Loading...
Agenda 11/10/2020 Item #16E 6 (Procurement Services Change Orders and other contract modifications requiring Board approval)11/10/2020 16.E.6 EXECUTIVE SUMMARY Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board's approval/ratification for various procurement -related transactions. CONSIDERATIONS: In accordance with the Board's Procurement Ordinance 2017-08 and the Procurement Manual, the Procurement Services Division produces a regular administrative report which provides for Board approval of the following transactions: • Change Orders that do not exceed ten (10%) of the current Board approved aggregate amount, and/or require change in schedule (number of days); • Amendments to contracts; • After the fact memos from various County Divisions, as requested by the Clerk's Finance staff for the timely process of invoices. • Other items as determined by the County Manager or designee that require Board approval. This administrative report includes the following: • Four (4) change orders that in aggregate modify contracts by $219,580.89. and add 115 calendar days to completion periods, see attached summary and backup for details; and • Zero (0) amendments this period with a fiscal impact of $0.00; and • One (1) after the fact memo with a fiscal impact of $6,961.00 for additional services FISCAL IMPACT: The net total for the five (5) items is $226,541.89. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: To ratify/approve change orders and/or contract amendments and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2017-08. Prepared By: Sara Schneeberger, Procurement Strategist, Procurement Services ATTACHMENT(S) 1. 1110 After the Fact Report - FY21 (PDF) 2. 1110 After the Fact Backup - FY21 (PDF) 3. 1110 Revised Change Order Report - FY21 (PDF) 4. 1110 Revised Change Order Backup - FY21 (PDF) Packet Pg. 1832 16.E.6 11/10/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.6 Doe ID: 13992 Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. Meeting Date: 11/10/2020 Prepared by: Title: Business Technology Analyst, Senior — Procurement Services Name: Sara Schneeberger 10/21/2020 11:14 AM Submitted by: Title: Manager - Procurement — Procurement Services Name: Sandra Herrera 10/21/2020 11:14 AM Approved By: Review: Procurement Services Procurement Services Procurement Services Administrative Services Department Administrative Services Department County Attorney's Office Office of Management and Budget Office of Management and Budget County Manager's Office Board of County Commissioners Opal Vann Level 1 Purchasing Gatekeeper Catherine Bigelow Additional Reviewer Sandra Herrera Additional Reviewer Paula Brethauer Level 1 Division Reviewer Len Price Level 2 Division Administrator Review Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Debra Windsor Level 3 OMB Gatekeeper Review Laura Wells Additional Reviewer Nick Casalanguida Level 4 County Manager Review MaryJo Brock Meeting Pending Completed 10/21/2020 11:18 AM Completed 10/21/2020 11:22 AM Completed 10/21/2020 1:18 PM Completed 10/21/2020 2:16 PM Completed 10/23/2020 12:56 PM Completed 10/23/2020 2:42 PM Completed 10/26/2020 8:22 AM Completed 10/26/2020 10:17 AM Completed 11/01/2020 8:14 AM 11/10/2020 9:00 AM Packet Pg. 1833 W to T- (s;.wdai anilea;siuiwpe saainiaS;uawainaoad : Z66£�) �ZAI -:podab loezlayl jeljv o��� :luewy3e;)d 7 O O L It CM co IL d Y V IL C.O e-r C;0""ty Collier County Administrative Services Department After the Fact Form Procurement Services Division Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After -the -Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such `After the Fact Procurements" will be reported to the County Manager. Requester Name: Ayoub Al-Bahou Division: Parks and Recreation Division Director: Barry Williams vendor Name: Aptim Coastal Planning & Eng. Amount: $6,961.00 contract #:13-6164/4600003478 Purchase Order: 4500188404 & 4500196137 Why is this deemed a non -compliant purchase? Choose one. Contract W] Ordinance Manual ❑ P-Card ❑ Other ❑ Details of Purchase: Explain the circumstances behind this purchase. Staff inadvertently requested services from Aptim Coastal without verifying the remaining time on the contract and processing a change order to extend the work order. Project manager has confirmed that services were rendered and payment is now due to vendor. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Please process payment for the following 3 invoices totaling $6,961.00 486429 - $3,460.75 - PO 4500188404 487222 - $1,667.75 - PO 4500196137 490682 - $1,832.50 - PO 4500188404 Payment is due to vendor number 123397 - Aptim Coastal Planning & Engineering. Corrective/Preventive Action: What action is being taken to prevent this violation from re -occurring? We will reinforce purchasing policies and procedures with staff to avoid this issue in the future. Facilities Management has also created a contract spreadsheet to keep track of project time lines. The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Ayoub R. AI-Bahou, P.E., P.P.M. Signature: AI-bahouAyoubDatea'zo20.10.09Y9';0 32040o Date: Division Director: Barry Williams g y Date 2 20.10.ally signed by W11 00 _0 rrY Signature: I IamS arr Dace zoza,a,z,o:,too-oa�oo Date: Packet Pg. 1835 2 APTIM Collier County Collier County Board of County Commissioners Clerks Finance Department 3299 Tamiami Tri STE 700 Naples, FL 34112-5749 Consultant's Project # 636236701 Billing Period: 2/3/2020 through 3/29/2020 Professional Engineering Services for: 951 Floating Dock PO# 45-188404 Contract # 13-6164 Collier County Project #80361 TASK 1: Site Investigation Contract Amount: $24,393.00 Previously Invoiced: $24,355.00 Payment Received: $24,355.00 TASK 2: Engineering Design Contract Amount: $13,587.00 Previously Invoiced: $13,569.75 Payment Received: $13,569.75 TASK 3: Permitting Contract Amount: $9,296.00 Previously Invoiced: $9,266.00 Payment Received: $9,266.00 TASK 4: Final Engineering Contract Amount: $12,194.00 Previously Invoiced: $4,097.73 Payment Received: $4,097.73 WEEK ENDING: 03/15/20 03/29/20 02/19/20 03/01 /20 DIRECT LABOR: HOURS Senior Engineer- D. Mann 8.75 Senior Engineer- D. Mann 11.00 Surveyor & Mapper- M. Lowiec 2.00 