Loading...
Backup Documents 12/14/2021 Item #11G (Added) G 0.-MiTcMere 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: • Fifteen (15) change orders that in aggregate modify contracts by $100,893.00 and add 1357 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 • Five(5)after the fact memos with a fiscal impact of$0.00 for additional services FISCAL IMPACT: The net total for the twenty (20) items is $100,893.00. 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 h 1 G waf. • M 00mto; o N, m o N N N N N mo o m m q m M M 9 �• M N m N m V N V N m m 7 6 W C_ C adrr T r m K T O M N O 2 r m O C-% Q - �~- N 0 0 co go-8o m o co 0 m m m r v n m �o o V J a El Q9 C O o O o CIre ° e. a 0 O O o, m G Q — O • O O O 0 oOO O 6 6 O O V. O Or O O V O m zz m V g M O a E - M m - m mN N co u w . w en a' go-0 w w 69 `" w «n w s t o act 0 0 0 cm E E; $ 0 ° ¢ w w w m w w w m r o n U w 9 w w w m w r w u' O w • m S. o m o 0 « v N m o a 3 c ti m a N a o oui uu'i o °� o N E N r v d ¢ 0F.I r v O. w 5 IT 69 w 8 u. w en co w w w » w w m o 0 0 or. o0 0 o 0 0 0 0 o o o mo v o 0 0 .o 'Li-Pr V o - n' 0 r - _ - m E 65 N ro _ o' n_ 5 �o Eco rr¢ - - 5 0 w 0 w w w w pw Fa w o w w w w w r d o m c 'o c" o E E U q o .:. N '" En c 'c $ a Y E E . ErErn.E E . E o z o m o E _ 'E u E m T t d >, m o m 30 m o mn TO m 2, m �Y =- 0 cmg1 U Lo o cU ce) 2 c c0 cQ 1 IF oe< ,, Q cU a Er `o m 2 w m 8 2 m 2 a m 2 . 2 E '^_ ❑ 2 v `2 a > > g „ y - dH i. n. ' o on m a - _ - - - s o - w a`a s w 'u u 'u LL 'o u F V ._ Q a o ❑ ii i i. LL. LL d lL li d m o d LT = N c a m aw ro a — U u- - r - Li J E Li ni Li EL-2 uT CO y 'E - Z c .E Z 0 w w - o E 0 .25 d w E 0 - a 2 u ¢ z' _ n v "-`2 E - U - 'm (� U w mta c m L rn 0 o c c `m `o u `w ) c - m = F .- 0 FF U U U o 0 S o Q W U U o E = U U m To' a 0 o cia'2 0 c U U U E °i (9 Q lL F N y co d m o E x c Z' _ E°o o o I E E d U ~ E C¢ a NiN g o ❑a us y N� Uv E c.�m y m u o o ❑ N a cg a - a N ` c8 ro c .o - V c a 2' m c 0.) d U7 cV., m U c m m a Z•m m E a U ¢u 0 U m - rn rn ' a D6o = m od re n a c oa ,rn c co c 3 "a s S F w 0 U = o =m U , x m U E d3 o uU co °> U = aE co ZU ill Uw o of to � o y ID m U C N N N aleQ N o N N N N N_ N ` co g a8ueto N N N 0 N 0 Q N N 60 A- N .9 29 r nco r m `'oN lueig o r/hewo) N•- N .- ,- N N N •- #abed r m co •- - Ncll o, a v v co 5 m m m Wall N n v o m r m co a 1 .1G Procurement Services 1 Cl County Change Order Form ❑ Contract Modification ®Work Order Modification • Contract#: 11-5782 Change#: 5 •Purchase Order#: 4500193894 Project#: 70142.4 Contractor/Firm Name: AECOM Technical Services, Inc. Contract/Project: Wastewater Basin Analyses Project Manager Name: Wayne Karlovich Division Name: PUD—Engineering and Project Management Original Contract/Work Order Amount $ 1,870,468.00 9/11/12; 11E Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 4,269,852.00f 1/8/19; 16C2 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 4,269,852.00 _ 11/21/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 43,701.00 130.61% Total Change from Original Amount Revised Contract/Work Order Total $ 4,313,553.00 1.02% Change from Current BCC Approved Amount Cumulative Changes $ 2,443,085.00 1.02% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 10/26/12 Original 10/25/18 Last Approved 11/21/21 Revised Date 5/20/22 Date Completion Date Date (Includes this change) #of Days Added 180 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ Change task(s) ® Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change will increase PO 4500193894 Line 10 by$43,701.00 and eliminate Task 4b11b(i)&(ii)from the scope of work. The changes will allow for additional meetings, coordination, site visits and administrative work needed due to changes to the construction schedule which was extended by over four months. The change also allows for additional programming services and onsite commissioning work needed for additional programming modes and adjustments for field conditions. This change also adds 180 days of time to the contract to allow for certification of construction completion, record drawings and asset onboarding, all of which has been delayed due to extended delivery time of some instrumentation and control components. 2. These changes were not included in the original scope of work because it was not anticipated that the construction contract would be extended due to unanticipated field conditions, material delivery delays, and other County work required to allow for startup of this pump station. Additionally, actual operation of the pump station revealed that an alternate mode of operation and other programing adjustments were needed to meet the county's operational needs.The Task 4b work for pressure and flow monitoring have been determined to not be needed for this project. 3. It this change is not processed the engineer of record will not be able to provide the engineering construction administration, certification, and programming services necessary for completion of the project and proper operational of the station. Digitally signed by Karlovich Wayne KarlovichWayne Prepared by: Date:2021.10.12 14:52:16 04'00' Date: Wayne Karlovich, Senior Project Manager—PUD-EPMD Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance.The adjustment, if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Ronald Cavalieri, P.E.-AECOM Technical Services Date:10/11/21 (Contractor/Vendor/Consultant/Design Professional and Name of Firm, if project applicable) Accepted by: na Date: (Design Professional and Name of Firm, if project applicable) Approved by:S C h n e e b e rg e rS a r Digitally signed by SchneebergerSara a Date:2021.10.21 08:54:30-04'00' Date: (Procurement Professional) 10072021 Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin RPt BCC ES h 1 G Digi2Iy signed by PajerCraig P a j e rC ra ig Date: 2021.10.12 14:55:27 -04'00' Date: Approved by: Craig Pajer, EPMD Principal Project Manager C h m e l i kTo m Digitally signed by ChmelikTom Date:2021.10.18 16:21:24-04'00' Approved by: Date: Tom Chmelik, EPMD Department Director Beth Johnssen Digitally signed by Beth Johnssen Date:2021.10.19 07:54:45-04'00' Approved by: Date: Beth Johnssen, Inground Services Director Digitally signed by Joseph Bellone Joseph Bellone Date:2021.10.19 13:12:26-04'00' Date: Approved by: Joseph Belone, Financial Operations Support Director Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount Add bidding, post Necessary to provide supplemental design and design services, bidding services 1 additional services $1,476,040 and construction phase services through (Phase II Bidding and Post Design construction PO 4500156396 Services) Reallocation of Reallocation required for work to 1 funds between progress. existing tasks Reallocation of Reallocation required for work to 2 funds between existing tasks progress. Reallocation of Reallocation required for work to 3 funds between complete MPS 306 design and existing tasks SDPI permit. 4 Reallocation of Reallocation required for work to Funds progress. Extend Contract Time by 3 years for To allow for additional professional Contract consulting services during 2 Administration 1,095 3,285 construction to remain in (post design compliance and meet demand in services)during the Basin 306 system. construction Addition of To allow for additional construction Construction phase services to remain in Phase Services, compliance and meet demand in 3 Programming $923,344 the Basin 306 system. Cost Services, andsavings measure to include increase rates for programming services under this personnel contract. Proposed personnel rate PO 4500193894 increases are reasonable. PO 4500193894 County requested programming Increase PO changes. Additional engineering 5 Amount. Increase $43,701.00 180 3465 administration work required due to time by 180 days. unforeseen construction contract delays and field conditions. Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES 3 1 G A_COM AECOM 239-278-7996 tel 4415 Metro Parkway Ste.404 239-278-0913 fax Fort Myers,FL 33916 www.aecom.com August 18, 2021 Mr. Wayne Karlovich, P.E. Senior Project Manager Collier County Public Utilities Division Planning & Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: Basin 306 — Construction Phase Services —Additional Level of Effort - PO #4500193894 Dear Mr. Karlovich, Pursuant to recent discussions, AECOM Technical Services, Inc. (AECOM) requests a change order for additional services to be provided for Task 4b1 - Construction Phase Services and Task 4b2 — PLC and HMI Programming Services for the MPS 306 project. A summary of the additional level of effort is presented in Attachment 1 for your review and consideration. As shown in the Attachment 1, additional meetings, coordination, and site visits are needed for an extended construction contract schedule which was extended over four months. Additional programming and resulting commissioning work are necessary to provide a control system that allows a revised mode of operation where MPS 306 pumps can pump directly to SCWRF and MPS 302 pumps can pump directly to SCWRF. Also, additional programming and commissioning work is required to address lower flow and pressure conditions, diesel pump control issues and Hart Communications for the MOVs. In addition to the above tasks, AECOM requests that Task 4b11 b(i) and Task 4b11b(ii) related to additional startup services (monitoring system pressures and flows) be deleted from the scope of work. AECOM is therefore requesting a change order to delete Task 4b11 (i) and Task 4b11 (ii) from the scope of work and to provide additional funding in the amount of$43,701. The current AECOM contract end date is November 21, 2021; therefore, no additional time is needed. Should additional Engineering Support Services be required over the first year of operation, a separate contract is recommended. AECOM had originally included a contract item to provide first year services (estimated labor of 1,024 hours) in the amount of$167,922 in our draft proposal. However, this task was taken out of the scope of work to reduce the overall project cost. 1 1 G 4 A.COM Should you have any questions or comments regarding the status of the project or the attached estimate on additional level of effort, please feel free to contract me. Very truly yours, AECOM Technical Services, Inc. OcH,-tet Dawn M. Jakiela, P.E. General Engineering Manager Attachment 1 5 1 G / : } k \ \ FE25 \ 8 2 : , � , � � k 3 2 & P 7 a. } § ( } # ; 0. } I ( B ; \ § t", _( } § ( ' • R. • in La. >in DJ rts- co . 3 3. to to 17 pp k 3 to to b ' 0 to oris 6 11G . A_COM AECOM 239-278-7996 tel 4�/�� 4415 Metro Parkway Ste.404 239-278-0913 fax Fort Myers,FL 33916 www.aecom.com September 21, 2021 Mr. Wayne Karlovich, P.E. Senior Project Manager Collier County Public Utilities Division Planning & Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: Basin 306 — Construction Phase Services — Request for Additional Time - PO #4500193894 Dear Mr. Karlovich, We respectfully request that 180 calendar days be added to the MPS 306 Project contract period. This additional time is needed to complete remaining programming/commissioning; construction meetings and contractor coordination; site visits; record drawings; and asset onboarding spreadsheets. The current AECOM contract end date is November 21, 2021. Should you have any questions or comments regarding this request for additional time please feel free to contract me. Very truly yours, AECOM Technical Services, Inc. k-).A. te( Dawn M. Jakiela, P.E. General Engineering Manager l G 7 2 Procurement Services �D 1GY Colfnty Change Order Form ❑Contract Modification ❑Work Order Modification Contract#: 18-7469 Change#: 02 Purchase Order#: 4500193339 Project#: 80039 Contractor/Firm Name: Wood Environment&Infrastructure Contract/Project: Big Corkscrew Island Regional Park Phase 1 Project Manager Name: Dave P.Closas Division Name: Facilities Management Original Contract/Work Order Amount $ 1,932,314.00 12/11/18, 11G Original BCC Approval Date;Agenda item# Current BCC Approved Amount $ 1,932,314.0 12/11/18, 11G Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $ 1,932,314.00 11/16/2021 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 1,932,314.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 01/03/2019 Original 3/19/2021 Last Approved 11/16/2021 Revised Date 2/28/2022 Date Completion Date Date (Includes this change) #of Days Added 104 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑Change task(s) ❑Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not Included in the original contract;and,3.) describe the Impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1 Due to construction setbacks and challenges with the Big Corkscrew Island Regional Park Phase 1,the project is now expected to reach final completion by February 28, 2022.Additional CEI services will be required to oversee the completion/closeout of the project,therefore an additional 104 days to Tasks 1-9 are required to extend CEI Services to oversee the completion/closeout of the project.The additional 104 days adds 10%of time to the contract and this will be a zero dollar increase to the contract. 2 The construction setbacks by the general contractor have Impacted the project schedule and would not have been known at the time of the award of the original contract. 