10 #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 DATE OF ISSUANCE: 5/4/17 OWNER: Collier County Board of Commissioners PROJECT#: 60122.2(Stormwatei) CONTRACTOR: Mitchell & Stark Construction Co. Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to add a culvert under the driveway at 256 Heron Ave. Purpose of Work Directive Change: To have flow continuity by adding culver under driveway. Reason/Justification: The current work area for stormwater improvements did not include a culvert at this location because no home existed at the time of plan preparation. However, the culvert is now needed as pert of this project. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum Z Time & Material ❑ Other Estimated increase (decrease) in Allowance: S TBD Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. RECOMMENDED: AUTHORIZED, By: Michael Delate, P.E. By: Engineer Owner's Representative 05/10/17 12:39 PM Mitchell & Stark Construction Co., Inc. 60o15hirley St. Naples, FL 34109 Phone: 239-597-2165 Fax: 239-566-7665 0 UNIT PRICE 256 Heron Ave. Add 12" HDPE w/sock and MES WORK DIRECTIVE #10 ITEM DESCRIPTION UNIT UNIT PRICE CITY TOTAL 4.19 12' Perforated HDPE W/Sock LF $ 23.49 56 $ 1,315.44 4.23 Concrete Mitered End Section EA $ 1,330.00 1 $ 1,330.00 Created By: David Scafidi TOTAL COST $2,645.66 Approved By: Sign Date Date Company �i Public Collier County TIME & MATERIALS SHEET u Public Utilities DepartmentVANDERBILT DRIVE CUL-DE-SACS Growth Management Department PUBLIC UTILITY RENEWAL PROJECT ® Stantec Date: 5/4/2017 Inspectors: SR Stantec PIN: 177310814 Work Directive#10 Day of Week: Thursday Contract Day: 200 Total Days: 950/1040 # TIME & Remarks • Contractor added a culvert under the driveway at #256 Heron Ave. o Materials -56 LF of 12" perforated HDPE with sock stormwater Pipe, one (1) concrete mitered -end -section. o Time: Five (5) hours. o Personnel: One (1) foreman, one (1) Operator, two (2) pipe layers, and three (3) laborers. o Eauioment: One (1) track hoe, one (1) front-end loader, one (1) truck, one (1) mini -excavator. Contractor(s) and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1 Prime: Mitchell & Stark Foreman 1 5 Part Time Foreman 0 0 Pipe Layer 2 5 Operator 1 5 Laborer 3 5 Truck Driver 0 0 2 Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Track Hoe 2 1 5 1 - Front-end Loader 1 1 5 1 - Trucks 1 1 5 1 - Dump Trucks 2 0 0 1 - Mini -Excavator 1 1 0 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County En¢ineering & Project Manaeement Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16.6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 15 DATE OF ISSUANCE: 06/16/17 PROJECT#: 60122.2 (Stormwater) ENGINEERIDESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to remove existing damaged pipe and replace it with HDEP pipes at lots 427 Heron Ave and 449 Heron Ave. Purpose of Work Directive Change: To have flow continuity by replacing deteriorated culvert pipes and yard drain. Reason/Justification: The current work area for stonnwater improvements did not include a pipe replacement at these locations because condition of existing culvert pipes was assessed as "good condition" during the design phase. However, replacement of pipe is now needed since it presents deterioration damages. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ® Unit Prices ❑ Lump Sum C 1 Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD By: I'll, Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By:« Owner's Representative 06/16/17 2:59 PM Mitchell & Stark Construction Co., Inc. 60D3 Shirley St. Naples, FL 34109 Phone: 239-5974165 Fax: 239-566-7865 0 UNIT PRICE 427 & 449 Heron Ave Add 12" HDPE w/sock and MES, remove ex. culverts and MES WORK DIRECTIVE #15 ITEM DESCRIPTION UNIT UNIT PRICE 4.17 Existing Storm Culvert Removal LF $ 7.00 4.1 12" Perforated HDPE w/Sock LF $ 23.49 4.23 Concrete Mitered End Section EA $ 1,330.00 TOTAL COST Created By: David Scafidi Sign Date CITY TOTAL 60 $ 420.00 60 $ 1,409.40 4 $ 5,320.00 $7,149.40 Approved By: Print Sign Date Company Collier County TIME & MATERIALS SHEET a°U VANDERBILT DRIVE CUL-DE-SACS Public UtilManagement Pant PUBLIC UTILITY RENEWAL PROJECT Growth Mans emeM De anment � Stantec Date: 6/16/2017 Inspectors: SR,DS Stantec PIN: 177310814 1 Work Directive #15 Day of Week: Friday ContractDay: 239 Total Days: 950/1040 # DESCRIPTION Remarks • Station 3+20±to Station 2+89±, 30± LF of 12" perforated HDPE with sock stormwater piping and two (2) mitered -end -sections were installed at #427 Heron Avenue under Work Directive #15. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. • Station 2+85± to Station 2+54±: 30± LF of 12" perforated HDPE with sock stormwater piping and two (2) mitered -end -sections wares installed at #449 Heron Avenue under Work Directive #15. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. • Station 3+20± to Station 2+89±: 30± LF of existing CMP was removed from #427 Heron Avenue under Work Directive #15. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. • Station 2+85± to Station 2+54±: 30± LF of existing CMP was removed from #449 Heron Avenue under Work Directive #15. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. Contractor(s) and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1 Prime: Mitchell & Stark Foreman 1 5 Part Time Foreman 0 0 Pipe Layer 2 5 Operator 2 5 Laborer 3 5 Truck Driver 0 0 2 Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Track Hoe 2 1 5 1 - Front-end Loader 1 1 5 1 Trucks 1 - 1 5 1 - Dump Trucks 2 0 0 1 - Mini -Excavator 1 1 5 Vanderbilt Drive Cul -de -Sacs Page Public Utility Renewal Project Collier County Eneineerine & Project Mana1=_ement Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 17 DATE OF ISSUANCE: 06/20/17 PROJECT#: 60122.2 (Stormwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to replace corroded metal culvert at 272 Heron Ave. Purpose of Work Directive Change: To replace corroded pipe that was previously not detected. Reason/Justification: The culvert will need to be replaced to complete the stormwater work. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowame Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RECOMMENDED: By: Michael Dellaate��P.EE.. ���—}� �E�ngjin tel' "'rte Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By:---"—. Owner's Representative 06/20/17 12:57 PM Mitchell & Stark Construction Co., Inc. 6001 Shirley 5t. Naples, FL 34109 Phone: 233597-2165 Fax: 239-5664865 0 UNIT PRICE 272 Heron Ave. Add 12" HDPE w/sock and MES, Remove Ex. WORK DIRECTIVE #17 ITEM DESCRIPTION UNIT UNIT PRICE CITY TOTAL 4.17 Existing Storm Culvert Removal LF $ 7.00 30 $ 210.00 4.19 12' Perforated HDPE w/Sock LF $ 23.49 30 $ 704.70 423 Concrete Mitered End Section EA $ 1,330.00 2 $ 2,660.00 TOTAL COST Created By: David Sre0di prim Sign Date Approved By: Date Company $3,574.70 Collie�ppr County TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS Public Utilitirages ent Department PUBLIC UTILITY RENEWAL PROJECT Growth Management De rtrnent � StanteC Date: 30/13/2017 Inspectors: SR Stantec PlN: 177310814 Work Directive #: 17 Day of Week: Friday Contract Day: 358 Total Days: 660/750 PM TIME & MATERIAL WORK DESCRIPTION Remarks #1- Prime Contractor— Mitchell & Stark: HERON AVENUE (WORK DIRECTIVE #17) • Station 11+20+: Contractor performed the works described in Work Directive #17 at #272 Heron Avenue. This work was performed as Time & Material. o Contractor removed approximately 30 LF of existing corrugated metal pipe stormwater culvert. o Contractor used approximately 30 LF of 12" perforated w/sock stormwater pipe. o Contractor formed and placed concrete for two (2) mitered -end -sections. o Contractor personnel consisted of one (1) foreman, one (1) operator and four (4) laborers. Contractor also used a small track hoe to excavate for the new stormwater culvert. o Total time to perform this work was two (2) hours. Contractor(s) and Personnel # Name Type # Hrs Type # Hrs Type # Is 1 Prime: Mitchell & Stark PM Field Supervisor 1 2 Pipe Layer 1 2 Operator 1 2 Laborer 3 2 Truck Driver 2 Sub/Utility: PM Technician I Laborer Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # # # ID Description Pieces Used Total Hours Used 1 Track Hoes 1 1 2 1 1 - 1 - 1 - 1 - 1 - 1 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County Engineering & Proiect Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. #18 DATE OF ISSUANCE: 06/20/17 PROJECT#: 60122.2 (Stormwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to modify a ME invert at 224 Heron Ave. Purpose of Work Directive Change: To avoid utility conflict. Reason/Justification: The end piece of culvert was in conflict with existing utilities. Slightly changing the grade avoided the conflict. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum N Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD By: Michael Delate, P.E. E Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: -.- -" Owner's Representative 0620/17 12:58 PM Collier County Eneineerina & Proiect Manaeement Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 19 DATE OF ISSUANCE: 06/29/17 PROJECT#: 60122.2 (Stonnwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to install additional LF of HDPE pipe between driveways at 149 Flamingo Ave. Purpose of Work Directive Change: To avoid having a Swale with a back slope too steep in relationship with the property and existing landscaping. Reason/Justification: The additional LF of pipe is needed to avoid having a swale with a back slope too steep in relationship with the property and existing landscaping. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD By: Michael Delete, P.E. Engineer 41(4. Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: Owner's Representative 07/03/17 8:01 AM Mitchell & Stark Construction Co., Inc. 6001 Shirley St. Naples, FL 34109 Phone: 239-597-2165 1ax: 239-566-7865 UNIT PRICE 149 Flamingo Ave. Add 12' HDPE w/sock WORK DIRECTIVE 919 ITEM DESCRIPTION UNIT UNIT PRICE CITY TOTAL 4,19 12" Perforated H DPE w/Sock LF $ 23.49 28 $ 657.72 TOTAL COST $657.72 Created By: Approved By: Davld Soafitli Print Print Company co�'76:,• county TIME & MATERIALS SHEET Public Utilities Department VANDERBILT DRIVE CUL-DE-SACS Growth Management Department PUBLIC UTILITY RENEWAL PROJECT Stantec Date: 6/29/2017 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive #19 Day of Week: Thursday Contract Day: 252 Total Days: 950/1040 # TIME & MATERIAL WORI Remarks • Station 16+73t to 17+00±: 28t LF of 12" perforated HDPE with sock stormwater piping was installed at #149 Flamingo Avenue. Crew consisted on one (1) Foreman, two (2) Operators and three (3) Laborers. Contractor used one (1) truck, one (1) mini -excavator, and one (1) front-end loader. Total time to perform this work was 2 hours. Contractor(s) and Personnel # Name Type # Hrs Type # I Hrs Type #LH15Prime: Track Hoe 2 Mitchell & Stark Foreman 1 2 PartTime0 ForemanOperator 1 0 Pipe layer 01 1 1 2 2 Laborer 3 2 Truck Driver 0 Mini -Excavator 2 Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 Track Hoe 2 0 0 1 Front-end Wader 1 1 2 1 Trucks 1 1 2 1 Dump Trucks 2 0 0 1 - Mini -Excavator 1 1 2 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County Enl=ineerin¢ & Project Manaeement Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -Dc -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 20 DATE OF ISSUANCE: 06/29/17 PROJECT#: 60122.2 (Stormwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to leave intact the existing drainage connection at 910 Ave. Purpose of Work Directive Change: To not disturb existing functioning stortuwater system. Reason/Justification: The existing drainage pipe is in good condition. The plans proposed replacing the pipe, but upon review of the pipe after excavating the surrounding soil cover, the pipe does not need to be replaced. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TED RECOMMENDED: By: Michael Delate, P.E. Engin Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: Owner's Representative 07/03/17 8:04 AM Collier County Enaineerine & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16.6636 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 23 DATE OF ISSUANCE: 10/02/17 PROJECT#: 70122.1.2 (Wastewater) Smith You are directed to proceed promptly with the following change(s): A1113A Description: Additional work is requested by the OWNER to backfill, compact and place asphalt stall water service trench excavations crossing the roadway along Conners Avenue. Purpose of Work Directive Change: Conners Avenue was originally included as pan of Phase 2 of the Vanderbilt Cul -de -Sacs project. The Contractor began work on this stmt and installed the new water main and water services along the entire length of Conners Avenue. When the project wee re -phased to be aligned with MSTU's schedule to energize the new electric utilities on Vanderbilt Drive, Conners Avenue was excluded from Phase 2 and all construction work scheduled for this street was postponed. Since no construction work is anticipated for Conners Avenue in the neer future, the road needs to be restored back to its original condition. Reason/Justification: When the project was re -phased to be aligned with MSTU's schedule to energize the new electric utilities on Vanderbilt Drive, Conners Avenue was excluded Gom Phase 2 and all construction work scheduled for this street was postponed until mnhernmice. Attachments: None. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Ltoap Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TDD By. ugo D g Eng er Method of determining change in Contract Times: ❑ Contractor's records ® Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by 0 calendar days. AUTHORIZED: By:- � Owner's Representative 11:14 AM Created By. Approved By: David Scafidi Prim Print Sign Sign Date Company Mitchell & Stark Construction Co., Inc. 6001 Shirley St. Naples, FL 34109 Phone: 239-597-2165 Fa.:239-566-7865 ESTIMATED TIME AND MATERIALS Conners Ave 4' S-3 Temp Asphalt WORK DIRECTIVE 925 DIRECT LABOR CLASSIFICATION HOURS RATE COST TOTALS Field Supervisor 4 $55.00 $220.00 TOTAL LABOR $220.00 MATERIAL NOTFROM YARD COST $0.00 SUB -TOTAL $0.00 TAX $0.00 SUB -TOTAL $0.00 MARK-UP 10% $0.00 MATERIAL FROM YARD $0.00 SUB -TOTAL $0.00 TOTAL MATERIALS $0.00 EQUIPMENT DESCRIPTION HOURS RATE COST Pick Up Truck and Tools 4 $80.00 $240.00 SUB -TOTAL $240.00 TOTAL EQUIPMENT $240.00 SUBCONTRACTORS DESCRIPTION QUANTITY UNIT PRICE COST ReineryTrucking 1 LS $38,898.00 $38.898.00 SUB -TOTAL $38.898.00 MARK-UP 15% $5,834.70 TOTAL SUBCONTRACTC $44,732.70 $44,732.70 TOTAL COST $45,192.70 Created By. Approved By: David Scafidi Prim Print Sign Sign Date Company Relmery Tn cldng, Inc. Invoice 6323 Taylor Rd Naples, FL 34019 US reinarytrucking0comcast.net BILL TO SNIP TO Fingers Fingers Mitchel & Stark Connors Partial Restoration 601 Shirley Street Naples, FL 341 D9 INVOICE# DATE TOTAL DUE DUE DATE TERMS ENCLOSED 08-7422 10/2512017 $0.00 11/24/2017 Net3o Wo iFzS ACTIVITY CITY RATE AMOUNT AsphaR Patch 1 0.00 0.00! Dig 4" of base and install 4" of S-3 mix on all the crossing with a T cut back on existing asphalt Asphalt 86.44 450.00 38,898.00 By the Tons Labor & Materials I O�MENT 38,898.00 ANCE DUE $()"oo Q� Collier County Public Utilities Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT --*-w ® Stantec Date: 10/30/2017 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive#25 Day of Week: Friday Contract Day: 374 Total Days: 660/750 2 #2 - Subcontractor — Reinery Trucking: Subcontractor patched all water services crossings with asphalt on Conners Avenue, as described in Work Directive #25. 0 10/3/2017 8—Hours, l—Supervisor,5—Labors, 1—Track steer, l—Roller, 1 -Miller, I— Dump Truck, 21.70 Tons S3 Asphalt. 0 10/9/2017 8—Hours, l—Supervisor, 5—Labors,l—Track steer, I— Roller, l -Miller, I— Dump Truck, 8.20 Tons S3 Asphalt. 0 10/10/2017 8—Hours, 1—Supervisor, 5— Labors, l—Track steer, 1—Roller, 1 -Miller, 1—Dump Truck, 23.26 Tons S3 Asphalt. 0 10/16/2017 4—Hours, l—Supervisor, 5—Labors, 1—Track steer, 1—Roller, l -Miller, 1—Dump Truck, 14 Tons S3 Asphalt. 0 10/17/2017 9—Hours, 1—Supervisor, 5—Labors,l—Track steer, I— Roller, l -Miller, l—Dump Truck, 17.07 Tons S3 Asphalt. 0 10/18/2017 3—Hours, 1—Supervisor, 5—Labors, 1—Track steer, l—Roller, 1 -Miller, l—Dump Truck, 2.21 Tons 53 Asphalt. Total Asphalt: 86.44 53 Contractor(s) Equipment (Active or Idle) Cont/Sub # Contractors) and Personnel # Used Total Hours Used 2 - Track steer 1 40 2 # Name Type # Hrs Type # Hrs Type # Hrs 1 Prime: Mitchell & Stark PM 1 4 Field Supervisor 0 0 Pipe Layer 0 0 Operator 0 0 Laborer 0 0 Truck Driver 0 0 2 Sub/Utility: Refinery Trucking Operator 1 40 Laborer 5 40 Truck Driver 1 40 Contractor(s) Equipment (Active or Idle) Cont/Sub # Equipment # ID Description Pieces # Used Total Hours Used 2 - Track steer 1 40 2 - Roller 1 40 2 Miller 1 40 2 - Dump Truck 1 40 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project _Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 26 DATE OF ISSUANCE: 08/11/17 PROJECT#: 60122.2 (Stormwater), 70122. 1.1 (Water) ENGINEER/DESIGN PROFESSIONAL: Grady Minor / Johnson Engineering You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to install reinforcing steel (mbr) and dowels when pouring the concrete driveway at #168 Egret Avenue so it can be restored back wits original condition. Purpose of Work Directive Change: When the Cr urector removed the existing concrete driveway for #168 Egret Avenue they noticed that the concrete driveway had been reinforced with steel rebar and dowels. The contract documents did not account for restoration of existing reinforced concrete driveways. Reason/Justification: The contract documents did not include a payment item for restoration of existing reinforced concmm driveways. This change will allow the Contractor, to restore the driveway back to its odgural condition. Attachments: Noce. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Commct/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RECO � By: M/i/ chael Dickey, P.E. Engineer Method of determining change in Contract Times: ❑ Contractor's records ® Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by 0 calendar days. AUTHORIZED: ii is o By: Diana Dueri, P.M.ueri, P.M Owner's Representative 06/26/18 3!34 PM 13 UIRECTIABOR CLASSIFICATION Pmjecl wirsper Field Supervisor Operator Ppb Layer Laborer Tonk Diner LJJl�:llly`La3/7:i•IrJ'/J.ir' MATERIAL FROM YARD EQUIPMENT DESCRIPTION Mitchell & Stark Construction Co., Inc. 6001 Shirk, St. Naples, FL3C109 Phone: 239-5973165 Fax: 239366-7855 160 Egret Reinforcing HOURS RATE $90.00 $5500 $50.0O $40.00 $36.00 $30.00 TOTAL LABOR SUB -TOTAL TAX SUB -TOTAL MARK-UP 10% COST TOTALS $0.00 $0.00 W.00 V10 $O.W $0.00 COST 50.00 m.W 6.00% Moo W.00 W.W $OW W.W $oW SUB -TOTAL SON TOTAL MATERIALS HOURS RATE MW SOW C eviey a .ai Sign S'r7-0 Approved By: and Company SUB -TOTAL $0.00 TOTAL EQUIPMENT W.00 SUBCONTRACTORS DESCRIPTION QUANTITY UNIT PRICE COST culls lems 1 w $11255.01 $1,255.00 $0.00 SUBTOTAL $11256.00 MURK -UP 15% $180.25 TOTAL SUBCONTRACTORS $1,443.25 TOTAL COST $1,063.26 C eviey a .ai Sign S'r7-0 Approved By: and Company Curb Systems of SW Fla & Sarasota 10964 K-Nins Dr Bonita Springs, FL 34135 239-947-3777 Change Order # 2 Fax 239447-1366 Project Name: Vanderbilt Drive Cul-DaSacs PO # 26245 To: Mitchell & Stark Aa: David Date: 8/11/2017 CommentalNotesrCondhtons Unit price quote form place and finish only, mot by others, testing by oerors w he a isting contract. All work to be performed under same [arms and con o as specified In d incl contract unless otherwise stipulated. F'/9 -i;7 Authoftratlon And Approval To Proceed Date colt county Public Utilities Department Granth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT Pum uue� Stantec Date: 8/14/2017 Inspectors: DS Stantec PIN: 177310814 Work Directive#26 Day of Week: Monday Contract Day: 296 Total Days: 660/750 Prime: Remarks #2 - Subcontractor — Curb Systems: Subcontractor Curb Systems restored the concrete driveway at #168 Egret Avenue using steel and dowels as described in Work Directive #26. o Materials—Steel and dowel for Driveway Contractor(s) and Personnel Cont/Sub # Name Type # Hrs Type # Hrs Type # Hrs Prime: PM Field Supervisor Pipe Layer Operator Laborer Truck Driver 21 ub/Utility: rb Systems PM 1 3 Technician Laborer S 3 Contractor(s) Equipment (Active or Idle) Cont/Sub # Equipment ID Description # # Pieces Used Total Hours Used Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County Engineering & Proiect Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 27 DATE OF ISSUANCE: 09/27/17 PROJECT#: 60122.2 (Storinwater) ENGINEERMESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to replace existing corroded CMP pipes at 465 and 405 Egret Ave. Remove existing pipes and replace with new HOPE pipe Purpose of Work Directive Change: To replace existing corroded CMP pipes with installation of HDPE pipe. Reason/Justification: The existing drainage pipes were in very poor condition. In the course of recent heavy rains, the pipes conditioned worsened causing erosion and immediate replacement need. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ® Unit Prices ❑ Lump Sin ❑ Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD By: Michael Delete, P.E. Engineer -tf-( . Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: U_; Gosse(i+k Owner's Representative .�er OfnnaOoeri 09/27/17 10:09 AM Mitchell & Stark Construction Co., Inc. 6001 Shirley St. Naples, FL 34109 Phone: 239-597-2165 Fax: 239-566-7565 0 UNIT PRICE 455 and 405 Egret Ave. Remove Existing and Add 12" HDPE wlsock and new Mitered End Sections WORK DIRECTIVE #27 ITEM DESCRIPTION UNIT 4.17 Existing Stone Culvert Removal LF 4.19 12' Perforated HDPE w/Sock LF 4.23 Concrete Mitered End Section EA Created By: ditchell Penner Print Sign Date UNIT PRICE CITY TOTAL $7.00 68 $ 476.00 $23.49 68 $ 1,597.32 $1,330.00 4 $ 5,320.00 TOTAL COST $7,393.32 Approved By: Sign Date Company Coder C,01411ty Public Utilities Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT Ao�� (5� Stantec Date: 10/4/2017 and 10/5/2017 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive #27 Day of Week: Wednesday Contract Day: 349 Total Days: 950/1040 # • Station 1+20± to Station 1+60+:40± LF of 12" perforated HDPE with sock stormwater piping was installed at #465 Egret Avenue under Work Directive #27. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. • Station 4+92 to Station 5+20±: 28± LF of 12" perforated HDPE with sock stormwater piping was installed at #405 Egret Avenue under Work Directive #27. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. • Station 1+20± to Station 1+60±: 40± LF of existing CMP was removed from #465 Egret Avenue under Work Directive #27. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. • Station 4+92 to Station 5+20±: 28± LF of existing CMP was removed from #405 Heron Avenue under Work Directive #27. Crew consisted on one (1) Foreman, two (2) Operators and five (5) Laborers. Contractor used one (1) Truck, one (1) mini excavator and one (1) front-end loader. • Stations 1+20t and 1+60±: Contractor formed and placed concrete for two (2) mitered -end -sections for the new culvert at #465 Egret Avenue. • Stations 4+92± and 5+20±: Contractor formed and placed concrete for two (2) mitered -end -sections for the new culvert at #405 Egret Avenue. Contractor(s) and Personnel # Name Type # I Hrs Type # I Hrs Type # Hrs 1 Prime: Mitchell8, Stark Foreman - 1 5 PartTime Foreman 0 0 Pipe Layer 2 5 Operator 2 15 1 Laborer 1 3 1 5 1 Truck Driver 0 0 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Track Hoe 2 1 5 1 - Front-end Wader 1 1 5 i - Trucks 1 1 5 1 - Mini -Excavator 1 1 5 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 28 DATE OF ISSUANCE: 10/31/17 PROJECT#: 60122.2 (Stormwater) ENGINEERIDESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to relocate YD -34 to avoid future driveway. Plug PVC YD pipe throat. Insert a T on existing 24" HDPE for new YD. Purpose of Work Directive Change: To avoid conflict. Reason/Justification: A new home is being constructed on the lot. The future 3 -car driveway will conflict with the existing yard drain. Attachments: plan mark up If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD A "(. ak By: Michael Delate, P.E. Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: 4°,,,,,." Yom- u-""` By: Diana C. Duen Owner's Representative 10/31/17 2:37PM Mitchell & Stark Construction Co., Inc. 6001 Shirley Street Naples, Florida 34109 239-566-7865 Invoice DATE: 2/16/2018 WORK DIRECTIVE 28 INVOICE# 18028 TERMS: UPON RECEIPT PROJECT MANAGER DAVID SCAFIDI For. CUL -DIE C (FINGERS) or special Instructions: 2-14-18 T&M WORK DIRECTIVE #28 NTITY. F UNIT DESCRIPTION UNITPRICE 2 HRS FIELDSUPERVISOR $ 55.00 $ 110.00 2 HRS TRUCK WITH TOOLS $ 80.00 $ 120.00 2 HRS OPERATOR - $ 50.00 $ 100.00 2 HRS CAT 908 LOADER $ 75.00 $ 150.00 4 HRS (2) LABORERS 0 2 HRS EACH $ 35.00 $ 140.00 1 LS FERGUSON MATERIALS + SALES TAX AND 10% $ 1,143.45 HVIXI iI,IOJ.90 TOTAL E1,763.45 THANK YOU FOR YOUR BUSINESSI Collier Count) Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: #166638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. hie. WORK DIRECTIVE # 28 DATE OF ISSUANCE: 10/31/17 PROJECT#: 60122.2 (StormwaW) ENGINEERIDESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to relocate YD -34 to avoid future driveway. Plug PVC YD pipe throat. Insert a T on existing 24" HOPE for new YD. Purpose of Work Directive Change: To avoid conflict. Reason/Justification: A new home is being constructed on the lot The future 3 -car driveway will conflict with the existing yard drain. Attachments: plan mark up If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TER) RECOMMENDED: By: Micheal Delete, P.E. Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: Diana C. Dueri Owner's Representative 10/31/17 237 PM 0 FERGUSON WATERWORKS FEI-FT. MYERS WATERWORKS #127 PO BOX 100286 ATLANTA, GA 303640296 Please Contact With Quastbns: 236.63341555 EMAIL OUPLICATE INVOICE DeINa1Te: C ACe 812-966-2151 Fran: eaen aexning CommeM9: Invoke NNm6er CNetomer Paha 13400.57 38636 1 Phmse Mw W In o Nombw when mahhq py nt aM n.N W: FEI-FT. MYERS WATERWORKS #127 PO BOX 100288 ATLANTA, GA 303840286 sow To: MITCHELL 8 STARK CONST CO INC VANDERSILT CUL-DE-SAC 6001 SHIRLEY STREET NAPLES. FL 34166 TOTALDUE—e 8866.57 LJ,Q Ship Ta MITCHELL S STARK CONST CO INC VANDERBILDD ARIOUS LOCATION FINGER STREETS VANDERBILT CUL-DE-SAC u M. Code Ord .A. P= Joh Nam# D � Baleh 136 130 FL2COL 138 VANDERBILT CUL-D&SAC OM112017 76342 Ordwad Sh/ppd IMm Nembw Deamip#On UMt PNee UM AnNwM 22 22 SP-Al2N1224N12 INSERTA TEE I2"N121NTO 24'N12 284.450 EA 6477.00 Tu TOMIAmt "77.so 360.67 6866.57 Npawonwhbo7a 1WIM017 rwNmvdedPa 12966 TOTALDVEl 6666.57 OTHER APPLICABILE LAW IN POTTABLE INSTALL ATER SPRODUCTS STOEMS ANTICIPATED FOR NUM NPCONSUMPTION.PPRODUCTS WITFEDERAL NP INTHER DESCRIPTION FOR PRO DUCT FREE AND AN ONLY BE INSTALLED IN NON -POTABLE APPLICATIONS. BUYER IS SOLELY 0 FERGUSONO WATERWORKS FEIFT. MYERS WATERWORKS #127 PO BOX 100286 ATLANTA, GA 3039840286 A. Contact WfM Ques#ons: 2N9 3-0555 EMAIL DUPLICATE INVOICE DellverTo: CAMACe 812-966-2151 From: Lee smeell Comments: Inmim Number Customer Page 1355305 38638 1 Plow MerWMrmfce NumberB m4ATngpaymentandmmitro: MFT. MYERS WATERWORKS#127 PO BOX l0 ATLANTA GA 30384-0266 Sold To: MITCHELL& STARKCONST CO INC VANDERBILT CUL -DES 6001 SHIRLEY STREET NAPLES. FLUIDS TOTAL DUE, 4256.76 L'" Zg Ship To: MITCHELL& STARK CONST CO INC VANDERBILD ORIVARIOUS LOCATION FINGER STREETS VANDERBILT CUL-DE-SAC tN a 15 n Lb�ale �N =Job Name Dont B/M 136 136 FL2COL 136 VANDERBILT CUL-DESAC 7z;yl 10'242017 70533 OlgNeal Si Ap Nem NumMr DecYIPflon UM Ammmt f2 f2 N17f1AGf2N i2 uWUNIF DRNWYGRATE 33a610 EA 4017.72 Ta Total Amt 4017.72 241D8 4250.78 NpW.n bditm 11/10=7 Yottmb'dsdM ---80.35 TOTALDUE— 4256.78 OTMER LAW WARNING: LAIS W IN POTABLE INSTALL ASTEAR SYSTEMS ANTI( TMT ARE FOR "LEAD MANFCONSUMPTION PRODUCTS WITFEDERAL ENDEIRNATNER DESCRIPTION FON P T LE AD SELECTION AN ONLY BE INSTALLED IN NON -POTABLE APPLICATIONS. BUYER IS SOLELY 0 FERGUSON WATERWORKS FEIFT- MYERS WATERWORKS OV PO BOK 100288 ATLANTA, GA XZlIN1 288 Please Cwm WKI, Quudo 2W8 4555 EMAIL DUPLICATE INVOICE Deliver To: CAI:DACB 812-966-2151 From: Lee Powell Con "ft: Onolm Number I Customer Page 1367093 38636 1 Rewe. ta7eer ro mvoln xumbx then n>Jmg payment emllemn b: FEI-FT. MYERS WATERWORKStl V PO BOX 100288 ATLANTA. GA X3(M0296 Sd To: MITCHELL & STARK CONST CO WC VANDERBILT CUL-DE-SAC 6001 SHIRLEY STREET NAPLES, FL 34100 TOTALDUE—> 371.00 VoI:)28 Ship To: MITCHELL & STARK CONST CO INC VANDERBILD DWMIOUS LOCATION FINGER STREETS VANDERBILT CUL-0ESAC WIms Wu CORda O BM. P .bD Name 1 BrtM 136 136 F=OL 138 VANDERBILTCULDESAC 02/12/2018 78875 ONNreO SlgppW I lamxumbR DaMwIptlon I Unn Pike I EW IAnwunl 1 1 JNP.7A=5BP jiTmv,mSELLENDCAP I 350. EA I 350.00 iea Tow Amt xpxldw rbeAae 03/102018 yeR maytl = 7.00 TOTALDUE—a 371.00 LEAD LAW WARNING: R IS ILLEGAL TO INSTALL PRODUCTS THAT ARE NOT "LEAD FREE" IN ACCORDANCE WITH US FEDERAL OR DESCRIPTIIONCARE NOT LEAD FREE AND CAN ONLY BE INSNAICI Fn IN NON POTABLCONSUMPTION. APPLI ATION9 BUYER IS SOLELY P IN THE RESPONSIBLE FOR PRODUCT SELECTION. 