Surveyor & Mapper- M. Lowiec 1.00 22.75 TASK 5: Construction Engineering Contract Amount: $13,922.00 Previously Invoiced: $0.00 Payment Received: $0.00 TASK 6: Reimburseable Expenses Contract Amount: $1,600.00 Previously Invoiced: $963.83 Payment Received: $963.83 TOTAL TASK 1 TOTAL TASK 2 TOTAL TASK 3: $157.00 $120.00 $120.00 TOTAL TASK 4: TOTAL TASK 5: TOTAL TASK 6: TOTAL CURRENT AMOUNT DUE THIS INVOICE ................. APTI M 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Tel: +1-561-391-8102 Fax: +1 561-391-9116 April 8, 2020 Invoice # 486429 $0.00 $0.00 $0.00 TOTAL DUE $1,373.75 $1,727,00 $240.00 $120.00 $3,460.75 $3,460.75 $0.00 $0.00 N LL Y ca m T U M LL N t L N Q 0 r r C N I= t v M r Q $3,460.75 Please remit to: P.O. Box 847958 Boston, MA 02284-7958 Packet Pg. 1836 3 APTIM APTI M 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Tel: +1-561-391-8102 Fax: +1 561-391-9116 Collier County April 15, 2020 r Collier County Board of County Commissioners Invoice # 487222 O Clerks Finance Department N 3299 Tamiami Trl STE 700 y Naples, FL 34112-5749 >_ ra Consultant's Project # 636009448 N Billing Period: 2/1/2020 through 3/29/2020 MA Professional Engineering Services for: E 951 Floating Dock Design R to PO# 45-196137 N v Contract# 13-6164CZ Collier County Project # 80361 d Cl) TASK 1: Waterfront Assessment Contract Amount: $7,672.00 m Previously Invoiced: $7,621.75 E Payment Received: $7,621.75 WEEK ENDING: DIRECT LABOR: HOURS RATE TOTAL DUE 0 03/08/20 Engineer- E. Carr -Betts 0.25 $123.00 $30.75 d 02/23/20 Clerical- T. McCauley 0.25 $62.00 $15.50 N 0.50 $46.25 ce) M TOTAL TASK 1: $46.26 TASK 2: Design, Permitting and Construction Documents for Repair r N Contract Amount: $15,070.00 lei Previously Invoiced: $13,441.25 ' Payment Received: $13,441.25 Q' WEEK ENDING: DIRECT LABOR: HOURS RATE TOTAL DUE .he 03/22/20 Senior Designer- K. Christoff 3.00 $114.00 $342.00 m 03/29/20 Senior Designer- K. Christoff 10.50 $114.00 $1,197.00 03/22/20 Planner- H. Berckenhoff 0.75 $110.00 $82.50 v ra LL 14.25 $1,621.50 TOTAL TASK 2: $1,621.50 y r TASK 3: Reimburseable Expenses Q Contract Amount: $200.00 Previously Invoiced: $84.92 Payment Received: $84.92 EXPENSES: N E TOTAL TASK 3: $0.00 t v R r r Q TOTAL CURRENT AMOUNT DUE THIS INVOICE ................. $1,667.75 Please remit to: P.O. Box 847958 Boston, MA 02284-7958 Packet Pg. 1837 2 APTIM Collier County Collier County Board of County Commissioners Clerks Finance Department 3299 Tamiami Trl STE 700 Naples, FL 34112-5749 Consultant's Project # 636236701 Billing Period: 3/30/2020 through 4/30/2020 Professional Engineering Services for 951 Floating Dock PO# 45-188404 Contract # 13-6164 Collier County Project #80361 TASK 1: Site Investigation Contract Amount: $24,393.00 Previously Invoiced: $24,355.00 Payment Received: $24,355.00 TASK 2: Engineering Design Contract Amount: $13,587.00 Previously Invoiced: $13,569.75 Payment Received: $13,569.75 TASK 3: Permitting Contract Amount: $9,296.00 Previously Invoiced: $9,266.00 Payment Received: $9,266.00 TASK 4: Final Engineering Contract Amount: $12,194.00 Previously Invoiced: $7,558.48 Payment Received: $4,097.73 TOTAL TASK 1: TOTAL TASK 2: TOTAL TASK 3: WEEK ENDING: DIRECT LABOR: HOURS RATE 04/05/20 Senior Engineer- D. Mann 1.50 $157.00 04/12/20 Senior Engineer- D. Mann 2.00 $157.00 04/26/20 Senior Engineer- D. Mann 1.75 $157.00 04/30/20 Senior Engineer- D. Mann 0.25 $157.00 04/26/20 Senior Designer- K. Christoff 8.50 $114.00 14.00 TOTAL TASK 4: TASK 5: Construction Engineering Contract Amount: $13,922.00 Previously Invoiced: $0.00 Payment Received: $0.00 TOTAL TASK 5: TASK 6: Reimburseable Expenses Contract Amount: $1,600.00 Previously Invoiced: $963.83 Payment Received: $963.83 TOTAL TASK 6: TOTAL CURRENT AMOUNT DUE THIS INVOICE ................. APTI M 2481 NW Boca Raton Blvd. Boca Raton, FL 33431 Tel: +1-561-391-8102 Fax: +1 561-391-9116 May 21, 2020 Invoice # 490682 $0.00 $0.00 $0.00 TOTAL DUE $235.50 $314.00 $274.75 $39.25 $969.00 $1,832.50 $1,832.50 $0.00 $0.00 $1,832.50 Please remit to: P.O. Box 847958 Boston, MA 02284-7958 Packet Pg. 1838 2 w k a |e! Jnm|Wp s mmeS ewa n o d:Z 6 L �zA]-:podeN,ep 0 eBueLlo pemAO N OL��: ems mlv \o J7i! \ $ f »�2! a § CO Lq )! a o )k CO o kk ) \ o ) §» : ® « w \ \ cL Lu EL L� � < | o s ] ) o > / ƒ EL \ { � { * EE {oo )} co �EL }) o �� co \} �! - m $ ! 3 o ._e — _, 7 /lDejzuo:) \ � ( § ,_a _, l 16.E.6.d County Procurement Services Change Or xie-rl� ® Contract Modif ❑ Work Order Modification ❑ Amend Contract #: 20-7684 Change #: 02 Purchase Order #: 4500202679 Project #: N/A Contractor/Firm Name: Wright Construction Group 7 Contract/Project: Thomasson Drive Beautification Project T mi Sc tt --- I Bayshore Gateway Triangle CRA Project Manager Name: Division Name: c Original Contract/Work Order Amount $ 6,022,618.68 Current BCC Approved Amount $ 6,022,618.69' Current Contract/Work Order Amount $ 6,022,618.68 Dollar Amount of this Change $ 0.00 Revised Contract/Work Order Total $ 6,022,618.68 Cumulative Changes 1 $ 0.00 2/25/2020 ':Original BCC Approval Date; Agenda Item # 2/25/2020 Last BCC Approval Date; Agenda Item # :SAP Contract Expiration Date (Master) 0.00% ;Total Change from Original Amount 0.00% 'Change from Current BCC Approved Amount 0.00% Chanae from Current Amount Completion Date, Description of the Task( and Rationale for the Change Notice to Proceed�5/6/2020 Original f 5/6/2021 Last Approved 5/6/2021 J Revi Date 6/6/2021 Date Completion Date L Date (Includes this change) l # of Days Added 31 Select Tasks ® Add new task(s) ❑ Delete task(s) ❑ Change task( ❑ Other (see below) Provide a response to the following: 1.) detailed and specific explanationlrationale of the requested change(s) to the task(s) and l or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Change Order No. 02 — Contract 20-7684 1. Detail of change — Add additional storm water drainage pipe and structures and replace failing cross drains under Thomasson Drive, relocate and increase capacity of roadside ditch, utility adjustments, and sidewalk improvements between Stations 26+30 and 42+20 as designed and provided by the Engineer of Record. This change will reduce the Contract Allowance by $257,631.16 and add an additional 31 days to the contract. 