Loading...
Agenda 02/09/2021 Item #16E1 (Procurement Administrative Reports)02/09/2021 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 transpar ency 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: · Two (2) change orders that in aggregate modify contracts by $0.00 and add 61 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 $25,383.00 for additional services FISCAL IMPACT: The net total for the three (3) items is $25,383.00. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for Board action. -JAK 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. 0209 Change Order Report - FY21 (PDF) 2. 0209 Change Order Backup - FY21 (PDF) 3. 0209 After the Fact Report - FY21 (PDF) 4. 0209 After the Fact Backup - FY21 (PDF) 16.E.1 Packet Pg. 1133 02/09/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.1 Doc ID: 14820 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: 02/09/2021 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 01/21/2021 2:44 PM Submitted by: Title: Manager - Procurement – Procurement Services Name: Sandra Herrera 01/21/2021 2:44 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/21/2021 3:35 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 01/21/2021 3:43 PM Procurement Services Sandra Herrera Additional Reviewer Completed 01/21/2021 3:51 PM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 01/21/2021 4:34 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 01/26/2021 9:56 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 01/26/2021 10:00 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/27/2021 8:57 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 01/27/2021 10:25 AM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 01/27/2021 6:42 PM Board of County Commissioners MaryJo Brock Meeting Pending 02/09/2021 9:00 AM 16.E.1 Packet Pg. 1134 Item page #Contract/ Grant No.Change #DateProject Name Vendor Name Division ‐ Project ManagerOriginal Contract AmountCurrent Contract Amount Current Change Order AmountRevised Contract Amount% Over Board Approved AmountContract LengthChange in length (Days)Updated contract length    Change in length       (%)1 1 19-7612 1 1/12/202196th Ave N Public Utilties RenewalD.N. Higgins, Inc. PUEPMD - Diana Dueri $5,357,500.00 $5,357,500.00 $0.00 $5,357,500.00 0.00% 395 46 441 11.65%2 30 19-7560 10 1/13/2021 EMS 25 ConstructionWaltbillig & Hood General ContractorsFacilities Management - Tony Barone$2,359,605.00 $2,171,835.56 $0.00 $2,171,835.56 0.00% 500 15 515 3.00%Meeting Date Total number of Change OrdersTotal Dollar ChangeTotal Change in Days2/9/2021 2 $0.00 6116.E.1.aPacket Pg. 1135Attachment: 0209 Change Order Report - FY21 (14820 : Procurement Services administrative reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Contract Modification Work Order Modification Amendment Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Contract/Project: Project Manager Name: r: Division Name: Original Contract/Work Order Amount $ 5,357,500.00 12/10/19;11H Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 5,357,500.00 12/10/19;11H Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 5,357,500.00 2/13/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 5,357,500.00 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 Original Last Approved Revised Date Date Completion Date Date (Includes this change) # 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 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. Procurement Services Change Order Form 70120.2.2, 60139.3.2 D.N. Higgins Inc. 4500201226 19-7612 1 96th Avenue North Public Utilities Renewal EPMD Diana Dueri, PMP 3/31/2021 2/13/2021 2/13/2021 46 1/15/2020 Additional Time – Exhibit A 1.Add an additional 46 calendar days as a result potential Covid-19 exposure by DNH crew members (27); WD #1 (Mailboxes: 7 days); WD #5 (576 Bubble-Up Structure: 1.5 days); WD#6 (6th Street Drainage Improvements: 7 days); WD#7 (Water Service Relocation 640 96th Ave: 2 days); and WD#9 (600, 603, 611, 644, & 688 Bubble- Up Structures: 1.5 days). Item Days Covid-19 Exposure by DNH crew members 27 WD #1 (Mailboxes) 7 WD #5 (576 Bubble-Up Structure) 1.5 WD#6 (6th Street Drainage Improvements) 7 WD#7 (Water Service Relocation 640 96th Ave) 2 WD#9 (600, 603, 611, 644, & 688 Bubble-Up Structures) 1.5 Total: 46 2.This change was not included in the original contract because it was not anticipated that the Covid-19 pandemic would occur during this contract and the descriptions for the WDs that includes additional days below. 3.Without the additional days, the Contractor would not be able to achieve substantial completion of the project and the utilities being replaced would not be operational for Collier County and surrounding residents/customers. 