Loading...
Agenda 04/27/2021 Item #16E 3 (Procurement Division - Change orders and other contractual modifications)04/27/2021 16.E.3 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 $297,879.11 and add 33 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 • Two (2) after the fact memos with a fiscal impact of $6,834.00 for additional services • One (1) emergency purchase order with a fiscal impact of $54,675.00 FISCAL IMPACT: The net total for the seven (7) items is $359,388.11. 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. 0427 Change Order Report Revised - FY21 (PDF) 2.0427 Change Order Backup Revised - FY21 (PDF) 3.0427 After the Fact Report - FY21 (PDF) 4.0427 After the Fact Backup - FY21 (PDF) 5. Emergency PO Request - IXOM Watercare (PDF) Packet Pg. 973 16.E.3 04/27/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.3 Doe ID: 15550 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: 04/27/2021 Prepared by: Title: Business Technology Analyst, Senior — Procurement Services Name: Sara Schneeberger 04/08/2021 2:02 PM Submitted by: Title: Manager - Procurement — Procurement Services Name: Sandra Herrera 04/08/2021 2:02 PM Approved By: Review: Administrative Services Department Procurement Services Procurement Services Procurement Services Administrative Services Department Office of Management and Budget County Attorney's Office Office of Management and Budget County Manager's Office Board of County Commissioners Paula Brethauer Level 1 Division Reviewer Catherine Bigelow Additional Reviewer Sandra Herrera Additional Reviewer Opal Vann Level 1 Purchasing Gatekeeper Len Price Level 2 Division Administrator Review Debra Windsor Level 3 OMB Gatekeeper Review Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Laura Wells Additional Reviewer Dan Rodriguez Level 4 County Manager Review MaryJo Brock Meeting Pending Completed 04/08/2021 2:26 PM Completed 04/08/2021 2:43 PM Completed 04/08/2021 3:55 PM Completed 04/08/2021 4:08 PM Completed 04/12/2021 2:26 PM Completed 04/12/2021 3:26 PM Completed 04/13/2021 2:34 PM Completed 04/14/2021 9:06 AM Completed 04/14/2021 9:42 AM 04/27/2021 9:00 AM Packet Pg. 974 M ui ani;eaIsiuivape sooinaag;uawainoojd : OS95�) 6ZAJ - pasinaN :podeN aapap OBUEL43 LZtiO :}uauayoejjd e o 0 s v u o ui o y L o c - L A w o u n L c c m v v v o V � 9 C e e o 0 1> o 0 O p p C O O O O O �° IG p• Q Q O O O A C o M W 00 tq CO V p r Lr n v E N Q W 1' O M �N N N OD O C J m o O M OD V E O O M Q c o o J V o cl e> n y p N M o M W W V p O n C E M O N N W Q 0 M N N i C C V o N W ° O O o O O o O O N E M NO C Q 0p p M Ld D V (O _' y Op C L U N L L m LL C O- o L N Qm N wro a` p u) m o p a pl N 6 O C Q Q cL w j ( w - V s n. z) iL c a. p N U C C N C 2 o m L j _O > a�` z w �LL L 0 C Q j a O £ °o.� a 3 J N m o m n° U1 N Z a w N Z c _U O C L a a d U > N U U K o X m Y o Q . o U a 3 f0 d E E.o 0 azea N N N N tO N N N N q aguey:) N u n 'ON 3uea9 O � N ip QO /heAjuo:) o m r� o> n # aged N wall N M a 1 CHANGE ORDER ® Contract Modification ❑ Work Order Modification Contract #: 20-7756 Change #: = Purchase Order #: 4500209383 = Project #: 33650 Contractor/Firm Name: Ajax Paving Industries of Florida, LLC Project Name: Pmmo kalee Airport -Taxiway C Extension Project Manager Name: Andrew Bennett Department: Airport Authority Original Contract/Work Order Amount $ 1,613,638.25 11/10/20#14A.1 Original BCC Approval Date; Agenda Ite Current BCC Approved Amount $ 1,613,638.2 11/10/20#14A.1 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 1,613,638.25 8/6/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 3,141.30 0.19% Total Change from Original Amount Revised Contract/Work Order Total 1 $ 1,616,7'79.551 0.19% Change from Current BCC Approved Am Cumulative Changes 1 $ 3,141.301 0.19% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 02/22/21 Original 08/06/21 Last Approved 08/06/21 Revised Date N/A 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 It trills cnange is not processes. Atiacn aaaltlonai InTormaIlon Trom ine uesign rroiessional anolor uamractor n neeueu 1. This change order will increase the bid by $3,141.30. The Runway project started later than anticipated, and in order for the Taxiway C project to be able to continue their work, for safety and security, the contractor will need to separate the airside areas from the landside areas. This work will require an additional 80 linear feet of Chain Link Fence on bid line #22 increasing it by $1,752; and additional work to remove 421 linear feet of an existing chain link fence on a new bid line item for $1,389.30. No additional time is required. These changes were not included in the original bid/contract because it was anticipated that the rehabilitation of Runway 18-36 would commence in advance of the Taxiway C project. As a result of the impacts related to COVID-19 pandemic, final funding authorization for the Runway 18-36 rehabilitation project was delayed which affected the contractors scheduling along with the phasing and pace of the Taxiway C project in comparison to the Runway 18-36 project. As such, the Taxiway C project scheduling is further along than the Runway 18-36 Rehabilitation project; therefore, incorporating the above adjustments would allow the Taxiway C project contractor to secure the airside project area and remove the associated fencing obstructions without incurring any unnecessary project delays. 3. If this change order is not processed, there would be safety concerns and a delay with the Taxiway C project. Prepared by: Andrew Bennett, Airport Authority Date: 3/19/2021 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. Charles E Kresse Digitally signed by Charles E Kresse Accepted by. Date: 2021.03.19 12:45:20 -04'00' Date: 3/19/2021 Elliott Kresse, Project Manager, Ajax Paving Industries of Florida, LLC Approved by: I- '4y% Date: 3/19/2021 Kevin McCauley, Atkins Project Manager ShueGene Digitally signed by ShueGene Approved by. Date: 2021.03.19 15:36:23-04'00' Gene/Stfe, Diytisioln Director„GyrowtP Management Department Approved by: I I a ! t Pn Y Thaddeus Cohen, Departm nt ead, Growth Management Department N Schneeber erSara Digitally signed by SchneebergerSara Approved by: pat, 2021.04.01 09:41:01-04'00' Sara Schneeberger, Procurement Specialist, Procurement Services Division Date: Date: Date: Packet Pg. 976 Contract 20-7756 - Ajax Paving Industries Change Order # 01 Immokalee Airport -Taxiway C Project: 33650 PO:4500209383 ITEM NO. DESCRIPTION OF WORK UNIT UNIT PRICE ESTIMATED QUANTITY CURRENT VALUE Mark Up CHANGE AMOUNT REVISED VALUE %CHANGE 22 Chain Link Fence LF $21.90 80.00 16,753.50 1,752.00 18,505.50 9% NEW Removal and disposal of existing chain link fence LS $1,263.00 1.00 0 $126.30 1,389.30 1,389.30 100.0% NET CHANGE AMOUNT 3,141.30 Packet Pg. 977 0 AJAR Additional Fencing Removal PAVING INDUSTRIES, INC. Estimate Price Breakdown Sheet FAA AIP No: 3-12-0031-012-2019 County: Collier Location: Immokalee Regional Airport Taxiway C Extension Submitted By: Elliott Kresse Description of Work: Cost for additional fence removal Proposed Bid Item: N/A Quantity: 1 LS Comments: Please call me with any questions. Labor with Burden Hourly Rate Burden Cost Rate Hours / Days Total 0,00% $ S 0.00% $ $ $ 0.00% $ $ Burden = Federal Income Tax, Social Security Tax, Medicare Tax, Workmen.% Compensation Ins., Faderal Unempoymentlns., State Unemployment Ins. Hotel, Per Diem, and Employee Benefits. Materials and Supplies Description: Quantity Price Total 0.00 $ $ 0.00 $ S Material Cost Total: $ Equipment Cost Description: Hourly Rate Hours / Days Total $ $ Equipment Cost Total: $ - Subcontractor Cost Description: Quantity Price Total Carter Fence - See attached backup 1.00 S 1,263.00 $ 1,263.00 Subcontractor Cost Total: $ 1,263.00 Contract Pay Items Description: Quantity Price Total - $ $ 0.00 $ $ 0.00 S $ Subcontractor Cost Total: $ Breakdown Description: Cost Totals Mark -Up % Mark -Up Total Labor with Burden Cost $ S $ Material and Supplies Cost $ $ $ Equipment Cost $ $ $ - Subcontractor Cost (Ajax Mark-up = 109A) $ 1,263.00 10.00% $ 126.30 $ 1,389.30 Contract Pay Item $ $ $ Total Cost $ 1,389.30 Mark-up Based on Section 10A of Contract This is an Estimate Proposal Packet Pg. 978 51 www.carter-fence.com 3490 Shearwater St Naples, FL 34117 (239)353-4102 phiI@carter-fence.com Ajax Paving: Immokalee Regional Airport - Taxiway C Extension 510 Gene Green Rd Nokomis, FL 34275 248-244-3300 Estimate #30995 Date Created: Tue Mar 2, 2021 For, 11 Your Fencing Needs Elliott Kresse Immokalee Regional Airport - Billing Address: ekresse@ajaxpaving.com Taxiway C Extension, 165 Airpark 13350 Rickenbacker Parkway (239) 994-3647 Blvd Immokalee, FL, 34142-3800 Fort Myers, FL 33913 Qty Name Description 421 Removal Remove and dispose of E1'+1 of chain link fence in conjunction with J013#30901. We can remove fence after new fence in installed. IF THERE IS AN OPTION LISTED ON THE PROPOSAL, PLEASE SIGN YOUR INITIALS NEXT TO THE LINE ITEM Total $1,263.00 TO CONFIRM YOU WOULD LIKE TO PROCEED WITH THIS OPTION Signature Print Name: Date No Sales Tax Included For all customers we require a 50% deposit from you before any installation date can be given. If a Contract or Purchase Order is provided then a 50% deposit is not required. Payment Methods Accepted: Cash, Check or Credit Card. If you would like to make a payment on our website using a credit card, please go to the following link: https:/,/carter-fence.com/transaction-form/ (Please note: A 3% convenience fee will apply) Introducing to you our new FIVE YEAR WARRANTY! We stand behind our workmanship by offering this to you. Thank you for your business. We look forward to working with you! BY SIGNING OR GIVING WRITTEN CONSENT TO MOVE FORWARD WITH THIS CONTRACT, WE (1) AGREE TO PAY FOR THE SERVICES Packet Pg. 979 5 16.E.3.b Procurement Services a O'70'Y2'L' Change Order Form ® Contract Modification ❑ Work Order Modification ❑ Amendment 70120.2.2, Contract #: 19-7612 Change 1/: E= Purchase Orders/: 4600201226 Project lk 60139.3.2 Contractor/Firm Name: D.N. Higgins Inc, I Contract/Project; 96'h Avenue North Public Utilities Renewal Project Manager Name; Diana Dueri, PMP Division Name: EPMD 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% 1 Total Change from Original Amount Revised Contract/Work Order Total 1 $ 5,357,500.00 0.004 Change from Current BCC Approved Amount Cumulative Chanaes I $ 0.0011 0.00% : Change from Current Amount I Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 1/1512020 Original P�] Last Approved 3/31/2021 Revised Date 4/8/2021 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 I or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Additional Time 1, Add an additional 8 calendar days as a result of WD 410 (7'h Street Drainage Improvements -- ADS Pipe: 3 days); WD 1111 (7"' Street Drainage Improvements -- DIP Deflection: 3 days); WD #12 (764 96`h Grading: 1 day); and WD # 13 (7'h Street Milling and Resurfacing: I day). Item Days WD #10 7'h Street Drainage Improvements — ADS Pie 3 WD #I 17'h Street Drainage Improvements —DIP Deflection) 3 WD#12 764 96th Grading) 1 WD#13 71h Street Milling and Resurfacing) 1 Total: 8 2. This change was not included in the original contract and the descriptions for the additional days are included in the WDs 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. Revised: 1012812014 (Divisions who may require additional signatures may Include an separate sheet.) 1`1 03182021 PROCUREMENT USE ONLY Admin 3c Rpt BCC ES Packet Pg. 980 6 16.E.3.b WD#10 Vl' Street Drainage Improvements ADS Pipe — Exhibit A I. To install 15" ADS pipe along the west side of 7th Street north at 96th Avenue north, a total of approximately 72 feet, and the removal of one NMS structure, o ensure the swale slopes adjacent to the sidewalk in the vicinity of 96th Avenue and 7th Street are not too steep 2. Since bidding, it has been determined that the swales adjacent to the sidewalk on the west side of All Street at 96th Avenue North would be too steep if left as open swales, therefore the swales are being enclosed with 15" ADS pipe, 3. If this change is not approved, the swales adjacent othe sidewalk will be too steep. This Change is to use $3,744.00 from the project stormwater allowance. This Change DOES NOT increase the contract amount. This Change increases the contract time by 3 days. WD#11 7`i` Street Drainage Improvements DIP Deflection — Exhibit B 1. To deflect the existing 6" DIP wastewater force main at the intersection of 96th Avenue North and 8th Street to provide the Collier County required separation between the proposed stormwater RCP pipe and the existing 6" DIP wastewater force main at the intersection of 96th Avenue North and 8th Street. 2. Since bidding, it has determined that the separation between the existing 6" DIP wastewater force main and a proposed RCP stormwater pipe is less than the required separation per Collier County Utilities Standards. Therefore, the existing 6" DIP wastewater force main must be deflected under the stormwater pipe to ensure the required separation is provided. 3. If this change is not approved, the the separation between the proposed stormwater RCP and the existing force main would not meet Collier County minimum requirements. This Change is to use $26,526.83 from the project stormwater allowance. This Change DOES NOT increase the contract amount. This Change increases the contract time by 3 days. Revised: 10/28/2014 (Divisions who may require additional signatures may Include on separate sheet.} PROCUREMENT USE ONLY Admin ce I Bee ES Packet Pg. 981 7 16.E.3.b WD#12 764 96" Grading — Exhibit C 1. Grade the area between the ROW and the side yard fence on the west side of 764 96th Avenue North to ensure positive drainage to the ROW and stormwater drainage does not pond in the front yard of 764 96th Avenue North. 2. Since bidding, it was discovered that the there is a high area between the ROW and the side yard fence on the west side 764 96th Avenue North that may prevent stormwater drainage from flowing into the ROW. In order to ensure positive stormwater drainage flow into the ROW, the area between the ROW and the side yard fence at 764 96th Avenue North needs to be regraded. 3. With this change, the area between the ROW and the side yard fence on the west side 764 96th Avenue North will be regraded to ensure positive flow to the ROW to prevent ponding of stormwater drainage. This Change is to use $4,625.80 from the project stormwater allowance. This Change DOES NOT increase the contract amount. This Change increases the contract time by I day. Revised: 10128/2014 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY Admin Rpl BCC Es Packet Pg. 982 8 16.E.3.b WD#13 lit' Street Milling and Resurfacing — Exhibit D 1. To extend the milling and resurfacing of 7th Street North approximately 79 feet north of 96th Ave North and approximately 108 feet south of 96th Ave North to ensure that 7th Street North is uniform and properly milled and resurfaced per Collier County Standards. 