2. These changes are due to localized flooding and a failing cross drain under Thomasson Drive that became apparent once construction was underway and identified during field inspection. The improvements were requested by Collier County Growth Management Department during onsite inspections with the Engineer of Record. 3. Impact of not processing this change- Improving the stormwater system and replacing the cross drains during the Thomasson Drive project is cost-effective and will help to improve the stormwater system for the community. Allowance balance after this change: Allowance $541,91.9.63 Minus $257,631 Prepared by: Tam! Scott, Pro Acceptance of this Change Ol conditions as contained in the Contract shell constitute a full to the change set forth herd Accepted Approved by: , , Collier County Remaining. Date: rI-institute a modification to contract / work order identified above and will be subject to all the same terms and f work order indicated above, as fully as If the same were stated in this acceptance. The adjustment, If any, to the alDettlepent of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related elis for impact and delay costs. Group, Inc, Keisha Westbrook, P.E., RWA Engineering Digitally signed by SchneebergerSara Approved byS. c h n chneeeber gerSara Date: 2020.10.20 1 1:21:42-04'00__ Sara 5chneeberger, Procurement Strategist, Collier County Approved by: Collier County Date:��(J�f�— Date: ,% D Date: Date: AS� Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC — Packet Pg. 1840 2 Collier County Engineering & Proiect Management Division WORK DIRECTIVE CHANGE CONTRACT # / PROJECT NAME: 20-7684 / Thomasson Dr. Beautification Project DATE OF ISSUANCE: 0812412020 OWNER: Collier County Board of Commissioners CONTRACTOR: Wright Construction Group EFFECTIVE DATE: 10/14/2020 PROJECT#: N/A ENGINEER/DESIGN PROFESSIONAL: RWA You are directed to proceed promptly with the following change(s): Description: Due to localized flooding and failing cross drain pipes under Thomasson Drive, this Work Directive to add additional storm drainage pipe & structures, replace failing cross drains under Thomasson Drive, relocate and increase capacity of roadside ditch, utility adjustments, and sidewalk improvements between Stations 26+30 and 42+20 was designed and provided by RWA Engineering via Plan Revision No. 04, All work items and costs associated with Work Directive No, 04 are provided below. There will be 31 days added to the contract for the additional work associated with Work Directive No. 04. Purpose of Work Directive Change: These changes were not included in the original contract documents and where requested by Collier County Stormwater Department and Collier County ROW Inspection Department during on site discussions with the Engineer of Record. Reason/Justification: This Work Directive is being issued to help minimize flooding and replace existing pipes that have failed under Thomasson Drive. 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 Method of determining change in Contract Times: Contract/Allowance Price: ❑ Unit Prices ❑ Contractor's Records ❑ Lump Sum ❑ Engineer's Record ❑ Time & Material ❑ Other CEl's Record ❑ Other Estimated decrease in Allowance: Estimated Change in Contract Time: $257,631.16 Additional 31 Days 10/14/20 10:03 AM Packet Pg. 1841 3 16.E.6.d RECOMMENDED: t� By: Keisha Westbrook., P.E. 101' O-zozo RWA Engineering Engineer of Record ACCEPTED: eg Haas Wright Construction Group Construction Contractor AUTHORIZED: Digitally signed by Culligan, Floyd M CN °Culligan, Floyd", Culligan, Floyd OU=AECOMU es, DC na, AMER, DC=aecomnet, DC=wm Date: 2020.10.14 11:18:47-04'00' By: Floyd Culligan AECOM Owner's CEI Contractor Tami Scott Collier County PP: Owner's Representative to, i1l -lao 10/14/20 10:03 AM Packet Pg. 1842 4 16.E.6.d 1` Thomasson Drive Beautification Project BID SCHEDULE Collier County Bid #20-7684 Change Estimate for Plan Revision 404 SIDEWALK REPLACEMENT & DRAINAGE - WEST OF BAYSHORE AECOM 10/14/2020 PAYITEM I DESCRIPTION UNIT QUANTITY I UNITCOSTS COSTS GENERAL 101.1-1 1PROVIDEIMAINTAIN SIGNED AND SEALED"AS BUILT" PLAN !S 1 $2,278.00 $2,278.00 1014-2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $2,484,00 $2,484.00 102-1 IMAINTENANCE OF TRAFFIC (ADDITIONAL WORK) LS 1 $36,991X01 $36,991.00 GENERAL SUI-TOTAL= $41,753.00 DEMOLITION 110-1d CLEARING AND GRUBBING (ADDITIONAL WORK) LS 1 $54,902.15 $54,902.15 110.4-10 REMOVAL OF CONCRETE PAVEMENT SY 735 $13.67 $10,047.45 110-4-102 REMOVAL OF EXISTING DRAINAGE PIPE (DISPOSE OF OFFSITE) EF 17S $11.44 $2,002.00 DEMOLITION SUB -TOTAL = $66,951.60 EROSION & SEDIMENT CONTROL 104-10-3 SILT FENCE (ADDITIONAL WORK) LF 1300.00 $0.75 $975A0 104-18 INLET PROTECTION SYSTEM EA 8 $95.00 $760,00 EROSION& SEDIMENT CONTROL SUB -TOTAL = $1,735.00 EARTHWORK 120.1 REGULAR EXCAVATION USE IN DITCH - NO HAUL OFF CY 465 $18.94 $8,807,10 120-6 EMBANKMENT(ADDITIONAL WORK) 1 CY k 100 $30.72 $3,072,00 570-1.2 PERFORMANCE TURF/SODDING I SY 1 7501 $2.111 $1,582.50 EARTHWORKSUB-TOTAL= $13,461.60 DRAINAGE 425,1621 FDOT TYPE"C"INLET EA 5 $2,135.05 $10,675.25 4251541 FDO_TYPE"D"INLET EA 3 $2,77053 $8,311.59 430-174-124 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 24" 5D LF 32 $66.74 $2,135,68 430-175-124 PIPE CULVERT(RCP), OPTIONAL MATERIAL, ROUND, 24" S/CD (CROSSINGS) LF 114 $71.94 $8,2DL16 430-174.130 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 30" SO LF 208 $82.091 $17,074.72 430-174136 JPIPE CULVERT, OPTIONAL MATERIAL, ROUND, 36" SD LF 37 $88.97 $3,291.89 DRAINAGE SUB -TOTAL= $49,69129 PAVEMENT 121-70.6 FLOWABLE FILL FOR CROSS DRAIN PAVEMENT REPAIRS CY 125 $185.65 $23,206.25 285-709 BASE GROUP 09 - 2-12.5 BLACK BASE (TRENCH RESTORATION - ADDITIONAL WORK) LS TBD TBD TBD 522-2 SIDEWALK AND DRIVEWAYS, 6" THICK SY 88S $35.75 $31,638.75 527-2 DETECTABLE WARNING (ADDITIONAL WORK) SF 24 $23.00 $552.00 PAVEMENT SUB -TOTAL = $55,397.00 OTHER 0007001 UTILITY ADIUSTMENTS (RELOCATE 2 HYDRANTS/CUT AND PLUG 24" PIPEIMODIFY ES-49) LS I $16,374.52 $16,374.52 OTHERSUB-TOTAL= $16,374,52 BASE CONSTRUCTION COST SUBTOTAL $245,363.01 WRIGHT CONSTRUCTION MARKUP -5.00% LS 0.05 $245,363.01 $12,268.15 GRAND TOTAL $257,631. Packet Pg. 1843 5 16.E.6.d Cotwr Count/ ® Contract Modification ❑ Work Order Modification ❑ Amendment Procurement Services Change Order Form Contract #: 19 7558 ✓ Change M 1= Purchase Order #: 4500200722/4500200723 Project #: 33650/33605 Contractor/Firm Name: Hole Montes, Inc. Contract/Project: Design Services for IMM Runway Rehabilitation & Taxiway Extension Projects Project Manager Name: Justin Lobb Division Name: Airport Authority Original Contract/Work Order Amount $ ✓ 680,344.00 11/12/19 16G2 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 680,344.00 11/12/19 16G2 Last BCC Approval Date; Agenda Item # Current ContractfWork Order Amount $ 680,344.00 ✓ SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract(Work Order Total $ 680,344.