3 If not approved,Wood will not have sufficient time to provide CEI services to oversee the completion/closeout of the project that will impact the delivery and quality of the project to the County �+ Digitally signed by I'IOSasDaVe Date:2021.10.13 Prepared by: 15:31:03-04'00' Date: Dave Closas,Senior Project Manager and Facilities Management Divsion 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. nestor.fernan rirD9.tir pnsdby r,ccla,lcm�nd�z Accepted by: Z ON:avnctor./amanda r— Date: Approved-‘:— Date: j" -27- d Finn,Division Director, Fac s Management Schneeberge o;eaaor,•,,dbysnaeebe,oasare Approved by: oa":Zo2,.,o.'9oy2535°'°° Date: rSara (Procurement Professional) Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admit' RPM BCC ES 1 G. 8 Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount Adds 153 days to the contract due 1 Time Extension 0 0 153 1049 to construction setbacks by the General Contractor Adds 105 days to the contract due 2 Time Extension 0 0 104 1153 to construction setbacks by the General Contractor Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rpt BCC ES 1 1 G 9 3 Procurement Services CO ler County Change Order Form ❑ Contract Modification ❑Work Order Modification Contract#: 19-7547 Change#: 2 Purchase Order#: 4500201209 Project#: 50183 Contractor/Firm Name: Stanley Convergent Security Solutions Contract/Project: Security Control System Upgrade for CC Project Manager Name: Dave P Closas Division Name: Facilities Management Original Contract/Work Order Amount $ 1,632,790.00 12/10/19. 11E Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 1,632,790.0e 12/10/19, 11E Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 1,632,790.00 11/22/2021 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 21,020.00 1.29% Total Change from Original Amount Revised Contract/Work Order Total $ 1,653,810.00 1.29% Change from Current BCC Approved Amount Cumulative Changes $ 21,020.00 1.29% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 4/01/2020 Original 9/23/2021 Last Approved 11/22/2021 Revised Date Date Completion Date Date (Includes this change) #of Days Added 0 Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑Change task(s) ❑Other Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. The CSSO Sherriffs Office has requested an additional security cameras and associated equipment/materials/software licenses/programs to be installed immediately at the Naples jail. The additional cameras are mission critical to provide the required security and operational requirements for the Naples Jail Facility. 2. The additional camera requirements were determined after the contract was awarded and the design was completed. The additional camera requirements were determined during a security assessment during the construction phase. 3. If this change order is not processed, it will cause a sercuirty risk to the Naples jail. Digitally signed by ClosasDave GlasasDave Date:2021.10.21 Prepared by: 10:15:47-04'00' Date: (Dave Closas,Senior Project Manager,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 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 ofEr 120 1$ihle change set forth herein,including claims for impact and delay costs. ok Accepted by:Pat Hickok Hldc Date:2021.10.21 / Date: Pat H' ok,S nley° t-S Solutions, D si n'I�rofessi aai/Contractor Approved by: Date d Finn,Division Director,Facilities Management Divsion Schneeberge o„,aY,g.deYSU..e.,a„sa,. Approved by: rSara oa,ezoz,,,.o�os.,a,6-0a� Date: (Procurement Professional) Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet) PROCUREMENT USE ONLY Admin � BCC ES I 10 Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount Adds 60 days to the contract schedule due to COVID 19 1 Time Extension 0 0 60 600 Pandemic and Operational protocols at the Naples and Immokalee Jails Additional Adds additional cost to the 2 Cameras $21,020.00 0 0 0 construction project.Funded with CSSO Jail Mantenance Funds. Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rpi BCC ES STANLEY Convergent Security Solripn frig]. STANLEY 11 11899 Exit 5 Parkway, Suite 100., Fishers, IN 46037 Security T(833)928 0829 F(833)810 8194 Q# 210611-1 To: Dave Closas Organization: Collier County Facilities Management 3347 Tamiami Trail East QUOTATION Collier County Jail Security Upgrades Address: Naples, FL 34112 #210611-1 —Add One Camera Phone: 239-315-0181 Fax or Email: Dave.closasna colliercountyfl.gov October 11, 2021 Dear Mr. Closas: Per your request, we have attached pricing for the addition of the following cameras: • One (1) IP, Fixed, Mini-Dome Camera The existing Bosch storage servers will be utilized to record these additional cameras. We have not included any additional storage in this proposal. The price includes the equipment listed below plus labor for engineering documentation updates, PLC program modifications, Touch screen design changes, Security Management Server updates, Bosch BVMS program modifications, and on-site validation. We have also included the necessary conduit,wire, installation, and terminations required, making this a complete,working system. Equipment and services included: (1) IP, Fixed, Mini-Dome Cameras $450.00 (1) Bosch BVMS Camera Licenses $150.00 (1 lot) Labor, Engineering Documentation updates $190.00 (1 lot) Labor, PLC program modifications $110.00 (1 lot) Labor, Touch screen design changes $110.00 (1 lot) Labor, Security Management Server updates $110.00 (1 lot) Labor, Bosch BVMS program modifications $110.00 (1 lot) Labor, On-site validation $190.00 (1 lot) Labor& Material, Electrical Subcontractor $940.00 (1 lot) Freight $40.00 (1 lot) Warranty $100.00 Price $ 2,500.°° Taxes NOT included We are pleased to provide this quotation, and we hope it meets with your approval. We will wait to proceed with this change until we receive a Purchase Order/Change Order/Signed Sales Agreement. If you have any questions, please feel free to call. Terms and Conditions are attached below. Sincerely, Stanley CSS-Senior Sales Engineer Direct: 833-928-0829,Cell: 317-919-3509 Fax: 833-810-8194 Email: dustin.hackleman(@,sbdinc.com Page 1 of 1 STANLEY Convergent Security Soltiors,It4e. STANLEY 1 2 11899 Exit 5 Parkway, Suite 100., Fishers, IN 46037 Security T(833)928 0829 F(833)810 8194 Q# 210458-2 To: Dave Closas Organization: Collier County Facilities Management 3347 Tamiami Trail East QUOTATION Collier County Jail Security Upgrades Address: Naples, FL 34112 #210458-2 -Add Cameras Phone: 239-315-0181 Fax or Email: Dave.closas(@,colliercountyfl.gov October 11, 2021 Dear Mr. Closas: Per your request, we have attached pricing for the addition of the following cameras: • Three (3) IP, PTZ Cameras • Two(2) IP, Fixed, Mini-Dome Cameras The existing Bosch storage servers will be utilized to record these additional cameras. We have not included any additional storage in this proposal. The price includes the equipment listed below plus labor for engineering documentation updates, PLC program modifications, Touch screen design changes, Security Management Server updates, Bosch BVMS program modifications, and on-site validation. We have also included the necessary conduit,wire, installation, and terminations required, making this a complete,working system. Equipment and services included: (3) IP, PTZ Cameras $7,050.00 (2) IP, Fixed, Mini-Dome Cameras $900.00 (1) Roof Parapet Mount $180.00 (1) Pipe Mount $60.00 (4) Midspan PoE Injector $600.00 (5) Bosch BVMS Camera Licenses $750.00 (1 lot) Labor, Engineering Documentation updates $760.00 (1 lot) Labor, PLC program modifications $220.00 (1 lot) Labor, Touch screen design changes $220.00 (1 lot) Labor, Security Management Server updates $220.00 (1 lot) Labor, Bosch BVMS program modifications $220.00 (1 lot) Labor, On-site validation $760.00 (1 lot) Labor& Material, Electrical Subcontractor $5,830.00 (1 lot) Freight $250.00 (1 lot) Warranty $500.00 Price $ 18,520.00 Taxes NOT included We are pleased to provide this quotation, and we hope it meets with your approval. We will wait to proceed with this change until we receive a Purchase Order/Change Order/Signed Sales Agreement. If you have any questions, please feel free to call. Terms and Conditions are attached below. Sincerely, Stanley CSS-Senior Sales Engineer Direct: 833-928-0829, Cell: 317-919-3509 Fax: 833-810-8194 Email:dustin.hacklemansbdinc.com Page 1 of 1 hG 13procurement Services 4 io iev CountyChange Order Form El Contract Modification ❑Work Order Modification Contract#: 18-7466 Change#: 5 Purchase Order#: 4500196874 Project#: 50172.1 Contractor/Firm Name: AECOM CEI Services Contract/Project: Thomasson Drive Beautification Project Project Manager Name: Tami Scott Division Name: Bayshore MSTU Original Contract/Work Order Amount $ 626,732.37 7-9-2019 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 626,732.3 7-9-2019 'Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 637,865.37 :SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 1.78% ;Total Change from Original Amount Revised Contract/Work Order Total $ 637,865.37 1.78% Change from Current BCC Approved Amount; Cumulative Changes $ 11,133.00 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 7-22-2019 Original 12-13-20 Last Approved 11-8-2021 Revised Date 12-8-2021 Date Completion Dat_ - Date (Includes this change) #of Days Added 30 Select Tasks El Add new task(s) ❑ Delete task(s) ❑Change task(s) ® Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract; and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1)This change order is to add 30 additional days for AECOM to continue to provide CEI services for the Thomasson Drive Enhancement Project.AECOM was hired to provide services from pre-construction through final completion.The invitation to bid for Thomasson Drive CEI Services was advertised on November 15,2019 and awareded on February 25,2020, The project construction is complete however the close out procedure package is still pending. 2)Additional time is needed to assure final pay application is processed and all closeout items are finalized and correct. 3) If the additional time are not approved ,the close out procedure package will be completed without the supervision of the CEI team which provided the needed oversight throughout the project to assure the project meet all County standards.Funding is available in the Bayshore MSTU Capital Fund 160. Prepared by: Date:[0- X '—I ON Tami Scott,Project M na er a shore CRA 9 Acceptance of this Change Order sh II constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained' he contract/ ork orde dicated above,as fully as if the same were stated in this acceptance.The adjustment,if any,to the Contra s I constitut- - full and % al settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out f• r lated t• 'e chap;:/set forth herein,including claims for impact and delay costs. Accepted by: / Date: Larry Souls, ' ice Presid- tAEC" • esterDeb ah Digitally signed by ForesterDebrah Accepted by: Date:2021.10.2722:27s8-04'00' Date: Debrah For'- ter,CRA A erector SchneebergerSara Digitally signed by SchneebergerSara Approved by: Date:2021.11.02 16:08:27-04'00' Date: Sara Schneeberger, Procurement Professional Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES - --- _. 11G 14 Change Order/Amendment Summary ___. ____ COST TIME CO# AMD# Description _ Days New Justification Additive(+) Deductive(-) Added Amount 1 Additional time 0 0 100 610 Delay in project 2 Additional time 0 0 200 810 Delay in Project 3 Additional work $11,133,00 0 0 810 Additional hours needed 4 Additional time 0 0 30 840 Additional time needed 5 Additional time 0 0 30 870 Additional time needed l Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES 1 1 G 1 5 Procurement Services CO 1er County Change Order Form 5 ®Contract Modification ❑Work Order Modification Contract#: 21-7838 Change#: 2 Purchase Order#: 4500211477 Project#: 80419.1 Contractor/Firm Name: Browning Chapman, LLC Contract/Project: Vanderbilt Beach Parking Garage Repairs Project Manager Name: Camden Smith Division Name: Facilities Management Original Contract/Work Order Amount $ 889,700.00 D6/08/2021; C13 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 889,700.00'J6/08/2021; C13 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 889,700.00 11/26/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 889,700.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 06/29/2021 Original 11/26/2021 Last Approved 12/26/2021 Revised Date 1/15/2022 Date Completion Date Date (Includes this change) #of Days Added 20 Select Tasks ®Add new task(s) ❑ Delete task(s) ❑Change task(s) ❑ Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and I or the additional days added(if requested); 2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1) This change order is requesting authorization for the general contractor to repair and replace the expansion joints from the garage ramp to the second and third floors and will use funds from the Owner's Allowance. The current Owner's Allowance balance is$174,00. The combined costs of Work Directives 2,3,4,and 5 is$78,889.60 and will leave an ending Owner's Allowance balance of$95,110.40.The GC is still assessing whether WD#1 work is required, and therefore WD#1 is not included with CO#2.With Change Order#2,an additional 20-day extension is being requested to provide a total contract time extension of 50 days to meet the time extension approved through Work Directives#3 and#4 and for additional work identified in Work Directive#5. 