2. Since bidding it was determined that the additional milling and resurfacing associated with this change would provide a more uniform roadway surface along 7"' Street. Without the change, 7th Street North would not match the recent resurfaces portions of 7tli Street North associated with the construction of the 95th Street project. This change will provide uniformity by providing continuity between Avenues, This Change is to use $5,754.700 from the general project allowance. This Change DOES NOT increase the contract amount. This Change increases the contract time by 1 day. Beginning General Allowance $140,000.00 Beginning Stormwater Allowance $100,000.00 Change Order #1 Draw $(47,983.75) Change Order 41 Draw $(10,813.75) Work Directive #13 $ (5,754.00) Work Directive #10 $ (3,744,00) Remaining General Allowance $ 86,259.25 Work Directive #11 $(26,S26.83) Work Directive 412 $ (4,625.80) Remaining Stormwater Allowance $ 54,289.62 These Changes increase the contract time by 8 days. Revised: 10128/2014 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY Admin "CC ES KC Packet Pg. 983 9 16.E.3.b Prepared by: Diana Dueri, EPMD Date: 3/19/2021 Acceptance of this Change Order shall constitute a modification to contract / work order Identified above and will be subject to all the same terns 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: -� -''-.5 ,( a et o gl s N: iggins, Inc.) i Approved by: (Justin Approved by: _, (Ben Approved by: :derjksen`,-RE. - Q..'Grady/Minor & Associates, P.A.) A '�a P.E., Principal Project "ager - EMPD) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) Date: 03/19/2021 Date: 3 2 / Date: Z'1 Date:/`' Dale: PROCUREMENT USE ONLY Al-1. I RPl BCC ES Packet Pg. 9 47 10 16.E.3.b Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 OWNER: Collier County Board of Commissioners CONTRACTOR: Douglas N. Higgins, Inc. WORK DIRECTIVE # 10 DATE OF ISSUANCE: December 16, 2020 PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) 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 along the west side of 7th Street north at 96th Avenue north, a total of approximately 72 feet, and the removal of one MES structure. Purpose of Work Directive Change: To ensure the swale slopes adjacent to the sidewalk in the vicinity of 96th Avenue and 7th Street are not too steep. Reason/Justification: Since bidding, it has been determined that the swales adjacent to the sidewalk on the west side of 7th Street at 90h Avenue North would be too steep if left as open swales, therefore the swales are being enclosed with 15" ADS pipe. Attachments: Affected drawing sheets and bid tabulation for 96th Avenue North If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ® Unit Prices ❑ Lump Sum ❑ Time & Material ❑ Other Estimated increase (deefease) in Allowance $ 3,744 RECO ENDED: By: ustin Frederiksen, PE Engineer Method of determining change in Contract Times: ® Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or deer -ease by 3 calendar days. AUTHORIZED: a By: Diana Dueri, PMP Owner's Representative 1 Packet Pg. 985 11 16.E.3.b Collier County Engineering & Project Management Division W K DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #19-7612 96`h Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 OW ER: Collier County Board of Commissioners CONTRACTOR: Douglas N. Higgins, Inc. W K DIRECTIVE # 11 DATE OF ISSUANCE: February 12, 2021 PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: The deflection of the existing 6" DIP wastewater force main at the intersection of 96th Avenue North and 8th Street. Purpose of Work Directive Change: To provide the Collier County required separation between the proposed stormwater RCP pipe and the existing 6" DIP wastewater force main at the intersection of 96th Avenue North and 8th Street. Reason/Justification: Since bidding, it has determined that the separation between the existing 6" DIP wastewater force main and a proposed RCP stormwater pipe is less than the required separation per Collier County Utilities Standards. Therefore, the existing 6" DIP wastewater force main must be deflected under the stormwater pipe to ensure the required separation is provided. The Contractor shall provide a wastewater bypass / shutdown plan two weeks before the force main deflection takes place. Attachments: Quote from DNH If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase ^' in Allowance $ 26,526.83 RECOMMENDED: Justin Frederiksen, PE Engineer Method of determining change in Contract Times: ® Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase o by 3 calendar days. ;AMUORIZED- By: Diana Dueri, PMP Owner's Representative O1 Packet Pg. 986 12 Project: 19-7612 96th Ave Public Utilities 16tE Date:1 / 11 /20 Attn. Justin Fredericksen cAn so MUDGE+ERALCONTRACTORS so 8th St Sanitary Deflection. Description Qty. Hours Standard Rates Total Superintendent 1 0 $ 69.00 $ 1,380.00 Foreman 1 0 $ 69.00 $ 1,380.00 0 Operator 2 20 $ 54.00 $ 2,160.00 Q- m L Laborer 3 20 $ 39.00 $ 2,340.00 Project Manager 1 $ 9.00 $ 79.00 Clerical / Administrative 1 $ 4.00 $ 44.00 N Total Labor $ 7,383.00 .E Equipment Qty. Hours a Track backhoe < 3CY 1 0 $ 114.00 $ 2,280.00 Track backhoe >3CY $ 154.00 $ - Terex Crane 45Ton $ 150.00 $ - cn Articulated Front End Loader 1 0 $ 64.00 $ 1,280.00 C Rubber Tire Backhoe $ 39.00 $ - E m Vibratory Roller 1 8 $ 43.00 $ 344.00 Tandem Dump Truck 1 8 $ 49.00 $ 392.00 0 5 CY (Single Axle Dum truck 1 8 $ 39.00 $ 312.00 .. Lowboy$ 89.00 $ - � LO Jet -vac Unit $ 275.00 $ - LO Six 6 Inch Dewatering System 1 16 $ 40.00 $ 640.00 Eight 8 Inch Dewaterin System $ 64.00 $ - >- Pickup and Miscellaneous Tools 2 20 $ 39.00 $ 1,560.00 Total Equipment $ 6,808.00 N Material Qty. Unit Cost Total See attached Ferguson Quote 1 371.34 $ 2,371.34 a Asphalt 50 SY $ 100.00 $ 5,000.00 Pump Truck 8 ea $ 300.00 $ 2,400.00 pp 57 Stone 20 ea $ 17.00 $ 340.00 a� $ - O Sub Total $ 10,111.34 a� Tax (7%) 0.07 $ 707.79 t Markup (15%) 0.15 $ 1,516.70 U Total Material $ 12,335.83 c~.i Subcontractor Qtv. Unit Cost Total 0 r m E t Sub Total $ Q Markup (10%) $ - Total Subcontractor Grand Total $ 26,526.83 Owner Representative Douglas N. Higgins, Inc. Name, Signature, Date Name, Signature, Date Packet Pg. 987 13 16.E.3.b Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #19-7612 96`h Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 OWNER: Collier County Board of Commissioners CONTRACTOR: Douglas N. Higgins, Inc. WORK DIRECTIVE # 12 DATE OF ISSUANCE: January 14, 2021 PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: Grade the area between the ROW and the side yard fence on the west side of 764 96th Avenue North to ensure positive drainage to the ROW. Purpose of Work Directive Change: To ensure stormwater drainage does not pond in the front yard of 764 96th Avenue North. Reason/Justification: Since bidding, it was discovered that the there is a high area between the ROW and the side yard fence on the west side 764 96th Avenue North that may prevent stormwater drainage from flowing into the ROW. In order to ensure positive stormwater drainage flow into the ROW, the area between the ROW and the side yard fence at 764 96th Avenue North needs to be regraded. With this change, the area between the ROW and the side yard fence on the west side 764 96th Avenue North will be regraded to ensure positive flow to the ROW to prevent ponding of stormwater drainage. Attachment: DNH Quote If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase o in Allowance: $ 4,625.80 RECOMMENDED: B : Justin Frederiksen, PE Project Manager Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase o by 1 calendar days. r0AORIZED* By: Diana Dueri Owner's Representative O1 Packet Pg. 988 14 Project: 19-7612 96th Ave Public Utilities 16tE Date:1 / 13/20 Attn. Justin Frederiksen cAn CONTRACTORS so MUDGENERAL so 764 Private Property drainage Description Qty. Hours Standard Rates Total Superintendent 1 $ 9.00 $ 552.00 Foreman 1 $ 9.00 $ 552.00 0 Operator $ 54.00 $ - Q- m L Laborer 3 8 $ 39.00 $ 936.00 m Project Manager 1 $ 9.00 $ 79.00 Clerical / Administrative 1 $ 4.00 $ 44.00 N Total Labor $ 2,163.00 9 .E Equipment Qty. Hours a Track backhoe < 3CY 1 $ 14.00 $ 912.00 W Track backhoe >3CY $ 154.00 $ - Terex Crane 45Ton $ 150.00 $ - u°i Articulated Front End Loader 1 $ 4.00 $ 512.00 Rubber Tire Backhoe $ 39.00 $ - E Vibratory Roller $ 43.00 $ - Tandem Dump Truck $ 49.00 $ - o 5 CY (Single Axle Dum truck 1 $ 9.00 $ 312.00 .. Lowboy$ 89.00 $ - � LO Jet -vac Unit $ 275.00 $ - LO Six 4 Inch Dewaterin System $ 40.00 $ - Eight 8 Inch Dewaterin System $ 64.00 $ - >- Pickup and Miscellaneous Tools 1 $ 9.00 $ 312.00 Total Equipment $ 2,048.00 N Material Qty. Unit Cost Total Sod 2 ea 170 $ 340.00 a $ - Y U $ - M $ - a� $ - O Sub Total $ 340.00 a� Tax (7%) 0.07 $ 23.80 t Markup (15%) 0.15 $ 51.00 U Total Material $ 414.80 04 Subcontractor Qtv. Unit Cost Total 0 r m E t Sub Total $ Q Markup (10%) $ - Total Subcontractor Grand Total $ 4,625.80 Owner Representative Douglas N. Higgins, Inc. Name, Signature, Date Name, Signature, Date Packet Pg. 989 15 16.E.3.b Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #19-7612 96th Avenue North Public Utilities Renewal PURCHASE ORDER #: 4500188675 OWNER: Collier County Board of Commissioners CONTRACTOR: Douglas N. Higgins, Inc. WORK DIRECTIVE # 13 DATE OF ISSUANCE: February 18, 2021 PROJECT#: 70120.2.2 (Water/Wastewater), 60139.3.2 (Stormwater) ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: To extend the milling and resurfacing of 7th Street North approximately 79 feet north of 96th Ave North and approximately 108 feet south of 96th Ave North. Purpose of Work Directive Change: To ensure that 7th Street North is uniform and properly milled and resurfaced per Collier County Standards. Reason/Justification: Without the change, 7th Street North would not match the recent resurfaces portions of 7th Street North associated with the construction of the 95th Street project. This change will provide uniformity by providing continuity between Avenues. With this change, between approximately Station 1+96 to 3+00, 104 feet of milling and resurfacing will be conducted. Per the Collier County Right of Way Handbook Open Cut Restoration Detail, a minimum of 25 feet on both sides of the open cut (Station 1+93.4) shall be milled and restored and were previously included in the contract. Therefore, 79 feet are eligible for payment as the 25' minimum taper was included in the restoration of pavement at Station 1+93.4. The amount eligible for payment is 158 S.Y. Between approximately Station 4+18 to 5+26, 108 feet of milling and resurfacing will be conducted. Per the Collier County Right of Way Handbook Open Cut Restoration Detail, a minimum of 25 feet on both sides of the open cut (Station 5+28) shall be milled and restored. As the removal of the existing 8" PVC WM will not be conducted, a total of 50 feet of restoration was included in the contract that will neither be constructed nor included for payment. Therefore, 58 feet are eligible for payment as the 25' minimum taper on both sides of the open cut (50 feet total) was included in the restoration of pavement near Station 5+28. The amount edible for payment is 116 S.Y. Per Pay Item 3.12 Milling & Resurfacing, this line item is paid at $21.00/S.Y. Therefore, the approximate increase in cost is $5,754 (274 S.Y. x $21/S.Y.). Attachment: Collier County Right of Way Handbook Open Cut Restoration Detail Pages from 2020-01-17 CCU235 96th Conformed SS.pdf 02/ Packet Pg. 990 16 16.E.3.b 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 increased se in Allowance: Estimated change in Contract Time: $ 5,754.00 Increase o by 1 calendar day. RECOMME ED: AU ORIZED• •a p �C L- By: Jus ' Frederiksen, PE By: Diana Dueri Project Manager Owner's Representative 02/ Packet Pg. 991 CotCounty 17 1 16.E.3.b Procurement Services Change Order Form ® Contract Modification ❑ Work Order Modification ❑ Amendment 70229.1 Contract #: 19-7540 Change #: 5 Purchase Order #: 4500201256 Project #: Contractor/Firm Name: Quality Enterprises USA, Inc. Contract/Project: 1-75 and Collier Blvd. Utility Relocation Project Project Manager Name: Shan Fandrich, P.E., PMP Division Name: EPMD Original Contract/Work Order Amount $ 14,962,500.00 12/10/19; 11.E Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 14,962,500.00 12/10/19; 11.E Last BCC Approval Date; Agenda Item # Current Contract(Work Order Amount $ 12,284,781.30 SAP Contract Expiration Date (Master) Dollar Amount of this Change -17.90% Total Change from Original Amount Revised Contract/Work Order Total $ 12,284,781.30 -17.90% Change from Current BCC Approved Amoun Cumulative Changes 1 $ (2,677,718.70) 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 01/07/2020 Original 03/07/2021 Last Approved 0510612021 Revised Date 05/31/2021 Date Completion Date Date (Includes this change) # of Days Added 25 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 /rat!onale of the requested change(s) to the task(s) and I or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact IT ims cnange is not processea. Httacn aaaitionai information trom the Lies€gn Hrotessional and/or Gontractor if needed. This change order includes the following changes: A. Addition of Second. HDD within Segment 1 (SCRWTP) (This is a $0.00 change.) 1. The purpose of this change is to document that the originally proposed single horizontal directional drill (HDD) within Segment 1 was accomplished instead with two (2) HDDs, one within the South County Reginal Water Treatment Plant (SCRWTP), under the designated preserve, and the second from south of the preserve to City Gate Boulevard South. This change from the approved design drawings was accomplished at no additional cost and required no additional days. 2. The original contract did not depict the preserve area within the SCRWTP, the preserve was discovered during the Collier county Building Department permitting process. The issued permit required that the proposed WM either avoided the preserve or was installed via HDD under the preserve. The Contractor decided to install the proposed WM under the preserve via a short HDD, adding a second HDD within Segment 1. 3. This is a zero dollar, zero time change and there is no impact to the contract as a result. B. WD No. 13 — FDOT Made in America Requirement ($44,466.55 Owner Allowance). Exhibit 1. l . The purpose of this change is to add to the contract requirements that all material purchased within the limits of the FDOT/County agreement are be made in America. GradyMinor (the EOR) reviewed the costs associated with this change and we believe the cost is reasonable for the work performed. 2. This original contract did not specify that the material within the limits of the FDOT/County agreement are to be made in America as the FDOT/County agreement was not executed at the time of the contract bidding or award. 3. If the change is not accepted, the County would be in violation of the executed FDOT/County agreement and the County would not receive compensation from FDOT. 03302021 Revised! 10128/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT use ONLY Admirt Rpt BeC ES Packet Pg. 992 18 16.E.3.b C. WD No. 14 — Connection Changes at White Lake Blvd. and City Gate Drive ($160,213.20 Owner Allowance). Exhibit 2. 1. The purpose of this change is to modify the tie in and connections at the intersection of White Lake Blvd. and City Lake Drive from a single connection of the proposed 24" WM to the existing 36" WM on the east side of White Lake Blvd. to three connections on the west side of White Lake Blvd. (connecting the proposed 24" WM to the existing 36" WM, the existing 20" WM, and the existing 16" WM). The connection plan was discussed at the May 27, 2020 progress meeting; the additional connections were included in the abandonment and phasing plan that was approved on .tune 12, 2021; and at the September 3, 2020 progress meeting, as depicted in Exhibit 1 (WD No. 14). GradyMinor (the EOR) reviewed the costs associated with this change and we believe the cost is reasonable for the work performed. 2. The original contract specified that one connection was required at White Lake Blvd. and City Gate Drive to the existing 36" WM and the submitted preliminary design drawings depicted the connection to be made on the east side of White lake Blvd. Following contract award, the Design -Build team determined that the location for the connection to the existing 36" WM would be enhanced by moving from the east to the west side of White Lake Blvd. thereby improving the water main system by adding connections to the existing 16" and 20" WMs. Connections to the 16" and 20" WMs on the west side of White Lake Blvd, were not included in the original contract as it was not known at this time that all the connections were necessary maintain the County's potable water level of service. 3. If the change is not accepted, the County's potable water- level of service would be reduced to customers in the vicinity of White Lake Blvd. and City Gate Drive and the SCRWTP operations would be affected due to restrictions in potable water flow leaving the SCRWTP. D. Additional 25 Days -- FDOT/County Agreement and FDOT Buy America Requirement. Exhibit 3 1. The purpose of this change is to add 25 days to the contract time as a result of delays in the execution of the agreement between the FDOT and Collier County and the FDOT's Buy America requirement for the compensable work within Segment 9 of the project. DI. The additional 25 days were not included in the original contract as it was not anticipated that the agreement between the FDOT and Collier County would not be executed until October 29, 2020 and it was not known at the time of bid that the FDOT Agreement required that all compensable material meet the FDOT's Buy America requirement. As a result of the delay in the execution of the agreement between the FDOT and Collier County, the final design, permitting, and construction of the improvements in Segment 9 have been delayed. Additionally, as a result of the Buy America requirement, the purchasing of the material was delayed. 