1 116.E.1.b Packet Pg. 1136 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 2 16.E.1.b Packet Pg. 1137 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 3 16.E.1.b Packet Pg. 1138 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 4 16.E.1.b Packet Pg. 1139 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 5 16.E.1.b Packet Pg. 1140 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 6 16.E.1.b Packet Pg. 1141 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 1/12/2021 BullertBenjamin Digitally signed by BullertBenjamin DN: E=Benjamin.Bullert@colliercountyfl.gov, CN=BullertBenjamin, OU=General, OU=PPM User Accounts, OU=PUD Planning and Project Management, OU=PUD, OU=Divisions, DC=bcc, DC=colliergov, DC=net Date: 2021.01.12 11:28:10-05'00' ChmelikTom Digitally signed by ChmelikTom Date: 2021.01.12 12:12:15 -05'00' Joseph Bellone Digitally signed by Joseph Bellone Date: 2021.01.12 12:18:14 -05'00' SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.01.21 11:34:16 -05'00' 7 16.E.1.b Packet Pg. 1142 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) GENERAL CONTRACTORS "'° TRA"•,"omn "0,1.0 CORP'QM TE OFFtc E ":JrPR> tl"' §,p_J :b11wlj" , un c A ANH AR.SOR, Wl -4SI0 !I {7 J4 J Hl-1500 I AX; {f :W)!n a-U IO ECIOHAL OH ICf 4.4U 1£HTE R P RI U AV E.HU I': H..,.LU , fL IU9 )n '"3U O f AXJ t n, n 4--'ll H !Exhibit A I Diana Dueri Collier County Public Utilities 3339 Tamiami Trail East, Suite303 Naples, FL 34112 Re: 19-7612 96th Ave Public Utilities Renewal Time Request - COVID 19 Impacts October 30, 2020 Dear Ms. Dueri, Our labor force for this project was significantly impacted by the COVID 19 pandemic. On multiple occasions our staff was exposed, which required us to follow quarantineprotocols. Fortunately, everyone is healthy and back on the job,however a substantial delay has been experienced. The instances of crew quarantines are as follows: June 29-July 11, 2020 -Abel Hernandez's crew ("Ronnie's Crew") Quarantined -12 Calendar Days Abel Hernandez, Sean Harrison, Renal Gelin, Ronald, Sainval, Rodney Saintimy, Pedro Solis July 22-Aug 1, 2020 -Felipe Flores's Crew Quarnatined -10 Calendar Days Felipe Flores, Felipe Sandoval, Juan Hernandez, Franciso Montoya Tello, Sergio Flores, Ronal Sainval, Moise Bodelet, Joselito Nizama Aug 3-Aug 8, 2020 -Francisco Montoya Tello (Pipelayer), FelipeSandoval (Excavator Operator), Juan Hernandez (Loader Operator) -5 Calendar Days *The absence of these key personnel disables the crew from production Addtionally, there have been a number of work directives adding additional 19 days and they are as follows: W.D.1- 7 days, W.D.5 -1.5 days, W.D.6 -7 days, W.D.7 -2 days, W.D.9 -1.5 days. As a result of these incidents, Douglas N. Higgins, Inc.respectfully requests the addition of 46 calendar days to the contract time for this project. We appreciate the County understanding how the pandemic has impacted our workforce. Our firm is committed to completing the project diligently ,timely and of the highestquality. 8 16.E.1.b Packet Pg. 1143 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 04/20/20 2:43 PM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 1 #19-7612 96 th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: April 20, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: To install new mailboxes and mailbox posts for all properties on 96th Avenue North in the location of the existing mailboxes. Purpose of Work Directive Change: The existing mailboxes on 96th Avenue North either do not conform to USPS standards or are not able to be successfully removed and replaced to a condition equal to or better than what is existing. The replacement of the mailboxes on 96th Avenue will ensure the residents receive a properly sized mailbox at the required height and location for the USPS to deliver mail. Reason/Justification: Without the mailbox replacement, the mailboxes on 96 th Avenue North will either not conform to USPS standards or will not be restored to a condition equal to or better than what was existing. If a mailbox that is in poor condition is re-installed, it could become a safety hazard. If the mailbox is not re-installed the residents won’t be able to receive their regular mail. 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 Contractor’s determination Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $212.70/mailbox x 175 mailboxes = $37,222.50 ,QFUHDVHRI Days RECOMMENDED:AUTHORIZED: By: By: Sally Goldman, P.E.Diana Dueri, PMP Engineer Owner’s Representative Diana C. Dueri Digitally signed by Diana C. Dueri DN: cn=Diana C. Dueri, o=Collier County, ou=Engineering and Project Management Division, email=dianadueri@colliergov.net, c=US Date: 2020.04.20 14:45:02 -04'00' 9 16.E.1.b Packet Pg. 1144 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Description Qty.Hours Standard Rates Total Superintendent 69.00$ -$ Foreman 69.00$ -$ Operator 54.00$ -$ Laborer 2 1 39.00$ 78.00$ Project Manager 79.00$ -$ Clerical / Administrative 44.00$ -$ Total Labor 78.00$ Equipment Qty.Hours Track backhoe < 3CY 114.00$ -$ Track backhoe >3CY 154.00$ -$ Terex Crane 45Ton 150.00$ -$ Articulated Front End Loader 64.00$ -$ Rubber Tire Backhoe 39.00$ -$ Vibratory Roller 43.00$ -$ Tandem Dump Truck 49.00$ -$ 5 CY (Single Axle) Dumptruck 39.00$ -$ Lowboy 89.00$ -$ Jet-vac Unit 275.00$ -$ Six (4) Inch Dewatering System 40.00$ -$ Eight (8) Inch Dewatering System 64.00$ -$ Pickup and Miscellaneous Tools 1 1 39.00$ 39.00$ Total Equipment 39.00$ Material Qty.Unit Cost Total Mailbox 1 EA.19.48 19.48 Mounting Bracket 1 EA.11.88 11.88 Post 1 EA.39.98 39.98 Sakrete 2 EA.4.65 9.3 Numbers 3 EA.0.86 2.58 Total Material 83.22$ Markup (15%)12.48$ Subcontractor Qty.Unit Cost Total Total Subcontractor -$ Markup (10%)-$ Grand Total 212.70$ Name, Signature, DateName, Signature, Date Project: 19-7612 96th Avenue Public Utilities Date: 2/05/20 Attn. Sally G. Mailbox replacement 96th Ave Owner Representative ______________________________________________________________________________ Douglas N. Higgins, Inc. 10 16.E.1.b Packet Pg. 1145 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 04/20/20 2:57 PM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 2 #19-7612 96 th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: April 20, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: To root prune by hand the trees located on private property at 632, 700/704, 715, 771, 780, and 864 96th Avenue North Purpose of Work Directive Change: The existing trees located at the above referenced addresses are located on private property with their roots extending into the right-of-way. Per the recommendation by a Florida Certified Arborist, if the roots are hand-pruned, the trees will remain healthy enough to remain on the property without risk of private property damage, and will not need to be removed and replaced. Reason/Justification: Without the hand root pruning, the trees located on private property may be damaged and require removal or risk property damage. 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 Contractor’s determination Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $2,607.00 0 Days RECOMMENDED:AUTHORIZED: By: By: Sally Goldman, P.E. Diana Dueri, PMP Engineer Owner’s Representative Diana C. Dueri Digitally signed by Diana C. Dueri DN: cn=Diana C. Dueri, o=Collier County, ou=Engineering and Project Management Division, email=dianadueri@colliergov.net, c=US Date: 2020.04.20 15:04:28 -04'00' 11 16.E.1.b Packet Pg. 1146 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Description Qty.Hours Standard Rates Total Superintendent 1 8 69.00$ 552.00$ Foreman 69.00$ -$ Operator 1 8 54.00$ 432.00$ Laborer 2 8 39.00$ 624.00$ Project Manager 1 1 79.00$ 79.00$ Clerical / Administrative 44.00$ -$ Total Labor 1,687.00$ Equipment Qty.Hours Track backhoe < 3CY 114.00$ -$ Track backhoe >3CY 154.00$ -$ Terex Crane 45Ton 150.00$ -$ Articulated Front End Loader 64.00$ -$ Rubber Tire Backhoe 39.00$ -$ Vibratory Roller 43.00$ -$ Tandem Dump Truck 49.00$ -$ 5 CY (Single Axle) Dumptruck 39.00$ -$ Lowboy 89.00$ -$ Jet-vac Unit 275.00$ -$ Six (4) Inch Dewatering System 40.00$ -$ Eight (8) Inch Dewatering System 64.00$ -$ Pickup and Miscellaneous Tools 39.00$ -$ Total Equipment -$ Material Qty.Unit Cost Total Total Material -$ Markup (15%)-$ Subcontractor Qty.Unit Cost Total Johnson Tree Service 1 EA 800.00$ 800.00$ Total Subcontractor 800.00$ Markup (10%)120.00$ Grand Total 2,607.00$ Name, Signature, DateName, Signature, Date Project: 19-7612 96th Ave Date: 2/10/20 Attn. Sally G. Work Discription Owner Representative _______________________________________Anthony Silvestri Douglas N. Higgins, Inc. 12 16.E.1.b Packet Pg. 1147 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 04/27/20 4:11 PM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 3 #19-7612 96 th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: April 27, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: To increase the depth of the root barrier from the Collier County standard of 18” below grade to 48” below grade to provide greater protection against roots damaging Collier County owned and maintained stormwater system. Purpose of Work Directive Change: The project was bid with the Collier County standard Root Barrier of 18” specified. After the project was bid, it was discovered that many of the shrubs and plants where the root barrier is proposed to be installed have root systems greater than 18” deep and have the potential to infiltrate the Collier County owned and maintained stormwater system. Extending the root barrier to 48” below grade will increase costs not accounted for during bidding. Reason/Justification: Without the larger root barrier, roots may intrude into the Collier County owned and maintained stormwater system and cause damage to the stormwater system. 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 Contractor’s determination Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $6,131.25 0 Days RECOMMENDED:AUTHORIZED: By: By: Sally Goldman, P.E. Diana Dueri, PMP Engineer Owner’s Representative Diana C. Dueri Digitally signed by Diana C. Dueri DN: cn=Diana C. Dueri, o=Collier County, ou=Engineering and Project Management Division, email=dianadueri@colliergov.net, c=US Date: 2020.04.27 16:13:41 -04'00' 13 16.E.1.b Packet Pg. 1148 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Description Qty.Hours Standard Rates Total Superintendent 1 16 69.00$1,104.00$ Foreman 69.00$-$ Operator 1 16 54.00$864.00$ Laborer 3 16 39.00$1,872.00$ Project Manager 79.00$-$ Clerical / Administrative 44.00$-$ Total Labor 3,840.00$ Equipment Qty.Hours Track backhoe < 3CY 114.00$-$ Track backhoe >3CY 154.00$-$ Terex Crane 45Ton 150.00$-$ Articulated Front End Loader 64.00$-$ Rubber Tire Backhoe 39.00$-$ Vibratory Roller 43.00$-$ Tandem Dump Truck 49.00$-$ 5 CY (Single Axle) Dumptruck 39.00$-$ Lowboy 89.00$-$ Jet-vac Unit 275.00$-$ Six (4) Inch Dewatering System 40.00$-$ Eight (8) Inch Dewatering System 64.00$-$ Pickup and Miscellaneous Tools 1 16 39.00$624.00$ Total Equipment 624.00$ Material Qty.Unit Cost Total 48x24 Root Barrier Panels = 20 Lineal ft 8 ea 128.25 1,026.00$ Total Material 1,026.00$ Markup (15%)153.90$ Subcontractor Qty.Unit Cost Total Total Subcontractor -$ Markup (10%)-$ Freight 487.35$ Grand Total 6,131.25$ Name, Signature, DateName, Signature, Date Project: 19-7612 96th Ave Public Utilities Date:2/5/20 Attn. Sally G. Root Barrier at 724 96th & 9625 6th St. Owner Representative ______________________________________________________________________________ Douglas N. Higgins, Inc. 14 16.E.1.b Packet Pg. 1149 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 4 #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: May 13, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: To replace a tree that was removed on private property at 512 96th Ave N due to the roots extending into the right-of-way. Purpose of Work Directive Change: The project was not bid with the replacement of any private property trees, however, the project has necessitated the replacement of a pine tree with a royal palm tee with 8 foot of clear trunk at 512 96th Avenue North. Without the removal of this tree, the roots would extend into the right-of-way and impact the newly installed stormwater system or once the roots were removed, the tree may die and present a hazard to the property. Reason/Justification: The project necessitated the removal of a private property tree, and the resident requested a tree replacement. 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 Contractor’s determination Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $2,023.00 0 Days RECOMMENDED: AUTHORIZED: By: By: Sally Goldman, P.E. Diana Dueri, PMP Engineer Owner’s Representative 15 16.E.1.b Packet Pg. 1150 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Description Qty.Hours Standard Rates Total Superintendent 1 2 69.00$ 138.00$ Foreman 69.00$ -$ Operator 1 2 54.00$ 108.00$ Laborer 2 2 39.00$ 156.00$ Project Manager 1 2 79.00$ 158.00$ Clerical / Administrative 1 2 44.00$ 88.00$ Total Labor 648.00$ Equipment Qty.Hours Track backhoe < 3CY 114.00$ -$ Track backhoe >3CY 154.00$ -$ Terex Crane 45Ton 150.00$ -$ Articulated Front End Loader 64.00$ -$ Rubber Tire Backhoe 39.00$ -$ Vibratory Roller 43.00$ -$ Tandem Dump Truck 49.00$ -$ 5 CY (Single Axle) Dumptruck 39.00$ -$ Lowboy 89.00$ -$ Jet-vac Unit 275.00$ -$ Six (4) Inch Dewatering System 40.00$ -$ Eight (8) Inch Dewatering System 64.00$ -$ Pickup and Miscellaneous Tools 39.00$ -$ Total Equipment -$ Material Qty.Unit Cost Total Total Material -$ Markup (15%)-$ Subcontractor Qty.Unit Cost Total Greener Grass(see attached)1 1 1,250.00$ Total Subcontractor 1,250.00$ Markup (10%)125.00$ Grand Total 2,023.00$ Name, Signature, DateName, Signature, Date Project: 96th Ave Public Utilities Renewal Date:4/27/20 Attn. Sally Goldman Tree replacemnet at 512 96th Quote. Rates per appendix A1-A of contract 14-6213. This is a material estimate, actual cost may vary Owner Representative ______________________________________________________________________________ Douglas N. Higgins, Inc. 16 16.E.1.b Packet Pg. 1151 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 08/18/20 10:35 AM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 5 #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: June 29, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: Installation of two (2) drainage basin bubble-up structure at 576 96th Avenue North to accommodate the existing private property backyard and roof drainage pipes previously directly connected to the ROW. Purpose of Work Directive Change: To accommodate the existing private property backyard and roof drainage pipes to prevent private property flooding. Reason/Justification: Since bidding, it was discovered that the existing backyard and roof drainage pipes at 576 96th Avenue North must be accommodated for in construction. This change is to add two (2) junction boxes at 576 96th Avenue North that will serve as a bubble up structure to allow discharge into the stormwater system and to prevent stormwater from backing up onto private property. Attachment: Quote from Contractor 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 Other Estimated increase (decrease) in Allowance: $ 593.41 x 2 = $1,186.85 RECOMMENDED: Estimated change in Contract Time: Increase by  calendar days. AUTHORIZED: By: Justin Frederiksen, PE By: Diana Dueri, PMP Project Manager Owner’s Representative By:Diana Dueri PMP RECOCOCOCOCOCOCOCOCOCOCOCOOOOCOOOCOCOOCOOOCOOCOOCOCOOOOOOCOOOOOOOOCOOCOOOOCOCOOCOOOOOOCOCOOOCOCOOOOOOOOOCOOOOOCOOOOOOCOOOCOCCCOOCOOOOOOOOCCOCCCCOOOOOOCCCCOOOOOOOOCCOOOOOOCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMENDED: ByByByBBBByByByBBBBBBByBByBBBBByBBByBBByByByBBBBBByBBBByBBBBBBBBBBBBBBBBB:Justin Frederiksen PE 17 16.E.1.b Packet Pg. 1152 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Description Qty.Hours Standard Rates Total Superintendent 1 2 69.00$138.00$ Foreman 69.00$-$ Operator 54.00$-$ Laborer 2 2 39.00$156.00$ Project Manager 1 1 79.00$79.00$ Clerical / Administrative 1 1 44.00$44.00$ Total Labor 417.00$ Equipment Qty.Hours Track backhoe < 3CY 114.00$-$ Track backhoe >3CY 154.00$-$ Terex Crane 45Ton 150.00$-$ Articulated Front End Loader 64.00$-$ Rubber Tire Backhoe 39.00$-$ Vibratory Roller 43.00$-$ Tandem Dump Truck 49.00$-$ 5 CY (Single Axle) Dumptruck 39.00$-$ Lowboy 89.00$-$ Jet-vac Unit 275.00$-$ Six (4) Inch Dewatering System 40.00$-$ Eight (8) Inch Dewatering System 64.00$-$ Pickup and Miscellaneous Tools 1 39.00$$00 Total