2) The GC and Engineer of Record identified several issues throughout construction which were not identified in the original scope.WD#1 identifies drainage issues that were unknown, because the 2020 FOR report was performed on a dry day and drainage was not identified as a problem. For WD#2 and#3, the trellis and concrete issues were discovered as construction proceeded. For WD#4 and#5, the exterior vertical wall sealant and expansion joint replacement were identified as areas of concern by the FOR on 9/30/21. 3) Failure to perform this work will result in work being incomplete and construction will have to cease,which could impact public parking. SmithQQ Digitally signed by SmithCamden AI-bahouA OU b DDteiitally2021.1 signed026 by 16 AI-bahouAyoub05 '5304'00mG n Date:2021.10.26 09:55:56-04'00' Prepared by: Reviewed by: y (Camden Smith, PMP, Facilities Management Division) (Ayoub AI-Bahou, Principal PM, FM Division) 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. nwM signed by De^cx Tessoff Accepted by: Derrick Tessoff al�zezb E0261250 9„l04130 an.com.<Brp ming Cbap un,OU=BC,CN=Oerrok Tasn Date: Brownin Chapman, LLC) n nEd Digitally signed by FinnEd Approved by: Date: 2021.10.28 13:26:28-04'00' Date: Dlvi Ion Dire tor) Digitally signed by SchneebergerSara Approved by:Sc�i neebergerSa ra Date:2021.11.03 09:04:43-04'00' Date: (Procurement Professional) Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rp� BCC ES h I G Change Order/Amitment Summary COST pp TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount To extend the Need for GC to complete additional 1 contract 30 days. 0 30 180 work identified during construction. No fiscal impact. Used $78,889.60 of Owner's Additional 20-day extension is Allowance for WD justified through WD#4 to repair 2 2, 3,4, and 5 0 20 200 the exterior vertical sealant to meet leaving an ending the full extension approved in WD Owner's Allowance #4 and also work related to WD#5. of$95,110.40 Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES 17 ! 1G Facilities Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: CHANGE#2 Vanderbilt Beach Parking Garage DATE OF ISSUANCE: 07/30/2021 EFFECTIVE DATE: 07/30/2021 OWNER: Collier County Board of Commissioners PROJECT#: 80419.1 CONTRACTOR: Browning Chapman,LLC ENGINEER/DESIGN PROFESSIONAL: TY Lin International You are directed to proceed promptly with the following change(s): Description: The Contract is being modified to include repair for horizontal concrete repairs to be paid for using the Owner's Allowance.Funds for this work directive shall come from the Owners Allowance and shall not exceed$16,625. Contract price remains unchanged. Purpose of Work Directive Change: To allow General Contractor to repair concrete in disrepair around connector plates on the floor following the revised specifications issued by the FOR TY Lin International. This scope was not part of the original bid. Attachments:N/A If a claim is made that the above change(s) have affected Contract 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 Price: Method of determining change in Contract Times: ® Unit Prices ❑ Contractor's records ❑ Lump Sum ❑ Engineer's record ❑ Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ 0 Increase or decrease by 0 calendar days. RECOMMENDED: AUTHORIZED: AUTHORIZED: SmithCamde Digitally signed by AI_ Digitally signed by Al- 7'� SmithCamden bahouAyoub By: DDigitally ate:2021.08020 Farzin 8:2:15-04'00'lan By:n 0400 021.07.3012:53:24 By: bahouAyoub 040o 021.08.1014:26:01 Consultant Project Manager Principal Project Manager ACCEPTED: AUTHORIZED: Digitally signed by me herson eani Derrick Tessoff r•Ir"°`''m'".Ou-5C.C"-°""`" p J Da 2021.08.10e 6� By:ne Date:2021.08.1016:10:01 By: Reaun 108e2Oe3,8-0Emme", oi..xmi oa.oz ce:a�<aaava -04'00' Contractor Division Director 18 aBROWNING 13850 Treeline Avenue S. �✓ CHAPMANH Poo e: [23 ) 6 4-653 Phone: [239) 674-6584 July 6, 2021 Collier County Board of County Commissioners 3335 Tamiami Trail, Suite 101, Naples, FL 34112 ATTN: Camden Smith Project: Vanderbilt Parking Garage-Project#21-7838 Description of Work: RFI #11—Horizontal Concrete Repairs We propose to provide all necessary labor, materials, and equipment to complete the following: Work Includes: Horizontal Concrete Repairs per TY Linn's Specifications 1. Full depth repairs (Mainly at Connectors) - Estimate 15 S.F.total (Unit price$175.00 per S.F.) - Material Cost Total =$439.00 o MasterEmaco T 1061 (50 lb Bag); (12 Bags @ $31.49/bag=$377.88) • MBS Manufacturer Surcharge 9% (per bag); (12 Bags @ $2.83/bag=$34.00) o MasterProtect P 8100(1 unit= 1 Quart); (1 Quart @ $119.21/quart=$119.21) • MBS Manufacturer Surcharge 9% (per quart); (1 quart @ $10.73/quart=$10.73) • Note: BC estimated only using a portion of(1) P 8100 quart for a total cost of$27.12 - BC Time (4 Laborer Man Days @ $542/MD=$2,186.00) o (1) Laborer Man Day=$67.75/Hour Total Cost=$2,625.00 2. Shallow Depth Repair at Connectors. (Concrete Repair per Lineal Foot) - Estimate 50' S.F. (Unit price per Lineal foot$92.00) - Material Cost=$806.00 o MasterEmaco T 1061 (50 lb Bag); (21 Bags @ $31.49/bag=$661.29) • MBS Manufacturer Surcharge 9% (per bag); (21 Bags @ $2.83/bag=$59.43) o MasterProtect P 8100(1 Unit= 1 Quart); (1 Quart @ $119.21/quart=$119.21) • MBS Manufacturer Surcharge 9% (per quart); (1 quart @ $10.73/quart=$10.73) • Note: BC estimated only using a portion of(1) P 8100 quart for a total cost of$85.28 - BC Time (7 Laborer Man Days @ $542/MD=$3,794.00) o (1) Laborer Man Day=$67.75/Hour Total Cost=$4,600.00 3. Minor spalls at Connectors (Epoxy mortar repair per Lineal Foot) - Estimate 75' L.F. (Unit price per Lineal foot$92.00) - Material Cost=$1,480.00 o MasterSeal 350 Epoxy(1 Unit= 10 gallons); (1 Unit @ $499.98=$499.98) • MBS Manufacturer Surcharge 20%on Epoxies; (1 Unit= $100.00) o #2 Flint Rock (80 lb Bag); (35 Bags @ $11.25/bag=$393.75) o Flint Rock Delivery Charge; BC cannot order the material until the Work Directive is approved, so BC estimated the cost for the flint rock delivery charge @ $486.27. - BC Time (10 Laborer Man Days @ $542/MD=$5,420.00) o (1) Laborer Man Day=$67.75/Hour Total Cost=$6,900.00 lit,, 9 19 4. Shear Connector Weld Repair(Unit Price$500.00 per Location) - Estimate for 5 Each—Zero found at this time on 70%of Top Deck - Material Cost=$4.00 o Type 304 Stainless Steel 1/2" Rod Stock(1 foot=$4.00); (1 foot @ $4.00=$4.00) - MIG Welder Equipment Use Cost (3 Man Days @ $194.00/Man Day= $582.00) - BC Time (3 Mechanic Man Days @ $638/MD=$1,914.00) o (1) Mechanic Man Day=$79.75/Hour Total Cost=$2,500.00 Total Cost for RFI#11 Work=$16,625.00 Special Notes: Above quantities or estimates should cover cost of repairs.All pricing should be an add or deduct based on completed units. Thank you for the opportunity to provide a quotation for this work. Please feel free to contact me at any time if you should have questions or wish for us to proceed. Yours very truly, BROWNING CHAPMAN, LLC ._., a-ex—P-vt"------- Gary Chapma Senior Estimator i 1 ; 20 Facilities Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: CHANGE #3 Vanderbilt Beach Parking Garage DATE OF ISSUANCE: 08/27/2021 EFFECTIVE DATE: 08/27/2021 OWNER: Collier County Board of Commissioners PROJECT#: 80419.1 CONTRACTOR: Browning Chapman,LLC ENGINEER/DESIGN PROFESSIONAL: TY Lin International You are directed to proceed promptly with the following change(s): Description: The Contract is being modified to include repair for pitted steel beam repair and to repair chip delaminated material on top of precast concrete girders,which will be paid for using the Owner's Allowance. Funds for this work directive shall come from the Owners Allowance and shall not exceed$19,900. Contract price remains unchanged.The additional work will require 10 additional working days for the General Contractor.This will shift the substantial completion date to 11/6/2021 and the final completion to 12/6/2021 for a total contract time of 160 days. Purpose of Work Directive Change:To allow General Contractor to repair steel trellis beams and concrete girder in trellis section following the direction provided by the EOR,TY Lin International.'Phis scope was not part of the original bid, Attachments: BC Proposal for VBG RFI#12 and RFI#22.pdf If claim is made that the above change(s)have affected Contract 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 Price: Method of determining change in Contract Times: ® Unit Prices ❑ Contractor's records ❑ Lump Sum E Engineer's record ❑ Other ❑ Other Estimated increase(decrease) in Contract Price Estimated change in Contract Time: $0 Increase or decrease by to calendar days. RECOMMENDED: AUTHORIZED: AUTHORIZED: Digitally signed by Farzin Zafaranian Smitha Digit byAl- Digitally signed by Al- '—' SnillhCamdenallysigned A bahouAyoub By hate:2021.08.29 13:36:43.04'00' By m d e n Dale:20 14:42:49-04'00'7 By:b.a h p uAcy u b Date:1 41 30027 .09.01 Consultant Project Manager Principal Proje cfna er ' ACCEPTED: AUTHO t D: Dtgileily signed by Derrick Tessoff D e r ri c k Tessoff DN:C=US,E=dtessofr@browningchapman.com, 0=arovrning Chapman,OU=BC,CN=Derdck Tessolf By Reason:I havo reviewed this document B Dale:2021.08.30 07:27:15.04'00' Contractor .� ivicn •ector 721 l G 21 BROWNING13850 Treeline Avenue S. \/ C H A P M A N Fort Myers,FL 33913 Phone: (239) 674-6584 August 26, 2021 Collier County Board of County Commissioners 3335 Tamiami Trail, Suite 101,Naples, FL 34112 ATTN: Camden Smith Project: Vanderbilt Parking Garage-Project#21-7838 Description of Work: RFI #12—Pitted Steel Amercoat 114A Coating RFI #22—Delaminated Material on Top of Precast Concrete Girder Steel We propose to provide all necessary labor, materials, and equipment to complete the following: RFI#12 Work Includes: Preparation &Applying Amercoat 114A to Pitted Steel Beam Areas 1. Amercoat 114A Application to Pitted Steel Beam Areas on Top Level - Estimate 637 locations - EFC Quote (Includes Material Costs) =$8,790.00+5% BC Markup of$439.50=$9,229.50 - BC Prep Time (8 Mechanic Man Days @ $638/MD=$5,104.00) o (1) Mechanic Man Day=$79.75/Hour - BC Scissor Lift Rental ($666.50 for 4 weeks) Total Cost=$15,000.00 RFI#12 Special Notes: Above estimate should cover cost for all pitted steel beam repair areas on top of the steel beams where the trellis are set. RFI#22 Work Includes: Repairs at Delaminations on Top of Precast Concrete Girders 2. Masterseal 350 Epoxy Application at Delaminated Material on Top of Precast Concrete Girder Steel - Estimate 71 locations - Material Cost=$693.50 - BC Time (3 Mechanic Man Days @ $638/MD=$1,914.00); (3 Laborer Man Days @ $542/MD= $1,626.00) o (1) Mechanic Man Days=$79.75/Hour; (1) Laborer Man Day=$67.75/Hour - BC Scissor Lift Rental = ($666.50 for 4 weeks) Total Cost=$4,900.00 RFI#22 Special Notes: Repair Procedure: Chip delaminated material on top of precast concrete girder. Prep steel, and apply Masterseal 350 epoxy with light broadcast of#12 flint rock. This work to be completed prior to cleaning and application of Tnemec 156 elastomeric coating system on concrete girders. Total Cost for RFI#12&RFI#22 Work=$19,900.00 22 1 G Thank you for the opportunity to provide a quotation for this work. Please feel free to contact me at any time if you should have questions or wish for us to proceed. Yours very truly, BROWNING CHAPMAN, LLC Gary Chapma Senior Estimator 23 1 1 G Change Order Everlast Finishes Inc. No. 21300-01 6360 Corporate Park Circle#9 Fort Myers, FL 33966C (239)887-4209 ,_)//////;14 41111" 111E EVEFILAST FINISHES COATINGS info@efccontractors.com / License&Insured Proposal submitted to: Additional information: Name: Browning Chapman Inc Today's date: 8/17/2021 Address: 13850 Treeline Ave,Suite 5 Job Name: Vanderbilt Parking Garage Fort Myers, FL 33913 Job location: 100 Vanderbilt Beach Rd Phone: (239)674-6584 Naples, FL email: dtessoff@browningchapman.com Contact name: Derrick Tessoff We hereby submit scope of work and estimate for: Repair of pitted areas(steel beams) General Scope of Work Price Prep area to receive filler(35 hrs @$75.00) $ 2,625.00 Apply Amercoat 114A(52hrs @$75.00) $ 3,900.00 Amercoat 114A(3 kits @$533.10 each) $ 1,599.30 Equiment rental(Scissor lift) $ 665.70 We propose hereby to furnish labor and materials-complete in accordance with the specifications for the sum of: EIGTH THOUSAND SEVEN HUNDRED NINETY AND 00/100 dollars $ 8,790.00 With payments as follow: In full upon completion Any alteration or deviation from above specifications involving extra costs will be executed only upon written order and will become an extra charge over and above estimate.All agreements contingent upon strikes,accidents or delays beyond our control. Respectfully submitted by: 9a-044t0 5epayea Note:This proposal may be withdrawn by us if not accepted withih 15 days. Acceptance of proposal(Sign and return or confirm by email) The above prices,specifications and conditions are satisfactory and are hereby accepted.You are authorized to do the work as specified.Payments will be made as outlined above. Signature Date of