1)H. If the additional 25 days are not added to the contract, the Contractor will not be able to complete tine project within the contract time, at no fault to the contractor. Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin ' BCC ES Rpt Packet Pg. 993 19 16.E.3.b Summary of Allowance Costs Item Description Pay Item NTE Cost A Addition of Second NDD within Segment 1 (SCRWTP) n/a $0.00 B FDOT Made in America Requirement Item No, 198 Allowance $44,466.55 C Connection Changes at White Lake Blvd. & City Gate Dr. Item No. 198 Allowance $160,213,20 D Additional 25 Days — FDOT and Buy America Require n/a $0.00 Total for Item No. 198 Allowance $204.679.75 This purpose of this Change Order (items A. through D.) is to authorize the use of Allowance (as denoted on the Schedule of Values —Pay Item No. 198) to reimburse the contractor for tune and material work verified by the Engineer and County. The below table indicates the original contract amounts, and the amounts remaining in this Pay Item. Summary of Allowance Pay Item Contract Amount Remaining after Previous Change Orders Remaining after this Change Order No. 198 Allowance $712,500.00 $241,829.82 $37,150.07 Revised: 10128/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin 3C BCC ES Packet Pg. 994 20 Prepared by: Shen Fandrich, P.E., PMP Date: 3/3112021 Acceptance of this Change Order shall constitute a modification to contract 1 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 I Vendor / Consultant/ Design Professional arising out of or related to the change set forth heroin, including claims for impact and delay costs. Accepted by: Approved by: Approved by: Approved by: (Lou Gaudio, Vice President— Quality Enterprises USA, Inc.) L1r (Justin`Fred eriksen, P.E., Vice President - Q. Grady Minor and Associates, PA) OlpXalty signed by Bulleat9enjamin pN, E=6enfamin.BUEIerlQwllieiwunlyll.gov, B u l l e rt B e n j a m i n GN=B 11e meNam3n GV=Gene al. GV=PPM VserAmnun , Olf=pro planni�endPmMnnegeM= ou=Puo, Ou�rnsia�s. AC=h DCMcWlergov, DC=nel onin�soz� ne_o� oao�Ai�a•ar (Benjamin Bullert, P.E. EMPD Principal Project Manager) (Tom k, EMPD Director) SchneebergerSara Digitallysigned bySchneebergerSara Approved by: Date: 2021.04.06 10:55:20-04'00' (Procurement Professional) Revised: 1012812014 (Divisions who may require additional signatures may include on separate sheet.) Date: 3/30/2021 Date: 3/30/2021 Date: Date: Date: PROCUREM�ES Y Admin Be Packet Pg. 995 Collier County Engineering & troiect Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #19-7540 / Design Build I-75 and Collier Boulevard Utility Relocation Project PURCHASE ORDER #: 4500201256 OWNER: Collier County Board of Commissioners CONTRACTOR: Quality Enterprises USA, Inc. WORK DIRECTIVE # 13 DATE OF ISSUANCE: January 21, 2021 PROJECT#: 70229.1 ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: This work directive is to direct the Contractor to purchase American made material within the limits of the FDOT/County agreement area. Purpose of Work Directive Change: To meet the Buy America requirements within the limits of the FDOT/County agreement area. Reason/Justification: The agreement between the FDOT and the County includes FDOT reimbursement requiring American made material to be utilized. The increase in cost to utilize made in America materials vs imported materials is $44,466.55, including the Contact allowed Contractor markup. Attachments: Domestic and Import Fitting Costs 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 o in Allowance: Estimated change in Contract Time: $ 44,466.55 Increase ^' by 25 calendar days. RECO ENDED: AUTHORIZED: By: ustin Frederiksen, P.E. By: Shon Fandrich, P.E., PM Engineer Owner's Representative 011 Packet Pg. 996 22 16.E.3.b QUALITY ENTERPRISES N O CL d L January 18, 2021 L N .r- Re: Design Build 1-75 & Collier Blvd Utility Relocation Segment 9 — Purchase of Domestic Fittings within FDOT ROW Shon: Please be advised that the additional cost for the purchase of Domestic fittings vs. Import fittings for the FDOT ROW portion of Segment 9 is $44,466.55. The following is a summary of this charge: Ferguson Quote for Domestic Fittings Ferguson Quote for Import Fittings Difference in Quotes 20% Mark Up Total Louis J. Gaudio Vice President $ 88,205.21 $ 51,149.75 $ 37,055.46 $ 7,411.09 $ 44,466.55 Packet Pg. 997 Collier County Engineering 2ilroiect Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: #19-7540 / Design Build I-75 and Collier Boulevard Utility Relocation Project PURCHASE ORDER #: 4500201256 OWNER: Collier County Board of Commissioners CONTRACTOR: Quality Enterprises USA, Inc. WORK DIRECTIVE # 14 DATE OF ISSUANCE: February 15, 2021 PROJECT#: 70229.1 ENGINEER/DESIGN PROFESSIONAL: Q. Grady Minor & Associates, P.A. You are directed to proceed promptly with the following change(s): Description: This work directive is to modify the tie in and connections at the intersection of White Lake Blvd. and City Lake Drive from a single connection of the proposed 24" WM to the existing 36" WM on the east side of White Lake Blvd. to three connections on the west side of White Lake Blvd. (connecting the proposed 24" WM to the existing 36" WM, the existing 20" WM, and the existing 16" WM). The connection plan was discussed in detail at a dedicated meeting on May 27, 2020, where it was determined that the two additional connections (to the existing 20" and 16" water mains) were necessary; the additional connections were included in the abandonment and phasing plan that was approved on June 12, 2020; and at the September 3, 2020 progress meeting it was decided that the County inspector (Casey Morris) would keep T&M sheets for the work to be performed. Purpose of Work Directive Change: The original contract specified that one connection was required at White Lake Blvd. and City Gate Drive to the existing 36" WM and the submitted preliminary design drawings depicted the connection to be made on the east side of White lake Blvd. Following contract award, the Design -Build team determined that the location for the connection to the existing 36" WM would be enhanced by moving from the east to the west side of White Lake Blvd. thereby improving the County water main system by adding connections to the existing 16" and 20" WMs. Connections to the 16" and 20" WMs on the west side of White Lake Blvd. were not included in the original contract as it was not known at this time that all the connections were necessary. Reason/Justification: If the change is not accepted, the County's potable water level of service would be reduced to customers in the vicinity of White Lake Blvd. and City Gate Drive and the SCRWTP operations would be affected due to restrictions in potable water flow leaving the SCRWTP. Attachments: Exhibit, Cost Breakdown and backup, May 27, 2020 Meeting Notes, Approved Abandonment and Phasing Plan, and September 3, 2020 Meeting Notes If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract/Allowance Price: ❑ Unit Prices ❑ Lump Sum ® Time & Material ❑ Other Estimated increase (decrease) in Allowance: $ 160,213.20 R n NDED: By• ustin Frederiksen, P.E. Project Manager Method of determining change in Contract Times: ❑ Contractor's records ❑ Engineer's record ❑ Other Estimated change in Contract Time: Increase or decrease by 0 calendar days. AUTHORIZED: By: Shon Fandrich, P.E., PM Owner's Representative 01 1 Packet Pg. 998 DocuSign Envelope ID: A2A486E5-C687-429D-AFF8-F9EC47461390 ❑ this exhibit is not applicable 24 16.E.3.b ® Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract M 17-7198 Change #: 1 B.7 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: Facilities 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 $ 19,665,469.00 12/10/19, 11.D Original BCC Approval Date; Agenda Item # $ 20,520,448.8 11/10/20,16.E.6 Last BCC Approval Date; Agenda Item # $ 20,520,448.87 6/7/2022 SAP Contract Expiration Date (Master) $ 294,737.81 5.85% Total Change from Original Amount $ 20,815,186.68 1.44% Change from Current BCC Approved Amount $ 1,149,717.681 1.44% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 1-6 2020 Original Last Approved Revised Date 1-5-2021 5-1-2021 5-1-2021 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 / 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 art 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 the following: Authorization Request: 7648.03-070 Pathway West Field 1- Fund the 10' jogging path from owner contingency in the amount of ($31,035.58) for a zero -dollar change. Authorization Request: 7648.03-071 Ground work to prepare for Ribbon Cutting — included sodding, filling, sweep/clean at the food truck and fitness area. Additional cleanup for Top Gun Event on July 10, 2020 added to the project in the amount of $61,455.38. Authorization Request: 7648.03-087 ASI#10 — Shift Doors due to Sport Poles — remove and relocate door frame to accommodate the Musco sports lighting pole conflict added to the project in the amount of $5,318.69. Authorization Request: 7648.03-093 Added fire alarm strobes per Fire Marshall's direction added to the project in the amount of $2,648.15. Authorization Request: 7648.03-094 Low Voltage Sleeves — low voltage lighting added at the Food Truck Pavilion and Fire Pit area for a zero -dollar change ($7,412.40) Funds utilized from owner contingency. Authorization Request: 7648.03-095 Rough in Great Lawn added to the project in the amount of $2,949.22. Packet Pg. 999 DocuSign Envelope ID: A2A486E5-C687-429D-AFF8-F9EC47461390 25 Authorization Request: 7648.03-097 Costs to install fiber conduit from Food Truck Pavilion to the Stadium to utilize backside of the scoreboard as a screen; and from the Satellite Restroom to the Food Track Pavilion to provide entertainment at the covered bar area added to the project in the amount of $4,958.59 Authorization Request: 7648.03-103 Restripe City Gate Boulevard North — temporary stripping work at City Gate Blvd North for the July 2"d event added to the project in the amot of $5,103.60. Authorization Request: 7648.03-106 R1 Added bar grating and sunshade anchor bolts from owner project savings in the amount of ($2,915.50) for a zero -dollar change. V_ Authorization Request: 7648.03-118 0 Q- Subcontractor Scope of Work Reconciliation — Execute transfer of funds held in subcontract agreement. Breakdown for playing field/berm L surveys, City Gate Boulevard North layout as builts, miscellaneous metals, final railing/drink rail adjustments from Owner Project Savings for > zero -dollar change. L Authorization Request: 7648.03-123 R1 N a Granite Placement — Black granite and aluminum edging around the Food Truck Pavilion and on either side of the Amphitheatre added to the project in the amount of $8,269.77. Authorization Request: 7648.03-130 U) U Back charges from Fortune Electric — Fund and replace the damaged handhole on the southwest side of building 6 that was hit during the 2_1 paving of Tract RL and repair damage to cable at Field 5 from Back charges in the amount of ($1,206.33) for a zero -dollar change. m U) Authorization Request: 7648.03-131 Back charges from SFE — Regrade Islands due to Electrical Contractors from Back charge in the amount of ($39,325.00) for a zero -dollar E change. 0 Authorization Request: 7648.03-132 a Score Board Foundations — Daktronics to fund the work related to completing the Stadium Scoreboard foundation in the amount of ($8,250.0 for a zero -dollar change. CD LO LO u� Authorization Request: 7648.03-134 R1 Accelerated Turf Schedule — accelerate the turf installation schedule at the stadium including additional dozer and prepping added to the N project in the amount of $15,713.53. Authorization Request: 7648.03-136 Food Truck Bar Finish — add finish sealer to the bar countertop for a zero -dollar change ($1,593.06) to be funded by Goal Fee. N a� Authorization Request: 7648.03-140 Site and Safety Fencing for July Event - safety fencing at areas for Top Gun Event added to the project in the amount of $23,523.10. 3 U Authorization Request: 7648.03-141 1° m Stadium Temp Orange Fencing for FBU Event — install orange safety fencing with sandbags added to the project in the amount of $9,005.89 Authorization Request: 7648.03-144 L O Stadium fire damper, fire sprinkler and vomitory redesigns per fire district field inspection added to the project in the amount of $9,459.99. a� c Authorization Request: 7648.03-145 v Stadium Elevator Steel Changes — adjust stadium roof steel height from Owner Contingency in the amount ($5,024.80) for a zero -dollar change. ti 04 0 Authorization Request: 7648.03-147 Stadium Roof Hatch Frame Changes — framing for opening roof hatch to match the door size for a zero -dollar change ($576.40) to be fundec E by owner project savings. 0 Authorization Request: 7648.03-148 Q Stadium Elevator Steel Swap — remove the provided elevator hoist beam and replace for a zero -dollar change ($5,170.00) to be funded by Goal Fee. Authorization Request: 7648.03-149 Back charges from Doing Steel — provide subfascial/installation at Food Truck and Fitness Pavilion for a zero -dollar change to be paid by subcontractors. ($24,803.00). Packet Pg. 1000 DocuSign Envelope ID: A2A486E5-C687-429D-AFF8-F9EC47461390 26 Authorization Request: 7648.03-151 Fitness Pavilion drainage changes. French drain and pick up of roof gutters to stop runoff from falling on the walking path added to the projec in the amount of $24,628.72. Authorization Request: 7648.03-152 Sleeving for the soda system and to provide floor sink at the new ice maker per food service revisions at the Food Truck Pavilion added to th project in the amount of $2,464.17. Authorization Request: 7648.03-153 Reinstall pavers at the Food Truck Pavilion and adjust cobblestone pavers after use of event carts for events disturbed the area added to the N project in the amount of $8,918.22. o Q. Authorization Request: 7648.03-154 Stadium Irrigation Changes — reroute the irrigation lines into the stadium instead of around the west end for a zero -dollar change ($2,755.16) being funded by Goal Fee. L Authorization Request: 7648.03-156 2 Connection Sidewalk — connect the walking path back to Phase 1A, scope was outside the Phase 1 B boundary and was missed for a zero- E dollar change ($1,375.00) being funded by owner project savings. Authorization Request: 7648.03-157 4) Drywall Corrections for Rollup Doors — provide framing and drywall for a header to house the cameras at the roll up doors of the stadium anc -U to frame pipe chases added to the project in the amount of $6,453.35. (D U) Authorization Request: 7648.03-158 Remove and Replace fill for Concrete wall at Berm — remove extra fill from the berm seating area for installation of the redesigned concrete E seat wall added to the project in the amount of $18,188.87. L Authorization Request: 7648.03-159 0 Change Stadium Coiling Gate - change over head coiling door #115 at the vomitory to an automatic motor operated overhead coiling grill frc a - a decorative rolling gate added to the project in the amount of $7,338.73. c LO LO Authorization Request: 7648.03-161 'n Add (2) Bougainvillea — one on each side of the Climbing Wall added to the project for downspout separation added to the project in the amount of $1,289.38. N Authorization Request: 7648.03-162 Drywall & Stucco Supplementation —Provide drywall and stucco work at the stadium for a zero -dollar change ($86,556.47) back charge to a� McDaniel. N a� Authorization Request: 7648.03-163 Drywall & Stucco Supplementation 2 - This change order request is the second of the supplementation work that was halted from 12/16 to 3 settle legal disputes with McDaniel returning to finish the work. Provide supplementation drywall and stucco work at the stadium for a zero - dollar change ($252,264.45) back charge to McDaniel. M m Authorization Request: 7648.03-164 L Changes to lockers at the Stadium and added lockers to the Fitness Pavilion added to the project in the amount of $15,606.88. p Authorization Request: 7648.03-166 a� c Infill Cooler Depression — fill in the depression in the slab at the Stadium walk in cooler because the approved cooler does not require this depression for a zero -dollar change ($1,496.00) funded by procurement contingency. C) ti N Authorization Request: 7648.03-167 le 0 Restake and Grade Work — additional surveying services for a zero -dollar change ($12,420.00) funded by procurement