0 FERGUSONO WATERWORKS FEI-FT. MYERS WATERWORKS 8127 PO BOX 100286 ATLANTA, GA 303 286 Please Confe tWRh questions: 239d33A555 EMAIL DUPLICATEINVOICE DB1W., TO: CANOACB 612-966-2151 From: cea Powell Comments: Invoke Numbvr Customer Page 1382000 38636 1 PleaseM NInvase Numberwhenmakingpeymenfar rt Nfo: FEI-FT. MYERS WATERWORKS 9127 PO BOX 100286 ATLANTA, GA 30W8 0286 SOIL To: MITCHELL 8 STARK CONST CO INC VANDERBILT CUL-DE•SAC 8001 SHIRLEY STREET NAPLES, FL 34108 TOTALDUE, 6594.05 Ship To: MITCHELL 8 STARK CONST CO INC VANDERBILD DRNARIOUS LOCATION FINGER STREETS VANDERBILT CUL-DE-SAC mNTse C Oe ONa Nmnene, II PSirsonII -lOb Nsma ImmkY Bakh 136 136 FL2COL 138 VANDERBILTCUL-0E-SAC W1M018 78523 OPtlmM ShWW Mem NmnbM DaW44X on UnN PNce UII Amount 860 960 Al2B500YODW 12X20" o" W/RTE SLO NOPE WIN 6.480 FT 8220.80 Invoke SW4000 6220.80 Tax 3)328 TOfelAmt 6084.08 NpeM on pbMore 0711112018 youmry NWuot 124,42 TOTAL WE— 6594.05 LEAD LAW WARNING: IT IS ILLEGAL TO INSTALL PRODUCTS THAT ARE NOT "LEAD FREE" IN ACCORDANCE WITH US FEDERAL OR DESCRIPTIONCARE NOT LLEIAND REE AND CAN ONLY BE INSTALLED IN NON POTABLCONSUMPTION. LNBUYER IS SOILELY P IN THE RESPONSIBLE FOR PRODUCT SELECTION. 2/14/18 T&M Collier County Cul De Sacs Work Directive #28 Foreman & Truck: 2 Hrs I Operator & Loader: 2 Hrs 2 Laborers: 2 Hrs Each Materials: a (1)12" Inserta T 1' of 12" ADS (1) Yard Drain w/Grate. (1) 12" Cap i Description: Hand dig and remove YD 34 that was installed per plan and install 12" cap. Backfill Hand dig around top of 24" drainage pipe North of proposed YD at property line, cut 12" hole in top of pipe and install materials listed above. Backfill. Respectfully Submitted: Anthony L Wysocki �i Pub4c Colller County TIME & MATERIALS SHEET Public Utilities Department DRIVE CUL-DE-SACS Growth Management Department PUBLIC UTILITY RENEWAL PROJECT ® Stantec Date: 2/15/2018 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive#28 Day of Week: Thursday Contract Day: 487 Total Days: 950/1040 Foreman 1 2.0 Supervisor 0 0 Pipe Layer 0 TIME & MATERIAL WORK DESCRIPTION i Remarks VANDERBILT DRIVE Tony's Crew: • Station 56+61±: Contractor worked on relocating YD -34 closer to property line (near Sta. 56+81±) to avoid future driveway, as described in work Directive #28. • Materials: One (1) Insert -a -Tee adapter, 1 LF 12 -inch ADS stormwater pipe, one (1) yard drain adapter, one (1) yard drain grate, and one (1) 12 -inch plug. • rime: 2.0 hours. Contractor(s) and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1 Prime: Mitchell &Stark Foreman 1 2.0 Supervisor 0 0 Pipe Layer 0 0 Operator 1 2.0 Laborer 2 2.0 0 0 2 Sub/Utility: PM Technician Laborer 1 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Trucks 1 1 2.0 1 - Small Front-end Loader 1 1 2.0 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County Enyineerina & Project Manasement Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Saw Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. hie. WORK DIRECTIVE # 30 DATE OF ISSUANCE: 11/29/17 PROJECT#: 60122.2 (Stormwater) Minor PROFESSIONAL: Q. Grady You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to add inlet at 427 Heron Ave. Purpose of Work Directive Change: To avoid steep sideslope swale maintenance. Reason/Justification: A new permitted driveway's mitered end section is close to another mitered end. The resulting swale in between is not maintainable. Attachments: plan mark up If a claim is made that the above change(s) have affected ContractlAllowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD By. Michael Delate, P.E. Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By. Diana C. Dueri, PMP Owner's Representative 12/04/17 12:24 PM Mitchell & Stark Construction Co., Inc. Invoice 6001 Shirley Street Naples, Florida 34109 239-566-7665 DATE: 2/16/2016 WORK DIRECTIVE 30 INVOICE• 18030 TERMS: UPON RECEIPT PROJECT MANAGER DAVID SCAFIDI For. CUL-DE-SAC (FINGERS) Special Instructions: 2-1448 T&M WORK DIRECTIVE #30 T. 4 HRS �ESCRIPTId FIELD SUPERVISOR $ 55.00 $ 220.00 4 HRS TRUCK NTH TOOLS $ 60.00 $ 240.00 4 HRS OPERATOR $ 50.00 $ 200.00 4 HRS CAT 908 LOADER $ 75.00 $ 300.00 a HRS (2) LABORERS M 4 HRS EACH $ 35.DD $ 280.00 1 LS FERGUSON INVOICES& SALES TAX AND 10% $ 478.36 1 CV FILL DIRT $ 18.00 $ 18.00 SUBTOTAL TOTAL $1,736.36 $1,736.36 THANK YOU FOR YOUR BUSINESSI Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE #30 DATE OF ISSUANCE: 11/29/17 PROJECT#: 60122.2 (Starmwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor You are directed to proceed promptly with the following change(s): Description: Additional work is requested by lbe OWNER to add inlet at 427 Rmos Ave. Purpose of Work Directive Change: To avoid steep sideslope scale mein enanee. Re ison/Justi6cation: A new panni ted driveway's mitered end section is close to another mitered end. The resulting swale in between is not meintaimble. Attachments: plan mark up If a claim is made that the above change(s) have affected Contmct/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RE/CCOON MENDED: By. Michael Delate, P.E. Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: Dime C. Dead, PMP Owner's Representative IV04/17 12:24 PM 0 FERGUSONO 11N EMAIL DUPLICATEINVOICE WATERWORKS PaT� .Mb Nemo db OMNa TO: (31TmAC6 81]-966-]151 FELFT. MYERS WATERWORKS 0127 Frain: cae 0eveal PO BOX imm Commsnb: 06/142018 ATLANTA,GA30384-0298 OTUeIeU SMpp9 Please COnMct Mb Quemons: Numbs McYlppan BON PTIee 2%433-0555 hAww Number Cvyonw Pape 13829W A128500200W 39638 1 geasemfsm Mvoice Number lHlVl maOMp paymentm/rem/tb: TDTALDUE— BS90.05 FELFT. MYERS WATERWORKS 0127 y� PO BOX 100286 ATLANTA OA 30384-0296 Som TO: MITCHELL 8 STARK CONST CO INC VANDERBILT CUL4UESAC 5001 SHIRLEY STREET N<PI FR FI .1. Wp To: MITCHELL 8 STARK CONST CO INC VANDERSILD DRNARIOUS LOCATION RNGERSTREETS VANDERBILT CUL-DE-SAC Mfibe 11N Code O�Nu PaT� .Mb Nemo db B4, 136 138 FL2COL 138 VANDERBILT CULDESAC 06/142018 79523 OTUeIeU SMpp9 Nan Numbs McYlppan BON PTIee 1/M Amo m 980 A128500200W f2 F2648 IMM4 LOHOPEP/PE 6480 Fi 8220.80 NadCes Jota 9T20A0 Tat 373.25 Tafel Amt 6594M NpWonsbeANe 07/102018 yaumrytlMuvt 124.42 TOTALDUE— 8594.05 OTHER APPLICABLLE LAW IN POTABLE INSTALL A ER SYSTEMS ANTICIPATED FORH MAN CONSU MPT(ON.PPRRODUCTS WITH FEDERAL P IN THE DESCRIPTIONDESCRIPTION ARE NOT LEAD FREE AND CAN ONLY BE INSTALLED IN NON -POTABLE APPLICATIONS. BUYER IS SOLELY RESPONSIBLE FOR PRODUCT SELECTION. O FERGUSONW SNI WhN EMA/LWPJCATEINVONE WATERWORKS Paaon Jab Neltra DTo: CANDACE6-2151 FEI-FT. MYERS WATERWORKS a127 Fro.: a.— Iianiks, PO BOX 100286 Cummenb: 138 ATUNTA, GA 30384-0286 02/0812018 Please Contact With Questions: 78961 Onlwax 239433-0555 Invoice Number Customer page 1357240 Unh Prlea 38636 1 Phase relerto lnwiea Numherwhen making Payment it remit to: 1 TOTAL DUE--> 434.56 FEI-FT. MYERS WATERWORKS M27 ITYPSEX510IRMINILSINCT 388.000 PO BOX 100288 W - ATLANTA, GA 30384A288 E7265AA 1121112HORESPETCOUP sole To, MITCHELL & STARK CONST CO INC VANDERBILT CUL-DE-SAC 6001 SHIRLEY STREET NAPLES, FL 34108 Ship To: MITCHELL S STARK CONST CO INC VANDERBILD ORNARIOUS LOCATION FINGER STREETS VANDERBILT CUL-DE-SAC Ship NAm SNI WhN Tai CeW CueblmrSaha Orxer Number Paaon Jab Neltra bvoha pah Batch 136 138 FL2COL 138 VANDERBILT CUL-D6SAC 02/0812018 78961 Onlwax SJISp d I Ibin Numhar Owe44tlMa Unh Prlea UM Amount 1 1 jceXBox ITYPSEX510IRMINILSINCT 388.000 EA 350.88 41 9 E7265AA 1121112HORESPETCOUP 1d.B80 EA 59.88 Taa Tob1Am1 xgltl on orbahm 0X1WD18 you mry xatluct a20 TOTAL DUE— 4U.56 OTHER APPLICABLE UW IN POTABLE INSTALL ATER SYSTEMSCANTICIPATED FOR HUMAN CONSUMPTION ACCORDANCE WITH WITH FEDERAL MER DESCRIPTION ARE NOT LEAD FREE AND CAN ONLY BE INSTALLED IN NON -POTABLE APPLICATIONS. BUYER IS SOLELY RESPONSIBLE FOR PRODUCT SELECTION. 