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 11/27/2019 ✓ Original 11/26/202 Last Approved 11/26/2020 Revised Date 1/25/2021 ✓ Date Completion Date Date (Includes this change) # of Days Added 60 ✓ 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. Zero Dollar Change Order to extend contract the sixty (60) days in order to provide transition into construction phase and maintain engineering for necessary post design services during construction of the Runway 18/36 rehabilitation and Taxiway C extension projects at the Immokalee Regional Airport. NOTE: This change order extends contract #19-7558 sixty (60) days, which includes Purchase Orders 4500200722 and 4500200723. Both Purchase Orders will expire on 11/26/2020. 2. These services were contemplated but not included in the design contract because funding was not yet available. It was anticipated that FDOT grant funding would be awarded in July or August 2020, at the beginning of the FDOT fiscal year. However, because of COVID-19, FDOT funding has been delayed, and the Amendments to add these services cannot be executed until FDOT grant agreements are fully executed. 3. If this change is not processed, the Engineer of Record will be unavailable to respond to Requests for Information (RFI's), certify drawings, or assist with closeout documentation. Prepared by: Justi Manager, Airport Authority Date: 10/6/2020 Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professiona!,ari gs?�°—"tou 'bf�or related to the change set forth herein, including claims for impact and delay costs. Accepted by: _ R Approved by: / Gen , Vice President, Hole Montes, Inc. , Growth Management Department Approved by: f I RN Thaddeus Cohen, Departmen a d, Growth Management Department SchneebergerSara Digitally signed by SchneebergerSara Approved by: Date: 2020.10.20 14:14:16-04'00' Sara Schneeberger, Procurement Specialist, Procurement Services Division Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) Date: Date: Date: Date: PROCUREMENT USE ONLY Admin BCC ES Rp! Packet Pg. 1844 r 6 16.E.6.d Procurement Services c county Change Order Form ® Contract Modification ❑ Work Order Modification ❑ Amendment Contract #: i 9-7590 Change #: E:—:::] Purchase Order #: 4500197793 1 Project #: ff136.1.3 Contractor/Finn Name: I PWC, LLC Contract/Project: SCRWTP Belt Filter Press Replacement Project Manager Name:{ Alicia Abbott Division Name ` Engineering & Project Management Original Contract/Work Order Amount $ 602,825.00 911Cr19 1£C3 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 602,825.0d' 9110r19 16C3 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 602,825.00 10/20/2020 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 602,825.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 4. 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 10J9l2019 Original 7/5/2020 Last Approved 10/20120 Revised Date 10/30/20 Date Completion Date Date Includes this change) 10 # of Days Added Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ® Other (see below) Provide a response to the following: 1.) detailed and specific explanationlrationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change is to approve a time extension of ten days, to allow additional time for the suppliers' technicians to be on site for start- up of the belt fitter press. This time will extend the current substantial completion date to August 31, 2020, and the final completion date to October 30, 2020. 2. This change was not included in the original contract as it was not known at that time that the supplier of the belt fitter press would encounter delays in scheduling the initial start-up of the equipment, due to travel restrictions in their state. 3. If the change is not processed, the following impacts would result: The supplier is required to be on site during startup of their equipment, to ensure that the unit is operating as intended. The supplier is located in New Jersey and the scheduling of technicians was delayed due to the travel restrictions for the State of NJ. If this additional time is not granted, the contractor would not have the supplier present to start up the equipment, which may result in the supplier not providing a warranty for the equipment. abbott a Dig itaIlysigned by abbott_a Prepared by: — Date: 2020.10.20 14:58:13 -04'00' Date: Alicia Abbott, EL, Project Manager, Public Utilities Engineering and Project Management Acceptance of this Change Order shall constitute a modification to contract J work order identified above and will be subject to all the same terms and conditions as contained in the contract 1 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 J Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. DeAn e!O Henderson contact Info: 239 470-9130 9 Date: �n2o 10.?�0 12:04:3.04*BE 10 / 2 0/ 2 0 2 0 Accepted by: •*Pwc reserves the right to a suture O_a m far me reaar na t zs matter. Date: Deangelo Henderson,,Sr. Project Manager, PWC, LLC Approved by: Approved by: Engineer >hjamin N. Bullert, P.E_, Public Utilities EPMD Principal Project Manager ChmelikTom Digitally signed by ChmelikTom Date: 2020.10.20 15:09:43-04'00' Tom Chmelik, P.E., PMP, Public Utilities EPMD Director Page 1 of 2 Date: lV to Date: Date: Packet Pg. 1845 7 Approved by: Steve-M—essner, WateF Director SchneebergerSara Digitally signed by Schneeberger5ara Approved by: Date: 2020.10.20 15:24:42-04'00' Sara Schneeberger, Procurement Strategist, Procurement Services Division 16.E.6.d Date: D Zv ZCZ to Date: Re,-idd: 10i28/2014 (Divisions who may require additional signatu— :rclude ors s,parate sheet.) PROCUREMENT'.