contingency. c m Authorization Request: 7648.03-168 E Boring and running power to Well #4 and added fencing to the Stadium ramps to prevent attendees from falling added to the project in the 0 amount of $36,281.14. a Authorization Request: 7648.03-171 East Berm Wall Survey — Stake, grade and offset for two concrete walls in the berm seating areas east of the Stadium for a zero -dollar chap, added to the project in the amount of $1,348.40. Authorization Request: 7648.03-172 Breaker Changes for Walk in Cooler — RFI 317 - Power requirements conflict with breaker requirements in the drawings from Owner Contingency for a zero -dollar change ($980.87). Packet Pg. 1001 DocuSign Envelope ID: A2A486E5-C687-429D-AFF8-F9EC47461390 27 Authorization Request: 7648.03-174 Install Party Deck Benches — Fasten added benches and reseal the traffic coating on both Party Decks at the Stadium added to the project it the amount of $14,183.20. Authorization Request: 7648.03-175Reinstalling turf in the Food Truck pavilion area from being torn up to install missed drainage for a zero dollar change ($28,716.20) backcharge to Cougar Contracting. Authorization Request: 7648.03-177 Fixing Cobblestone Pavers — reinstall/fix cobblestone pavers around the Bocce Court due installation of sleeves disturbing the finished area 1 a zero -dollar change ($9,700.00) to be funded by Goal Fee. N 1` Authorization Request: 7648.03-178 CL Increase commissary wall height at the Stadium per RFI 311 response added to the project in the amount of $3,116.89. L Authorization Request: 7648.03-179 Reconcile Landscape Credit — costs for sod West of Cove Road for a zero -dollar change ($8,563.25) to be funded by owner contingency. rn Authorization Request: 7648.03-180 E -0 Daktronics Fire Alarm Integration - visual and audio integration with both sides of the Score Boards and Fire Alarm system at the Stadium foi zero -dollar change ($2,309.53) to be funded by owner contingency. f° rn a� Authorization Request: 7648.03-181 y Add railing to the Stadium party deck and bleacher stairs added to the project in the amount of $1,340.81. U) Authorization Request: 7648.03-182 = a� Stadium Breaker Changes per RFI 308 — costs to match feeder conductor rating of 150 amps for breaker ATS-EM added to the project in the E amount of $5,173.14. L Authorization Request: 7648.03-183 R1 0 Stadium Scoreboard Power Requirements — provide additional breakers, circuitry, disconnects to accommodate the revised video board pow a requirements for a zero -dollar change ($11,408.80) to be funded by owner contingency. c LO LO u� The total amount requested is $294,737.81. 1) These changes were not included in the original contract because the items listed above add value to the project. These changes a being funded through back charges to subcontractors, Manhattan's fees, and contingency to take advantage of value-added modification items not included in the original design but required by the owner. 2) If this change order is not processed, reconciliation for the Construction Manager Directive scope items listed within Subcontract Agreements will not be addressed, payment will be delayed, and value-added items will not be realized. 4/14/2021 Prepared by: aoeoFDOEcsa7a16... Date: (margaret H. tsisnop, PE, Facilities 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 teri 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: SoMti iZcrino+ 4/16/2021 Accepted by: Date: DCCD096C051A4CD... Yvk.i a iauai i %,vi IOU ucuon Florida, Inc.) DocuSigned by: Approved by: Date: EJ016r-17 OS6 F 4/16/2021 (jU_18059C1422... engineering) IULIDocuSigned by: �cuMblti Approved by: Date: 4/19/2021 (�.0 E42C2BF90ECE42E... .,n Director) DocuSigned by: Approved by: �ara" S tyy Date: 4/20/2021 (F _ _77336190C3294C6.- Packet Pg. 1002 28 Manhattan Authorization Request Building excellence, Detailed Form, Grouped by Number (with CE Breakdown) GE .. Date : Reference Arm unt Proposed. Days;Req Category Reason , $0.00 Owner Contingency Descrintion GMP03 Pathway West of Field 1 Notes Cost Event Breakdown: 001 Added cost to pave 10' wide Jogging path to the West of Feild 1. In order to $29,841.90 open for July 2nd event the jogging path had to be paved from Great Lawn to North Parking lot. Added cost to open an asphalt plant on a holiday week and associated materials. 002 4.0% CM Fee $1,193.68 003 Fund the 1Y jogging path from OWNER CONTINGENCY, ($31,035.58) 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 costltlme 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 actMtles, 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: 7648.03-070 Approved By: Margaret Bishop - Project Manager, Facilities ManagemeaIGNA7URE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1003 29 Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) 3205 Tamiaml Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Notes At the request of the Owner, a portion of Phase 1 B was opened 6 months prior to the contractual Substantial Completion. This included sodding, additional clean-up, asphalt and related repairs so that the Owner could hold several large events that brought revenue to Collier County. 113.026 " 9/13/2020 - .. `.. $26,572.22 0 Owner Change Description Phasel B Fill In Areas with Sod at Food Truck for Ribbon Cutting Notes Cost Event Breakdown: � 1 ®' 4 1 1 1 I l • 1 - 001 Added costs to fill in and sod areas around Food Truck area, Bocce Ball and $24,730,20 climbing wall so the area is open for Ribbon Cutting. (EARTHWORK - SOUTH FLORIDA) 002 1.5% SDI $370.95 003 1.175% General Usability $294.94 004 0,736% Performance & Payment Bond $186.92 005 4.0% CM Fee $989.21 13.028 9I1312020 $21,306.71 0 Owner Change Description Phasel B Sweep 1 Clean at Food Truck & Fitness for Ribbon Cutting Notes Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1004 30 Cost Event Breakdown: 001 Added cast for clean up, sweeping, blowing and washing the asphalt and $12,647.80 concrete patchs for the event on the evening of July 1 Oft (EARTHWORK - SOUTH FLORIDA) 002 1.5% SDI $187.02 003 1.175% General Liability $148,69 004 0.736% Performance & Payment Bond $94,23 005 4.0% CM Fee $498.71 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule time/cost impact. We reserve the right to submit for cost/time impacts related to this change under separate cover when that information is available. Contractor does not reioaso impacts that arise out of Acts of Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (Mother war Is declared or not), civil war, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lookout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-071 Approved By: Margaret Bishop— Project Manager, Facilities Managemer$IGNAWRF Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1005 31 16.E.3.b Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Cost Event Breakdown: 001 Added cost to remove and relocate door frame to accomate for the Musco $4,950,00 sports lighting pole conflict. The tight Pole layout put poles in front of doors per design. Instead of moving the power lines and locations of the light poles, door 128 was moved south per Parker Mudget Smith and TLC. 002 1.5% SDI $74.25 003 4% CM Fee $198.00 004 0.736% Performance & Payment Bond $37.41 005 1.175% General Liability $50.03 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 cosUlime 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 Are, 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: 7648.03-087 Approved By; Margaret Bishop— Project Manager, Facilities ManagemenSlGNATURE Collier Coun ty Sp orts Complex Prolog Manager DATE Project # 7648 Packet Pg. 1006 32 16.E.3.b Manhattan Build h ig 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: ,648,15 1 B.019 01912020 Description Phasel B Fire Alarm Strobes Notes Cost Event Breakdown: 15 0 Owner Change 001 Added cost for additional ceiling boxes steel flex and low voltage wiring for $2,464.58 the added duct detectros and fire aiarm strobes per the Fire Marshall's direction. Electrical - Fortune 002 1.5% SDI $36.97 003 1.175% General Liability $29.39 004 0.736% Performance & Payment Bond $18.63 005 4.0% CM Fee $98.58 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, 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: 7648.03-093 Approved By: Margaret Bishop -Project Manager, Faellitles ManagemerMIGNA TURF DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1007 33 16.E.3.b Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 230-643-6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop Collier County 3295 Tamiami Trail East Naples, FL 34112-4901 CE1B.018-Low Voltage Sleeves From: Josh Willard 1 B.018 9/9/2020 . escri tion Phasel B Low Voltage Sleeves Notes Cost Event Sreakdown: Manhattan Construction (FL), Inc. 3705-1 Westview DR Naples, FL 34104 0 Owner Contingency 001 T&M tickets for the Low Voltage Sleeves for the added low voltage lighting $7,127.31 at the Food Truck Pavilion and Fire Pit area. Sleeves installed around building 6 and at building 1. 002 4.0% CM Fee $286.09 003 Fund out of OWNER CONTINGENCY, ($7,412.40) Pricing $0.00 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 cosiltime 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 onomies, hostilities (whether war is declared or not), civil war, rebellion, revolution, Insurrection, military or usurped power orconfiscalfon, 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: 7648.03-094 Approved By: Margaret Bishop— Project Manager, Facilities ManagenorXIGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1008 34 1ti.E.3.b 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. 3205 Tam€aml Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 CE1B.006-Rough In at Great Lawn Ie.00s ' 919r2020 $2;949.22 o Owner Description Phasel B Rough in Great Lawn Notes Cost Event Breakdown: Pricing 001 Added cost for time and material to rough in light boxes In the curved walls $2,744.78 of the Food Truck Pavilion. Coastal Irrigation refused to do the rough in for their devices in the curved walls so this scope was picked up by Fortune. Work is just conduit runs and rough in boxes. Light fixtures are by others. ELECTRICAL --TURN KEY Level 1 1.5% SDI $41.17 Level 2 0.736% Performance & Payment Bond $20.75 Level 3 1.175% General Liability $32.73 Level 4 4.0% CM Fee $109.79 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 (allure 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: 7648.03-096 Approved By: Margaret Bishop — Project Manager, Facilities Masi agemenSIGNATURE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1009 35 16.E.3.b Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) 3295 Tamiami Trail East 3705-1 Westview DR Naples. FL 34112-4901 Navies, FL 34104 .� >i T-' '' �.' _ _ ✓"'r .�'� .�, ,..� �a ,.� �„_✓. .✓ a 'ram - r ,✓ d xx... ^-,� a-. - ✓� '.✓ �i¢'aG"C �t)Oil�,✓ ,'y✓ -�o �' �,. � �, ,,;✓ a ,��� y � � ��r �",� ^' F�r��G�9 r' '�, "�°� ✓ � �.St��� i z+; GM P03 FiberConduit �:,,_ ��, �. Wes,_._. t; ,. ✓ u CE No Date Reference Amo.u" Proposed Days Req Category Reason t owner change Description Phase lB Connect Fiber Stadium to Bldg 6 Notes Cost Event Breakdown: 001 Add for installing 2" fiber conduit from building 6 to the Stadium. $2,809.89 ELECTRICAL --TURN KEY In order to be able to control the scoreboard from the Food Truck Pavilion, Fiber was needed to run from the Food Truck Pavilion to the Stadium. This need was realized during construction to utilize the back side of the Score Board as a screen to be controlled from the Food Truck Pavilion for convience of enhanced entertainment and events. Level 1 1.5% SDI $43.50 Level 2 0,736% Performance & Payment Bond $21.92 Level 3 4X% CM Fee $116.00 Level 1, 175% General Liability $34.58 6.011 9I912020 .$1,842.70 0 Owner Description PhaselB Fiber from Bldg 4 to 6 Notes, Cost Event Breakdown; Collier County Sports Complex Project# 7648 Prolog Manager Packet Pg. 1010 36 16.E.3.b Manhattan Authorization Request Bid1dingewcelle)ice. Detailed Form, Grouped by Number (with CE Breakdown) 001 Added cost to run fiber conduit from the Satellite Restroom to the Food Truck $1,714.97 Pavilion. ELECTRICAL-- TURN KEY In order to have the TV's and speakers operational at Building 6, fiber was pulled from Building 4. This work will provide surrounding entertainment at the covcored bar area of the Food Truck Pavilion, Level 1 1.5% SDI $25.72 Level 2 0.736% Performance & Payment Bond $12,96 Level 3 4.0% CM Fee $68.60 Level 4 1,175% General Liability $20.45 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 subm4ting 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, 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 soufcos. To the extent these conditions may occur and impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request. 7648.03-097 Approved By: Margaret Bishop — Project Manager, Faculties ManagemenStGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1011 37 Manhattan Authorization Request Building excellence. 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 Tamlamt Trail East 3705-1 Westview DR Naples, FL 34112.4901 Naples, FL 34104 CE1 B.027 - Restripe CGBN Pricing . CE No Date Reference Ama,nt E'taposed' Uays IReq Category Reason , n r .0 Descrintion Phase I Re -Stripe CGBN Notes Cost Event Breakdown. 001 Add for temporary stripping on City Gate Blvd. North. $4,749.81 EARTHWORK - [SOUTH FLORIDA] Cost is for temporary stripping the road on City Gate Blvd. N. to get GMD approval for the July 2nd event. .................- Level 1 1.5% SDI $71.25 Level 2 0.736% Performance & Payment Bond $35.90 Level 3 4.0% CM Fee $189.99 Level 4 1.175% General Liability $56.65 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, 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: 7648.03-103 Approved By: Margaret Bishop-- Project Manager, Facilities Maoagemer8lGNATURE Collier County Sports Complex Prolog Manager LATE Project # 7648 Packet Pg. 1012 38 Manhattan Authorization Request wilding excellence. 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 Tarnlami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phasel B -Added Steel Pricing CE No Date Reference Arrtount PYc posa Bays Req Category Reason 1 . 1 1r11 0 Contingency Description Phase 1B Bar Grating Notes Atet No Kelm tesC>rlpti�gr°!kmPtaxased RFelepce; A r .. . 11 +.. . ! i• . . 1 •1 (Steel - Doing Steel) Bar grating at the Fitness pavilion was a missed scope that needed to be 002 Fund for the missed grating at bar area. ($449.90) PROJECTOWNER . C No Date ' Reference Amount Proposed Aays;Req Category Reason 1 1 11 i Description Phasel B Sunshade Anchor Bolts Notes Cost Event Breakdown; 001 STRLICTt1RAL METAL - [DOING STEELI $2,466.00 Added cost for X5055-10 Sunshade Brackets/Anchors as a missed scope. 002 Fund the missed Sun Shade Anchor Bolls. ($2,466.00) OWNER PROJECT SAVINGS Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1013 39 16.E.3.b Manhattan Buildhig am41ence. Authorization Request Detailed Form, Grouped by Number (Wth 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 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 Mature (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, pandomics, 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: 7648,03-106 Approved By: Margaret Bishop — project Manager, Facilities ManagemenSlGNATURE DATE Collier County Sports Complex Prolog Manager Project # 7648 Packet Pg. 1014 40 Manhattan Authorization Request Bit ild ing em 11en-ce. Detailed Farm, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gale 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 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Subcontractor Scope of Work Reconciliation Pricing 1 $0.00 CE No Rate Reference . Amount Proposed Days Req Category Reason 03.01 10 1 1{ 1Owner ContingencysReconciliation Description GMP03 Subcontractor Scope of Work Reconciliation Notes Cost Event Breakdown: 001 LICENSED SURVEY ($10,000.00) Execute transfer of funds held in Subcontract Agreement Breakdown for "Playing FieldlBerm QC Surveys" to Owner Project Savings. 002 LICENSED SURVEY ($20,000,00) Execute transfer of funds held in Subcontract Agreement Breakdown for "CGBN Layout As Bullts" to Owner Project Savings. 003 STRUCTURAL METAL --TURNKEY ($15,000.00) Execute transfer of funds held in Subcontract Agreement Breakdown for "Misc Metals" io Owner Proiect Savinas. 004 ORNAMENTAL FABRICATIONS -- TURN KEY ($25,000.00) Execute transfer of funds held In Subcontract Agreement Breakdown for "Final RallinglDrink Rail Adjustments" to Owner Project Savings. 