Equipment $.00 Material Qty.Unit Cost Total See attached Ferguson Quote 1 1 80.66 80.66$ -$ -$ -$ -$ Sub Total 80.66$ Tax (7%)0.07 5.65$ Markup (15%)0.15 12.10$ Total Material 98.41$ Subcontractor Qty.Unit Cost Total Sub Total -$ Markup (10%)-$ Total Subcontractor Grand Total $ Name, Signature, DateName, Signature, Date Project: 19-7612 96th Ave Public Utilities Date:5/15/20 Attn. Sally Goldman Private property yard drain connections, per address. Owner Representative ______________________________________________________________________________ Douglas N. Higgins, Inc. e0.070.0 ee$$ee$$ete$$ete$$eote$$oeote1 80.6680.6 $oeoteUnitUnit oCostCost oteooeotooot$ooot1 39.39 00$ooQuotQQtrativerative borbor pmen QQtyQ Q3CYY e >3CY Ton d Loaderoader $ $ $ $ $$ $ 64$oQuuoQQQQQQQQQQuQuQuQuuouououootototototeoteteteeeeee18 16.E.1.b Packet Pg. 1153 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 08/18/20 10:45 AM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 6 #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: July 2, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: Installation of 15” ADS pipe and two mitered end sections (MES) at the driveway to 9625 6th Street and regrading the swale between the MES at the intersection of 96th Avenue North and 6th Street North to the driveway culvert in order to improve drainage flow on 6th Street and 96th Avenue North. Purpose of Work Directive Change: To replace the driveway pipe and regrade the swale to improve drainage flow along 6th Street North. Reason/Justification: Since bidding, it has been determined that the driveway culvert at 9625 6th Street North is in poor condition and must be replaced. 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 Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $ 3,880 Increase or decrease by 7 calendar days. RECOMMENDED: AUTHORIZED: By: Justin Frederiksen, PE By: Diana Dueri, PMP Engineer Owner’s Representative AUTHORIZED: B Di D i PMP REEEEEEEEEEEEEEEEECOCOCOCOCOCOCOCOCOCOCOCOOCOCOCOCOCOCOOCOCOOOOOCOCOOOCOOOOOOCCOCOOOCOCOCOCOCOCOCOCOOCOOOOCCOCCCCCCCCCOCOCOOOCOCOCCCCCCCOOOOOOOOOCOOCCCCOCCCCCCCCOOOCOCOOCOCOCCCCCCCCCCCCCCCCOOCOCCCCCOCCOCCCCCCCCOCCCCCCCCOCMMMMMMMMMMMMMMMMMMMMMMMMMMENDED: ByBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB:Justin Frederiksen P 19 16.E.1.b Packet Pg. 1154 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Description Qty.Hours Standard Rates Total Superintendent 1 10 69.00$690.00$ Foreman 69.00$-$ Operator 2 10 54.00$1,080.00$ Laborer 3 10 39.00$1,170.00$ Project Manager 1 1 79.00$79.00$ Clerical / Administrative 1 1 44.00$44.00$ Total Labor 3,063.00$ Equipment Qty.Hours Track backhoe < 3CY 1 10 114.00$1,140.00$ Track backhoe >3CY 154.00$-$ Terex Crane 45Ton 150.00$-$ Articulated Front End Loader 1 10 64.00$640.00$ Rubber Tire Backhoe 39.00$-$ Vibratory Roller 43.00$-$ Tandem Dump Truck 49.00$-$ 5 CY (Single Axle) Dumptruck 1 10 39.00$390.00$ Lowboy 89.00$-$ Jet-vac Unit 275.00$-$ Six (4) Inch Dewatering System 40.00$-$ Eight (8) Inch Dewatering System 64.00$-$ Pickup and Miscellaneous Tools 1 10 39.00$390.00$ Total Equipment 2,560.00$ Material Qty.Unit Cost Total Sod 4 1 190 760.00$ -$ -$ -$ -$ Sub Total 760.00$ Tax (7%)0.07 53.20$ Markup (15%)0.15 114.00$ Total Material 927.20$ Subcontractor Qty.Unit Cost Total Sub Total -$ Markup (10%)-$ Total Subcontractor Grand Total 6,550.20$ Name, Signature, DateName, Signature, Date Project: 19-7612 96th Ave Public Utilities Date:10/21/20 Attn. Justin F. Extra work, NorthWest corner of 6th & 96th. Owner Representative ______________________________________________________________________________ Douglas N. Higgins, Inc. C etettetote100 $$otot$$otuot$$otuQuo$oQuQuQuQu11 10 QQuQQQQQQQQQQQQuQuuootototeteee20 16.E.1.b Packet Pg. 1155 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 08/14/20 2:43 PM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 7 #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: August 12, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: At 640 96th Avenue North, the proposed potable water service shall be relocated from the east property line to the west property line due to the configuration of the driveways and location of vehicles entering and exiting the property. Purpose of Work Directive Change: To relocate the proposed potable water service from the east property line to the west property line. Reason/Justification: Due to the configuration of the driveways at 640 and 644 96th Avenue North, the location of the potable water service has a high risk of being damaged by vehicles. To protect the potable water service, the proposed potable water service will be relocated to the west property line. Attachments: Bid Schedule 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 Other (see attached Bid Schedule) Estimated increase (decrease) in Allowance: $ TBD Estimated change in Contract Time: Increase E\calendar days. RECOMMENDED: AUTHORIZED: By: Justin Frederiksen, PE By: Diana Dueri Engineer Owner’s Representative AUTHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHOROOOOOOOOIZED: By:Diana Dueri REEEEEECOCOCOCOCOCOCOCOCOOCOCOCOOOOCOOCOCOOOOOOOCOOCOCOCOCOOCOOCOCOCOCOCOCOOOOCOCOCOOOCOCCCCCOCOCOCOOOCOOOOCOCOOCOCCCCCCOOOOOOOOOOOCOCCCCCCCCCOOOOOCOOCCCCCCCCCCCCCCCCCOCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMENDED: ByBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB:Justin Frederiksen P 21 16.E.1.b Packet Pg. 1156 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Description Qty.Hours Standard Rates Total Superintendent 1 8.5 69.00$586.50$ Foreman 1 8.5 69.00$586.50$ Operator 1 8.5 54.00$459.00$ Operator 1 6.5 55.00$357.50$ Laborer 2 8.5 39.00$663.00$ Laborer 2 4 39.00$312.00$ Laborer 2 4 39.00$312.00$ Project Manager 1 1 79.00$79.00$ Clerical / Administrative 1 1 44.00$44.00$ Total Labor 3,399.50$ Equipment Qty.Hours Track backhoe < 3CY 114.00$-$ Track backhoe >3CY 154.00$-$ Terex Crane 45Ton 150.00$-$ Articulated Front End Loader 64.00$-$ Rubber Tire Backhoe 39.00$-$ Vibratory Roller 43.00$-$ Tandem Dump Truck 49.00$-$ 5 CY (Single Axle) Dumptruck 39.00$-$ Lowboy 89.00$-$ Jet-vac Unit 275.00$-$ Six (4) Inch Dewatering System 40.00$-$ Eight (8) Inch Dewatering System 64.00$-$ Pickup and Miscellaneous Tools 2 8.5 39.00$663.00$ Total Equipment 663.00$ Material Qty.Unit Cost Total Ferguson FFB11006NL 1 EA.124.3 124.30$ P401bepp20 40 ft 0.85 34.00$ ffs313905ip4 1 EA.95.1 95.10$ fc4466nl 1 EA.57.57 57.57$ ibrlfcplugj 1 EA.9.03 9.03$ fc1444nl 1 EA.17.63 17.63$ ibrlfbgf 1 EA.4.61 4.61$ gbrnfm 1 EA.2.87 2.87$ -$ Sub Total 345.11$ Tax (7%)0.07 24.16$ Markup (15%)0.15 51.77$ Total Material 421.03$ Subcontractor Qty.Unit Cost Total Sub Total -$ Markup (10%)-$ Total Subcontractor Grand Total 4,483.53$ Name, Signature, DateName, Signature, Date Project: 19-7612 96th Ave Public Utilities Date:9/1/20 Attn. Justin F. W.D. 7 Water service relocation at 640 96th. Owner Representative ______________________________________________________________________________ Douglas N. Higgins, Inc. 22 16.E.1.b Packet Pg. 1157 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 09/30/20 11:46 AM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 8 #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: September 30, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: Add a new single long side water service (at the contract unit price) for the existing meter at 708 96th Avenue North. Purpose of Work Directive Change: To provide a new single long side water service for the existing meter at 708 96th Avenue North Reason/Justification: All existing water meters along 96th Avenue North must be provided new water services. At the property line between 708 and 700 96th Avenue North the construction plans depict one long side double water service. It was discovered during construction that 700 96th Avenue north has two existing water meters, resulting in a total of three existing meters at the property line between 708 and 700 96th Avenue North. The proposed long side double water service, as depicted in the construction plans, will be utilized for the two existing water meters at 700 96th Avenue North and a new single long side water service for the existing meter at 708 96th Avenue North will be added at the contract unit price for single long side water services. Attachments: Bid Schedule 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 Other (see attached Bid Schedule) Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $ 1,300.00 Increase or decrease by 0 calendar days. RECOMMENDED: AUTHORIZED: By: Justin Frederiksen, PE By: Diana Dueri Engineer Owner’s Representative AUTHTHTHHTHTHTHHHHHHHHHHHTHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHTHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHTHHHHHHHHHHTTHHHHHHHHHORIZED: By:Diana Dueri COMMMMMMMMMMMMMMMMMENENENEENEEENEEEEEEEEEEEEEEEEEENEEEEEEEEEEEEEEEEEENNENEEEEEEEEEEENEENNNNNEEEEEENENNEEEEEEEEEEEEEEENNNNNNNDED: : JuJuJuJuuJuuuuuuuuuuuuuJuuuJuJuuuJuuuuuJuJuuJuJuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuJuuuuuuuuuuuuJuuuuuuuJuuuuuuuJuuuuJuJuuJJJJJJussstssin FFFFFrederiksen, PE iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii 23 16.E.1.b Packet Pg. 1158 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 24 16.E.1.b Packet Pg. 1159 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 25 16.E.1.b Packet Pg. 1160 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 26 16.E.1.b Packet Pg. 1161 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 11/03/20 8:47 AM Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: WORK DIRECTIVE # 9 #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 DATE OF ISSUANCE: November 3, 2020 OWNER: Collier County Board of Commissioners PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) CONTRACTOR: Douglas N. Higgins, Inc. ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: Installation of five drainage basin bubble-up structure at 600, 603, 611, 644, and 688 96th Avenue North to accommodate the existing private property backyard and roof drainage pipes previously directly connected to the ROW. Purpose of Work Directive Change: To accommodate the existing private property backyard and roof drainage pipes to prevent private property flooding. Reason/Justification: Since bidding, it was discovered that the existing backyard/roof drainage pipes at 600, 603, 611, 644, and 688 96th Avenue North must be accommodated for during construction. This change is to add junction boxes at 600, 603, 611, 644, and 688 96th Avenue North (one at each property) that will serve as a bubble up structure to allow discharge into the stormwater system and to prevent stormwater from backing