acceptance 1 G 24 Facilities Management Division WORK DIRECTIVE CHANGE CONTRACT#/PROJECT NAME: CHANGE#4 Vanderbilt Beach Parking Garage DATE OF ISSUANCE: 10/1/2021 EFFECTIVE DATE: 10/1/2021 OWNER: Collier County Board of Commissioners PROJECT#: 80419.1 CONTRACTOR: Browning Chapman, LLC ENGINEER/DESIGN PROFESSIONAL: TY Lin International You are directed to proceed promptly with the following change(s): Description: The Contract is being modified to include removal and replacement of the exterior vertical column sealant and caulk to further water proofing of the building,which will be paid for using the Owner's Allowance. This was not part of the original scope and discovered during an EOR site visit on 9/29/21.Funds for this work directive shall come from the Owners Allowance and shall not exceed$31,608.Contract price remains unchanged;however contract shall be extended 28 days to complete the work associate with this Work Directive. Purpose of Work Directive Change: To allow General Contractor to repair sealant and caulk along the exterior of the building following the direction provided by the EOR,TY Lin International. This scope was not part of the original bid. Attachments:BC Proposal for RFI#21-Exterior Sealant 09302021.pdf If a claim is made that the above change(s)have affected Contract 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 Price: Method of determining change in Contract Times: ® Unit Prices ® Contractor's records ❑ Lump Sum ❑ Engineer's record ❑ Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ 0 Increase by 28 calendar days. RECOMMENDED: AUTHORIZED: AUTHORIZED: Digitally signed by AI- Digitally signed by Digitally signed by Farzin SmithCam SmithCamden AI-bahouAyoub bahouAyoub B By:den e n Zafaranian B Date:2021.10.01 By: Date:2021.10.01 18:05:46 y Date:2021.10.01 11:04:54-04'00' -04'00' Consultant 11:09:41-04'00' Project Manager Principal Project Manager ACCEPTED: AUTHORIZED: Digitally signed by Derrick Tessoff Digitally signed by FinnEd DN:C=US, FinnEd Date:2021.10.01 18:38:41 By: E=dtessoff@browningchapman.com, By. -04'00' Contractor Derrick TessoffO=Browning Chapman,OU=BC, Division Director CN=Derrick Tessoff Reason:I have reviewed this document Date:2021.10.01 11:56:20-04'00' 1 G 25 BROWNING 13850 Treeline Avenue S. V Fort Myers,FL 33913 CHAPMAN!' Phone: (239)674-6584 September 30,2021 Collier County Board of County Commissioners 3335 Tamiami Trail, Suite 101, Naples, FL 34112 ATTN: Camden Smith Project: Vanderbilt Parking Garage- Project#21-7838 Description of Work: RFI #21, Item 4—Exterior Façade Sealant Replacement Time Extension Request for this Work We propose to provide all necessary labor, materials, and equipment to complete the following: Work Includes: Exterior Facade Sealant Replacement per TY Linn's Specifications 1. Exterior Facade Sealant at Column-to-Wall Intersections and Window Sealant Replacement - Estimate 1,200 LF total (Unit price$26.34 per LF) - Material Cost=$1,646.41 o MasterSeal NP2 (1 Unit= 1.5 Gallons); (31 Units @ $48.73/unit= $1,510.63) ■ MBS Manufacturer Surcharge 9% (per unit); (31 Units @ $4.38/unit=$135.78) - Equipment/Rigging Cost=$1,561.59 - BC Time (40) Caulker Man Days @ $710/MD=$28,400.00) Total Cost=$31,608.00 Total Cost for RFI#21, Item 4 Work=$31,608.00 Special Notes: Above quantities or estimates should cover cost of repairs.All pricing should be an add or deduct based on completed units. Total Time Extension Request to Project Contract for Exterior Facade Sealant Replacement: (28) Days Time Extension Note:The 28-day time extension would make BC's substantial completion date December 4,2021, and BC's final completion date January 3, 2022. Since this work is on the exterior of the building with rigging on the interior, BC will not occupy more than 10 parking spaces on the interior for rigging. The remainder of the garage will be open to patrons. Thank you for the opportunity to provide a quotation for this work. Please feel free to contact me at any time if you should have questions or wish for us to proceed. Yours very truly, BROWNING CHAPMAN, LLC Of\m— Gary Chapma Senior Estimator i . G _ , 26 Facilities Management Division WORK DIRECTIVE CHANGE CONTRACT #/PROJECT NAME: CHANGE #5 Vanderbilt Beach Parking Garage DATE OF ISSUANCE: 10/22/2021 EFFECTIVE DATE: 10/22/2021 OWNER: Collier County Board of Commissioners PROJECT#: 80419.1 CONTRACTOR: Browning Chapman, LLC ENGINEER/DESIGN PROFESSIONAL: TY Lin International You are directed to proceed promptly with the following change(s): Description: The Contract is being modified to include expansion joint replacement/repairs, which will be paid for using the Owner's Allowance. This was not part of the original scope and determined necessary during an EOR site visit on 9/29/21.Funds for this work directive shall come from the Owners Allowance and shall not exceed$10,756.60. Contract price remains unchanged. Purpose of Work Directive Change: To allow General Contractor to replace/repair the expansion joints which are failing following the direction provided by the EOR,TY Lin International. This scope was not part of the original bid. Attachments:BC EJ Replacement Proposal for WD#5.pdf If a claim is made that the above change(s)have affected Contract 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 Price: Method of determining change in Contract Times: ® Unit Prices ® Contractor's records ❑ Lump Sum ❑ Engineer's record ❑ Other ❑ Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: $ 0 No additional increase. RECOMMENDED: AUTHORIZED: AUTHORIZED: Digitally signed by By'A I Digitally signed by AI- Digitally signed by Farzin Zafaranian Sm ithCam SmithCamden bahouAyoub Date:2021.10.2214:50:57-04'00' 6021.10.22 13:3 :37-04'00' -bahouAyoub Date:2021.10.2609:21:41 By: ByC�en 13:36 -04'00' Consultant Project Manager Principal Project Manager ACCEPTED: AUTHORIZED: Digitally signed by Derrick Tessoi Digitally signed by FinnEd B .Derrick Tes soffDN C=n,i7,1 tassof�browningchapman.kT FinnEd O=BC.US,g Chapman,browns,cha Derrick TessoR Date:2021.10.22 yReason:I have reviewed this document y: 17:51:21-04'00' Date:2021.10.22 13:52:15-04'00' Contractor Division Director 27 I L: "0 BROWNING 13850 Treeline Avenue S. s/ CHAPMANN Fort Myers,FL 33913 Phone: (239)674-6584 October 17, 2021 Collier County Board of County Commissioners 3335 Tamiami Trail, Suite 101, Naples, FL 34112 ATTN: Camden Smith Project: Vanderbilt Parking Garage- Project#21-7838 Description of Work: RFI #21, Item 3—Level 2 &3 Expansion Joint Replacement/Repairs Time Extension Request for this Work We propose to provide all necessary labor, materials, and equipment to complete the following: Work Includes: Expansion Joint Replacement at Level 2&3 Ramp and Level 3 Stair Tower 1. Expansion Joint Replacement with Phyzite 380 (Level 2 Ramp=80 LF, Level 3 Ramp=40 LF) - Estimate 120 LF total (Unit price$75.30 per LF) - Material Cost=$1,844.00+5% BC Markup=$1,936.20 Total o Phyzite 380 • ($8.50/LF for 2"Joint Opening x 40 LF=$340.00) • ($14.50/LF for 2-1/2"Joint Opening x 40 LF=$580.00) • ($15.40/LF for 2-3/4"Joint Opening x 40 LF=$616.00) o Eva-pox Bonder#1 • ($77.00/kit and 4 total kits required =$308.00) • (1 kit covers approximately 30 LF of bonding agent for Phyzite installation) - BC Time (10) Caulker Man Days @ $710/MD=$7,100.00 Total o (1) Caulker Man Day=$88.75/Hour x 8 hours=$710.00/MD Total Cost=$9,036.20 2. Expansion Joint Replacement with Dowsil 890 Self Leveling Sealant (Level 3 Stair Tower=35 LF) - Estimate 35 LF total (Unit price$49.15 per LF) - Material Cost=$286.10+5% BC Markup=$300.40 Total o Dowsil 890 Self Leveling Sealant; (Packing Info =4-1/2 gallon pail) • (One 4-1/2 gallon pail =$286.10) - BC Time (2) Caulker Man Days @ $710/MD=$1,420.00 Total o (1) Caulker Man Day=$88.75/Hour x 8 hours=$710.00/MD Total Cost=$1,720.40 Total Cost for RFI#21, Item 3 Work=$10,756.60 Special Notes: Above quantities or estimates should cover cost of all expansion joint repairs. Due to cure time of materials, BC will coordinate with Collier County ramp/stair tower closure days/times. Work likely to occur in the evening once patrons have exited the garage. 28 1 Total Time Extension Request to Project Contract for Exterior Facade Sealant Replacement: (12) Days Time Extension Note:The 12-day time extension would make BC's substantial completion date December 16, 2021, and BC's final completion date January 15, 2022. The extension is requested due to expansion joint material lead time this late into the project, and the joint installations needing to occur in multiple phases at the ramps to maintain vehicular access. Thank you for the opportunity to provide a quotation for this work. Please feel free to contact me at any time if you should have questions or wish for us to proceed. Yours very truly, BROWNING CHAPMAN, LLC Gary Chapma Senior Estimator t�•i 29 6 Co�1eY County Procurement Services Change Order Form El Contract Modification ❑Work Order Modification Contract#: 19-7615 Change#: 5 Purchase Order#: 4500201457 Project#: 80039 Contractor/Firm Name: Astra Construction Services LLC Contract/Project: Big Corkscrew Island Regional Park. Project Manager Name: Dave P.Closas Division Name: Facilities Management Original Contract/Work Order Amount $ 45,065,454.00 10/8/19, 11.D ;Original BCC Approval Date; Agenda Item#; Current BCC Approved Amount $ 45,065,454.00 10/8/19, 11.D ;Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 45,065,454.00 11/4/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change 0.00% 'Total Change from Original Amount Revised Contract/Work Order Total $ 45,065,454.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% 'Change from Current Amount Completion Date,Description of the Task(s)Change,end Rationale for the Change Notice to Proceed 11/12/2019 Original 3/11/2021 Last Approved 11/04/2021 Revised Date 3/2/2022 Date Completion Date Date ;Includes this change} -� #of Days Added 118 Select Tasks 0 Add new task(s) ❑Delete task(s) ❑Change task(s) ❑Other Provide a response to the following:1.)detailed and specific explanation/rationale of the requested changes)to the task(s)and/or the additional days added(if requested);2.)why this change was not included In the original contract;and,34 describe the Impact If this change Is not processed. Attach additional information from the Design Professional and/or Contractor If needed. 1 To continue prompt payment of Astra's invoices and to avoid further Impacts to the project,additional time Is required to extend the final completion of the project,The additional time will also allow the County to process/review and approve additional time extension requests by Astra.The September 20,2021 substantial completion date has lapsed,and Change Order#5 only extends the final completion date by 118 Days.This Is a zero dollar cost change to the contract. 2 The COVID 19 pandemic,industry wide construction material,manpower shortages and nationwide logistical challenges were unforeseen conditions subsequent to the award of the contract in 2019. 3 If this change order is not approved Astra will not have sufficient time to reach Final Completion of the South Contract. Digitaty signed by CldSDSddVE CbsesDam Data:2o2tto.27 Prepared by: 13:65:14.04'00• Date: Dave Closes,Senior Project Manager.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 terms and conditions as contained In the contract I work order indicated above,as fully as if the same were stated In this acceptance.The adjustment,If any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,Including claims for impact and delay costs. Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet) PROCUREMENT USE ONLY Admtn RptC BCC ES lG 30 LULCeUi. e�.,awra„a.ywrc.u�, Accepted by: Eric Ash le N�n«u+�fr: .r�.. Date: Eric Ashley,Pis.,,-rb»alf iorrai400ntractor nestor.fernan, ;7 b,V t,,,f Pit ormaior.wnur da Accepted by: _"ez Day:2021.1027 f0.69.Ol Aloe Date: Wood,CEI Dlpnany apned by Mi hset J.Delete,PE Date:2021,10.27 Date:Accepted by: aafe•9e.nevnrr QGrady Minor,FOR - /` .,-- • (z- (1'-7 51 Appro : 11 71 Date:A") . i _ '`..f et by `- ---Ed Finn,Director,Facilities Management Divslon SchneebergerSara Digitally signed by SchneebergerSara Date:2021.11.03 11:20:18-04'00' Approved by: Date: (Procurement Professional) Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount Adds time 1 extension for the 0 0 123 608 Extends the south contract by 123 South Contract days North Contract 2 Time Extendion to 0 0 45 471 Extends the north contract by 45 tie into NESA days Utilities Admtnistratvie Admiuistratvie Change to CO#2 to 3 Change to C0#2 to 0 0 45 471 correct dates with the North correct dates Contract Final Completion date South Contract Time Extension Due South Time Extension that adds 115 4 to COv1D Pandemic 0 0 115 723 days to the south contract Impacts South Contract South Time Extension that adds 118 Time Extension - 0 0 118 841 clays to the south contract's Final To continue Completion date payments • Revised:01/14/2021 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY Adman n�i BCC ES h G 31 7 this exhibit is not applicable EXHIBIT F CHANGE ORDER ®Contract Modification ❑Work Order Modification Contract#: 17-7198 Change#: 1A.16 Purchase Order#: 4500185615 Project#: 50156 Contractor/Firm Name: Manhattan Construction Florida Inc. Project Name: Phase 1A Collier County Sports Complex Project Manager Name: Ayoub Al-bahou Department: Facilities Management Original Contract/Work Order Amount $ 30,757,765.0(7 3-26-19/11.0 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 28,741,659.801 3-26-19/11.0 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 28,741,659.80 6/7/2022 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 -6.55% Total Change from Original Amount Revised Contract/Work Order Total $ 28,741,659.80 0.00% Change from Current BCC Approved Amount Cumulati e Changes $ (2,016,105.20) 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 4/17/19 Original 5/17/20 Last Approved 7/16/20 Revised Date 7/16/20 Date Completion Date Date Includes this change) #of Days Added 0 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ Change task(s) ® Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1) This change order is reconciling work that is already completed in Phase 1A for a zero dollar change. Authorization Request: 7648.02-192 Fitness drainage back charges to be funded by the subcontractor Cougar Contracting ($13,668.61)for a zero-dollar change. Authorization Request: 7648.02-193 Revert erosion retention pond to be funded by the subcontractor South Florida Excavation($39,295.00)for a zero-dollar change. Authorization Request: 7648.02-200 Installation of bollards to be funded by the subcontractor Steel Fab($6,330.50)and to be funded by Manhattan ($6,330.50)for a zero-dollar change Authorization Request: 7648.02-216 Drywall back charge corrections to be funded by Manhattan ($2,621.60)for a zero-dollar change 2) These changes were not included in the original contract because the items listed above add value to the project. These charges are being funded through back charges to subcontractors and Manhattan's Fees. 3) If this change is not processed, reconciliation for the Construction Manager Directive scope listed within subcontract agreements will not be addressed, payment will be delayed, and the value-added items will not be realized.to the project will not be realized. AI-ba h o uAyo u b Digitally signed by Al-bahouAyoub Date: 2021.11.05 09:27:36 -04'00' Prepared by: Date: (Ayoub Al-bahou, 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 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. 1C • 32 Digitally signed by Matthew Jones riorsesmanhatta Matthew Jones pNe 2atl2hew1J08101417-500'nconstruction com, Accepted by: Date: (Manhattan Construction Florida, Inc.) Digitally signed by Josh cn=Jeff Davidson,P.E.,o=Davidson Engineering, DE Frulh ON:c=us, ou=Engineering,email=jeff@davidsonengineering.com,c=US DAVI �•l l;-•�;j"'' E=lamh@Pen-en%`°m• DAVIDSON O=Peninsula '00'05-15:42:44 2021.11.08 ,,,,,,o.e� •'" Engineering.CN=Josh Approved by: Date. Fruth O..1..2021.11.00 (Davidson Engineering) 15:17:41-05'00' FinnEd Digitally signed by FinnEd Date: 2021.11.10 17:29:28 -05'00' Approved by: Date: (Ed Finn, Division Director) SchneebergerSara Digitally signed by SchneebergerSara �7 Date: 2021.11.17 13:29:14 -05'00' Approved by: Date: (Procurement Professional) 1 33 Change Order/Amendment Summary COST TIME CO# AMD# Description Days Justification Additive(+) Deductive(-) Added New Amount 1 Direct Material 0 (74,050.00) 0 Purchase 2 Direct Material 0 0 Purchase (3,513,033.08) Utilize Allowance and Contingency; Cost savings including 3 incorporate work 0 0 0 mobilization and general anticipated for conditions vs. completing the Phase 1 B work in future phases. 4 Utilize Allowance 0 0 0 Enhancements to project would not be recognized. Corrections to Reductions in costs resulting 5 change order 0 0 0 for incorrect mark up and sales 1A.4 tax would not be captured. Due to scheduling conflicts and Adding back 6 Direct Material 1,573,622.57 0 0 accelerated nature the project Purchases subcontractors were forced to pay for materials. 7 Utilize Allowance 0 0 30 456 Enhancement to the project and Contingency would not be recognized 8 Utilize Allowance 0 0 0 Enhancement to the project and Contingency would not be recognized Corrections to Reductions in costs resulting 9 change order 0 0 0 for incorrect mark up and sales 1A.4 tax would not be captured. Utilize Allowance, Project Savings and Contingency. 10 Added days due 0 0 16 472 Enhancement to the project to COVID-19 would not be recognized outbreak. l; 34 Change Order/Amendment Summary COST TIME CO# AMD# Description Days Justification Additive(+) Deductive(-) Added New Amount Added days due 11 to COVID-19 0 0 14 486 Substantial completion will not be Outbreak met Utilize Project 12 Savings and 0 0 0 Enhancement to the project Contingency would not be recognized Utilize Project 13 Savings and 0 0 0 Enhancement to the project Contingency would not be recognized Deductive change for beach sand not utilized. Savings, back charges, and 14 Utilize 0 (2,644.69) 0 enhancements to the project Contingency and would not be recognized and back charges to payment will be delayed be paid by subcontractors. Reconciliation for the Utilize Construction Manager Directive Contingency and scope listed within subcontract 15 changes to be 0 0 0 agreements will not be paid by addressed and payment will be Manhattan. delayed. Reconciling work Reconciliation for the that is already Construction Manager Directive completed to be scope listed within subcontract 16 funded by 0 0 0 agreements will not be Manhattan and addressed and payment will be delayed. Subcontractors. 35 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: Authorization Request: 7648.02-192 Date: 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 Description Category Status Phase 1A Fitness Drainage Back Charges Pending Pricing Reference Required By Days Req Amount Requested 0 $0.00 CE No Date Reference Amount Proposed Days Req Category Reason 1A.123 2/4/2021 $0.00 0 Backcharge Description Drainage changes at Fitness Notes Cost Event Breakdown: Item No Item Description Amount Proposed Reference 002 PLUMBING --TURN KEY $13,668.61 PR 15 Provide and Install approx.90ft of NDS#764 trench drain and approx. 30ft of sewer line to serve it for Amphitheatre drainage per direction by MCF. The Trench drains are shown on the drawings and should be covered by Cougar Contracting.Mark up removed.Taxes revised. 003 Fund the drainage completion that was not done by this contractor under ($13,668.61) their scope. SITE UTILITIES-[COUGAR CONTRACTING] 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: 7648.02-192 Approved By: Margaret Bishop—Project Manager,Facilities ManagemerSIGNATURE DATE Collier County Sports Complex Project# 7648 Prolog Manager 36 I Manhattan Authorization Request Construction 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: 7648.02-193 Date: To: Margaret Bishop From: Jim Cuddihee Collier County Manhattan Construction(FL),Inc. 3295 Tamiami Trail East 5840 W.Cypress Street Naples,FL 34112-4901 Suite A Tampa,FL 33607 Description Category Status Phase 1A Revert Erosion Retention Sod Pending Pending Reference Required By Days Req Amount Requested' 0 $0.00 CE No Date Reference Amount Proposed Days Req Category Reason 1A.126 9/9/2020 $0.00 0 Backcharge Description Phase 1A Revert Erosion Retention Sod C/0 - j ni (t go. b a - I Co '7 Notes /�- See CE 1A.011,was approved in PCCO 12 1A.011.001 was cancelled as it was created as a zero dollar revision incorrectly. Cost Event Breakdown: Item No Item Description Amount Proposed Reference 001 Costs reverted back from disputed back charge on Mowing I Replacing ($39,295.00) Bahia at CGBS.South Florida owes erosion protection sod around the retention areas on City Gate Builivard South. EARTHWORK-[SOUTH FLORIDA] 002 Fund back O'Donnell for the reverted back charge of Mowing/Replacing $39,295.00 Bahia at CGBS.This work was requested out of sequence and there was no irrigation at the location.This caused the sod to need to be replaced. LAWNS&PLANTING-[O'DONNELL] 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: 7648.02-193 Approved By: Margaret Bishop—Project Manager,Facilities ManagemenS/GNATURE DATE Collier County Sports Complex Project# 7648 Prolog Manager 37 ! 1 G Manhattan Authorization Request Construction 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: 7648.02-200 Date: 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 Description Category Status Phase 1A Installation of Bollards Pending Pending Reference Required By Days Req Amount Requested 0 $0.36 CE No Date Reference Amount Proposed Days Req Category Reason 1A.131 12/16/2020 $0.36 0 Backcharge Description Phase 1A Installing Fixed Bollards Notes 10.18.21 -MCC Agreed to split with Steel Fab per August 16,2021,call with Jim C.&Bob V. Cost Event Breakdown: them No Item Description Amount Proposed Reference 001 Fund the installation of the fixed bollards this contractor supplied as this ($6,330.50) contract states to provide fabrication and erection of the bollards. STRUCTURAL STEEL-[STEEL FAB] 002 Costs to core drill down and install the fixed bollards around the Welcome $12,661.36 Center and Market Building. SITE DRAINAGE-[MRB] 003 GOAL FEE ($6,330.50) 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: 7648.02-200 Approved By: Margaret Bishop-Project Manager,Facilities ManagemenSIGNATURE DATE Collier County Sports Complex Project# 7648 Prolog Manager G 38 Manhattan Authorization Request Construction 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: 7648.02-216 Date: To: Margaret Bishop From: Jim Cuddihee Collier County Manhattan Construction(FL),Inc. 3295 Tamiami Trail East 5840 W.Cypress Street Naples,FL 34112-4901 Suite A Tampa,FL 33607 Description Category Status Phase 1A-Drywall Backcharge Corrections Pricing Reference Required By Days Req Amount Requee 0 $0.00 CE No Date Reference Amount Proposed Days Req Category Reason 1A.048. 3/16/2021 $0.00 0 Internal Change 001 Description PhaselA Reconcile Misc Drywall Corrections Notes Added cost for micellaneous drywall work in buildings 1&3.No changes to money owed to McDaniel and no cost changes to Fortune,Acres or Procurement Contingency. Cost Event Breakdown: item No Item Description Amount Proposed Re erno`''-'7 004 Divided Backcharge for damaged door frame 117&107 and fixing general $286.00 drywall in building#3, MECHANICAL-[MD] Cancel out back charge in 1A.048 005 Backcharge for patches in ceiling of west side stair#2 and 1 of Building#1 $78.00 and stucco/lath patches at exterior west side building#1. FIRE PROTECTION-[COX] Fund back the marked up back charge. _ _ 007 Fund the costs for a portion of the damaged door frame and drywall fixes. ($364.00) (GOAL FEE) CE No Date Reference Amount Proposed Days Req Category Reason 1A.049. 9/9/2020 $0.00 0 MCC Contingency 001 Description PhaselA Reconcile Misc Drywall Changes Notes Drywall repairs in Building 1 &3.No changes to money owed to McDaniel and no cost changes to Fortune or Acres. Cost Event Breakdown: Item No Item Description 1 TAmountProposed Re er�e� . Collier County Sports Complex Project# 7648 Prolog Manager 1 G 39 Manhattan Authorization Request Construction Detailed Form,Grouped by Number(with CE Breakdown) 004 Portion of back charge for the repairs needed in rooms of building 3. $52.00 FIRE PROTECTION-[COX] Fund back the marked up back charge.Actual cost incorporated In SCO 2. 005 Fund the remining cost related to contractor mark up on a back charge. ($52.00) GOAL FEE CE No Date Reference Amount Proposed Days Req Category Reason 1A.050. 9/9/2020 $0.00 0 MCC Contingency 001 Description PhaselA Reconcile Misc Drywall Changes Notes Added costs to repair ceiling in building 3 for sprinkler contractor damages,take down guardrails and put up railing building 1,taping and punch at cooler Bldg 2.No changes to money owed to McDaniel and no cost changes to Procurement Contingency. Cost Event Breakdown: Item No (tern Description Amount Proposed Reference 003 Backcharge portion to fire sprinkler contractor for ceiling patches. $879.60 FIRE PROTECTION-[COX] Cancel the back charge as inspections were needed. 004 Fund the ceiling repairs for sprinkler inspection use. ($879.60) GOAL FEE • CE No Date Reference Amount Proposed Days Req Category Reason 1A.051. 9/9/2020 $0.00 0 MCC Contingency 001 Description PhaselA Reconcile Misc Drywall Changes Notes Framing and drywall for roll up door,repair columns from active trades In Bldg 2.No changes to money owed to McDaniel. Cost Event Breakdown: Item No Item Description Amount.Proposed Reference 002 Backcharge for repairs to the columns. $468.00 FLOORING-[OFDC] Back charge revised to 6 hours of labor with no mark up.Credit back the unallocated costs. Actual costs already incorporated in SCO#2 003 Backcharge for the drywall changes need to fix around roll up door due to $858.00 installation. OVERHEAD COILING DOORS-[GARAGE DOOR OF NAPLES] Cancel previous back charge.No SCO deduct so no SCCO credit. 