005 FOOD SERVICE EQUIPMENT --TURN KEY ($20,000.00) Execute transfer of funds held In Subcontract Agreement Breakdown for "Final Adjustments to Installalion` to Owner Project Savings. 006 BLEACHER ($15,000.00) Execute transfer of funds held In Subcontract Agreement Breakdown for "Ralling Adjustments" to Owner Project Savings. 007 BRICK PAVERS ($5,000.00) Execute transfer of funds held in Subcontract Agreement Breakdown for to Owner Project Savings. Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1015 41 16.E.3.b 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 3295 Tamlami Trail East Nanles. FL 34112-4901 From: Josh Willard Manhattan Construction (FL), Inc, 3705-1 Westview DR Naples, FL 34104 $8,269.77 i B.098' :'5/2812020 . $8,269.77 : 0 Owner Change Change Condition Description PhaselB Granite Placement Notes Cost Event Breakdown: 001 Added Costs for placement of Black Granite and aluminum edging around $7,696.50 Food Truck Pavilion and on either side of the Amphitheatre. Black Granite is shown on Addendum #11. LANDSCAPE AND IRRIGATION - O'DONINELL 002 1.5% SDI $115.45 003 0,705% Performance & Payment Bond $58.17 004 1.175% General Liability $91.79 005 4% CM Fee $307.86 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, earthquake, storm, hurricane or other natural disaster), war, Invaslon, act of public enemies, hostilities (whether war is declared or not), civil war, rebellion, revolutloR 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: 7648.03-123 Approved By: Margaret Bishop - Project Manager, Facilities Managemes-SIGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1016 42 16.E.3.b 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 Nantes, FL 34117 Fax: To: Margaret Bishop From Collier County 3295 Tamiami Trail East Naples, FL 34112-4901 Phase 1 B - Backcharges from Fortune Josh Willard Manhattan Construction (FL), Inc. 3705-1 Westview DR Naples, FL 34104 Pricing ...... 9r� ps�Yq�,, ut.Jeues� 1 �1 11 1 B4O09 919l20200.00 0 Sackcharge Description Phase tB Damaged Handhole. Bldg 6 Notes Cost Event Breakdown: 001 ELECTRICAL I B - FORTUNE $716,00 Costs to replace the damaged Handhole South West Side of Building 6 002 PAVING -- TURN KEY ($716.00) Fund the repai and replacemnet of the damaged hand hole that was hit during the paving of Tract RL. 1113.017 91912020 $0.00 0 Backcharge Description Phasel B Repair Cable at Feild 5 Motes T&M tickets to repair damage to cable at Feild 5 after the landscaper. .. f� p Itit��' (t8�#1 DE';cr�p�at y r rilttQ�!lttPlA�At;[� , Ref�rlce r 11 `1 T&M tickets to repair damage to cable at Feild 5 after the landscaper_. 002 LAWNS & PLANTING -- TURN KEY ($490.33) T&M tickets to repair damage to cable at Feild 5 after the landscaper. Collier Courtly Sports Complex Project 4 7648 Prolog Manager Packet Pg. 1017 43 Manhattan Building e ecellence. 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, 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., 7648.03-130 Approved By: Margaret Bishop -Project Manager, Facilities ManagemenSlGNATURE DATE Collier Courtly Spoils Complex Project # 7646 Prolog Manager Packet Pg. 1018 44 16.E.3.b Manhattan Authorization Request Building excellence, Retailed 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 Tamtarnl Trail East 3705-1 Westview RR Naples, FL 34112-4901 Naples, FL 34104 Phase I - Backcharges from SF B.022 9/9/2020 . Description PhaselB Regrade Islands due to Electrical Contractors Notes Cost .Event Breakdown: 001 EARTHWORK - [SOUTH FLORIDA] 0 _ . Backcharge $39,326.00 Regrading the islands behind the electrical contractor. 002 ELECTRICAL -]FORTUNE ELECTRIC] ($39,325.00) Pricing $0.00 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 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: 7648.03-131 Approved By: Margaret Bishop -Project Manager, Facilities ManagemorSIONATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1019 45 16.E.3.b 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 ConStrUGIlGn (FL), Inc. 3295 Tamiami Trail East 3705-1 Wesiview DR Naples. FL 34112-4901 Naples. FL 34104 Phase 1 B - Backcharges from NCM Pricing CL No Date Reference . Amqunt Proposed Days' Req Ca#egory. Reason 1113,050 51812020 $0.00 1Own er Change escri do PhaselB Score Board Foundations Notes Cost Event Breakdown: 002 Costs for the Score Board Foundations per Manufacturer. $8,250.00 The concrete foundation was under Daktronics contract but the scope was moved to be performed by Naples Concrete. This work was performed by Naples Concrete becuase they were onsite and would avoid Daktronics to make an expedited mobilization just to do the foundation. CONCRETE -TURNKEY 003 Daktronics to fund the work related to completing the Stadium Scoreboard ($8,250.00) foundation. SCOREBOARDS 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 anomies, 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: 7648.03-132 Approved By: Margaret Bishop — Project Manager, Facilities ManagemenRIGb1ATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1020 46 16.E.3.b Manhattan Authorization Request Building t3xcellenca Detailed Form, Grouped by Number (with CE Breakdown) Phase 1 B - Accelerated Turf Schedule Pricing ;•-.1'QI`� l+ �-'�r ,��x^.��.%" �� w. .J�-.�. �„�y„��� ..��? w.r,�^��^�.���rlJ�✓�.��'SRe� ��..�,lau%�t1�?e�� '���y� i . E No Date Reerence Amount Praosetl Days Req Category., Reason 020 $15,713.53 Owner Description Phases B Turf Accelerated Schedule Nis AR revised to subtract the Kelly Tractor Rental markup per Clerk comment. Level 1 1.5% SDI $219.36 Level 2 0.736% Performance & Payment Bond $110,53 Level 3 1.175% General Liability $174.41 Level 4 4.0% CM Fee $584.97 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 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 Mature (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: 7648.03-134 Approved By: Margaret Bishop — Project Manager, Facilities ManagemerSIGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1021 47 16.E.3.b Manhattan Birilditigexcellenca 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 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Food Truck Bar Finish Pricing C No ....3......8...Ite Reference Amount Proposed Bays, .0 Category Reason .11113012020 Description Phase IB Food Truck Bar Finish Notes Cost Event Breakdown: 001 SPECTRUM $1,593.06 Costs to add a finish sealer to the Food Truck bar top. The bar top at the Food Truck Pavilion needed to be finished and sealed to keep any beverages or moisture from staining the concrete top. _ _ 002 GOALFEE ($1,593.06) Fund the Food Truck Bar Top Finish 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 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: 7648.03-136 Approved By: Margaret Bishop — Project Manager, Facilitles ManageEneiSlGNATl1RE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1022 48 Manhattan Authorization Request Building excellence. Detailed Form, Grouped by Number (with CF 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: .cosh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 3004 Phase 1 B - Food Truck Bar Finish Pricing CE No date ; Reference ! A{hount Prppnsec3 ;Days Req Category Reason B.rt Descrintlon Phasel B Food Truck Bar Finish ND e Cost Event Breakdown: 001 SPECTRUM $1,694.00 Costs to add a finish sealer to the Food Truck bar top. The bar top at the Food Truck Pavilion needed to be finished and sealed to keep any beverages or moisture from staining the concrete top. 002 GOAL FEE ($1,594.00) Fund the Food Truck Bar 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 viithout schedule timelcost impact. We reserve the right to submit forcostltime 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 fre, 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: 7648.03-136 Approved By: Margaret Bishop - Project Manager, Facilitles Manageme;81GNATURE Collier County Sports Complex Prolog Manager DATE project # 7648 Packet Pg. 1023 49 0 Manhattan Authorization Request Phase 1 B - Site and Safety Fencing for July Event Pricing $23,523.10 C Na Date" Reference Rmount PrQposetl Days ;Rec{ Category Reason " 020i Descrintion Phase 18 Site Fencing Changes and Safety Fencing for July Event No e Cost Event Breakdown: 001 Add safety fencing at areas where construction is continuing for the Top $9,293.20 Gun Event. FENCE PERMANENT -SMITH FENCE Add 6' Panels, Safety Fencing and Pull Gates at East parking lot, South of the Market and Ticket Booth, Planters on West side of Building 1 and the Enterance to building 1 for extra protection and fencing off of construction areas to have a safe July opening event. 002 Add safety fencing at areas where construction is continuing for the Top $8,979.44 Gun Event. FENCE PERMANENT - SMITH FENCE Cost to add permanent fencing, vrindscreen and a gate In at the trailer area to seperate it from the finished roundabout and simplify guest traffic options. Costs to Install fencing and panel stands at the Championship area, pull safety fencing. This is to provide enhanced pedestrian traffic protection at the boarder of construction in the area for the event. 003 Add a gate for a new construction entrance to divide the public and $520.65 construction traffic. FENCE PERMANENT- SMITH FENCE Cost to add a double swing gale with wheels and permanent chain link fencina at the South end of the stadium as a new entry point. Cattier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1024 50 ammhWtim Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) 004 Add to switch out fence panels for orage saftety fencing around areas $3,090,16 where construction continues to keep a more economic border after the July event. FENCE PERMANENT - SMITH FENCE Hand pull the 6' panle stands and windscreen to transport out of finished area. Install orange safety fencing in its place west side of Championship Area to keep construction boarder with less pedestrian traffic. Level 1 1.5% SDI $328.39 Level 2 0.736% Performance & Payment Band $165.47 Level 3 1 A 75% General Liability $261.09 Level 4 4.0% CM Fee $875.70 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, unless specifically noted above, we are submitting this change request without schedule time/cost impact. We reserve the right to submit for costltime impacts related to this change under separate cover when that information is available. Contractor does not release Impacts that arise out of Acts of Nature (including fire, flood, earthquake, storm, hurricane or other natural disaster), war, Invasion, act of public enemies, hostilities (whether war Is declared or not), civil war, rebellion, revolution, Insurrection, military or usurped power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power sources. To the extent these conditions may occur and impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-140 Approved By: Margaret Bishop —Project Manager, Facllltles ManagemeiGIGNATllRE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1025 51 16.E.3.b Manhattan Authorization Request Building excellence. Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643.6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop From: Josh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Stadium Temp Orange Fencing for FBU Event Pricing �ir���l"t'�Sefy?� r � � ''r� ,�'�,-�� �W.w � .n a � �"`' hr',� n,^� • "'".a,��$���re� � � ',i�� ��P � , � ,�,r����" �l#rlll �F' �.�i� 1 '•1/ 3• G No Rate Reference Amount Praposetl Days :2eq Category Reason • 00 Deserliption Phase 1 B Temp Orange Fencing for FBU Event Notes Cost Event Breakdown: 001 FENCE PERMANENT -SMITH FENCE $8,381.60 Install orange safety fencing with sand bags to surround the stadium and provide propper traffic flow for the FBU Event. Four exits available. Level 1 1.5% SDI $125.72 Level 2 0,736% Performance & Payment Bond $53.35 Level 3 1.175%General Liability $99.96 Level 4 4.0% CM Fee $335.26 In order to mitigate possible delays and expedite the approval for the direct cost of work related to this change, uniess 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: 7648.03-141 Approved By: Margaret Bishop — Project Manager, Facilities Manageme0GNATORE DATE CollferCounty Sports Complex Project # 7648 Prolog Manager Packet Pg. 1026 52 16.E.3.b Manhattan Build i.ng 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, •. •• From: Josh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamlami Trail East 1 D' Naples,901• Be�#s ��. Catery Situ Damper, i 1131.063.':51812020 $4,895.89 0 Description Phase IB Added Fire Dampers Notes Cost Event Breakdown: 001 Add to include new fire dampers per AHJ. ELECTRICAL -- B&I Change $4,656.50 During a job Inspection, the fire district field Inspector changed the requirements for tire dampers after they had appoved the plans. Fire dampers where needed trough fire walls and decks per AHJ. This add was clarified in RFI#212. Level 1 1.5% 8D[ $68.35 Level 2 0.736% Performance & Payment Bond $34.44 Level 3 1.175% General Liability $54.34 Level 4 4% CM Fee $182.26 1B.120 1113012020 $1,367.12 0 Description Phase IB Vomitory Steel Fixes Notes Item jVo %item a�scrjpttot� .�,� _..�� .�:� ,.,.. � �"Am9unt Propgse�4 Retie�encs � , Collier County Sports Complex Prolog Manager Project # 7648 Packet Pg. 1027 53 16.E.3.b Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) 001 Costs to remove and reweld brackets on stair stringers and shorten two $1,367.12 columns so the beam can be Installed properly under the bleacher seating framing. STRUCTURAL METAL - [DOING STEEL] This modification was required from a layout change made to the support columns during the bleacher drawing review and will require Fire Sprinkler redesign in the area perAHJ. 113.131 11/10/2020 $3,206.98 0 Description Phase IB Sprinkler Head Redesigns Notes Cost Event Breakdown: 001 Added costs to change the Fire Sprinkler design under the Stadium Bleacher per the AHJ. FIRE PROTECTION - TOTAL FIRE During a job Inspection, the fire district Field inspector required changes to the fire sprinkler design under the bleachers after the plans were approved, This requirement was due to the change in layout of the support stool for the bleachers. 003 Added costs to change the Fire sprinkler design in the mechanical rooms of the stadium per AHJ. FIRE PROTECTION - TOTAL FIRE Change Change $1,232.00 $1,752.66 During a job inspection, the fire district field Inspector required changes to the Tire sprinkler design in the mechanical rooms after the plans were approved. This requirement was duo to the structural steel design conflicting with the approved layout. Structure governs so the sprinkler pipe was adjusted per AHJ direction. Level 1 1.5% SDI $44.77 Level 2 0.705% Performance & Payment Bond $22.56 Level 3 1.175% General Liability $35.60 Level 4 4% CM Fee $119.39 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 costftime 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 ffre, 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, act, 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. Collior County Sports Complex Prolog Manager Project # 7648 Packet Pg. 1028 54 Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with GE 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 Tamiami Trail East Naples, FL 34112-4901 Phase 1 B - Stadium Elevator Steel Changes From: ,cosh Willard Manhattan Construction (FL), Inc. 3705-1 Westview DR Naples, Fl. 34104 Pricing CE 1B.1N1O.7 Rate Reference Amount Proposed Days Req Category Reason �. i 00 Description Phase B Stadium Roof Steel Height Notes Cost Event Breakdown: 001 STRUCTURAL METAL - ]DOING STEEL] $5,024.80 Costs to adjust steel height per response to RFI#272 in reference to the change made on the approved shop drawings for seat of the Stadium. Column was marked to be 2 314" lower than shops but steel beams then had to be shimmed back up to match. 