`-E ONl`/ Adman Fpacket Pg. 1846 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 ❑ this exhibit is not applicable 8 16.E.6.d ® Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract M 17-7198 Change #: 16.3 Purchase Order #: 4500185615 Project #: 50156 Contractor/Firm Name: Manhattan Construction Florida Inc. Project Name: F Phase 1 B Collier County Sports Complex Project Manager Name: Margaret Bishop Department: Facilites Management Original Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Cha $ 19,665,469.0 12/10/19, 11.D Original BCC Approval Date; Agenda Item # $ 20,072,296.8 6/23/20,16.E.4 Last BCC Approval Date; Agenda Item # $ 20,072,296.87 1/5/2021 SAP Contract Expiration Date (Master) $ 219,580.89 3.19% Total Change from Original Amount $ 20,291,877.76 1.09% Change from Current BCC Approved Amount $ 626,408.761 1.09% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 1-6 2020 Completion Last Approved Revised Date ) 1-5-2021 1-5-2021 1-19 2021 Date Comom letion Date Date Includes this change) # of Days Added 14 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 / the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impac this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. "The above costs are all related to the Collier County Sports Complex project. All cost break downs, fee break outs, and detailed back up an included with the AR documents within this change order package. Notwithstanding anything to the contrary above, Construction Manager does not release and expressly reserves the right to pursue claims for time extensions and additional compensation that arise out of or result from the COVID-19 outbreak and the responses to this outbreak including implementation of any instructions, restrictions, and/or requiremen by any federal, state, or local governmental or public health entity resulting from this outbreak and which claims may include, but are not limited to, additional time and costs due to labor or material shortages, quarantines, and implantation of other safety and health protocols." 1) This change order is requesting: a) Authorization Request 7648.03-081 The installation of the Furniture, Fixtures and Equipment (FF&E) Low Voltage, Audio and Visual System, Fire Alarm, Fiber connections, speakers, TV receptacles in the amount of $71,656.32. b) Authorization Request 7648.03-072 Installation of the FF&E Landscape Ornamental Package that includes sculptures, stones, boulders, red stone pillars, polished balls, benches, decorative plaque, and respective foundations/anchoring procured by Collier County in the amount of $21,167.35. c) Authorization Request 7648.03-119 Order and obtain varying sizes of rebar for the Great Lawn fire pits in the amount of $5,800.0 that will be taken from the owner contingency. d) Authorization Request 7648.03-076 Installation of artificial turf on the two berm seating areas east of the stadium, including a concrete wall on top of the berm, and fencing to secure the area in the amount of $30,605.18. e) Authorization Request 7648.03-115 Change the rounded light fixture lenses at the Cove area to flat glass lenses to bring the to voltage lighting into ADA compliance in the amount of $13,942.07. f) Authorization Request 7648.03-077 Add hardware enhancements for security purposes in the amount of $41,743.72. g) Authorization Request 7648.03-120 Add artificial turf for a safe fall area at the climbing wall and playing areas at the Cove area it the amount of $21,086.75. h) Authorization Request 7648.03-121 Additional sod added to the west of Cove Road for erosion purposes that will be future parkir in the next phase of the project in the amount of $13,716.97. i) Authorization Request 7648.03-122 Additional palm trees at the roundabout at the Cove area in the amount of $4,029.31. j) Authorization Request 7648.03-124 Installation of Silt Fence between the Great Lawn and the north side of the Stadium in the amount of $1,633.22. The total amount requested is $219,580.89 and an additional 14 days is requested due to material lead time. 2) These changes were not included in the original contract because: a,b,c) The finish items were purposely left out of the initial design and construction to allow the Owner and Sports Field Inc., the contract manager, the ability to finalize the type and placement of finish items prior to the completion of construction. The installation of some of these FF&E items would typically be done outside of the construction project. During selection, placement, and permittin of these FF&E items, the contractor notified the owner that installation of these items required coordination with fire codes for Packet Pg. 1847 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 9 16.E.6.d emergency shutoff and third -party vendors entering the site and modifying work in progress would void warranties. It is in the County's best interest to have the Contractor install these items to meet code requirements and maintain warranty. d) The berm changes were not included in the original contract because separating the berm seating from the outside of the stadiun during an event was not anticipated. This change is a safety feature that required a design change to the plans to secure the area during stadium events to prevent unauthorized persons from entering the area. e) Due to the rounded floor lights being out of ADA compliance, all FX-FC-RG light fixtures around the walking areas of Phase 1 B were requested to be changed from the specified rounded dome lenses to flush flat glass lenses in order to prevent tripping hazard; around the walking path and bring into ADA compliance. f) Collier county changed security access vendors after the construction contract was approved. The original pricing for security wa: based upon the previous vendor and the new vendor Lenel, required new encrypted controllers and hardware substitutions to meet county standards. In order to secure the Stadium, Food Truck and Fitness Pavilion, hardware enhancements that