up onto private property. Attachment: Backup from Contractor 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 Other Estimated increase (decrease) in Allowance: $ 3,076.070 RECOMMENDED: Estimated change in Contract Time: Increase by  calendar days. AUTHORIZED: By: Justin Frederiksen, PE By: Diana Dueri Project Manager Owner’s Representative AUTHORIZED: By:Diana Dueri RECOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMENDED: ByByByyByyByByyByyByByByByByyByByByByyByyyByyByByByByyyyyByyByByByyyyyyByyyyyByByByByyyyyyByBByyByBBB:Justin Frederiksen, PE 27 16.E.1.b Packet Pg. 1162 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) ItemDescription10/22/2020DescriptionQty.Hourstandard Unit RatesTotalSuperintendent17.569.00$ 517.50$ Foreman17.569.00$ 517.50$ Operator54.00$ -$ Laborer17.539.00$ 292.50$ Project Manager1179.00$ 79.00$ Clerical / Administrative1144.00$ 44.00$ Subtotal1,450.50$Percentage of markup on labor0%-$Total Labor Per Hour / Day1,450.50$EquipmentQty.HoursTrack backhoe < 3CY114.00$ -$ Track backhoe >3CY154.00$ -$ Articulated Front End Loader17.564.00$ 480.00$ Rubber Tire Backhoe39.00$ -$ Vibratory Roller43.00$ -$ Tandem Dump Truck49.00$ -$ 5 CY (Single Axle) Dumptruck39.00$ -$ Lowboy89.00$ -$ Jet-vac Unit275.00$ -$ Six (6) Inch Dewatering System40.00$ -$ Eight (8) Inch Dewatering System64.00$ -$ Pickup and Miscellaneous Tools 2 7.5 39.00$ 585.00$ Total Equipment1,065.00$Specialty MaterialQty.Unit12x12 Catch basin5EA40.00$ 200.00$ Univ. Plug F/C/Basin 5Ea4.37$ 21.85$ Collier County Contract Rates - Exhibit A1-A, W.D. 5 - 600,603,611,644,688 Private Y.D. Contract #19-7612Exhibit A1-A Contract #18-7314 Rates2816.E.1.bPacket Pg. 1163Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 6" universal out5Ea7.31$ 36.55$ 12x12 Green Grate 5Ea35.63$ 178.15$ Lock out Adpt 5Ea5.45$ 27.25$ Sub Total463.80$Tax6%27.83$Markup15%69.57$Total Specialty Material561.20$Specialty EquipmentQty.Unit.Plate Tamper, Vibratory, Up to 200 lbsDAY52.80$ -$ Sullair 175 Air CompressorDAY81.90$ -$ Air, Impact Wrench, Under 1"DAY27.30$ -$ Air Hose, 1/2" - 5/8"DAY4.55$ -$ Saw, Gas Powered, Cut OffDAY43.68$ -$ Sub Total-$Markup15%-$Tax6%-$Total Specialty Equipment-$SubcontactorQty.UnitSub Total-$Markup10%-$tax6%-$Total Subcontractor-$Grand Total3,076.70$2916.E.1.bPacket Pg. 1164Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Revised: 10/28/2014 PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Contract Modification Work Order Modification Amendment Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Contract/Project: Project Manager Name: r: Division Name: Original Contract/Work Order Amount $ 2,359,605.00 7/09/19 - 11E Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 2,359,605.00 7/09/19 - 11E Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 2,171,835.56 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 -7.96% Total Change from Original Amount Revised Contract/Work Order Total $ 2,171,835.56 -7.96% Change from Current BCC Approved Amount Cumulative Changes $ (187,769.44) 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date (Includes this change) # 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 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. Prepared by: ___________________________________________________________________________ Date: ________________ Tony Barone, Senior Project Manager, Facilities Management Approved by: ___________________________________________________________________________ Date: ________________ Ayoub Al-Bahou, P.E., Principal Project Manager, Facilities Management Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: ___________________________________________________________________________ Date: ________________ Waltbillig & Hood General Contractors Approved by: ___________________________________________________________________________ Date: ________________ BSSW Architects Approved by: ___________________________________________________________________________ Date: ________________ Damon Grant, Director, Facilities Management Approved by: ___________________________________________________________________________ Date: ________________ (Procurement Professional) Procurement Services Change Order Form 55210 Waltbillig & Hood General Contractors 4500196915 19 - 7560 10 EMS 25 Construction Facilities Management Tony Barone TBD* 1/3/2021 11/11/2020 15 8/14/2019 1) This proposed allowance usage makes enhancements to the apparatus bay by adding an epoxy floor to ensure a safe, resilient and long lasting surface for EMS and Fire vehicles and personel. It also includes adjustments to the housekeeping pads ensure compliance with the Americans with Disabilities Act (ADA) and the addition of 6” steel bollards to protect the above surface utilities on the site are required. Additionally, it provides a credit of $1,531.44 from CO6 to correct an over-representation of the markup allowed per the contract and 15 days of additional time to complete the work. This change will modify the schedule of values in the following way: Create new line 45 “CO #10 – Epoxy Floor, Concrete Pads and Bollards $17,837.79 Modifies line 41 “Door Hardware, Controls and FPL Feeders” ($1,531.44) Modifies line 34 “Owner Allowance” ($16,306.35) This will not affect the overall purchase order amount and will leave $79,858.69 in the owner’s allowance as shown in the attached schedule of values. *Project time is currently on hold with three days remaining 2) Adjacent walkway conditions along the private roadway were unknown prior to the project start and the original design of the landscape buffer provided an opening for a secondary entrance to the site but the adjacent developer has not moved forward with development of the roadway and does not have immediate plans to start construction. 