002 Fund the shimming, grout and work to fix the steel beam alignment at the ($5,024.80) stadium. OWNER CONTINGENCY 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, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostilities (whether war is declared or not), civil war, rebellion, revolutlon, 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: 7648.03-148 Approved By: Margaret Bishop— Project Manager, Facilities ManagemeiSlGNATURE DATE Collier Coun ty Sports Complex Project # 7648 Prolog Manager Packet Pg. 1029 55 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 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 s - Stadium Roof Hatch Frame Changes B.101 11/5I2020 ©escrintion Phasel B Roof Hatch Frame No es Cost Event Breakdown., 001 STRUCTURAL METAL - [DOING STEEL] $576.40 Costs to add framing to make the opening for the roof hatch match the door size and enable propper installation, The opening was too wide so steel angles had to be added to close it oft and provide a side of support to the door. 002 Fund the Roof Hatch Opening Changes at the Stadium to close up the roof. ($576.40) OWNER PROJECT SAVINGS Pricing $0.00 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 timekost Impact. We reserve the right to submit for costilime 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 (whetherwar 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: 7648.03-147 Approved By: Margaret Blshop — Project Manager, Facilities ManagemaiGIGNATURE DATE Collier Counly Sports Complex Project # 7648 Prolog Manager Packet Pg. 1030 56 16.E.3.b Manhattan Authorization Request Build ing excellence. Detailed Form, Grouped by Number (with CE Breakdown) Phase 18 - Stadium Elevator Steel Swap Pricing .., �;.I..,,AXMI � --� �. ...�rmG-`^�r✓^i�,,.L",/_"� ,.....,""✓h`y.n�s-: .--"'.„._.......i--=✓:.-.-,r„. .?'�,. :vi`^-vJ=--u.".0 �=h_r;�� .. � �..I ..n'-..._..✓X'..�".-. ^,r�'.',.�1.2....,...,/�,��%..'v"3. 1 i 11 18.118 11/30/2020 $0.00 `' : p Description Phasel B Elevator Steel Swap Notes Cost Event Breakdown: 001 STRUCTURAL METAL- [DOING STEEL] $3,652.00 Costs to remove the provided elevator hoist beam In the Stadium and replace It with the hoist beam and safety tube provided by the Elevator Contractor. The Elevator Contractor Kone requires thier own complete system. 002 GOAL. FEE ($3,652.00) Fund the work to install the Elevator Hoist Beam that is acceptable to the Elevator Manufacturer. 1 B.121 11/30/2020 $0.04 : 0 Description Phasel13 Raise Elevator Hoist Beam Notes Cost Event ;�: 11 l• 8.00 Costs to remove and reinstall the elevator hoist beam at the elevation shown on the approved shop drawings of the Stadium. Due to the Kone provided hoist beam being installed beneath the Doing provided hoist beam, the beam is now too low and must be moved up to fit the elevator. Collier County Sports Complex Project!! 7648 Prolog Manager Packet Pg. 1031 57 16.E.3.b MadbAtm Authorization Request Bwwkwaxamm Detailed Form, Grouped by Number (with CEn Breakdown) 002 GOAL FEE ($1,518.00) Fund moving the Elevator Hoist Beam to the correct height acceptable by the Elevator Manufacturer. 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/lime 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: 7648.03-148 Approved By: Margaret Bishop —Project Manager, Facillties ManagemerSiGNATURE DATE Colifer County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1032 Manhattan Bu ild i n.g 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 3295 Tamiaml Trail East Naples, FL 34112-4901 Phase 1 B - Backcharges from Doing Steel From: Josh Willard Manhattan Construction (FL), Inc, 3705A Westview, DR Naples, FL 34104 0 03.054 6/212020 $0.00.' 0 Description GMP03 Sub -fascia at Food Truck and Fitness Pavilion Notes Cost Event Breakdown: 001 STRUCTURAL METAL - [DOING STEEL] e $24, 360.00 Cost to provide subfascia material and installation for the Food Truck and Fitness Pavilion, 002 MANUFACTURED ROOFING - [TARGET ROOFING] ($24,360.00) Subfascia material should have been Installed and provided in this scope for the complete roofing system. Work was not performed and had to be completed by another contractor. 1 B.058 . ` 612l2020 $0.00 0 Backcharge Description PhaselB Base Plate Repair Dotes Cost Event Breakdown: 001 STRUCTURAL METAL - [DOING STEEL] $443.00 X5055-11 RFi 274 Base Plate Repair Repairs were required at a base plate of the Food Truck Pavilion after being damaged from surrounding concrete work. Structural repair was directed via RFI response from the EOR. Profit removed. Collier County Sports Complex Prolog Manager Pricing $0.00 Project # 7648 Packet Pg. 1033 59 16.E.3.b mmhwtm Authorization Request BAftemakm Detailed Form, Grouped by Number (with CB Breakdown) 002 SITE UTILITIES - [COUGAR CONTRACTING) ($443.00) Fund the damaged base plate from surrounding concrete work at the Food Truck Pavilion. 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: 7648.03-149 Approved By: Margaret Bishop —Project Manager, Facilities ManagemeWIGNATURE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1034 60 16.E.3.b 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. 3205 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase I - Fitness Drainage Changes Pricing $24,628.72 G. No Date Reference Amount l�raposad 1]ays :Retj Ca.kegary : Reason 020 $24,628.72 i Owner [Descril2tion Phasel B. Fitness France Drain and pick up of Roof Gutters Notes Cost Event Breakdown: 001 PLUMBING --TURNKEY $23, 252.27 Added cost to pick up roof gutters at the Fitness Pavilion to stop runnoff from falling on the walking path, costs to install french drains at the south side of the sidewalk of the Fitness Pavilion and at the Teqball Filed, and providing hard pipe runoffs to the lake. 002 4% CM Fee $930.09 004 0.736% Performance & Payment Bond $173,15 006 1,175% General Liability $273.21 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: 7648.03-161 Approved By: Margaret Bishop — Project Manager, Facilities Managemei6lGNATURE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1035 61 16.E.3.b ManhattanAuthorization Request Bit 11d ing excellence. Detailed Form, Grouped by Number (with CE Breakdown) CE N.o Date Reference Amo.urtt Proposed Days'i2eq Category Reason 020 Owner Description Phasel B Sleeving for Soda at Food Truck Building Notes Cost Event Breakdown #et�t i�9"� (it$17't�Ce84i"1�111Qt11� _'' ' r' � '� ` , pt�i'Q�tntProposed Refere�tce r 11$689.22 Added cost for sleeving to the soda system in the Food Truck Pavilion to bring the soda lines to the front bar area for operator use. This scope was added to Imorove the resources at the bar area of the Food Truck Pavilion. 002 4%CM Fee $23.57 004 0.736% Performance & Payment Bond $4,39 005 1.175% General Liability $6.02 E3.134 .51812020 $1,840.07 ` Q Owner Contingency Description Phasel B Floor Sink for Ice Maker Notes Cost Event Breakdown: 002 PLUMBING --TURN KEY $1,737.23 Added cost to provide a floor sink at the new Ice Maker per food service revisions dated 4.14.20 at the Food Truck Pavilion. This floor sink was needed below the lee Maker to properly drain the condensation and meet operator's intentions, Level 2 0.736% Performance & Payment Bond $12.04 Level 3 1.175%General Liability $20.41 Collier Courtly Sports Complex Project # 7648 Prolog Manager Packet Pg. 1036 62 16.E.3.b Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Level 4 4% CM Fee $69.49 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 thls 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. Authorization Request: 7648.03-152 Approved By: Margaret Bishop —Project Manager, Facilities Mari agemed;IONATORE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1037 63 16.E.3.b Manhattan Authorization Request Building ing excellence. Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project 4 7648 Naples, FL 34117 Fax: To: Margaret Bishop From: Josh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamiami Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 18 - Food Court Pavers Pricing 1 CE No ate.::. ..1^tefer..ettce Amount Proposed i Days eq Category treason 1 1: 1' / i $8,91&22 1 Description GMP03 - Food Court Reinstall Pavers Notes Cost Event Breakdown: 001 Add to reinstall pavers at the Food Court Area of the Food Truck Pavilion. $6.500,00 Cost is Incurred to switch out the pavers with the new selected pavers around the Food Court Area to match surrounding areas. TIMO BROTHERS 002 Added cost to come back and adjust the cobblestone pavers after the use $1,800.00 of carts for events damaged and disturbed the area. [TIMO BROTHERS - BRICK PAVERS] Level 1 1.5% SDI $124.50 Level 2 0.736% Performance & Payment Bond $62.73 Level 3 1.175% General Liability $98.99 Level 4 4.0% CM Fee $332.00 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 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. 1038 64 16.E.3.b Manhattan Authorization Request Bitildingexcellence, Retailed 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 Tamiami Trail East 3705-1 Wesiview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Irrigation Changes 113.137 ' `11/24/2020 $0.00 0 Owner Change _ Description Phase1B Stadium Irrigation Changes Notes Cost event Breakdown: 002 Costs to run the Irrigation lines Into the stadium out from between the berms $2,755.16 Instead of from around the West end, SYNTHETIC TURF 003 GOAL FEE Fund the field change in path of ($2,755.16) Pricing $0.00 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 timetcost 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, pandemlcs, 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: 7648.03-164 Approved By: Margaret Bishop --Project Manager, Faclllfles ManagernoiSlGNATURE DATE Collier County Sports Complex ProJect# 7648 Prolog Manager Packet Pg. 1039 65 16.E.3.b 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 Tam€ami Trail East 3705-1 Westview BR Naples. FL 34112-4901 Naples. FL 34104 Phase 18 - Connection Side Walk Pricing 1 ,1 it CE Na Date .Reference Amount proposed Days Reg Category Reason C / 1 111 Description, PhaselB Connection Side Walk Notes Cost Event Breakdown., 002 Added costs to connect the walking path from the Stadium back to Phase $1,375.00 1A. This scope was outside the Phase 18 boundary and was missed. NAPLES CONCRETE & MASONRY 003 Fund the missed scope of the sidewalk connection between Phase I and ($1,375.00) Phase iB by the Stadium Flatwork, OWNER PROJECT SAVINGS 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 costltiime 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: 7648.03-156 Approved By: Margaret Bishop —Project Manager, Facilities ManagemenSlGNATURE DATE Collier County sports Complex Project # 7648 PrologManagor Packet Pg. 1040 66 16.E.3.b 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 3295 Tamlam€ Trail East Naples. FL 34112.4901 From: Josh Willard Manhattan Construction (FL), Inc. 3705-1 Westview DR Naples, FL 34104 Phase I B - Drywall Corrections for Roll up Doors Pricing `n ,c. ,..,,,ems r � ,� �"- -'�..r ✓' v - ✓ ,r .; ,,, �.r_ .��-.... :.-� �,rr- ,.,.�,�� �,,,� ,�. � ^. �„�,,,;, ,, „�.. ,, 3 Notes Remaining cost are associated with a backcharge for Phase 1A work. See 1A111 in AR 02-178. 1B.109 . :`011312020 Description Phasel8 Framing Edits Notes Cost Event_ Breakdown: 001 Cost for pipe chases header changes in the stadium, DRYWALL & STUCCO (MCDANIELI 72 0 AWA 5553, Ceiling framing and header at room 226 and 227, Camera for roll up door, frame pipe chase at vestibule 203, This work is to provide framing and drywall for a header to house the cameras at the Roll up doors of the Stadium and to frame pipe chases that were not shown. $2,574.00 Level 1 1.5% SDI $38.61 Level 2 0.736% Performance & Payment Bond $19.45 Level 3 1.175% General Liability $30.70 Level 4 4.0% CM Fee $102.96 1B.1'10 . .1111712020 Description Phasel B Header and ceiling fixes for roil up doors Notes Cost Event Breakdown: Collier County Sports Complex Prolog Manager .63 Q Project # 7648 Packet Pg. 1041 67 Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) 001 Cost for various framing and drywall items In the stadium DRYWALL & STUCCO jMCDANIEL] AWA 5573, Framed header wall and ceiling at stadlum north concession for roll up door, extra framing at stadium storage room 114 and 116 to create a header wail and ceiling at stadium south concession for roll up door. This work is an add due to the lack of detail at the connection and transition to the roll uu doors. $3,432.00 Level 1 1.5% SDI $51.48 Level 2 0.736% Performance & Payment Bond $25.94 Level 3 1 A75% General Liability $40.93 Level 4 4,0% CM Fee $137.28 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 dectared 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, tabor 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: 7648.03-157 Approved By: Bishop —project Manager, Faelllties ManagerneaSfGNATURE DATE Collier County Sports Complex YrologManager project # 7648 Packet Pg. 1042 68 Manhattan Authorization Request Building excellence, Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3B56 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples. FL 34117 Fax: 1 B.100 .: 111312020 $18,188.87 0 Owner Change Description Phasel B Remove and Replace fill for Concrete walil at Berm Notes Cost Event Breakdown: �• S t 0 r•i'1-1 001 Cost to remove the extra Till from the berm for the Installation of the changed $16,928.00 Concrete seat wall and replacement of fill once wall Is complete. Additional costs incurred for delaying the removal of the fill due to a possible change In design from when equipment and manpower was onsite and available. EARTHWORK - [SOUTH FLORIDA] Level 1 1.5% SDI $253.92 Level 2 0.736% Performance & Payment Bond $127.94 Level 3 1.175% General Liability $201.89 Level 4 4.0% CM Fee $677.12 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: 7648.03-168 Approved By: Margaret Bishop— Project Manager, Faellitios ManagernerSIGNATURE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1043 AR 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 3295 Tamlami Trail East Naples, FL 34112-4901 Phase 1B - Change Stadium Coiling Gate From: Josh Willard Manhattan Construction (FL), Inc. 3705-1 Westvlew DR Naples, FL 34104 Pricing .be No Date Refer.:ence Amount Prnpased ;Days Req Ca#egory Reason ' �� Description PhasolB Powered Garage Door Notes Cost Event Breakdown; 002 Added costs to change the Over head coiling door #115 at the Vomitory to $6,830.00 an automatic motor operated overhead coiling grille from a decorative rolling gate. Door change was confirmed In RFI#216. SPECIAL DOOR ASSEMBLIES— GARAGE DOORS Level 1 1.5% SDl $102.45 Level 2 0.736% Performance & Payment Bond $51.62 Level 3 1.175% General Liability $81.46 Level 4 4.0% CM Fee $273.20 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 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: 7648.03-169 Approved By: Margaret Bishop — Project Manager, Facilities ManagemerSIGNATURE DATE Collier County Sports Complex Project 4 7648 Prolog Manager Packet Pg. 1044 70 Manhattan Authorization Request Btcildingexcellence. Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3866 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop From: .cosh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamiaml Trail East 3705-1 Westv)ew DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Added Bougainvilleas Pricing C No .".I bate ReFarence Amount Proposed" Days"R. Category Reason 0_ Description Phase IB Added Bougainvilleas Notes Cost Event Breakdown: 002 Added costs to put in two Bougainvilleas, one on each side of the Fitness $1,200.00 Climbing wall. LAWNS & PLANTING - [O'DONNELL] Level 1 1.5% SDI $18.00 Level 2 0.736% Performance & Payment Bond $9.07 Level 3 1.175% General Liability $14.31 Level 4 4.0% CM Fee $48,00 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 submifting this change request without schedule time/cost impact. We reserve the right to submit for costltlme 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: 7648.03-161 Approved By: Margaret Bishop - Project Manager, Facilities ManagemeiBIGNATURE Collier County Sports Complex Prolog Manager DATE Project # 7646 Packet Pg. 1045 71 Manhattan J�ttrlrrlits'�; r�.t'r.fy!lr�ltr.�rl. 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 3296 Tamiarni Trail East Naples. FL 34112-4901 Phase 1 B - Drywall&Stucco Supplementation From: Josh Willard Manhattan Construction (FL), Inc. 3705-1 Wesiview DR Naples, FL 34104 DRYWALL & STUCCO [MCDANIEL] 002 Fund Premier Plaster to mobilize on to the job and complete MoDaniels scope $86,556,47 of the project. Supplementation includes the drywall, framing and stucco of the stadium. This change order is the first of the suplemental change orders. Additional change orders will need to be presented as work I continuing. DRYWALL & STUCCO SUPPLEMENTATION - PREMIER Pricing $0.00 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 cosUtime 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, opidemles, 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. CoAler County Sports Complex Prolog Manager Project # 7648 Packet Pg. 1046 72 16.E.3.b Manhattan Building excellence, Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3861 - 3866 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 Tamiami Trail East 3705-1 Westviow OR Naples, FL 34112.4901 Naples, FL 34104 Phase 1 B - Drywall&Stucco Supplementation 2 113.146 ; 12111612020. _ $0.00 . 