include electrified strikes with panic devices and access control badge entry are added to the project. o g) Drainage changes were also added to the climbing wall and teqball areas that resulted in using artificial turf as a viable fall and CL playing area surface. m h) Future parking was added to the project after contract approval. Sod is required for erosion control purposes to meet code > compliance. L i) Additional palm trees at the roundabout at the Cove area were added due to design changes. N j) The Great Lawn is opening ahead of schedule and events will take place while the Stadium is still under construction. The E separation between the Great Lawn and construction at the Stadium is required for safety reasons to keep patrons from entering the construction site. '2 3) If this change is not processed: The requested FF&E work will not be installed per safety codes prior to opening, the pavilion would be turned over to the County without the items noted above, and a significant cost would be incurred to have a third -party come back after completion to permit, install, and retrofit the structures. There is also the risk that structural penetrations, electrical connections, and site modifications would void Contractor warranties. If this change is not processed the berm seating area will not be secured, leaving this area vulnerable to unsafe conditions and security changes based upon the new access control system will not meet county standards. Design changes were also included to improve upon ADA and code requirements for safety. DocuSigned by: Prepared by: _ Date: 10/30/2020 AOBOFDOEC647416... (IViaryareL N. DiSnup, ra, racilities Management Division) Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same ten and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustme if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professioi arising out of or related to the change set forth herein, including claims for impact and delay costs. DocuSigned by: 11/2/2020 Accepted by: _ O6CEE661 DOOA42ADate: ry �iau iiau� aii U��... �Uuution Florida, Inc.) DocuSigned by: Approved by: �6sU" A& r Date: 11/2/2020 _ C3939948E... `J I I ULI IVJII UU, L/QVIVaini �Iigineering) DocuSigned by: Approved by: _ oAa m 1 V1(A a.1 Date: 11/3/2020 twain i11 U ar i? uivision Director) DocuSigned by: ' Approved by: SAVA St�uA,t,t,loWft,v Date: 10/30/2020 77336190C3294C6... lal) Packet Pg. 1848 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81FO745 10 16.E.6.d Manhattan .Building excellence. Authorization Request ....J Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd, N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop Collier County 3295 Tarnlam€ Trail East Naples, FL 34112-4901 CE1B.068-PR#5R1 Electrical for FT & FP From: Josh Willard Manhattan Construction (FL), Inc. 3705-1 Westview DR Naples, FL 34104 Pricing $71,656.32 CIE:No Date Reference Alvotant Prapased pays Req , Category Reason ........ -0.: r0 Owner Description PhasetB Revision Electrical FT/FP Notes Cost Event Breakdown: 001 Add to include all low voltage for Fitness Pavilion and Food Truck Pavilion $66,689.02 ELECTRICAL -- B&i Cost In include all of the updated design plans in relation to the low voltage for the Food Truck and Fitness Pavilion. These were Issued to include the speakers, TV's, Daktron€cs controls. Level 1 1.5% SDI $1,000.34 Level 2 0.736% Performance & Payment Bond $504,05 Level 3 1.175% General Liability $795,36 Level 4 4% CM Fee $2.667.56 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule timelcost impact. We reserve the right to submit for cost/time impacts related to this change under separate cover when that information is available. Contractor does not release impacts that arise out of Acts of Nature (including fire, stood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war is declared or not), civil war, rebellion, revolution, Insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemlcs, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-081 Approved By: Margaret Bishop — Project Manager, Facilities ManagemerSIGNATURE BATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1849 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81F0745 11 16.E.6.d Manhattan Authorization Request Rf ildilig, !'.i`f'f'.i1 f'Jl f.'E'. Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: rn To: Margaret Bishop From: Josh Willard Collier County {Manhattan Construction (FL), Inc. 3295 Tamlaml Trail East 3705-1 Westview DR Nantes. FL 34112-4901 Naples. FL 34104 GMP03 Ornament Placement Pricing $21,167.35 CE'No 'Data Reference Amount Proposed Days t2eq Category Reason r r r�Owner Change Description Phase IB Landscape Ornament Placement Notes Cost Event Breakdown: 001 Add to Include additional work, as shown In the Exhibit A & B. $17,460.00 LAWNS & PLANTING -[O'DONNELL) Placement of items in Exhibit A & B including Sculptures, Stones, Boulders, Benches, Spikes and respective small concrete baseslachoring. Large foundations for the benches and Monoliths are now included in this change to safely secure the larger items and contian this scope with a single subcontractor. 002 LAWNS & PLANTING - [O'DONNELLj $2,250,00 Added cost for placement of 15 Cap Rocks around Light Pales, With the new field lights, stones were designed to be placed in front of the poles for decoration and buffer for any vehicles coming towards the light poles on the sidewalks. 003 1.5% SDI $295.55 004 4.0% CM Fee $788.00 005 0.736% Performance & Payment Bond $148.90 006 1.175% General Liability $234.90 Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1850 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 12 16.E.6.d Manhattan l3rlilrlirrl; r�.rrr�Ilr�l�rc�. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule time/cost impact. We reserve the right to submit for cost/time impacts related to this change under separate cover when that information Is available, Contractor does not release impacts that arise out of Acts of Nature (Including fire, flood, earihquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war is declared or not), civil war, rebellion, revolution, Insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation deiays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-072 Approved By: Margaret Bishop — Project Manager, Facilities ManagernerSIGNATURE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1851 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 13 16.E.6.d Manhattan Bitildingexcellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: To, Margaret Bishop Collier County From: Josh Willard Manhattan Construction (FL), Inc, 3295 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Fire Pit Rebar Pricing r ! 