2/14/18 T&M Collier County Cul De Sacs Work Directive #30 Foreman & Truck: 4 Hrs 1 Operator & Loader: 4 Hrs 2 Laborers: 4 Hrs Each Materials: IXBOX �3$O 5 LF of 12" Solid ADS Pipe 2 Repair Bands' a•" I Yard of fill dirt Description: Description: Hand dig around two miter ends and bust out concrete. Hand dig around both culvert" pipes, saw cut pipe flush. Dig out for X box and set, marry culvert pipe to box. Mud up and backfill. Respectfidly Submitted: Anthony L Wysocki 7 - Description: Description: Hand dig around two miter ends and bust out concrete. Hand dig around both culvert" pipes, saw cut pipe flush. Dig out for X box and set, marry culvert pipe to box. Mud up and backfill. Respectfidly Submitted: Anthony L Wysocki Con�Ter County Public Utllities Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT uuu : Stantec Date: 2/14/2018 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive #30 Day of Week: Wednesday Contract Day: 486 Total Days: 950/1040 Foreman Remarks HERON AVENUE Tony's Crew: • Station 4+401: Contractor worked on removing two (2) mitered -end -sections and installed new storm structure at #427 Heron Avenue, as described on Work Directive #30. • Manpower: One (1) foreman, one (1) operator, and two (2) laborers. • Equipment: One (1)small front-end loader and one (1) truck. • Materials: One (1) X box storm structure, five (5) LF of 12 -inch HDPE solid pipe, two (2) repair bands and native soil backfill. • Time: 4.0 hours. Contractor(s) and Personnel Contractor(s) Equipment (Active or Idle) Name Type # Hrs Type # Hrs Type # Hrs T"2 Prime: tchell & Stark Foreman 1 4.0 Supervisor 0 0 Pipyer 0 0 Operator 1 4.0 Laborer 2 240 0 0 14.0 Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 1 oft Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Trucks 1 14.0 1 - Small Front-end Loader 1 1 4.0 Vanderbilt Drive Cul -de -Sacs Page 1 oft Public Utility Renewal Project Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cud -De Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. - WORK DIRECTIVE # 31 DATE OF ISSUANCE: 11/29/17 PROJECT#: 60122.2 (Stormwater) Minor PROFESSIONAL: Q. Grady You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to remove inlet and replace with mitered end section at 288 Flamingo Ave. to avoid maintenance issues. Purpose of Work Directive Change: To avoid steep sideslope swale maintenance. Reason/Justification: The installed inlet against the newly graded right of way Swale is not maintainable. Removal of the inlet and replacing with a mitered end will allow maintenance. Attachments: plan mark up If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RE/C�ONMIENDNDED: Ae" , ` jc By: Michael Delate, P.E. Engineer Method of detemuning change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: Diana C. Dueri, PMP Owner's Representative 12/04/17 12:30 PM Mitchell & Stark Construction Co., Inc. 6001 Shirley Street Naples, Florida 34109 239-566-7865 Invoice DATE: 2/9/2018 PURCHASE ORDER: INVOICE# 18175 TERMS: UPON RECEIPT PROJECT MANAGER, DAVID SCAFIDI Bill To: For: COLLIER COUNTY BOCC COLLIER COUNTY CUL-DE-SAC ATT: FINANCE DEPARTMENT WORK DIRECTIVE 31 Comments or Special Instructions: REMOVE INLET BOX 8 INSTALL MITERED END SECTION QUANTITY UNIT DESCRIPTION UNIT PRICE AMOUNT 2 HRS FIELD SUPERVISOR $ 55.00 $ 110.00 2 HRS COMPANY TRUCK $ 55.00 $ 110.00 2 HRS CAT 908 LOADER $ 75.00 $ 150.00 2 HRS OPERATOR FOR LOADER $ 50.00 $ 100.00 2 HRS 75 HITACHI EXCAVATOR $ 95.00 $ 190.00 2 HRS OPERATOR FOR EXCAVATOR $ 50.00 $ 100.00 2 HRS LABOR $ 30.00 $ 60.00 SUBTOTAL TOTAL $820.00 $820.00 TNGNK VAII F(1R VnnP RI nuNFFSI Collier County Public UfiliSes Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT Vubtic Stantec Date: 2/8/2018 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive#31 Day of Week: Thursday Contract Day: 480 Total Days: 950/1040 # Used Total Hours Used #1- Prime Contractor— Mitchell & Stark: FLAMINGO AVENUE Tony's Crew: • Prosect limits: Contractor performed the works described in Work Directive 31. o Station 10+02t: West side of #316 Flamingo Avenue. Time: 2 hours - removed exiting structure C.B. FA -4. Contractor still needs to install new catch basin and mitered -end -sections for this work to be considered complete (additional work is covered in Work Directive #34). Contractor(s) and Personnel Contractor(s) Equipment (Active or Idle) Name Type # Hrs Type # Hrs Type # Hrs # Used Total Hours Used Prime: Mitchell & Stark Foreman 1 2.0 Supervisor 0 0 Pipe Layer 0 0 Operator 1 2.0 Laborer 1 2.0 0 0 21 Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Mini Excavator1 1 2.0 1 - From -end Loader 1 1 2.0 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 35 RevJ1 #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 DATE OF ISSUANCE: 03/22/18 OWNER: Collier County Board of Commissioners PROJECT#: 60122.2 (Stormwater) CONTRACTOR: Mitchell & Stark Construction Co. Inc. ENGINEER/DESIGN PROFESSIONAL You are directed to proceed promptly with the following change(s): Description: Additional work is requested by OWNER to cutback 20 feet of existing corrugated metal pipe (CMP) west of structure CB -8, install 10 feet of HOPE pipe connectingto CB -8 with mitered end section (MES). New MES 0 have same invert elevation as the existing CMP. Grade swsle so bottom elevation is level with MES and CMP pipe inverts. Corroded pipe cut end shall be protected with manhole wrap to protect against sharp edges. Purpose of Work Directive Change: To allow flaw connectivity flrom 951^ Ave N to Vanderbilt Drive Reasondustifieation: The original plans proposed to connect existing CMP to the new CB -8; however, field work confirmed that existing CMP shows high level of corrosion and decay. Therefore, it is necessary to add new HDPE as described above. Attachments: N/A If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum N Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RECOMMENDED: /" - jc By: Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: qy%A=bV By: (_ Owner's Representative 03/22/18 1:55 PM Mitchell & Stark Construction Co., Inc. 6001 Shirley St. Naples, Fl. 34109 Phone: 239-597-2165 Fax: 239-566-7865 1 j UNIT PRICE 95th Ave & Vanderbilt Dr Add 15" HDPE wfsock and MES, remove ex. CMP WORK DIRECTIVE #35 ITEM DESCRIPTION UNIT UNIT PRICE QTY TOTAL 4_1 ExisOng Storm Culvert Removal LF $ 7.00 20 $ 140.00 4.9 Concrete Mitered End Section EA $ 1,380.00 1 $ 1,380.00 4.14 15" Perforated HDPE w/Sack LF $ 34.00 10 $ 340.00 TOTAL COST Created By: David Scafidl Sign Date Approved By: Sign $1,860.00 Public Utilities Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT Publk uuue (311 Stantec Date: 3/22/2018 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive#35 Day of Week: Thursday Contract Day: 522 Total Days: 950/1040 # TIME & MATERIAL WORK DESCRIPTION Remarks WORK DIRECTIVE - #35: INSTALLING STORMWATER DRAINAGE EAST ON SOUTH SIDE OF 95TH AVENUE NORTH AND VANDERBILT DRIVE Tony's Crew: e Station 18+27±: Contractor removed 20 LF of existing CMP stormwater pipe and installed 10 LF of 24 - inch stormwater drainage headed east down the south side of 95th Avenue North out of catch basin CB -O8. o Personnel: One (1) foreman, three (3) laborers, and two (2) operator. o Equipment: One (1) track hoe, one (1) front-end loader, and one (1) truck. o Materials: 10 LF of 15 -inch HDPE stormwater pipe. o Time: 5.5 -Hours. WORK DIRECTIVE -#35: INSTALLING STORMWATER DRAINAGE EAST ON NORTH SIDE OF 95TH AVENUE NORTH AND VANDERBILT DRIVE 8/9/18 Tony's Crew: e Station 38+27±: Subcontractor Curb Systems excavated stormwater pipe and installed concrete forms with the dimensions of 5 -feet wide x 8 -feet long x 4 -inches in depth and placed concrete for mitered end section on end of 24 -inch stormwater pipe at the northeast corner of 95th Avenue North at Vanderbilt Drive out of catch basin CB -08. o Personnel: One (1) foreman (Mitchell and Stark), one (1) foreman (Curb Systems), two (2) laborers (Curb Systems), and one (1) concrete finisher (Curb Systems). o Equipment: one (1) truck. o Materials: 8 -foot x 5 -foot section of 6 -inch x 6 -inch welded wire fabric, 5 -foot length of #4 reinforcement steel deformed rod, approximately 1.5 cubic yards of concrete, mix design 3000 GOV REG. o Time: 1.5 -Hours. Contractor(s) and Personnel # Name Type #Hrs Type # Hrs Type # Hrs 1 Prime: Mitchell&Stark Foreman 1 7,0 PartTime Foreman 0 Pipe Layer 1 7.0 Operator 2 7.0 Laborer 2 70 .0 Truck Driver 0 0 Vanderbilt Drive Cul -de -Sacs Page 1 of 2 Public Utility Renewal Project 2 Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Track Hoe 2 1 7.0 1 Front-end Wader 1 1 7.0 1 Trucks 2 1 7.0 1 - Dump Trucks 2 0 0 Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Collier County Eneineerine & Proiect Manaaement Division WORK DIRECTIVE CHANGE CONTRACT #/PROJECT NAME: WORK DIRECTIVE #36 #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 DATE OF ISSUANCE: 03/07/18 OWNER: Collier County Board of Commissioners PROJECT#: 70122.1.2 (Wastewater) CONTRACTOR: Mitchell & Stark Construction Co. Inc. ENGINEER PROFESSIONAL: Stantec You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to connect the existing 8 -inch service connection and the 6 -inch sewer service lateral that were directly connected to existing manhole MH VB -1 near Station 14+00f on Vanderbilt Beach Road to the new gravity sewer system as described below: 1. 8 -inch service to be connected to new manhole MH VB -til, which needs to be cored. Furthermore, remove the 8"x8"x8" wye fitting that was previously installed and replace it with a knock-on hubs sleeve. 2. 6 -inch lateral, located further west, to be connected to the gravity sewer main with a45' Bend, followed by a two-way cleanout, then to the gravity sewer main with an 8"x6" Tee -Wye. Purpose of Work Directive Change: To provide wastewater service to existing residences that were not originally included in the contract documents, but are within the project limits. Reason/Justification: Contractor discovered two (2) existing 6 -inch sanitary sewer laterals and one (1) 8 -inch service connection near Station 14+00± and one (U sanitary sewer lateral near Station 12+70t on Vanderbilt Beach Road. One (1) 6 -inch sewer service lateral, located further west, and the 8 -inch service connection are directly connected to the existing manhole MH VB -1 near Station 14+00± (am attached Exhibit 1 for mark-up of Plan Sheet C-42 showing existing and proposed conditions). A new manhole is proposed in the same location. These sanitary sewer laterals and service were located in the field, but are not shown on the plans. Attachments: Exhibit 1. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RECOMMENDED: By: Marc Stonehouse, P.E. Engineer of Record Method of determining change in Contract Times: ❑ Contractor's records ® Engineer's record ❑ Other Estimated change in Contract Time: TBD Increase or decrease by _calendar days. AUTHORIZED: By: Diana Dueri Owner's Representative J N Mitchell & Stark Construction Co., Inc. Phone:39-9L2165 nx6239 Phone: 339-59]-2165 Fax: 339-566-]965 0 UNITPRICE Connect 8" Lateral to MR VB -01 WORK DIRECTIVE #36 ITEM DESCRIPTION Connect Existing Gravity Sewer M New ILI Precast Concrete Manlwle Created By. David Scafi0i Print UNIT UNIT PRICE EA $ 3,300.00 TOTAL COST CITY TOTAL 1 $ 3,300.00 $3,300.00 Approved By: Print sign Sign C01t County Public Utilities Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT uuuu ® Stantec Date: 3/12/2018 Inspectors: SR,DS Stantec PIN: 177310814 Work Directive#36 Day of Week: Monday Contract Day: 512 1 Total Days: 950/1040 TIME & MATERIAL WORK DESCRIPTION Remarks #1- Prime Contractor— Mitchell & Stark: Jeff's Crew Dated 3/12/2018: • Station 14+05±: Contractor excavated new sanitary sewer manhole VB -01, and removed the Wye and 45 -bend previously installed to the east in the 8 -inch gravity sewer main. Contractor then proceeded to reconnect the gravity main with an 8 -inch knock-on sleeve. • Station 14+OS±: Contractor removed the existing sanitary sewer manhole to the north of VD -OS and cored 12 -inch hole into the north side of manhole VD -01 and installed 12 -inch x 8 -inch boot for the existing 8 -inch main from Regatta at Vanderbilt. • Station 14+05±: Contractor removed 1 -foot top section and installed 2 -foot top cone to the existing manhole VB -01. • Station 14+08±: Contractor installed approximately 34 LF of new 6 -inch PVC sanitary sewer lateral and one (1) cleanout from 8 -inch gravity sewer main to the Regatta at Vanderbilt on Vanderbilt Beach Road, which was measured for payment. Note: Sanitary lateral was dry and runs to grassy area of the Regatta apartment complex. Contractor cemented the cast iron end cut when existing manhole was removed and ran new PVC lateral out of the 8 -inch gravity sewer main to the west of manhole VD -01 headed north. Personnel (Full Time -7 hours): One (1) forman/operator, two (2) pipe layers, two (2) laborers, one (1) operator. o Personnel (Part Time —2.5 hours): one (1) foreman, one (1) labor. o Equipment: Two (2) track hoes, one (1) front-end loader, two (2) trucks, o Time: 7 Hours o Materials: 12 -inch x 8 -inch boot, 14 LF of 8 -inch PVC sanitary sewer pipe, 8 -inch 45 -bend, 34 LF of 6 -inch PVX sanitary sewer pipe, one (1) cleanout. Jeffs Crew Dated 3/15/2018: • Station 14+12±: Contractor relocated new sanitary sewer manhole VD -01 to the west approximately 7 LF, cored 12 -inch hole into the northeast side of VD -01 and installed 12" x 8" boot for the existing fl- inch sewer main from the Regatta at Vanderbilt. • Station 14+12±: After Contractor relocated new sanitary sewer manhole VD -01, he removed the Tee - Wye and sanitary sewer lateral that was previously installed to the west in the 8 -inch sewer main and reconnected it into the 8 -inch sewer main coming into the sewer manhole from the northeast. o Personnel (Full Time —9 hours): One (1) foreman/operator, two (2) pipe layers, two (2) laborers, Vanderbilt Drive Cul -de -Sacs Page 1 of 2 Public Utility Renewal Project one (1) operator. o Personnel (Part Time —3.75 hours): one (1) foreman, one (1) laborer. o Materials: Contractor reused same materials (removed 8" x 8" 45` -bend). o Time: 9.0 Hours Contractor(s) and Personnel # Name Type # Firs Type # Firs Type # Hrs 2 Prime: 18 1 - Front-end Loader Part Time 1 18 1 - Trucks 2 2 Mitchell & Stark Foreman 1 18 Foreman 1 6.25 Pipe Layer 2 18 1 Operator 0 0 Laborer 2 18 Part Time 1 6.25 Laborer Sub/Utility: 2 PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Track Hoe 2 2 18 1 - Front-end Loader 1 1 18 1 - Trucks 2 2 18 Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 37 DATE OF ISSUANCE: 03/07/18 PROJECT#: 70122.1.2 (Wastewater and Stormwater) ENGINEER PROFESSIONAL: Standee You are directed to proceed promptly with the following change(s): Description: Additional work is requested by the OWNER to cut the existing 19 -inch x 30 -inch RCP stormwater pipe and install a conflict storm box to allow installation of the new 10 -inch PVC gravity sewer pipe at the intersection of 9i"Avenue North and Vanderbilt Drive. The new 10-incb PVC gravity sewer pipe shall be installed through the new conflict storm box with a noncorrosive casing pipe. New conflict box structure, frame and cover shall comply with H-20 (AASHTO) loading requirements. Purpose of Work Directive Change: The proposed 10 -inch PVC gravity sewer pipe from manhole VD -3 to drop manhole 91° Avenue North is in conflict with an existing 19 -inch x 30 -inch RCP stormwater pipe that crosses 91- Avenue North from north to south. See attached Exhibit 1 for conflict box requirements. Reason/Justification: without this work, the gravity sewer main from 91" Avenue north will not be able to maintain the proper slope to assure reliable service without additional, perpetual maintenance costs. Attachments: Exhibit #l. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Stun ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD RECOMMENDED: By: Marc Stonehouse, P.E. Engineer of Record Method of determining change in Contract Times: ❑ Contractor's records ® Engineer's record ❑ Other Estimated change in Contract Time: TBD Increase or decrease by _,calendar days. AUTHORIZEDi /By: Dianae`Dueri Owner's Representative Qg;fid 4bgr `sa 9 s � . .n °mom – -SIde 18.0"— � B � B o� Uw3rca �8 40 $ 9 $E E SH Y °$ 8S xN5'Ss$ E� °g o gc we Wm lc w a�W �g o N a� w ` wEcg 09, sy9w fm� 3 oym - > :be GaY S i 8 W oB'aSb j � Ul qw�o vR� ■ O f 1.. _.._.. .. _.. _.._ U E C 9 aN;c w � 03 W�sEa o SEea F' w.-EE� rc o E mX 54 s �Z R�mSe r ooa €a 0���014Z y uWmK J�Sd gi�1mm Qg;fid 4bgr s � . .n °mom – -SIde 18.0"— � B � B o� Uw3rca �8 40 $ 9 $E U.,mS6 SH Y °$ xN5'Ss$ E� °g o gc we Wm lc E �41a �g o N a� g zgw m� wrap wEcg 09, fm� Qg;fid 4bgr . .n °mom – -SIde 18.0"— dN pm o� Uw3rca �8 m'��. U.,mS6 SH oEd3E�b wOw fm� Qg;fid 4bgr Created! B, David 8 Approved By: Syn Sign Company Mitchell & Stark Construction Co., Inc. 6002 5t. Naples, Fax:239 Phone: 239-59)-2165 Fax: 233566)865 More: 39- ESTIMATED TIMEAND MATERIALS Connict Box at 91st Ave and Vanderbilt or WORK DIRECTIVE $37 DIRECTLABOR CLASSIFICATION HOURS RATE COST TOTALS Field Supervisor 1 20 $55.00 $1.100.00 Operabr 1 20 $50.00 $1,000.00 Pre Layer 2 40 $40.00 $1,600.00 Truck Driver 2 40 $30.00 $1,200.00 Laborer 2 40 $35.00 $1,400.00 TOTAL LABOR $6,300.00 MATERIAL NOT FROM YARD COST Conflid Box (Cast Systems) 1 EA $2,520.64 $2,520.64 19 X 30 ERCP 3 LF $32.72 $98.15 SUB -TOTAL $2,618.79 TAX 6.00% $157.13 MARK -OP 10.00% $261.88 SUB -TOTAL $3,037.80 MATERIAL FROM YARD Bags o(Camera 15 EA $900 $13500 18 RCP 8 LF $14.77 $118.16 SUB -TOTAL $253.16 TOTAL MATERIALS $3,290.96 EQUIPMENT DESCRIPTION HOURS RATE COST 75 Hitachi Excavator 40 $95.00 $3,800.00 544 Loader 20 $95.00 $1,800.00 Pickup 8 Mec Toole 20 $ 60.00 $1,200.00 Dump Truck 40 $ 70.00 $2,800.00 Raw Canpacter 2 $ 70.00 $140.00 SUB -TOTAL $9,840.00 TOTAL EQUIPMENT $9,840.00 SUBCONTRACTORS DESCRIPTION QUANTITY UNIT PRICE COST $0.00 $0.00 SUB -TOTAL $0.00 MARK-UP 15% $0.00 TOTAL SUBCONTRACTORS $0.00 TOTAL COST $19,430.96 Created! B, David 8 Approved By: Syn Sign Company LMT CAST SYSTEMS, LLC sTs7BHsLLL' 19400PEACHLANDBLVD INVOICE 37668 -- PORT CHARLOTTE, FL 33948 Invoice Date: 3119/2018 Phone: (941) 625-3474 Fax: (941)255-9448 b: MITCHELL 8 S Job Number. 11983 �Sd4 MITCHELL S STARK Ship W: FINGER STREETS SEWER AND WASTEWATER 6001 SHIRLEY ST. VANDERBILT BEACH RD 8 VANDERBILT DRIVE NAPLES, FL 34109 NAPLES, FL SNM DATE SHIP VIAFAA. TERMS PAGE &19P1018 FortMyer Trud0n9 I NM30 CUSTOMER Pp LOAD I SMEs REP EXEMPTS REFERENCE 37668 117859 Struchel ID Structure Type, A.M Cml Sow Boxes n �1 we+VF3 I $2.UI17 --------------------------------- ---- - - - - MH PA -0I Stevens, -' - - - - -- '- - - -"- - ---------- - --------------------------------------------- ___"----------------------------------------------- ---------- ----------- Sum . _---- ._--- ..---- ------------- ............................._"' MH PA -02 Sanitary ______..- ..... ......................... ---------- $31.00 .MH _. _.._._.....................'_._.......--"'"" MH PC -0i Sanitary ....... $14.00 MH41B3 Sanitary $148.50 ------------------------------------------------ ____------------------- MH -101 SaNbey ..____..----- _---- __--------------------------- _---------- __---- :-----------------------------. $265.37 MH -91R Sanitary $184.84 ----------------------------------------------- - - _.... '-------------- MH-02R Sankey _.._.__ ------ ----- _...-----------------------------..- $208.85 MH R Sanitary $28.00 .._______-_-__------------------------------------------------------------- MH-VB-01 Sanitary ..__-------.-..__.._..._._----------------------.-.__'._--------- ------- $28.00 ._.-------- ---- "--- -- - - - -___"_".-.__.....-------------------------------------".__---------"'---------------""-----..---------------------- MH -VB -02 Saway '------- ................. $%oo - -__------ _........ ._._____- _-__----- ---------------------------------------------------------- VD-NR Sanitary ------------------------------------- _-_ _ _..___-----.