3) If this change is not processed, the facility would lack compliance with the Americans with Disabilities Act (ADA) and would not comply with the requests and standards of the Collier County Water Sewer District regarding the protection of above surface utilities. Additionally, the apparatus bay would lack a safe and resilient coating as desired by the EMS staff. BaroneTony Digitally signed by BaroneTony Date: 2021.01.11 10:38:56 -05'00' Al-bahouAyoub Digitally signed by Al-bahouAyoub Date: 2021.01.11 16:44:12 -05'00' Digitally signed by Timothy Akin Date: 2021.01.11 15:25:50-05'00' David A Bamesberger Digitally signed by David A Bamesberger DN: C=US, E=davidb@bsswarchitects.com, O=BSSW Architects Inc., OU="BSSW Naples ", CN=David A Bamesberger Reason: I am approving this document Date: 2021.01.11 10:50:44-05'00' GrantDamon Digitally signed by GrantDamon Date: 2021.01.13 12:01:14 -05'00' SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.01.21 14:00:06 -05'00' 30 216.E.1.b Packet Pg. 1165 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 31 16.E.1.b Packet Pg. 1166 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Project CR #27 19103 Date 10/08/20 To From Attention Direct Ph Phone Office Ph Email Email CR Description Response Due 14,835.00 -1,500.00 600.00 Subtotal $ 13935.00 Insurance $ 0.00 Fee $ 0.00 Bond $ 0.00 $ 13935.00 ARCHITECT CONTRACTOR OWNER Signature Signature Signature By By By Date Date Date This change request is not valid unless signed by Owner and Contractor The scope of this change includes: This change requires an adjustment to the schedule of 0 additional days. The total cost of this change request is Only the work specifically outlined in this request is included. CHANGE REQUEST Tim Akin (239)290-2660 (239) 494-4002 dŝŵΛǁŚͲŐĐ͘ĐŽŵ Collier County EMS 25 Collier County PUD Anthony J. Barone (239)252-8696 dŽŶLJ͘ĂƌŽŶĞΛĐŽůůŝĞƌĐŽƵŶƚLJĨů͘ŐŽǀ Epoxy floor in Apparatus Bay Apparatus Floor 7 days Additional time for WHGC supervision 10 hrs @ $60/hr Supply and install epoxy flooring in apparaus bay floor Credit for original floor Ashford Formula (does not include housekeeping pad or any vertical surfaces) 32 16.E.1.b Packet Pg. 1167 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) 33 16.E.1.b Packet Pg. 1168 Attachment: 0209 Change Order Backup - FY21 (14820 : Procurement Services administrative reports) Item Page #Contract or Purchase OrderDate Description of Project Vendor Name Division ‐ DirectorFiscal Impact for Additional ServicesOutstanding InvoicesDescription1114-6213 45002032831/20/2021Lely Golf Estates Stormwater ImprovementKyle Construction, Inc.Capital Project Planning, Impact Fees & Program Mgmt - Amy Patterson$25,383.00 $126,853.00Division staff did not process a change order to add additional funding, prior to the expiration of the work order, as required by contract.Meeting DateTotal number of After the Fact MemosFiscal Impact for Additional ServicesOutstanding Invoices2/9/2021 1 $25,383.00 $126,853.0016.E.1.cPacket Pg. 1169Attachment: 0209 After the Fact Report - FY21 (14820 : Procurement Services administrative reports) 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: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Richard Orth Capital Project Planning, Impact Fees & Program Management, Stormwater Section Amy Patterson Kyle Construction, Inc. $126,853.00 14-6213 4500203283 ✔ Additional de-watering tasks consisting of pumps, hoses, material and operational costs were needed to prevent property damage and road flooding. A change order to add the additional funding was not processed prior to the expiration of the work order. Requesting payment of the final invoice totaling $126,853.00. Attached are supporting documents that reflect the final vendor invoice amount of $101,470.00 and change order amount of $25,383.00. De-watering services will now be included as a separate project bid task. Stormwater underground excavation projects will avoid wet season dates. Improve internal team project communication to ensure all procurement policies and procedures are followed. Richard Orth OrthRichard Digitally signed by OrthRichard 1/14/2021 Amy Patterson Patterson_a Digitally signed by Patterson_a Date: 2021.01.20 08:45:49 -05'00' 1 116.E.1.d Packet Pg. 1170 Attachment: 0209 After the Fact Backup - FY21 (14820 : Procurement Services administrative reports) 2 16.E.1.d Packet Pg. 1171 Attachment: 0209 After the Fact Backup - FY21 (14820 : Procurement Services administrative reports) 3 16.E.1.d Packet Pg. 1172 Attachment: 0209 After the Fact Backup - FY21 (14820 : Procurement Services administrative reports) 4 16.E.1.d Packet Pg. 1173 Attachment: 0209 After the Fact Backup - FY21 (14820 : Procurement Services administrative reports) 5 16.E.1.d Packet Pg. 1174 Attachment: 0209 After the Fact Backup - FY21 (14820 : Procurement Services administrative reports)