11 CIS No t3ate +Reference Amount Proposed Days i2eq Category Reason ..... Description Phasel B Fire Pit Rebar Notes Cost Event Breakdown; 002 Added costs for the new decorative rebar In the fire pit. $5,800.00 This rebar was added In Addendum 5-R to surround the exposed gas pipes of the fire pit at varying heights. The design brings higher asthetics and acts as a barrier to the fire. NAPLES CONCRETE & MASONRY 003 Fund the added rebar. OWNER CONTINGENCY ($6,232.01) Level 1 1,5% SDI $87.00 Level 2 0.736% Performance & Payment Bond $43.84 Level 3 1,176% General Liability $69.17 Level 4 4.0% CM Fee $232.00 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule timelcost Impact. We reserve the right to submit for costltime Impacts related to this change under separate cover when that Information is available. Contractor does not release impacts that arise out of Acts of Nature (Including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war Is declared or not), civil war, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and impact the Project, there shall be an equitable adjustment to the Contract. Collier County Sports Complex Prolog Manager Project # 7648 Packet Pg. 1852 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 14 16.E.6.d Manhattan Building excellence. Authorization Request: 7648.03-119 Approved By: Margaret Bishop — Project Manager, Facilities Mari agemetSIGNATORE Collier County Sports Complex Prolog Manager Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) DATE Project # 7648 Packet Pg. 1853 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 15 16.E.6.d Manhattan Authorization Request Bitildi 2g'e cellence, Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239.643.6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop From: Josh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamiaml Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 CE-Stadium Berm Enhancements Pricing CE No Date Reference Amount Proposed Days Req Category Reason 113.046 61812020 $14,664,63 Owner Description PhaselB Berm Changes Notes Cost Event Breakdown: 001 Add to include berm turf. $13,545.60 (SYNTHETIC TURF - SCG) Additional turf to the original design of the turf on the berms at the Stadium. Level 1 1.5% SDI $203.18 Level 2 0.736% Performance & Payment Bond $102,38 Level 3 1.175% General Liability $161.55 Level 4 4% CM Fee $641.82 Ct~ Na Date Reference Amount Proposed Days Req Catsgary Reason ..... 11B.049 1 $8,628.11 0 :::Owner Change Descriition Phasel B Added Bern Seat Wall Notes Cost Event Breakdown: 002 Add to include the additional concrete wall ontop of the berm. $8,030.00 CONCRETE - Naples Concrete Added Berm Seat Wall from the design team. Level 1 1.5% SDI $120.46 Level 2 0.736% Performance & Payment Bond $60.69 Love l 3 1.175% General Liability $95.77 Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1854 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 16 16.E.6.d Level 4 4%CM Fee Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) $321.20 CE'Nn ;Date Reference Amount Ptaposed, 'gays Fteq Categaty Reason r i.• F Owner Change Description Phasel B Added Berm Fencing Notes Cost Event Breakdown; 002 Add to Include the added fence ontop of the berms at the Stadium. $6,008,00 FENCE PERMANENT - [SMITH FENCE] Suppy and Install 100 2' high black vinyl coayed chain link fence on top of seat walls at berms Level 1 1.5% SDI $103.62 Level 2 0.736% Performance & Payment Bond $52.21 Level 3 1.175% General Liability $82,39 Level 4 4% CM Fee $276.32 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule timelcost Impact. We reserve the right to submit for cost/time impacts related to this change under separate cover when that information is available. Contractor does not release Impacts that arise out of Acts of Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war Is declared or not), civil war, rebellion, revolution, Insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-076 Approved By: Margaret Blahop-- Project Manager, Faallittes ManagemenslGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1855 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 17 16.E.6.d Manhattan Building excellence� Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: CE. Nn t]ate Reference Amount Proposed Days Req Category Reasnn r: 020 e r a Descrintlon PhaselB Landscape Lighting Changes Notes Cost Event Breakdown: 001 Added costs to change the landscape lighting tops from the specified $12,975.60 rounded tops to the flat glass stop. Work includes replacing 64 tights and miscellaneous asphalt cutting. ELECTRICAL - IB&I] Prevent tripping hazards in the walking path. Level 1 1.50A SDI $194.63 Level 2 0.705% Performance & Payment Bond $98.07 Level 3 1.175% General Liability $154.75 Level 4 4% CM Fee $519.02 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule timelcost impact. We reserve the right to submit for costltime impacts related to this change under separate cover when that information is available. Contractor does not release impacts that arise out of Acts of Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities {whether war is declared or not), civil war, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract, Authorization Request: 7648.03-116 Approved By: Margaret Bishop —Project Manager, Facltittes Man agemerBrGNATURE DATE Collier Coun iy Sports Complex Prolog Manager Project # 7648 Packet Pg. 1856 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 18 16.E.li.d Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown} Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop Collier County From: Josh Willard Manhattan Construction (FL), Inc. 3295 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 CE1 B.044-Hardware Overrun 0113/2020 $41,743.72 0 : Owner Change Description PhaselB Hardware Overrun Notes Cost Event Breakdown: 001 Added costs to effectively secure the Stadium, Food Truck and Fitness $38,850.00 Pavilion to the wishes of the Operator. The Collier County Security Specifications changed during the construction of the project to a new provider that required additional design and hardware changes. This Hardware package will include electrified strikes with panic devices and be coded to the Access Control Badges for entry as identified In the Specification approved in RFI 170 by the Design Team. (Hardware - Fields Door & Hardware) Cost is over and above the original budgeted allowance In the GMP because there was originally a less advanced provider with no Lonel Access Control System. 