0 Description Phasel B Drywall Supplementation 2 Notes Cost Event Breakdown: 001 Deductive change order #2 for Premier Plastering to provide supplementation ($77,959.00j work for the drywall and stucco work at the Stadium, Invoices included in this change order are from 1219/20 to 12116/20. DRYWALL & STUCCO fMCDANI 002 Fund Premier Plaster to mobilize on to the job and complete McDaniels scope $77,959.00 of the project. Supplementation includes the drywall, framing and stucco of the stadium. This change order Is the second of the suplemental change orders. Suplementation work has been hailed from 12116 in order to settle legal disputes with the possibility of McDaniel coming back to finish the work. DRYWALL & STUCCO SUPPLEMENTATION - PREMIER 003 Costs for the legal fees related to the pull of of McDaniels, notice and ($35,484.53) disputes of payment. DRYWALL & STUCCO [MCDANIEL) 004 Costs for Premier Plastering to complete the remaining drywall and stucco ($138,820,92) scope. DRYWALL. & STUCCO (MCDANIEL) 005 Fund Premier Plastering to complete the remaining drywall and stucco scope. $138,820.92 DRYWALL & STUCCO SUPPLEMENTATION - PREMIER 006 Fund Legal Fees to Premier Plastering $35,484.63 DRYWALL & STUCCO SUPPLEMENTATION - PREMIER Pricing $0.00 Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1047 73 Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (Wth GE 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, 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: 7648.03-163 Approved By: Margaret B€shop —Project Manager, Facilities ManagemerSIGNATURE Collier County Sports Complex Prolog Manager AA TE Project # 7648 Packet Pg. 1048 74 16.E.3.b Manhattan Authorization Request Building excellence, Detailed Form, Grouped by Number (with CB Breakdown) Notes No Work Directives have been provided for these prices. 1133.148 '91WW20 $6,119.91 , 0 Contingency Description Phasel B ASI-04 Locker Changes Notes Cost Event Breakdown: Cost Event Breakdown: Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1049 75 16.E.3.b Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Level 2 0.736% Performance & Payment Bond $73.77 Level 3 1.175% General Liability $116A0 Level 4 4.0% CM Fee $390.40 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 foroseeablo, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or (allure 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: 7648.03-164 Approved By: Margaret Bishop — Project Manager, Facilltles ManagemerStGNA TURF Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1050 76 16.E.3.b Manhattan Authorization Request Building excellence. 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 Tarniam) Trail East # D. Naples,•1 • 1• Cooler .. CE No Date Reference Amount Proposetl Days Req Ca.#egory Reasol}, .. n oo :0 MCC Contingency Description Phase IB Infill Depression at Cooler Notes Cost Event Breakdown: 002 Added costs to fill In the depression In the slab at the location of the walk in $1,496.00 cooler at the Stadium because the approved cooler does not require this depression. NAPLES CONCRETE & MASONRY 003 Fund the filling in of the un€equired depression for the cooler. ($1,496.00) PROCUREMENT CONTINGENCY 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 costltimo 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 Ore, 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: 7648.03-166 Approved By: Margaret Bishop - Project Manager, Facilities ManagemetGIGNA TLRE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1051 77 Manhattan Authorization Request Building excellence. Detailed Form, Grouped by Number (vtith 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 Tamlamt Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase 1 B - Restake and grade Pricing CE No Date Reference" Amo:ulit Proposed Days Req Category ,{ Reason n i 00 _ r 12escription Phase IB Restake and Grade Work Notes Cost Event Breakdown., 001 SURVEYING (JOHNSON ENGINEERING) $12,420.00 Costs for additional surveying survices as directed for maintain and accurately layed out site. 002 PROCUREMENT CONTINGENCY— [BUY SAVINGS] ($12,420.00) Fund the costs to restake surveved areas during concstruction. 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: 7648.03-167 Approved By. Margaret Bishop - Project Manager, Facilities ManagetrieWIGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1052 78 Manhattan Building excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3856 City Cate Blvd, N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: CE No Date I Reference Amount Prapused Days Req Category Reason. Owner Change Descriution Phases B Stadium Ramp Fencing Notes Cost Event Breakdown: 002 Cost to provide added fencing at the stadium ramps in order to prevent $13,172,10 attendees from falling or access the stadium where they shouldn't. FENCE PERMANENT -[SMITH FENCE] Level 1 1.5% SDI $197.58 Level 2 0.736% Performance & Payment Bond $99.56 Level 3 1.176% General Liability $157,09 Level 4 4.0% CM Fee $526.88 113.154 . 121812020 Description Phase B Boring and running Power to Well #4 Notes Cost Event Breakdown: Collier County Sports Complex Prolog Manager 127.93 0 Owner Change Project # 7648 Packet Pg. 1053 79 Manhattan Authorization Request Builrlrngavicellence. retailed Form, Grouped by Number (with CE Breakdown) 001 Added costs for directional boring (6) conduits accross CGBS to run (3) 2" $20,594.00 conduits In and (3) 2" conduits out of the FPL Transformer and power Well 44. ELECTRICAL --TURN KEY These Imes woule not fit in the existing 6" sleeve accross the road so additional work is required to run power to the planned Transformer and _ Well. This Is to supply power to all future phases of the Facility. Level 1 1.5% SDI $30&91 Level 2 0.736% Performance & Payment Bond $155,65 Level 3 4.0% CM Fee $823.76 Level 4 1.175% General Liability $245.61 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, 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 confiscatien, 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: 7648.03-168 Approved By: Margaret Bishop— Project Manager, Facilities ManagemenSlGNATORE DATE Collier County Sports Complex Project 1# 7648 Prolog Manager Packet Pg. 1054 80 Manhattan Build ing excellence. Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex 3851 - 3866 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: To: Margaret Bishop Collier County 3295 Tamiami Trail East Naples. FL 34412-4901 Phase 1 B - East Berra Wall Survey From: .cosh Willard Manhattan Construction (FL), Inc. 3705-1 Westview DR Naoles, FL 34104 0 1 B.157 ' 202021 . $1,348.40 .' 14 Owner Change Descrintion PhaselB Berm Surveying Notes Cost Event Breakdown: 001 Added costs to provide the updated stake, grade and offset 2 concrete $1,260.00 walls In the berm seating areas east of the Stadium. EARTHWORK -[SOUTH FLORIDA[ Level 1 1.5% SDI $18.90 Level 2 0.736% Performance & Payment Bond $9.74 Level 3 1.175% General Liability $15.66 Level 4 4.0% CM Fee $44,10 Pricing $1,348.40 In order to mitigate possible delays and expedite the approval for the direct cast of work related to this change, unless specifically noted above, we are submitting this change request without schedule timetcost 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: 7648.03-171 Approved By: Margaret Bishop — Project Manager, Facilities ManagetnetSIGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1055 81 16.E.3.b Authorization Request Detailed Form, Grouped by Number (with CF Breakdown) Collier County Sports Complex 3851 - 3866 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: 1 • s ' i ( 1 . To: Margaret Bishop From: Josh Willard Collier County 3295 Tamlaml Trail Bast Naples, FL 34112-4901 Manhattan Construction (FL), Inc. 3705-1 Westview DR Naoles, FL 34104 �R.��t�:Fi �� _ ✓�� ./�.,,.._, _ 7 �;�. :"/- -. '� s- �� -- ,;:... <„ -: ,',,� ��„y,,:�,��t���i%�-^-p��.�" ..r _' �?4i�f�usS. r' -. -<, ..hoc. �,.. ,.......�.... :._.._...,w- _,.:.vr .�G..,:..,,. �,-...,,,A. .r,:M�> ?emu.... �✓,,;. _. ... :_,.:.. .... ..,� ..r.. .. �,,,,,. _-... .-. �.., .xr ,.-.;-� .t._ .,.axe Nam .x ,.,,;ter_ ChangesBreaker +. Cooler , Priding $fETenGL a }iLUtCetl 8i RFI}i3 f�Qti Aoun Requested;' CE No gate Reference Amount Rro.posetl t)ays Req Category Reason n 021 $0,00 Owner Contingency Descrintion Breaker Changes for Walk in Cooler-RFI 317 Notes Cost Event Breakdown: 001 Breakers changes required for Walk-in Cooler per RFI 317, Power $943.14 requirements conflict with Breaker requirements in the drawings. (RFI 317) [ELECTRICAL - B&Il 002 Fund Breaker changes for Walk4n Cooler due to requirements from RFI 317 ($950.87) response. OWNER CONTINGENCY Level 4 4% CM Fee $37.73 0 LO LO LO N 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, earthquake, storm, hurricane or other natural disaster), war, invasion, act of public enemies, hostillltes (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, lookout, 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: 7648.03-172 Approved By: Bishop— Project Manager, Facilities ManagemerSIGNATURE Collier County Sports Complex Prolog Manager DATE a Project # 7648 Packet Pg. 1056 82 16.E.3.b 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: NEON= To: Margaret Bishop From: Josh Willard Collier County Manhattan Construction (FL), Inc. 3295 Tamiami Trail East Naples, FL 34112-4901 3705-1 Westview DR Naples, FL 34104 l:.cPi€4t1 rr �r�. �.,�.�„ .,. .,..:.;,._�.. ..,._. ..,,-: .._., .,...r:..,-...... ._ ate.,%; ....,,. .-:.,.-!a,f .✓,�..,�..� �.-✓_ z r�v�;:.. ,a��. �.,-".�. .m ..,. .....:.Y.�" ....i 3..:.....,�„.,:.?. Phase 113 Install Party Dock Benches Pricing $14,183.20 CE No Dates Reference Amount Prupdsetl ', Days Re Category Reason .............. .0 i OwnerChange Description Phasel B Installing the Party Deck Benches Notes Cost Event Breakdown. 001 SPECTRUM $13,200.00 Costs to drill down the added benches and reseal the traffic coating on both Party Decks of the Stadium per design change to address a tripping hazard. The County will be suppling the benches only, This cost is for the propper Install. These benches were added to provide more seating area. Level 1 1.5% SDI $198.00 Level 2 0.736% Performance & Payment Bond $99,77 Level 3 1.175% General Liability $157.43 Level 4 4.0% CM Fee $528.00 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 wilhout 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, lariffs, 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: 7648.03-174 Approved By: Margaret Bishop— Project Manager, Facilities ManageinenSIGNATURE Collier County Sports Complex Prolog Manager DATE Project # 7648 Packet Pg. 1057 83 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 Navies, FL 34117 Fax: To: Margaret Bishop From: Collier County 3295 Tamiami Trail East Nantes. FL 34112-4901 Josh Willard Manhattan Construction (FL), Inc. 3705-1 Westview DR Naples, FL 34104 •i ... Truck Turf Pending Pricing CE= No Date Reference Amount Proposed Days Req Category . R,easan € ().00 r Description GMP03 - Reinstall Food Truck Turf Notes Reinstalling Turf at Food Truck Pavilion Area from being torn up to Install missed drainage. Cost Event Breakdown: 001 ATHLETIC AND RECREATIONAL EQUIPMENT -- TURN KEY $6,616.00 Provide Turf - PL041 Green (3) Rolls 15'x60' 002 ATHLETIC AND RECREATIONAL EQUIPMENT TURN KEY $2,158.92 Provide Turf - Microban infill. 2700'= x2 Ibs per fti50lb pags =108 bags $19.991bag 003 ATHLETIC AND RECREATIONAL EQUIPMENT -- TURN KEY $19,145.00 Removal and Reinstallation of Turf at Food Truck Pavilion Area 004 ATHLETIC AND RECREATIONAL EQUIPMENT -- TURNKEY $896.28 Shipping and Handling 005 COUGAR CONTRACTING ($28,716.20) Backchame to repair turf after incorrect drainage was installed. 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 (vWhether 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. 1058 84 16.E.3.b Manhattan Authorization Request Building excellence. Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex ;o 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 _ Naples, FL 34117 Fax: rL d L > To: Margaret Bishop From: Josh Wllard Collier County Manhattan Construction (FL), Inc. N 3295 Tamiam€ Trail East 3705-1 Westview DR 2 Naples, FL 34112-49011 Naples, FL 34104 E CE03.092 - Fixing Cobblestone Pavers Pending Pricing W v 6/1812020 0 $0.00 ) a) 1 B.092 1019/2020 ... . $0.00 ` 0 Backcharge E m L Description Phase 1 B -Fixing the Cobblestone Pavers 0 (L Notes 0 rn u0 Cost Event Breakdown: �• b f 1 � i r i•• 1 r N 001 Add to reinstall and fix the cobblestone pavers around the Bocce Court due $3,200.00 to the installation of sleeves disturbing the tinised area. 1 Owner Contractor Coastal Irrigation failed to include the required sleeves a� before this work was completed the first time. N [TIM0 BROTHERS - BRICK PAVERS) > a) 002 Added costs to reinstall pavers around the Stage area for landscape $6,500,00 W lighting. The replacement of lights caused pavers to be re -set. he U BRICK PAVERS M m L 003 GOAL FEE ($9,700.00) N L 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 a� 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. ca Contractor does not release Impacts that arise out of Acts of Nature (Including fire, flood, earthquake, storm, hurricane or other natural disaster), U war, invasion, act of public enemies, hostilities (whether war is declared or not), civil war, rebellion, revolution, insurrection, military or usurped ti power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably N le foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or interruption or failure of power o sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. m E t Authorization Request: 7648.03-177 Approved By: Q Margaret Bishop —Project Manager, Facilities ManagerneililGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Manager Packet Pg. 1059 85 ManhattanAuthorization Request Building excellence, Detailed Form, Grouped by Number (w€th CE Breakdown) 1113,1161 12/16/2020 $3,116.89 0 Owner Change Description PhaselB Increase Commissary Wall Height Notes Breakdown:Cost Event r1�em No ItI� i 1esc�tptlon y tafFropo Reieenae '' 001 Added costs to increase the wall heigfht at the Stadium Com lssaryperRFI•00 response.311 With corrections, DRYWALL. & STUCCO [MCDANIELI Level 1 1.5% SDI $43,51 Level 2 0.736% Performance & Payment Bond $21.92 Level 3 1.175% General Liability $34.60 Level 4 4% CM Fee $116.03 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 costlthtte 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, epldem[cs, pandemics, quarantine restrictions, or Interrupt€on 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: 7648.03-178 Approved By. Margaret Bishop — Project Manager, Facilities ManagetnetSIGNATURE DATE Collier County Sports Complex Project # 7648 Prolog Martager Packet Pg. 1060 86 16.E.3.b Manhattan Authorization Request Building excellence. Detailed Form, Grouped by Number (with CE Breakdown) Collier County Sports Complex ;n fi: - 1 • .III ` . •: . Author]zation Request.. 7648 Q8 179 I]t3 to 611112o20! . .....: C�espr�p�lon r,'� ��ry^ryoy=�/'� y y�, y r�°��.n���.%.