004 Fund the remaining costs after back charges agreement. ($1,326.00) GOAL FEE Collier County Sports Complex Project# 7648 Prolog Manager 1 1 G 40 Manhattan Authorization Request Construction 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: 7648.02-216 Approved By: Margaret Bishop—Project Manager,Facilities ManagemerS1GNATURE DATE Collier County Sports Complex Project# 7648 Prolog Manager 41 h G 8 Procurement Services Cl it County Change Order Form ®Contract Modification ❑Work Order Modification Contract#: 21-7869 Change#: 1 Purchase Order#: 4600210988 Project#: 50212.1 Contractor/Firm Name: Coastal Concrete Products,Inc.DBA Contract/Project: Pelican Bay Sidewalk Improvements Phase 1 Coastal Site Development Project Manager Name: Lisa Jacob Division Name: Pelican Bay Services • Original Contract/Work Order Amount $ 649,263.75 5/11/21; 16.F3 'Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $ 649,263.7ff 5/11/21;16.F.3 'Last BCC Approval Date;Agenda Item# j Current Contract/Work Order Amount $ 649,263.75 12/4/2021 'SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% 'Total Change from Original Amount j Revised Contract/Work Order Total $ 649,263.76 0.00% 'Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% 'Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 617121 Original ' 12/4/21 Last Approved 12/4/21 Revised Date 1/9/22 Date Completion Date Date (Includes this change) #of Days Added 36 Select Tasks ❑Add new task(s) ❑Delete task(s) ❑Change task(s) ®Other Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and 1 or the additional days added(If requested);2.)why this change was not Included In the original contract;and,3.) describe the impact if this change is not processed. Attach additional Information from the Design Professional and/or Contractor if needed. 1) This is a request to a)add 36 days to Contract from 180 days to 216 days to extend project completion date from 12/4/21 until 1/9/22 to allow completion of work requested by Owner. 2) These changes were not included in the original contract due to the need for Contractor to adapt to field conditions at the time of construction which required modifications to the original plans and specificlatlons for public safely purposes. 3) If these changes are not processed,the new sidewalks would not be built properly and be out of compliance with established ADA standards creating public safety hazards and increased liability for the County. h� l Prepared by: t i 5 Yk(II P \ l(L-r" pos.�J J t c.Ai �� Date: 1 J 1( F j i (Project Manager Name and Iviklon) I 1 !!! i Acceptance of this Change Order shall constitute a modification to contract/work order identified above d will be subject to all the same terms and conditions as contained in the contract I work order indicated above,as fully as if the same were stated in this acceptance.The adjustment,If a , o-the Co r.bt shall constitute a full and final settlement of any and all claims of the Contrector/Vendor/Consultant/ Design Profess onal ari in. out•for related to the change set forth herein,including claims for impact and delay costs. j Accepted by: V C.OwSk-wA (..onr,r�, Date: I/ �'1-(2,-! ��.o:= 'v ndor/•o sullant/ esign Professional and Name of Firm,If project applicable) Accepted by: �J P. 1/P `2V ,X'n tsso,. ►r rti Date: I 1 /1 a/ a _---_—__-_-_--- (Be • r. a Na " irm,-if project ap-plicabie) — — _-- r_ Approved by: � N e'‘ I be,r c r i i Dale: \‘\\g Zt (Division s = 2 or De .nee) Digitally signed by SchneebergerSara Approved by:S c h n e- . - a e rSa ra Date:2021.11.18 13:01:36-05'00' Date: (Procurement Professional) Revised:01/1412021 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY AJmin Rpt BCC ES l G 42 Change Order/Amendment Summary COST TIME CO# AMDN Description Days New Justification Additive(+) Deductive(-) Added Amount 1 1 Add time 0 0 36 216 Additional time needed to complete modified plans Revised:01/14/2021 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES I 1 43 Procurement Services 9 Cor County Change Order Form ❑ Contract Modification ®Work Order Modification ❑Amendment Contract#: 20-7790 Change#: 2 Purchase Order#: 4500209528 Project#: 80394.3 Contractor/Firm Name: Fort Construction Group of Naples Inc Contract/Project: Caxambas Park Community Center Project Manager Name: Claudia Roncoroni Division Name: Facilities Management Original Contract/Work Order Amount $ 1,375,401.00 01/26/21-11.A Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1,375,401.0 01/26/21-11.A Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 1,375,401.00 02/19/2022 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 1,375,401.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 02/19/2021 Original 02/19/2022 Last Approved 02/19/2022 Revised Date 05/03/2022 Date Completion Date Date (Includes this change) #of Days Added 73 Select Tasks ❑Add new task(s) ❑ Delete task(s) ®Change task(s) ❑ Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract; and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. This Change Order is for additional time only and it adds an additional seventythree(73)days to the Contract time. 1.The proposed change includes the following: Time Extension.An additional 73 days are requested to complete remaining services under Contract 20-7790 due impacts on the supply chain caused by both material shortages and shipping delays—aftermath of the COVID-19 pandemic. Changes in the production and shipping schedule of steel and aluminum are drastically influencing the construction schedule of this project. The General Contractor has received on 10/19/21 a communication from the subcontractor furnishing the roof for this building, stating that the order placed with Engler, the manufacturer producing the roof, has an estimated lead time of 8 to 10 weeks. 2. The additional time was not included in the original contract because a severe distruptions of the supply chain such as the one the market is currently experiencing, with worldwide material shortages and worldwide shipping delays,was not anticipated at the start of the project. 3. The impact on this project if this Change Order is not processed is that project time will be lost due to both material shortages and shipping delays, ripple effects of the COVID-19 pandemic;there will not be enough time on the project to install the roof, and complete all those tasks that follow the roof installation. The construction schedule will be delayed, the project will not be able to move forward into the next phase, nor been completed. RoncoroniClaudia Digitally signed by RoncoroniClaudia Date: 2021.11.08 09:26:27-05'00' Prepared by: Date: Claudia Roncoroni, Project Manager,Collier County Facilities Management AI-ba h o uAyo u b Digitally signed by Al-bahouAyoub Date: 2021.11.10 09:31:48-05'00' Approved by: Date: Ayoub Al-Bahou, P.E., Principal Project Manager,Collier County Facilities Management I Digitally signed by Gregory W.Corning DN:cn=Gregory W.Corning,o,ou, email=greg.corning@woodplc.com,c=US Approved by: l / Date:2021.11.08 11:51:59-05'00' Date: Greg Corning,P.E., Project Manager,Wood Environment&Infrastructure Solutions, Inc Revised: 10/28/2014 PROCUREMENT USE ONLY Admin Rp BCC ES 44 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 1 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: 1/ g -0L oks Witcher,Vice President, Fort Construction Group of Naples Inc. i n n Ed Digitally signed by FinnEd G Date: 2021.11.10 17:25:09 -05'00' Approved by: Date: Ed Finn,Director Interim,Collier County Facilities Management SchneebergerSara Digitally signed by SchneebergerSara Approved by: �7 Date: 2021.11.18 08:37:31 -05'00' Date: (Procurement Professional) Revised:10/28/2014 PROCUREMENT USE ONLY Admin Rpf BCC ES h G Change Order/Am4tment Summary COST TIME CO# AMD# Description Days New Justification Additive (+) Deductive(-) Added Amount Draw on Allowance in the Construction of a temporary amount of vehicular access to the 1 $22,023.90 project site of off Collier Court to $140.000.00- improve the Park safety, and permit $22,023.90= fees payments. $117,976.10. More time requested due to 2 Additional Time 73 438 materials shortage and supply chain disruption due to COVID-19 Pandemic. Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rpt BCC ES I.FORT CONSTRUCTION GROUP OF NAPLES INC Nov. 03, 2021 Hi Claudia, We are requesting a 73 day,zero dollar change order to complete the Caxambas Community Center Project. Due to material delays due to the Covid-19 pandemic.Steel and aluminum products have been delayed which have impacted the schedule of this project.Please see the attached letter from the roofing supplier which verifies a delay of their product. Per the email attached below dated October 19, 2021 from the roofer's supplier(ABC 564) there is a lead time of 8 to 10 weeks. Thank You, ocU Benjamin McVicker 28290 Old 41 Road N. I Suite 16 I Bonita Springs,Fl. 34135 I P: 239.301.4947 I F: 239.301.4953 Page 1 of 1 47 l ' E N G L E RT° MAIN MANUFACTURING/ HOME OFFICE 1200 Amboy Avenue• Perth Amboy NJ 08861 Tel: (732) 826-8614 • Fax: (732) 826-8865 www.englertinc.com April 16, 2021 RE: Industry Update Dear Valued Englert Customer, I wanted to give you an update on the global metal shortage. The mills continue to fall behind on steel and aluminum shipments as the demand exceeds the supply. These factors are causing unprecedented availability issues and higher prices as a result. Unfortunately, we anticipate this industry shortage to continue to drive pricing higher with longer lead times throughout the rest of 2021. Please know we are doing everything we can to offset these hurdles and support your business needs. We will continue to update you as the year moves ahead. If you have any questions, please feel free to reach out to me or your Englert Representative. Best Regards, Jamie James Hazen National Roofing Sales Manager Englert Inc. 978.697.3628 j.hazen@englertic.com 11 � 48 Procurement Services 10 Co1Lier County Change Order Form ®Contract Modification El Work Order Modification Contract#: 20-7809-ST Change#: 002 Purchase Order#: 4500209581 Project#: 50163.1 Contractor/Firm Name: Cosugas,LLC Contract/Project: Naples Regional(Central)Library Refurbishment Project Manager Name: Tim Rygiel Division Name: Facilities Management Original Contract/Work Order Amount $ 1,560,000.00 1/26/2021 11B Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 1,560,000.00 1/26/2021 11B Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 1,560,000.00 11/22/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0,00% Total Change from Original Amount Revised Contract/Work Order Total $ 1,560,000.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0,00% Change from Current Amount Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 3/08/2021 Original 1/02/2022 Last Approved 1/02/2022 Revised Date 3/03/2022 Date Completion Date Date (Includes this change) #of Days Added 60 Select Tasks ®Add now task(s) ❑Delete task(s) ❑Change task(s) ❑Other Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change order is to utilize$4,453.75 of the remaining leaving a balance of$9.64 to relocate Fire Sprinkler piping to allow for installation of new air handlers.Ths change order will also add 60 days to contract time as the start of this project was delayed by request of the Library Director. 2. This change was not included in the original scope of work,because it was found during construction that the current piping arrangement of the Fire Sprinkler lines in rooms 117 and 125 conflict with the placement of the new air handlers to be installed. 3. If this change order is not approved,the new air handlers cannot be installed. McCormickJohn Digitally signed by McCormickJohn Prepared by: Date:2021.11.10 13:37:27 -05'00' Date: (John McCorkmick, PE, Principal Project Manager, 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 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. Herman Giacomelli iacomelli Digitally signed by Herman Giacomelli Accepted by: Date: 2021.11.10 22:52:34 -05 00 Date: (Herman Giacomelli, Managing Member, Cosugas, LLC.) VICTOR J. LATAVISH ARCHITECT DateallysgnedbyVICTORJ.LA AVISH ARCHITECT Approved by: Date: (Victor-J.-Latavish,Architett) ApproveQby: Date: (Ed Finn, Interim Director, Facilities Management Division) Digitally signed by SchneebergerSara SchneebergerSara Approved by: Date:2021.11.18 08:41:12-05'00' Date: (Sara Scheeberger, Procurement Strategist) Revised:01/14/2021 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY Reviewed:PJB BCC Reviewed Ch 11/9/21 Admln Rpt BCC Es 49 1 1 Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount To utilize$5536.61 from the approved Install chiller valves and 1 owners allowance, 0 0 0 0 tees per work directive leaving a balance 7/12/21 of$4463.39 To utilize $4,453.75 of the Relocate Fire Sprinkler piping to 2 remaining owners 0 0 60 360 allow for installation of new air allowance leaving handlers a balance of$9.64 Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Reviewed:PJB Admin BCC BCC ES Rpt Reviewed Cg.11/0/21 50 i . G CHANGE ORDER C��SUGAS COSUGAS LLC 719 Shotgun Road General Contractor Sunrise, FL 33326 Ph/Fx: (954) 916-7500 hdiacomellicosuoasllc.com Project: Owner: The Board of County Commissioners of Naples Regional(Central)Library Refurbishment Collier County 650 Central Ave. 3335 Tamiami Traol East Naples, FL 34102 Naples, FL 34112 239-252-8380 Contractor: Bid No: 20-7809-ST COSUGAS LLC Contract Date: 17-Dec-20 719 Shotgun Rd Vendor No: Sunrise, FL 33326 Proposed CO No: 2 954-716-7500 Date: 5-Nov-21 Fire Sprinkler to remove and replace piping as required for the renovation of HVAC equipment at Room 117 and Room 125. Item Description Amount Backup 1 Material Cost(Tax not included) $ 311.00 Bink Inc proposal 2 Labor for sprinkler work $ 3,378.55 Bink Inc proposal 3 Labor for patch and repairs $ 180.00 Sub Total Material&Labor $ 3,869.55 GC-5%Markup-Material, Labor and Sub $ 193.48 Subcontractor-10%Markup $ 368.95 Bink Inc proposal Sales Tax $ 21.55 Bink Inc proposal Total Change Order Cost $ 4,453.52 NOTE;this change order shall be paid thru per contract Owner Allowance Allowance $ 10,000.00 Change order#1 $ 5,536.61 Change order#2 $ 4,453.52 Allowance Balance $ 9.87 The original Contract Value was: $ 1,560,000.00 Sum of changes by prior change orders $The Contract Value prior to this Change Order was $ 1,560,000.00 The Contract Value will be changed by this Change Order in the amount of $The new Contract value including this Change Order will be $ 1,560,000.00 The Contract duration will be changed by 0 Days COSUGAS LLC-General Contractor The Board of County Commissioners of Collier Cc 719 Shotgun Rd 3335 Tamiami Traol East Sunrise, FL 33326 Naples, FL 34112 By: By: Signature: Approved: Date: Date: 719 Shotgun Road-Sunrise, FL 33326 Ph/Fx(954)916-7500 51 ! 