002 1.5% SDI $582.75 003 1.175% General Liability $463,33 004 0.736% Performance & Payment Bond $203.64 005 4.0% CM Fee $1,554,00 Pri cl ng $41,743.72 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule timelcost impact. We reserve the right to submit for cost/time impacts related to this change under separate cover when that information is available. Contractor does not release impacts that arise out of Acts of Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war is declared or not), civil war, rebellion, revolution, Insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1857 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 19 16.E.6.d Manhattan Building excellence. Authorization Request: 7648.03-077 Approved By: Margaret Bishop — Project Manager, Facilities ManagemerBlGNATUR,E Collier County Sports Complex Prolog Manager Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) DATE Project # 7648 Packet Pg. 1858 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 20 1ti.E.ti.d Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd, N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: • • • I I R. To: Margaret Bishop From: Josh Willard Collier County Manhattan Construction (FL), Inc. 3285 Tamiami Trail East 3705-1 Westview DR Description Phasel B Area "A" Synthetic Turf Notes Cost Event Breakdown: "�Y� icl t7t riot�t bSa}ptiniTloilat Q7Qr�$ aK�Fl� �- ,,-=... :w-;,. ...a�.....,w�,.�:.,�-�: �.:��„� i...��✓�,..., '�v;.:�. ' ter,. `�.' .,� , .�,;.s� 002 A••-• costs to lay turf at the Teqball n to replace �rubber mulch $1 D,626,00 at the rock climbing wall with turf. FIELDS SPORTS Level 1 1.6% SDI $294.37 Level 2 0.736% Performance & Payment Bond $148,33 Level 3 1.175% General Liability $234.05 Level 4 4.0% CM Fee $785.00 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule timelcost Impact. We reserve the right to submit for costltime Impacts related to this change under separate cover when that information is available. Contractor does not release impacts that arise out of Acts of Nature (including tire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war Is declared or not), civil war, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or Interruption or failure of power sources. To the extent these conditions may occur and impact the Project, there shall be an equitable adjustment to the Contract. Authorizatlon Request: 7648.03-120 Approved By: Margaret Bishop —Project Manager, Facilities ManagemerSIGNATURE Collier County Sports Complex Prolog Manager Dare Project # 7648 N M M CO) N LL IZ 3 Y tv m L m E L 0 m c tv t U m a) 0 r c m E t ns .r a Packet Pg. 1859 DocuSign Envelope ID: F199002D-OF93-402C-9A2A-6FC3F81 F0745 21 16.E.6.d Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop From: Josh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamiam€ Trait East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Added Palm Trees at FT&FP Roundabout 1 B.087 6/28/2020 Description Phase IB Added Palms at FT&FP Roundabout Notes Cost Event Breakdown: Pricing 0 $4, 029.31 31 0 Owner Change Change Condition ` OOt Added Costs for 3 Palm trees to be put In the center of the roundabout at the $3,750.00 Food Trcuk and Fitness Pavilion per Collier County Direction. LANDSCAPE AND IRRIGATION - O'DONNELL Level 1 1.5% SDI $56.25 Level 2 0.705% Performance & Payment Bond $28.34 Level 3 1.175%a General Liability $44.72 Level 4 4%CM Fee $150.00 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule time/cost Impact. We reserve the right to submit for costltime impacts related to this change under separate cover when that information is available. Contractor does not release impacts that arise out of Acts of Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war Is declared or not), civil war, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or Interruption or failure of power sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-122 Approved By: Margaret Bishop - Project Manager, Faclllttes Managemei&1GNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1860 DocuSign Envelope ID: F1 99002D-OF93-402C-9A2A-6FC3F81 F0745 22 16.E.6.d Manhattan Bid1cling excellence. Collier County Sports Complex Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: • • .• i g To: Margaret Bishop From: Josh Willard Collier County 3295 Tamiami Trail East Naples, FL 34112-4901 Manhattan Construction (FL), Inc, 3705-1 Westvlew DR Naples. FL 34104 „✓ r s,.,->i,.- � , .e-'�M . �� ._.., -?�A, �,"'.�.: ,.,.sue.. �. �'��..w Phase I B - Slit Fence North of •L. Pricing . t C No bate Reference Amounk Proposed ? Days Req Category Reason Omer Change Descrjltion PhaselB Silt Fence North of Stadium Notes Cost Event Breakdown: 003 1.175% General Liability $18.13 004 0.736% Performance & Payment Bond $11.49 005 4.0% CM Fee $60.80 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule time/cost impact We reserve the right to submit for costitime Impacts related to this change under separate cover when that Information is available. Contractor does not release impacts that arise out of Acts of Nature (including fire, Flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war is declared or not), civil war, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-124 Approved By; Margaret Bishop Project Manager, Facilities Managernei£1GNATUR.E DATE Collier County Spoils Complex Prolog Manager a Project 4 7648 Packet Pg. 1861