- $28.00 Taxable $3,054.53 Nen-Taxable $0.00 Sub Total $3.054.63 Tax 5183.27 Invoice Total $3,237.80 Lau Deposit $3,237.80 Invoice Balance $0.00 CAST SYSTEMS LU. Sold W; MITCHELL &S MITCHELL & STARK 8081 SHIRLEY ST. NAPLES, FL 34108 SMP DATE lifflaVIA SbueWn 10 Sbniciun Type CF6%91 Saw Bom CAST SYSTEMS, LLC MrlW11t 1940D PEACHLAND BLVD INVOICE 37672 PORT CHARLOTTE. FL 33948 Invoice Date: 3202018 Phone: (941) 6253474 Sam Fu: (941) 255-9448 5448.87 Tex .$28.92 Job Number: 11993 Ship W: FINGER STREETS SEWER AND WASTEWATER VANDERBILT BEACH RD & VANDERBILT DRIVE NAPLES, FL — _ — invoice Sol. 50.00 MrlW11t 5448.87 Taxable 5418.87 N Texebie Sam Sub Tool 5448.87 Tex .$28.92 Immke TaYI $475.58 Leu Depose $475.58 invoice Sol. 50.00 inker MA+1 A OtgOWETW C9ol AAW INVOICE PAGE NO. 1 INVOICE NO. tBz3wn E Rhdar MabRa4 M PO EOX 93M217 T ANaOdB.GA311936217 0 e W. NO DATE DUE s Bob Nuala o10812015 011612018 IB5552 N 51907$ L MRCNELST STARK CONSTRUCTION CO 0112RMB CO MITCHVANDEBILT 1%I Rh PmX,NM 1Mh RILEYLEY ST P OR& 91 ST AVERU0T0N TO108 AN0RTN NAPLES FL N109 NAPLES NAPLES FL 31108 NAPLES FL T T O 1200885 D Will CUSTOMER P.O. NUMBER ORDIROATE W. NO DATE DUE DUN8NUMB0t Bob Nuala o10812015 011612018 AMOUNT INVOICE 8HO0ATE SHNVIA TENNIS TAX 10 0112RMB NUvary 1%I Rh PmX,NM 1Mh EXEMPT QUANTITY 1164 N0. DESCRIPTION PRICE UIM AMOUNT 1 118MI0 r8A2 SUBAQUEOUS LUBE BLB O.OM EA ON 3O0:1M 187 SM:OM11M2 y M 1200885 19X30xS CL3 PF HERCP kd0y2 3'1 Will FT 1.STOA3 300: 130""7 SM: 5841062 B 1287037 l%x30GMKETPF15O O.WO EA o.N1 SO C. 1308 7 SIM 08 IW 3 11851300SAM]SUBAQUE0USLU9ESL9 0m EA USO SO r:1 ]0805]1 8&T: OBN1012 72 1028078 20x38xWCUHERLP b.188 FT 3�3MA5 5O/: 130N5]t SB/:OWtl012 0 130I519 N SGMKETPFISO SAW EA OSO TISMATEIUJU.IURPPEO RIIAar MMrrW FROM PLANT NUMBER: d6M 2MO 0RT2 AVE FORT MYERS. FL, 35505 USD wuu� Collier County TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS Public Management senpDepartrt PUBLIC UTILITY RENEWAL PROJECT Growth Mans emem Department � Stantec Date: 3/20/2018 Inspectors: SR,DS Stantec PIN: 177330814 Work Directive#37 Day of Week: Tuesday Contract Day: 520 Total Days: 950/1040 # WORK DIRECTIVE - #37: CONFLICT BOX AT 91ST VANDERBILT DRIVE Jeffs Crew Dated 3/20/2018: • Station 5+14t: Contractor installed precast square concrete conflict box for the 10 -inch sanitary sewer main a with 15 -inch RCP casing on Vanderbilt Drive and 91n Avenue. o Personnel: One (1) foreman/operator, two (2) pipe layers, two (2) laborers, one (1) operator, and two (2) truck drivers. o Equipment: Two (2) track hoes, one (1) front-end loader, one (1) truck, two (2) dump trucks. o Materials: Conflict Box, 8 LF of 18 -inch RCP (Casing Pipe), 3 LF of 19 x 30 -inch RCP (stormwater pipe). o Time: 12 -Hours so far (Monday —3-hrs excavating). Note: Additional time is required to finish backfilling tomorrow. Jeffs Crew dated 3/21/2018: • Station 5+14t: Contractor backfilled around the precast square concrete conflict box installed yesterday and poured a reinforced (4x4 -inch steel mesh) concrete collar as described in RFI - #66 around the stormwater pipe coming into the box from the south on Vanderbilt Drive and 91�t Avenue North. o Personnel: One (1) foreman/operator, two (2) pipe layers, two (2) laborers, one (1) operator, and two (2) truck drivers. o Equipment: One (1) track hoes, one (1) front-end loader, one (1) truck, two (2) dump trucks. o Materials: 15 bags of concrete. o Time: 20 -Hours total (Monday (3 hours), Tuesday (12 hours), Wednesday (5 hours)). Contractor(s) and Personnel # Name Type # Hrs Type # I Hrs Type # Hrs 1 Prime: Mitchell & Stark Foreman 1 20 PartTime Foreman 0 0 Pipe Layer 2 20 Operator 1 20 Laborer 2 20 Truck Driver 2 20 Vanderbilt Drive Cul -de -Sacs Page 1 of 2 Public Utility Renewal Project 2 Sub/Utility: PM Technician taborer Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Contractors Equipment (Active or Idle) Cont/Sub p Equipment ID Description q Pieces # Used Total Hours Used 1 - Track Hoe 2 2 20 1 - Front-end Wader 1 1 20 1 - Trucks 2 1 20 1 - Dump Trucks 2 2 20 Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Collier County Eneineerine & Proiect Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 38 #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 45001704% DATE OF ISSUANCE: 03/30/18 OWNER: Collier County Board of Commissioners PROJECT#: 60122.2 (Stormwater) CONTRACTOR: Mitchell & Stark Construction Co. Inc. ENGINEER/DESIGN PROFESSIONAL You are directed to proceed promptly with the following change(s): Description: Additional work is requested by OWNER to cut back 20 feet of existing 15 -inch corrugated metal pipe (CMP) east of structure CB -17, install 10 feet of HDPE pipe connecting to CB -17 with mitered end section (MES). New MES to have same invert elevation as the existing CMP. Grade swale so bottom elevation is level with MES and CMP pipe inverts. Corroded pipe cut and shall be protected with manhole wrap to protect against sharp edges. Purpose of Work Directive Change: To allow Flow connectivity from 9s'^ Ave N to Vanderbilt Drive Reason/Justification: The original plans proposed to connect existing CMP to the new CB -17; however, field work confirmed that existing CMP shows high level of corrosion and decay. Therefore, it is necessary to add new HOPE as described above. Attachments: N/A If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum N Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ TBD LIN Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: f of wner's Representative fl i0 nck 000Ii 03/30/18 11:47 AM TOTAL COST Created By: David Scafidi Prim Sign $1,860.00 Approved By: Print Date Date Company Mitchell & Stark Construction Co., Inc. 6001 Shirley St. Naples, FL 34109 I j Phone: 239-597-2165 Fax: 239-566-7865 UNIT PRICE 98th Ave & Vanderbilt Or Add 15" HDPE wlsock and MES, remove ex. CMP WORK DIRECTIVE #38 ITEM DESCRIPTION UNIT UNIT PRICE CITY TOTAL 4_1 Existing Storm Culvert Removal LF $ 7.00 20 $ 140.00 4_9 Concrete Mitered End Section EA $ 1,380.00 1 $ 1,380.00 4.14 15' Perforated HDPE w/Sock LF $ 34.00 10 $ 340.00 TOTAL COST Created By: David Scafidi Prim Sign $1,860.00 Approved By: Print Date Date Company Collier County Public Utilities Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT Publk abes 0111) Stantec Date: 4/9/2018 Inspectors: DS, SS Stantec PIN: 177310814 Work Directive#38 Day of Week: Monday Contract Day: 540 Total Days: 950/1040 # WORK DIRECTIVE - #38: REPLACE CORRODED CMP EAST OF CB -17 98'^ AVENUE NORTH lefts Crew /DS): • Station 28+47t: Contractor exposed existing stormwater pipe coming down the north side of 98a Avenue North and the existing CMP was severely corroded. Contractor cut back 20 LF east of the catch basin (CB -17) and installed 10 LF of 15 -inch HDPE which was measured as Time and Material (WD #38). Contractor also formed and placed concrete for one (1) mitered -end -section. o Personnel: one (1) foreman, one (1) operator, four (4) laborers o Equipment: One (1) track hoe, one (1) front-end loader, and one (1) truck. o Materials: 10 LF of 15 -inch non -perforated HDPE stormwater pipe and concrete for mitered -end - section. o Time:2 hours Contractor(s) and Personnel # Name Type # Hrs Type # I Hrs Type # Hrs 1 Prime: Mitchell & Stark Foreman 1 2 PartTime Foreman 0 0 Pipe Layer 0 0 Operator 1 2 Laborer 4 2 Truck Driver 0 0 2 Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Trucks 1 1 2 1 Track Hoe 1 1? 1 Front-end Loader 1 1 2 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Collier County En¢ineerina & Proiect Mana¢entent Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 OWNER: Collier County Board of Commissioners CONTRACTOR: Mitchell & Stark Construction Co. Inc. WORK DIRECTIVE # 39 DATE OF ISSUANCE: 04/05/2018 PROJECT#: 60122.2 (Stonnwater); 70122.1.1 (Water) PROFESSIONAL: You are directed to proceed promptly with the following change(s): Description: Additional work is requested by OWNER to restore the brick paver driveway at #156 Egret Avenue from further behind the right-of-way to provide a constant slope to the new edge of pavement elevation, which is higher than it previously was. Purpose of Work Directive Change: To provide a constant slope from the garage structure to the new edge of pavement. Reason/Justification: Pre -construction video and photo docu ncraofion shows original driveway to have a constant slope from the edge of the garage structure to edge of pavement. As a result of this project, the road elevation in front of this house was changed generating an uneven slope from the garage to the new road, which created a low area in this driveway. Attachments: If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance $ TBD RECOMMENDED: By: Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. AUTHORIZED: By: Owner's Representative 04/06/18 2:33 PM fz� s Created By: DaNd Scafidi Print Sign Date Approved By Print Sign Date Company Mitchell & Stark Construction Co., Inc. Naples. FL 109 Phone:Shirley397St. Phone:: 239- 239-597-2165 Fez: 239-566]865 ESTIMATED TIME AND MATERIALS 156 Egmt Re Grade Driveway WORK DIRECTIVE 839 DIRECT LABOR CLASSIFICATION HOURS RATE COST TOTALS Mall Supervisor 1 2 $55.0 $110.00 $0.00 TOTAL LABOR $110.00 MA7ERIALNOTFROMY4kRD COST $0.0 SUB -TOTAL $0.00 TAX 6.00% $0.00 SUB -TOTAL $0.00 MARK-UP 10% MATERIAL FROM YARD $0.00 SUB -TOTAL MOD TOTAL MATERIALS $0.00 EOU/PMENi DESCRIPTION HOURS RATE COST Plop Up aM Tools 2 $60.00 $120.00 $0.00 SUB -TOTAL $120.00 TOTAL EQUIPMENT $120.0D SUBCONTRACTORS DESCRIPTION QUANTIFY UNIT PRICE COST A rate Pavers 1 LS $2,747.79 $2,747.79 $0.00 SUB -TOTAL $2,747.79 MARK-UP 15% $412.17 TOTAL SUBCONTRACTC $3.159.96 $3,159.96 TOTAL COST $$,$69.96 Created By: DaNd Scafidi Print Sign Date Approved By Print Sign Date Company 3515 Bonita Beach Rd, Ste 101 Bonita Springs, FL 34134 Phone: 239-405-8255 Fax 239-405.8260 Invoice Data voice Imroir»fl*3 4/272016 18 Bill To > Jebsite Address Mitchea R St.