1G BINK, INC. Fire Sprinklers 7999 Mercantile St.Unit 13 North Fort Myers,FL 33917 Phone: 239-997-3830 Fax: 239-997-3839 *************************FIRE SPRINKLER PROPOSAL************************* Date: 09-30-21 Project Name: Naples Regional Library Location: 650 Central Ave. To: COSUGAS General Contracting Naples,FL Architect: Victor Latavish Engineer:N/A Attn: Herman Giacomelli Plan Date: 06-03-20 Phone: 954-916-7500 Email: hiacomelli@cosugasllc.com BINK,INC.proposes to furnish all material and perform all labor necessary to complete the following: Remove and replace piping as required for the renovation of HVAC equipment. 1- Room 117 a. Remove piping for removal of HVAC equipment. $750.00 b. Replace piping with proper fire sprinkler coverage after HVAC equipment is installed. $1,095.00 2- Room 125 a. Remove piping for removal of HVAC equipment.$750.00 b. Replace piping with proper fire sprinkler coverage after HVAC equipment is installed.$1,485.00 All work to be in accordance with NFPA 13,2016 edition, state, and local codes. Shop drawings for permit are included in this proposal based on ACAD drawings being provided for the sole purpose of fire sprinkler shop drawings and permit. PIPE AND FITTINGS: All piping 2"and smaller will be schedule 40 black pipe or equal with threaded and or mechanical ductile iron fittings. HANGERS: In accordance with NFPA 13,2016 edition. RISER: Existing SPRINKLER HEADS: Match existing. ALARM DEVICES: Existing FIRE PUMP: None FIRE DEPARTMENT CONNECTION: Existing POINT OF CONNECTION: Various points on existing system. 1 1 G 52 Naples Regional Library 093921/100521 WATER CONNECTION: It is mutually agreed and understood that BINK,INC. is not to be held responsible for the adequacy of the water supply. The necessity for additional equipment to provide additional water pressure or volume cannot be determined without a current flow test. All underground fire line piping installed by others is to be properly valved,tested,flushed,and certified by a Fire Sprinkler Contractor Certified in the State of Florida.An underground certificate must be given to BINK,INC.by the installing contractor before any connections may be made to the above ground fire sprinkler piping. WARRANTY AND GUARANTEE: BINK, INC. will furnish all manufacture's warranties and instructions, as-built drawings and certificate of final guarantee covering defective equipment,materials, and workmanship. The guarantee is to start on the date the equipment is placed in service. EXCLUSIONS TO PROPOSAL: • Painting of pipe and supports. • Alarm system or monitoring service. • Electrical wiring • Fire watch • Cut and or patch of drywall • Painting of walls and ceilings • Remove and or replace of ceiling tiles NOTE#1: BINK,INC. may withdraw this proposal if not accepted within(30)thirty days. Materials tax not included $311.00 Labor $3,378.55 Subtotal Labor+Materials $3,689.55 Markup 10%of Subtotal $368.95 Sales Tax $21.50 Total Cost $4,080.00 TERMS: Monthly progress payments, invoices submitted by the 25th of every month, due by the 15th. 100%due upon completion. BINK,INC. David L Binkley President ACCEPTANCE OF PROPOSAL:The above prices,specifications and conditions are satisfactory and are hereby accepted.You are authorized to do the work as specified. Payments will be made as outlined. Signature Date of Acceptance 2 1 1 L 53 Procurement Services Co 787' Ci07olty Change Order Form 11 ® Contract Modification El Work Order Modification Contract#: 21-7833 Change#: 1 Purchase Order#: 4500210457 Project#: 80405.3 Contractor/Firm Name: Compass Construction Contract/Project: GGCP Activity Pool Reconstruction& Restroom Project Manager Name: Dayne Atkinson Division Name: Public Services Department Original Contract/Work Order Amount $ 958,060.00 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 958,060.001 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 958,060.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 958,060.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 6/1/21 Original 11/23/21 Last Approved 11/23/21 Revised Date 12/28/21 Date Completion Date Date (Includes this change) #of Days Added 35 Select Tasks ®Add new task(s) ❑ Delete task(s) El Change task(s) ❑ Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added (if requested); 2.)why this change was not included in the original contract; and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. This change order contains cumulative changes in the amount of$81,720.21,which will be deducted from Line Item#140 Owner Contingency Allowance of$150,000.00.A balance pf$68,279.79 will remain in the allowance. 1) This change includes the following: • Furnishing of a 2/2 combo restroom/shower rental trailer to be used as a Men's restroom during the construction phase. • Relocation of a storage container from existing pool deck to off-site location. • Additional demolition of locker curb in Women's restroom and concrete in ADA restroom. • Installation of performance Floor and wall coating system in Women's restroom. • Painting Women's restroom walls. • Replacement of existing toilet compartment partitions in Women's restroom. • Replace proposed 4"CMU walls located in ADA restroom with metal framed walls • Add(35)thirty five days to Substantial & Final Completion dates. • General Conditions—project management/estimating for coordination of changes. 2) Changes in the concrete were not anticipated due to inaccurate as-builts on file resulting in unknown existing conditions.The addition of the wall and floor wall coating system, painting and toilet partition replacement are included to achieve continuity between the Women's restroom and the new ADA restroom which is located in the existing footprint. Construction of metal frame walls in lieu of CMU walls is due to unavailability of 4"block by local suppliers. Relocation of the storage container was a coordination issue that was unaccounted for. It was assumed during the construction phase that women could use the Men's restroom and men could use a portable restroom, but due to swim team activities in the competition pool continuing during construction, men require a full restroom/shower facility as well. 3) If this change isn't processed,the ADA restroom would not be able to be constructed,there would be a definitive lack of continuity in restroom finishes, male swimmers would not have the use of restroom facilities, and the pool decking in the temporary storage container area would not be replaced. � 99 Prepared by: ��� e ' Date: II ( 1 N! (Project n:•• '- - and Division) Acceptance of this ange 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. Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENTUSE ONLY Admin RP� BCC ES I G 54 hi ZI(' Accepted by: '60W7(7h5S /1 S Gb Y/7 Date: -4 ,(Co racl r/V ndor 1 Consultant/Design Professional and Name of Firm,if project applicable) Accepted by: �� 1/VA Date: I+/3I (Desigr>Professio of and Nab a of Firm,if project applicable) / Approved by: i;/� / lr Date: // (Division Direbtor or Designee) SchneebergerSara Digitally signed by SchneebergerSara Approved by: Date:2021.11.18 08:45:09-05'00' Date: (Procurement Professional) Change Order/Amendment Summary 1 COST TIME -- -- — _ CO# i AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount .n Added additional The additional scope was added to 1 scope to the 0 35 210 achieve continuity and meet the contract. design intent.. 34t. - a - ptA3( 11`1Cfc P g.1 dcp< g$Ntivoce kV91 A43 PiDDIAloNAt— S5 9f`!5 • I Revised:01/14/2021 (Divisions who may require additional signatures may Include on separate sheet.) 1I PROCUREMENT USE ONLY Admin RPC BCC ES J I 55 0 ass September 28,2021 nc Atkinson Construction, Inc. Da y Project Manager a c e'eaG'e&aCe Collier County Facilities Management Division 3335 Tamiami Trail East,Suite 101 Naples, FL 34112 Re:Project#21-7833 Golden Gate Community Park Pool Renovation Contract Change Request#1 -Misc.Additional Work Scope Dear Mr. Vehovec, Thank you for allowing us the opportunity to provide you with a proposal on the above referenced project. The price for the additional scope of work is: $81,720.21 (Eighty-One Thousand Seven Hundred Twenty Dollars and 21/100 Cents), The scope associated with this request includes the following: • Furnish 2/2 combo restroom and shower rental trailer to be utilized as a men's restroom during construction o Rental from JW Craft will cost $5,600.00 per 28 day billing cycle, plus taxes ($392.00/mo)and environmental o $250 delivery Fee o $250 Removal Fee o Temporary electric • Relocate Collier County Conex Storage Container o Equipment Rental to lift and place(United Rental) • Additional Demolition o Remove and dispose locker curb located in women's restroom o Remove and dispose additional concrete in proposed ADA • Performance Floor and wall coating system o Will cover entire women's restroom floor less existing tile areas and 4' up the wall around perimeter walls • Paint Women's Restroom Walls • New Toilet Partitions to replace existing • Replace Pool valves and create new manifold location • Wall Framing o Replace proposed 4" CMU walls located in ADA restroom with metal framed walls as per revised sheet A101 • General Conditions o Project Management and estimating o 16 hours O$60/hr Please refer to the breakdown of costs associated with this scope below: 824 Lafayette St. ' Cape Coral,FL 33904-9031 ' Phone:239-542-7118 ' Fax:239-542-8648 www.comoassconstruction.com ' State-Certified General Contractor ' License Number CGC1521627 1 56 CCR 41 Breakdown Item Description Amount 10 Monthly Rental-6/15/21-7/12/21 $ 5,992.00 20 Monthly Rental-7/13/21-8/9/21 $ 5,992,00 30 Monthly Rental-8/10/21-9/6/21 $ 5,992.00 40 Monthly Rental-9/7/21-10/4/21 $ 5,992.00 50 Monthly Rental-10/5/21-11/1/21 $ 5,992.00 60 Monthly Rental -11/2/21. 12/4/21 $ 5,992.00 70 Delivery Fee $ 250.00 80 Removal Fee $ 250,00 90 Connex Relocation(Equipment Rental) $ 1,119.27 100 Demo-Locker Curb $ 2,475.00 110 Demo-ADA Shower Demo $ 1,650,00 120 Performance Floor&Wall Coating-Womens Restroom $15,024.00 130 Paint-Womens Restroom $ 2,715.00 140 Toilet Partitions-Replace Existing With New $ 5,255.00 150 Pool-Replace Valves and Create new Manifold Location $ 6,901.50 160 Framing-Replace 4"CMU walls in ADA restroom as per revised sheet A101(9/24/21) $ 5,277.00 180 General Conditions-Project Management/Estimating-16 hours @$60/hr $ 960.00 Sub-Total = $77,828.77 Compass OHP(5%) = $ 3,891.44 Total= $81,720.21 Compass Construction Requires 32 additional days to complete the above mentioned scope of work. Should you have any questions or require additional information please contact me. Sincerely, Ian Moore Project Manager 824 Lafayette St. ' Cape Coral,FL 33904-9031 • Phone:239-542-7118 • Fax:239-542-8648 www.comoassconstruction.com • State-Certified General Contractor • License Number CGC1521627 58 l i G Change Order/Amendment Summary COST TIME CO# AMD# Description Days — — New Justification Additive(+) Deductive(-) Added Amount Expand the limits Study expansion requested by Ave 1 of the study to 120,000.00 274 526* include the RLSA Maria University To allow for completion of Time extension floodplain studies, response to 2 due to expansion 0.00 548 1,043` FEMA comments, mapping of study area preparation, and notification and pulication processesy FEMA 3 Travel allowance 1,000,00 0 1,043 Allowance for TCE to attend meetings with FEMA in Atlanta, GA 4 Increase time and 152,249.20 1,065 2,10$' Needed to provide response budget requested by FEMA 5 Time extension 0.00 396 2,503* Time needed to complete study and responses to FEMA Addition of time and new task of County needed time to evaluate 6 participation in 12,504.50 395 2,503* and respond to all filed appeals for DFIRM appeal the DFIRMs process Addition of time County would not have the ability to 7 and add new task 74,500.00 161 2,664* evaluate changes in preliminary of DFIRM appeal DFIRM for inclusion in final DFIRM Addition of time and new tasks for Time constraints in identifying 8 reevaluation of 400,250.00 700 3,364* properties In flood zone to support Flood Damage Prevention FEMA-designed floodplain Ordinance Minor