��.' �a��;�t•ly��ar-'ry:a -�, Tr"�t�k+��N 5 � '� CE No Qait; Reference .:' Amtttnt #'ro..posed '; Bays Req. Category Reasnn I 1 �. •III 1 � I N 002 Added costs for sod West of Cove Road. $8,233.90 Sod is nonirrigated Bahia in the swale. The credit for area 6 cannot be applied to this cost as it is allocated to Phase 1A scope. The remaining costs ar are put back into Phase 1B and the credit wilt be allocated to Phase 1A. N ar LAWNS & PLANTING-10-DONNELL] 003 Fund the remaining costs for sod west of cove road issued in AR 03-121 ($8,563.26) Q- 3 bringing the total to $21,000 as shown on the proposal. The credit for area 6 he v will be included in AR 02-199 M OWNER CONTINGENCY m L Level 4 4% CM Fee $329,36 � L 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 a) ar 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. ca Contractor does not release impacts that arise out of Acts of Nature (including fire, Flood, earthquake, storm, hurricane or other natural disaster), U U war, invasion, act of public enemies, hostilities (whether war Is declared or not), civil war, rebellion, revolution, Insurrection, military or usurped ti power or confiscation, terrorist activities, riot, nationalization, government actions, tariffs, blockage, embargo, transportation delays not reasonably N foreseeable, labor dispute, strike, lockout, disease outbreak, epidemics, pandemics, quarantine restrictions, or Interruption or failure of power e sources. To the extent these conditions may occur and Impact the Project, there shall be an equitable adjustment to the Contract. m E t Authorization Request: 7648.03-179 Approved By: Q Margaret Bishop — Project Manager, Facilities ManagemoiVIGNATURE DATE Collier Counfy Spoils Complex Project # 7648 Prolog Manager Packet Pg. 1061 87 Phase 1 B Daklronics Fire Alarm Integration Authorization Request Detailed Form, Grouped by Number (with CE Breakdown) Pending Pricing ef�Yette Pelrcdy ,� Days R�: o q�s; CE....1..No Date Reference, ;' Atno.unt Proposers Days Req Category Reason,,. ��:V1012020 $0,00 Deserjation Daktronics Fire Alarms Integration Notes Cost Event Breakdown: 001 Added cost for visual and audio Integration with both sides of the Score $2,220.70 Boards and Fire Alarm System at the Stadium. SCOREBOARDS - Daktronles 003 Fund the contract changes to the 1 Omm tube sizing changes for the ($2,309.53) speakers. OWNED CONTINGENCY 004 GOAL_ FEE $88.83 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 Wthout 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 or 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; 7648.03-480 Approved By: Margaret 131shop— Project Manager, Facilities ManagemenRIGNATURE Collier County Sports Complex Prolog Manager DATE Project l# 7648 Packet Pg. 1062 88 Manhattan Bttild.ing 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. 3296 Tamiam€ Trail East 3705-1 Westview DR Naples, FL 34112-4901 Naples, FL 34104 Phase I Replacement Rail and Connections at Bleacher Ramps Pending Pricing CE No Date Reference Arrtlaunt Proposed ' bays;Req Category. Reason A13.10 Description Phase I Fill Railling Voids and Replacements otes Cost Event Breakdown: � f �' 1 / ' f T • 1 f � 001 Costs to add railing at the openings between where the Party Deck ralings $1,247.87 end and the Bleacher stair railings pick back up. This railing was shifted which could not be realized until the installation of the changed bleacher ramps. This cost will fill the void between railings at all four bleacher ramps to meet the code requirement. VALENTINES GLASS & METALS 002 Added costs to replace damaged drink rail on the South side of the Stadium $4,902.50 Party Deck. VALENTINES GLASS & METALS 003 Fund the replacement of the drink rail on the South side of the Stadium Party ($4,902,50) deck. These railings were damaged by the use of Southern Bleachers equipment reaching over the party deck. SOUTHER BLEACHER Level 1 1.6% SDI $18.72 Level 2 0.736% Performance & Payment Bond $9A3 Level 3 1,175% General Liability $14.88 Level 4 4.0% CM Fee $49.91 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 submitling this change request without schedule timetcost 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 SportsCornplox Project# 7648 Prolog Manager Packet Pg. 1063 89 Manhattan Authorization Request Building excellence. Detailed Form, Grouped by Number (with CF Breakdown) Collier County Sports Complex 3851 - 3856 City Gate Blvd. N Tel: 239-643-6000 Project # 7648 Naples, FL 34117 Fax: Description PhaselB Stadium Breaker Changes Nofes Cost Event Breakdown: Level 2 0.705% Performance & Payment Bond $36.39 Level 3 1.175% General Liability $57,42 Level 4 4% CM Fee $192.68 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 itmelcost impact. We reserve the right to submit for costititme 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 or power sources. To the extent these conditlons may occur and Impact the Project, there shall be an equitable adjustment to the Contract. Authorization Request: 7648.03-182 Approved By: Margaret Bishop —Project Manager, Facflif€es ManagemeiSlGNA7URE DATE CollierCounfy Sports Complex Project # 7648 Prolog Manager Packet Pg. 1064 90 16.E.3.b 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: Authorization Request. 7:648 43-183, L7ate; 6111I2t320'. Collier County 3205 Tamiaml Trail East Naples, FL. 34112-4901 Description Phasel B Power to Scoreboard per RFI 288 Natens Manhattan Construction (FL), Inc. 3705-1 Westview DR Naples, FL 34104 Breakdown:Cost Event Jtetr� �1112 �]telrl Deset`I t Qll! '` : �, 001 Added costs to provide additional breakers,• disconnects to $10,970.00 accomodate the revised video board power requirements as directed by the design team in RFI #288. This clarification RFI was brought up from the issuance of PR03R1. ELECTRICAL. - fB&11 002 Fund the changes to the power requirements for the Score Boards per ($11,408.80) response to RFI #288. This clarification RFI was brought up from the issuance of PR03R1. OWNER CONTINGENCY 003 4%CM Fee $438.80 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 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, pandomics, 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: 7648.03.183 Approved By: Margaret Bishop - Project Manager, Facilities Managemen81GNATURE bA Collier County Sports Complex Prolog Manager Project # 7648 0 0. m L m L N a T rn N v N rn C N E N L O d 0 41 u� LL .r a Packet Pg. 1065 M Ui to T (spodaa anilea;siuiwpe saainiaS;uawaanDoad : 09990 �ZAI -:podab }ae.1 OLD JGjJV LZbO :Iuewyaelly 0 N L N U a � m a m 16 a o+ o m O t 3 a v 3 o 0 8.2 3 a �- °' $ E w o c rnd a m � o U .J O 16 0. c w � m o 0 3 m � � a c � a c v � v u m m y r y N j pp j O. C O O O m O 00 M N > O � d W ' � N O C � M O p H3 N v S v a c o m - (7 N o E d r � U W 0 � � C � N A C � O C N W _ N O LL U ti t0 C y O � E C d a 2 d o m J r F O N 10 W r N E O) i a16i '� m G m m `o a rn a � c y a a Y c W C Z N N O O N N 93 rn O N M m m v V 0 M O a N Z � O O u N a E � N 1 16.E.3.d COI ICY C;014"ty Administrative Services Department Procurement Services Division Instructions Collier County After the Fact Form 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: Camden Smith Division: Facilities Management Division Director: Damon Grant vendor Name: TY Lin International Amount: $12, 068.80 contract #:18-7432 ST Purchase Order: 4500204354 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. The original Work Order included all tasks for TY Lin to complete with the Vanderbilt Beach Garage design, solicitation, and construction support but the the WO did not include enough days and it has expired. The contractor worked in good faith to complete work needed for tasks 1, 2, 3, 4 and a small portion of task 5. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Authorization to pay invoice #'s 102101227, 102102299 and 102103283 in the amount of $12,068.80. A new WO will be issued for the remaining work within Task 5. Corrective/Preventive Action: What action is being taken to prevent this violation from re -occurring? To monitor the WO and issue a CO ahead of the expiration. The requestor affirms that to the best of their knowledge the information provided in this document is true. yy� p y'► yy� Requested by: Camden 1 Smith ith Digitally signed by SmithCamden Signature: SmithCamden Date: 2021.04.0717:33:15 Date: -04'00' Division Director: Damon Grant Digitally signed by GrantDamon Signature: Gral Y1 ItDamol Y1 1 Date 2021.04.0811:21:12 Date: -04'00, N LL a Y V CU m T V CU u_ a� r L Q N O c aD E r r Q Digitally signed by AI - Principal Project Manager: Ayoub AI-Bahou Signature: AI-bahouAyoub baDate: te 202u04.0809:24:29Dat Packet Pg. 1067 Ayob -04'00' 2 16.E.3.d TYLININTERNATIONAL Camden Smith, PMP Collier County 3299 Tamiami Trail East Suite 700 Naples, FL 34112 Project Manager James Molnar PE January 26, 2021 Invoice No: 102101227 Project 520055.01 Vanderbilt Beach Parking Garage: Inspection, Repairs Vanderbilt Beach Parking Garage P.O. No. 4500204354 Collier County Project No. 80419.1 Invoice #4 Professional Services for the Period: November 28. 2020 to December 31. 2020 Fee Percent Prior Current Task Task Fee Complete Billing Fee Inspection and Analysis 3,604.00 100.00 3,604.00 0.00 Reimbursable and Expenses 1,000.00 75.802 758.02 0.00 Conditions Report with 4,732.00 100.00 4,732.00 0.00 Recommendations Repair Plans & Specifications 18,948.00 95.00 7,579.20 10,421.40 Post Design Services 21,582.00 0.00 0.00 0.00 Total Fee 49,866.00 16,673.22 10,421.40 Total Fee 10,421.40 Billing Limits Current Prior To -Date Total Billings 10,421.40 16,673.22 27,094.62 Limit 49,866.00 Remaining 22,771.38 Project Total $10,421.40 Total this Invoice $10,421.40 Please remit payment to: T.Y. Lin International Lockbox Dept. CH 16981 Palatine, IL 60055-6981 r N u_ a c� m ca u_ W t .r d r Q N O c m E t U a r r Q Packet Pg. 1068 Project 520055.01 Vanderbilt Bch Pkg Gar: Repairs Invoice 102101 Authorized By: James Molnar, PE Date: 01 /26/2021 r N LL Q 7 Y V R CO T V M LL N t L d Q N O C N E t V R r r Q Packet Pg. 1069 AM 16.E.3.d TYLININTERNATIONAL Camden Smith, PMP Collier County 3299 Tamiami Trail East Suite 700 Naples, FL 34112 Project Manager James Molnar PE February 24, 2021 Invoice No: 102102299 Project 520055.01 Vanderbilt Beach Parking Garage: Inspection, Repairs Vanderbilt Beach Parking Garage P.O. No. 4500204354 Collier County Project No. 80419.1 Invoice #5 Professional Services for the Period: January 1. 2021 to January 29. 2021 Fee Percent Prior Current Task Task Fee Complete Billing Fee Inspection and Analysis 3,604.00 100.00 3,604.00 0.00 Reimbursable and Expenses 1,000.00 75.802 758.02 0.00 Conditions Report with 4,732.00 100.00 4,732.00 0.00 Recommendations Repair Plans & Specifications 18,948.00 100.00 18,000.60 947.40 Post Design Services 21,582.00 0.00 0.00 0.00 Total Fee 49,866.00 27,094.62 947.40 Total Fee 947.40 Billing Limits Current Prior To -Date Total Billings 947.40 27,094.62 28,042.02 Limit 49,866.00 Remaining 21,823.98 Project Total $947.40 Outstanding Invoices Invoice Number Date Balance 102101227 1 /26/2021 10,421.40 Total 10,421.40 Total this Invoice $947.40 Please remit payment to: T.Y. Lin International Lockbox Dept. CH 16981 Palatine, IL 60055-6981 r N u_ a V M m ca u_ aD t .r L d Q N 0 c m E t U a r r Q Packet Pg. 1070 Project 520055.01 Vanderbilt Bch Pkg Gar: Insreect, Repairs Invoice 1021 Authorized By: James Molnar, PE Date: 02/24/2021 r N LL Q 7 Y V R CO T V M LL N t L d Q N O C N E t V R r r Q Packet Pg. 1071 a 16.E.3.d TYLININTERNATIONAL Camden Smith, PMP Collier County 3299 Tamiami Trail East Suite 700 Naples, FL 34112 Project Manager James Molnar PE March 25, 2021 Invoice No: Project 520055.01 Vanderbilt Beach Parking Garage: Inspection, Repairs Vanderbilt Beach Parking Garage P.O. No. 4500204354 Collier County Project No. 80419.1 Invoice#6 Professional Services for the Period: January 30. 2021 to February 26. 2021 Fee Task Inspection and Analysis Reimbursable and Expenses Conditions Report with Recommendations Repair Plans & Specifications Total Fee Post Design Services Senior Engineer Zafaranian, Farzin Totals Total Labor Outstanding Invoices Invoice Number 102101227 102102299 Total Please remit payment to: T.Y. Lin International Lockbox Dept. CH 16981 Palatine, IL 60055-6981 Percent Prior Current Task Fee Complete Billing Fee 3,604.00 100.00 3,604.00 0.00 1,000.00 75.802 758.02 0.00 4,732.00 100.00 4,732.00 0.00 18,948.00 100.00 18,948.00 0.00 28,284.00 28,042.02 0.00 Total Fee Hours Rate Amount 4.00 175.00 700.00 4.00 700.00 Date 1 /26/2021 2/24/2021 Balance 10,421.40 947.40 11, 368.80 Total this Invoice 102103283 0.00 700.00 $700.00 r N u_ a c� m ca u_ W t .r L d Q N 0 c m E t U M r r Q Packet Pg. 1072 Project 520055.01 Vanderbilt Bch Pkg Gar: Repairs Invoice 1021 Authorized By: tea - James Molnar, PE Date: 03/25/2021 r N LL Q 7 Y V R CO T V M LL N t L d Q N O C N E t V R r r Q Packet Pg. 1073 Project 520055.01 Vanderbilt Bch Pkg Gar: Inspect, Repairs Invoice 1021 Billing Backup Thursday, March 25, 2021 T.Y. Lin International Invoice 102103283 Dated 3/25/2021 4:42:21 PM Project 520055.01 Vanderbilt Beach Parking Garage: Inspection, Repairs Fee 0.00 Professional Personnel Hours Rate Amount Senior Engineer 91558 Zafaranian, Farzin 3/16/2021 2.00 175.00 350.00 Responding to Bid questions/Spec revision 91558 Zafaranian, Farzin 3/18/2021 2.00 175.00 350.00 Responding to Bid questions/Spec revision Totals 4.00 700.00 Total Labor 700.00 Project Total $700.00 Total this Report $700.00 r Q Packet Pg. 1074 � 9 16.E.3.d CA le-r CA""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: Colleen Davidson Division: Code Enforcement Division Director: Michael Ossorio Vendor Name: Southwest Builders, Inc. Amount: $6,834.00 Contract #: Purchase Order: Why is this deemed a non -compliant purchase? Choose one. Contract 11 Ordinance W] Manual ❑ P-Card ❑ Other ❑ Details of Purchase: Explain the circumstances behind this purchase. Property located at 409 Taylor St. Immokalee, FL went before the Special Magistrate on November 6, 2020 and was found to be in violation of a vacant unsecured mobile home and two deplorable accessory structures. After the ordered compliance date, December 6, 2020, a re -inspection was conducted and violation remained. Due to health, safety, welfare; three quotes were received through Bidsync. The lowest bid, $6,834.00, from Southwest Builders, Inc. was approved, permits were applied for and obtained. Southwest Builders, Inc completed the demolition of the mobile home, accessory structures, and permit was finaled. Code Enforcement then sent an email to Operations requesting a Purchase Order. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Code Enforcement is requesting Southwest Builders Inc. Invoice #CC60 to be paid in full as work has been completed. Corrective/Preventive Action: What action is being taken to prevent this violation from re -occurring? Moving forward, Code Enforcement will ensure approval is obtained and a Purchase Order is created prior to commencing work. The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Colleen Davidson Digitally signed by Signature: DavidsonColleen Davi3d _Colleen Date: 2021.03.30 08.13.05-04'00' Date: 3/30/2021 Division Director: Michael OSSOI"10 Signature: OSsorioMichael Digltall021.03dby8:18:11_04.oel y Date: 2021.03.30 08:18:11-04'00' Date:3/30/2021 r Q Packet Pg. 1075 10 16.E.3.d 11997 Princess Grace Ct. Cape Coral, FL 33991 US (239)673-9288 office@southwestbuilderscorp.com BILL TO Collier County Nuisance Abatements JOB NAME 409 Taylor Rd Demolition of abandoned home located at 409 Taylor Rd Please remember to include invoice number on your check. We thank you for your business! 6,834.00 r Q Packet Pg. 1076 COLLIER COUNTY EMERGENCY PURCHASE ORDER 16.E.3.e EPO #: DELIVERY ADDRESS: 3339 Tamiami Trail East, Suite 303 DATE: April 1, 2021 Naples, FL 34112 DIV. NAME: Engineering & Project Management IXOM Watercare Inc. 3225 Hwy 22, Dickinson ND 58601 BCC AGENDA DATE: 5/11/21 TO: 866-437-8076 • watercare@ixom.com (if over $50,000) VENDOR CODE: NA FUND COSTCENTER I OBJECTCODE DECRIPTION UNIT PRICE AMOUNT 414 263614 SB10000LS v20 SolarBee Mixer $ 40,333.00 $ 40,333.00 10 ft of 36"diameter Intake Hose $ 182.00 $ 1,820.00 One (1) Standard Mooring System $ 472.00 $ 472.00 100 ft of Anchor Chain $ 11.15 $ 1,115.00 Factory Delivery, Placement with I$ 10,935.00 I$ 10,935.00 On -Site Training DISCOUNT: TERMS: TOTAL: 1 $ 54,675.00 COMMENTS: As recommended by Pollution Control, the timely purchase and installation of this patented solar -powered mixer will help mitigate the impact of the MPS 302 wastewater spill on the nearby stormwater retention pond. This specialized equipment is only available from this vendor, and installation by others would void the warranty. Had the installed cost been less than $50,000, it could have been procured under Sole Source Waiver without an Emergency PO. Because cost is $4,675 greater than the annual $50,000 threshold, Board approval would be required delaying the installation date. This Emergency PO approval essentially postpones Board approval and gets the equipment installed as soon as possible to maximize its effectiveness in aerating the stormwater pond. Digitally signed by ChmelikTom Ch m e l i kTO m Date: 2021.04.01 16:11:23 -04'00' REQUESTOR DIRECTOR DIRECTOR THIS FORM SHALL NOT BE USED UNDER ANY CIRCUMSTANCES WITHOUT THE PRIOR APPROVAL OF THE PROCUREMENT DIVISION Digitally signed by Joseph Bellone Joseph B e I I 0 n a Date: 2021.04.01 16:19:31-04'00' DEPARTMENT HEAD Digitally signed by HerreraSandra Herrera a n d ra Date: 2021.04.02 08:23:00-04'00' PROCUREMENT DIRECTOR Digitally signed by Dan Rodriguez Dan Rod rI g U eZ Date: 2021.04.02 09:26:19-04'00' COUNTY MANAGER APPROVAL Packet Pg. 1077