* Const 6001 Shaley Street Naples, FL 34109 us 156 Egret Ave. 289 Falmioga Rep Terms Installer PO # IR Due upon receipt I640693R Item Quantity Description Amount Repair Repair 1 1 Driveway Repair 156 Egret Ave. 900 SgFt UV# 3y Driveway Rapah-289 FIamiugo-Narrow drhe yper drawing 2,747.79 1,127.56 Total 53,675.35 Balance Due $0.00 Collier County Public Utilities Depanment Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT ® Stantec Date: 4/19/2018 - 4/20/2018 - 4/21/2018 Inspectors: GH, DS, SR, CC Stantec PIN: 177310814 Work Directive #39 Day of Week: Thursday Contract Day: 550 Total Days:950/1040 # Remarks WORK DIRECTIVE - #39: REMOVE AND REPLACE DRIVEWAY AT #156 EGRET EGRET AVENUE Accurate Pavers — 4/19/2018: • Station 16+60±: Subcontractor began removing brick pavers from further behind the right-of-way to replace driveway and provide a constant slope to the new edge of pavement elevation. • Personnel: Three (3) Laborers and one (1) Supervisor (1 Hour) • Equipment: One (1) Pickup truck • Time: 8 -hours Accurate Pavers — 4/20/2018: • Station 16+603: Subcontractor began re -grading the driveway from further behind the right-of-way to provide a constant slope to the new edge of pavement elevation. • Personnel: Three (3) laborers and one (1) Supervisor (3 hours) • Equipment: One (1) Pickup truck • Time: 8 -hours Accurate Pavers — 4/21/1018: • Station 16+603: Subcontractor reinstalled brick paver driveway from further behind the right-of-way to provide a constant slope to the new edge of pavement elevation. • Personnel: Two (2) laborers and one (1) Supervisor • Equipment: One (1) Pickup truck • Time: 8 -hours Contractors) and Personnel #EAmurate Name Type # Hrs Type # Hrs Type # Hrs Prime: PartTime 1tchell & Stark PM 1 2 Foreman 0 0 Pipe Layer 0 0 Operator 0 0 Laborer 0 0 Truck Driver 0 0 2Sub/Utility: Pavers PM 1 12 Technician 0 0 Laborer 3 24 Vanderbilt Drive Cul -de -Sacs Page 1 of 2 Public Utility Renewal Project Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Contractors) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # # Pieces Used Total Hours Used 2 - Trucks 1 1 24 1 - Pick Up truck and Tools 1 1 2 Vanderbilt Drive Cul -de -Sacs Page 2 of 2 Public Utility Renewal Project Collier County Engineerin¢ & Proiect Manasement Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 40 #16-6638 Vanderbilt Drive Cul -De -Sacs Public Utility Renewal Project PURCHASE ORDER #: 4500170496 DATE OF ISSUANCE: 04/09/18 OWNER: Collier County Board of Commissioners PROJECT#: 60122.2 (Stormwater) CONTRACTOR: Mitchell & Stark Construction Co. Inc. ENGINEERIDESIGN PROFESSIONAL You are directed to proceed promptly with the following change(s): Description: Additional work is requested by OWNER to cut back 20 feet of any existing corrugated metal pipe (CMP) found to be deteriorated east of the new catch basin structures along Vanderbilt Drive, and install 10 feet of HDPE pipe connecting towards mitered end sections (MES). New MES's to have same invert elevation as the existing CMP. Grade swine so bottom elevation is level with MES's and CMP pipe inverts. Corroded pipe cut and shall be protected with manhole wrap to protect against sharp edges. Purpose of Work Directive Change: To allow stormwater flow connectivity from Numbered Streets to Vanderbilt Drive along Phase 3 in cases where the existing CMP is not in optimal conditions. Reason/Justification: The original plans proposed to connect several existing CMP located along the Numbered Streets in Phase 3 to the new storm structures; however, field work confirmed that several existing CMP show high level of corrosion and decay. Therefore, it is necessary to add new HDPE and MES as described above. Attachments: N/A If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum N Time & Material ❑ Other Estimated increase (decrease) in Allowance $ TBD RECON KEENNAD/\ErD: By: Engineer Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by calendar days. �o IXV Buy::: Owner's Representative 04/09/18 3:03 PM TOTAL COST $3,720.00 Created By: Approved By' David Scalidi Print Print Sign Date Company Mitchell & Stark Construction Co., Inc. 6001 Shirley St. Naples, FL 34109 0 Phone: 239-597-2165 Fax: 239-566-7865 UNIT PRICE 99th Ave & Vanderbilt or Add 15' HDPE w/sock and MES, remove ex. CMP WORK DIRECTIVE #40 ITEM DESCRIPTION UNIT UNIT PRICE CITY TOTAL 4_1 Existing Storm Culvert Removal LF $ 7.00 40 $ 280.00 4_9 Concrete Mitered End Section EA $ 1,380.00 2 $ 2,760.00 4.14 16" Perforated HDPE w/Sock LF $ 34.00 20 $ 680.00 TOTAL COST $3,720.00 Created By: Approved By' David Scalidi Print Print Sign Date Company Collier county Public Ubli1ies Department Growth Management Department TIME & MATERIALS SHEET VANDERBILT DRIVE CUL-DE-SACS PUBLIC UTILITY RENEWAL PROJECT -.1-W ® Stantec Date: 4/9/2018 Inspectors: DS, SS Stantec PIN: 177310814Work DImctive #40 Day of Week: Monday Contract Day: 540 Total Days: 950/1040 # TIME & MATERIAL WORK Remarks WORK DIRECTIVE - #40: REPLACE CORRODED CMP AT NUMBERED STREETS 99t1i AVENUE NORTH Jeff's Crew (DS): • Station 31+77±: Contractor exposed existing stormwater pipe coming down the north side of 99u Avenue North and the existing corrugated metal pipe (CMP) was severely corroded. Contractor cut back 20 LF east of the catch basin (CB -19) and installed 10 LF of 15 -inch HDPE which was measured as Time and Material (WD #40). Contractor also formed and placed concrete for one (1) mitered -end - section. • Station 31+31±: Contractor exposed existing stormwater pipe coming down the south side of 99" Avenue North and the existing CMP was severely corroded. Contractor cut back 20 LF east of the catch basin (CB -18) and installed 30 LF of 15 -inch HDPE which was measured as Time and Material (WD #40). Contractor also formed and placed concrete for one (1) mitered -end -section. o Personnel: one (1) foreman, one (1) operator, four (4) laborers o Equipment: One (1) track hoe, one (1) front-end loader, and one (1) truck. o Materials: 30 LF of 15 -inch non -perforated HDPE stormwater pipe. o Time:4 hours Contractor(s) and Personnel # Name Type # Hrs Type # Hrs Type # Hrs 1[MVitchell&Stark Prime: Foreman 1 4 Part Time ForemanOperator 0 0 Pipe Layer 0 0 1 1 4 Laborer 4 4 Truck Driver 0 0 2Sub/Utility: PM Technician Laborer Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project Contractor(s) Equipment (Active or Idle) Cont/Sub Equipment # ID Description # Pieces # Used Total Hours Used 1 - Trucks 1 1 4 1 - Track Hoe 1 1 4 1 - Front-end Loader 1 1 4 Vanderbilt Drive Cul -de -Sacs Page 1 of 1 Public Utility Renewal Project IN WITNESS indicated below. WHEREOF, thE parttes have executed this Agreement on ihe date(s) By: CONTRACTOR: Mitchell & Stark Construction Co., lnc. Print Name and Title OWNER: BOARD OF COUNTY COMMISSIONERS OF I rtChr;, il ir",., 1u.", Print Name (1 % SECOND WITNESS ^rtt<,ktl ft^,,e- Print Name Fiala Daie Chairman tl-\ \tz\tb WITNESSES:- ST WITNESS gr,-" ltr^". 'a l, il L 32 eonstruction Services Agreement for Public Utiliiies: Revised 01202016 ZURICH AMERICAI\ INSURANCE COMPAI{Y COLONIAL AMERICAN CASUALTY AND SI]RETY COMPANY FIDELITY AND DEPOSIT COMPAIVY OFMARYLAI\D FOWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALry AND SUREry COMPANY, a corporation of the State of Maryland, and the FIDELITy AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND' Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in futl force and effect on the date hereof, do hereby nominate, constitute, and appoint Robert E. WILLIAMS, JR., of Brownstown, Indiana, its true and lawful agent and Attomey-in-Fact, to make, ex@ute, seal and deliver, for, and on its behalfas surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and pu{poses, as if they had been duly executed and acknowledged by the regularly elected ofEcers of the ZUNCH AMERICAN INSURANCE COMPAI'ry at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SUREry COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELIry AND DEPOSIT COMPANY OF MARYLAND at its ofiice in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certif that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed hiVher names and affrxed the Corporate Seals of the said ZURICH AMERICAI\ INSURAI\CE COMPAIVY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, ANd FIDELITY AND DEPOSIT COMPAM OF MARYLAI\D, this 6th day of October, A.D. 2015. ATTEST: coLoNrAL^.-'Jr^:r#f HH^lH:tffi +83Miffi FIDELITY AI{D DEPOSIT COMPAIYY OF MARYLAI\{D @ffi,ffi !t{"}fr {uqr Vice President Michael Bond State of Maryland County of Baltimore On this 6th day of October, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL BOi\lD, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution ofsame, and being by me duly swom, deposeth and saith, that hdshe is the said ofiicer ofthe Company aforesaid, and that the seals affixed to the preceding instrument arc the Corporate Seals of said Cornpanies, and that the said Corporate Seals and the signature as zuch officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set mv hand and affixed mv Official Seal the dav and vear first above written. h""*P OP'^A Maria D. Adamski, Notary Public My Commission Expires: July 8,2019 (^; 2. fr''.-B- Secretary Eic D. Barnes 'r#fffi POA-F 044-39374