changes to Needed after discussions with 9 deliverables and 0.00 0 3,364* distribution of costs FEMA regarding receipt of work, To allow time for FEMA reviews 10 Time extension 0.00 403 3,767 and requests for revisions, Addition of time New requirements by FEMA related 11 and new tasks to 10,000.00 90 3,857* to establishment of the LiMWA meet new DFIRM created additional work for requirements consultant. Time extension FEMA's decision to pause their processing of floodplain mapping 12 due to 0.00 837 4,694* data meant that contract with time scheduleedule for consultant would expire while the project waiting_for FEMA review "New Amount as listed on the corresponding Change Order approved by the Board Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin RCP BCC ES 57 G Procurement Services 12 CU le'r County Change Order Form Ei Contract Modification ❑Work Order Modification Contract#: 11-5626 Change#: 16 Purchase Order#: 4500102358 Project#: 50100 Contractor/Firm Name: Tomasello Consulting Engineers, Inc Contract/Pro ect: One5) Hundred(100)or Year Flood Elevations for Flve J (5)Basins In Collier County Project Manager Name: Howard Critchfield Division Name: Building Plan Review and Inspection Original Contract/Work Order Amount $ 215,000.00 3/23/04; 16A6 Original BCC Approval Date; Agenda item # Current BCC Approved Amount $ 1,239,503.7012/8/20,16 A.32 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 1,239,503.70 12/31/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 476.51% Total Change from Original Amount Revised Contract/Work Order Total $ 1,239,503.70 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 1,024,503.70 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change, and Rationale for the Change Notice to Proceed 5/6/04 Original 11/16/04 Last Approved .12/31/21 Revised Date 12/31/22 Date Completion Date Date (Includes this change) #of Days Added 365 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ Change task(s) ®Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract; and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. i Change order No.16 is a zero dollar change time extension of the contract to account for extra rounds of comments, responses and reports from the FEMA contractor to the County's consultant(ICE)and visa versa, thus running the model again and remapping tasks that were not contemplated in the previous change orders. 2. Previous submittals to FEMA have been processed and reviewed.These changes were not included in the original contract because it was unknown how extensive FEMA Region IV's comments would be and the County was unaware of the coastal re- study outcome. Based on the level of scrutiny, the level of detail of PMR#1 &#2 will be Just as extensive.Many of the comments delve into the minutiae of the computer modeling for this map.The FEMA contractor has been taking extended amounts of time to review and reply to the County consultant's(TCE) responses.This adds additional time to TCE's response to the FEMA contractor. 3 if this change is not processed,the County's consultant(ICE)will not be able to continue in the response to the extensive list of questions from FEMA and the floodplain map will not be updated to reflect the best available information for the flood risk that could affect the health, safety,and welfare of property owners. Prepared by: 7'���7r1 Date: ////g` 'W (Howard Critchfield, P.E.CFM, Sr. Project Manager, Building Plan Review&Inspection,Growth Management Dept.) Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance,The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,including claims for impact and delay costs. Accepted by: p i 1 /J,(' '., Date: /fi (Richard Tomasello, P.E.,CFM,Tomasello Consulting Engineers, Inc.)) Approved by: N/A Date: (Design Professional and Name of Firm, if project applicable) � � Approved by: Date: ./f/t8/..1/ (Division Director or Designee) Sch nee bergerSara Digitally signed by SchneebergerSara Approved by: Date:2021.11.18 09:53:02-05 00 Date: (Procurement Professional) Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Adman RP� BCC ES 1 I G 59 • Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(-r) Deductive(-) Added Amount Addition of time and _ new tasks for Consultant would not be able to 13 response to FEMA 50,000.00 365 5,059 respond to FEMA questions, and DRAT, and next floodplain map would not be steps to update updated. DFIRM Addition of time and new tasks Consultant would not be able to associated with respond to FEMA questions, and 14 Physical Map 116,000.00 1,095 6,154 floodplaln map would not be Revision (PMR) and addition by FEMA of updated, a coastal re-study. Addition of time and ` new tasks needed Consultant would not be able to for FEMA required respond to FEMA questions, and 15 extra rounds of 88,000.00 365 6,519 floodplain map would not be comments, and due updated, to outcome of the coastal re-study. Addition of time needed for FEMA- Consultant would not be able to required extra respond to FEMA questions, and 16 rounds of 0.00 365 6,884 comments,and due floodplain map would not be to outcome of the updated coastal re-study Revised:01/14/2021 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY Admin Rp� BCC ES s 60 Procurement Services C o .. Cioi.rnt„y Change Order Form 3 h ® Contract Modification ❑Work Order Modification Contract#: 17-7117 Change#: 3 Purchase Order#: 4500192020 Project#: 70135.1 Contractor/Firm Name: Carollo Engineers, Inc. Contract/Project: SCRWTP Reactor Tank#4 Project Manager Name: Alicia Abbott Division Name: Engineering &Project Management Original Contract/Work Order Amount $ 335,659.00 3/25/2018 16C4 Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 380,715.00 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $ 380,715.00 11/29/2021 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 36,172.00 24.20% Total Change from Original Amount Revised Contract/Work Order Total $ 416,887.00 9.50% Change from Current BCC Approved Amount Cumulative Changes $ 81,228.00 9.50% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 11/01/2018 Original 2/28/21 Last Approved 11/29/21 Revised Date 4/28/22 Date Completion Date Date (Includes this change) #of Days Added 150 Select Tasks ❑Add new task(s) ❑ Delete task(s) ❑ Change task(s) ®Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. Detailed and specific explanation/rationale of the requested change(s) This change order is to provide additional funding to Task 7,Construction Contract Administration, in the amount of$36,172.00, and to extend the contract time by 150 days. This request is due to further contractor activities related to changes made on the influent and effluent lines for Reactor No.4,which resulted in a contractor change order for additional time.Also included are the Construction Administration services associated with the installation of the carbon dioxide piping in the nearby area as the above referenced reactor piping. The time delays are due to delays in the delivery of the influent and effluent ductile iron piping (the piping supplier notified the Contractor of pipe manufacturing delays),and other critical equipment.The delays result in additional Construction Contract Administration services to be performed,including additional on-site inspections,and time after contractor completion to prepare and finalize the final close out documents. 2. This change was not included in the original contract It was not known that additional time and services would be required due to construction delays for materials or that additional equipment would be requested by the County for Contractor to procure. The ductile iron piping for this project was custom ordered as it includes restraint features, linings, and other special fittings as it is part of an engineered system.Additional funds are required for Construction Contract Administration services to be performed at an increased level of detail and frequency. 3. If this change is not processed: Construction administrative services are required to verify that the project is constructed pursuant to the design plans and specifications. If the additional funds and time request is not processed the engineer of record will not be able to provide these necessary services. abbott_a �� Prepared by: ° m °�°A°�m Date: Alicia Abbott, El, PMP, EPMD Project Manager 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. °IpI I y signori L?y C r e I or`T gnlnF�old Ctnletf Info:Ctroll EnelemfoCl/ Approved by: (c. °ata:2I2+ns�+ Isnn,aanGroo Date: Chris T. Reinbold, P.E„ Carollo Engineers, Inc. Approved by: Date: 11/02/2021 Kelli Wolin, Finance Operations Change Order#3 61 Carollo Engineers, Inc. 1 1 G PO 4500192020 t� Page 2 BullertBenjamin Approved by: °��°°°a°^°° Date: Benjamin N.Bullert, P.E., Engineering&Project Management Principal Project Manager ChmelikTom Dae.zo2,.n.,D ts:n oe Approved by: 05DD Date: Tom Chmelik, P.E., Engineering& Project Management Director Digitally signed by Steve Steve Messner 'Aeasna` Da,e:2g2i.,,.,t,z:<5 53 Approved by: 05'00 Date: Steve Messner,Water Director Digitally spned by Joseph Joseph Bellone a`l"n` n-D5.0 zoz,. .,s De:n:as Approved by: °h°°' Date: Joseph Bellone, Operations Finance Director Sc h n ee be rg e rSa ra Digitally signed by SchneebergerSara Approved by: Date:2021.11.19 11:33:28-05'00' Date: Sara Schneeberger, Procurement Specialist Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rpf BCC ES 1 U Change Order#3 62 Carollo Engineers, Inc. PO 4500192020 Page 2 Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount Additional funding of$11,440,for additional design EOR to provide additional design 1 n/a services,and $11,440.00 n/a 170 1020 services to piping changes. additional time of 170 days. Additional funding EOR to provide additional 2 n/a of$33,616.00,and $33,616.00 n/a 66 1086 construction administration time of 66 days. services. Additional funding EOR needs to provide additional 3 n/a of$36,172.00,and $36,172.00 n/a 150 1236 construction administration time of 150 days. services. Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rp� BCC ES 63 I 1 t: South County Regional Water Treatment Plant Reactor Tank#4 Scope of Work Change Order No. 3 PROJECT BACKGROUND CONSULTANT performed the design for a new reactor tank at the South County Regional Water Treatment Plant (SCRWTP) under Contract 17-7117. The systems and facilities included in that effort included the new reactor number 4, yard piping connections, platform connection, and PLC programming (to be performed during construction). Changes were made to the influent and effluent lines for Reactor No. 4, which resulted in a contractor change order for 78 days. The following tasks provide for the scope of services associated with this change order. Task VII: Construction Contract Administration Additional construction contract administration services are to be provided as a result of contractor activities related to changes made on the influent and effluent lines for Reactor No. 4. Also included is the Construction Administration services associated with the installation of the carbon dioxide piping in the nearby area as the above referenced reactor piping. Assumptions 1. The total impact of the delayed manufacturing associated with the contractor's request for 78 day time extension has not yet been fully realized. Schedule The duration for the extended construction contract administration services from the original contract is estimated to be 78 days from the previously established dates of substantial and final completion. COMPENSATION The method of payment for this project is lump sum in the amount indicated below based upon the scope of work presented herein. If CONSULTANT or the COUNTY determines that additional services are necessary, they will be authorized separately. Task Description Added Budget 7 Construction Contract Administration $36,172.00 Total $36,172.00 i 64 J O 0 N N O 0 or GD m c= m O oC oo --I Nan? a moo y .. x -'eOc C7 •*. .y+ N c 3 O Z f0T coC N (n N'� 0 X cD c N 3 '6 r n 1 2 m aH en ZZI co 3 Z a to d D o C r 1 D N a D 1 x m Z 3 O N 1 --.' d m 0 1 m X m Z m 1 3 °- r m a z 1 x X c m > 0 1 0 77 r 1 Ee a z w0 0 X o m 0 = o'a 0 O IL C y 0 I Z O m Cn 0 CD eia . O X — o!. o. 0 COm 71 a N D -gi Cn co▪ N� O fD 0 o fD m 0 m w(0 A m 7 o fD O fD -D Cl) CD coo Co. CD O 7 O o m <»0 m O w. O 0 fD n _ ▪ Q CD o o 2 n O 7 N 2 ._.I ra i 0 0 Co d U! r m t++ Cr w 0 m u' 0 V o N 0 N —I 4 tel L., N W T co to0 CD O V 0 N to co 1 I G 65 14 . Rrd;ggUrdment SetvlOes ' CO 10Y C014ls'l,ty dharige Order Form [l Contract Modification 0 Work Order Modification Contract#;, j''9-7547 Change 1/; 3 Purchase order#: 4500201208 Prdject#; 001,83 Contralto;/Pll n1 Name: dam/ergot Security Solutions ' ontradt/Project; security Control system Upgrade or CG Proedt Manager Name; baya a Glosas Racllities'Menagernent J 8 Dlvlsiartha'me; Original Contract/1Nork Order Amount $ 1,832,780,00 12/10/18, liE; iOrtginel.BOP A'pptoval,bata;Agenda'Item Current BOC Approved Amount ,$ 1,653,8,10,01 I Laat BCC Approval Date;.Agenda,Item Current Contract/Work Order Amount "$ '1 653;81O O • 11/22/2021 (SAP Contract ExpiratiOn pate(Master) Dollar Amo}mt of this Change $ 0.00 129% Total Change tram Original Amount Revised ContractlWork Order Total $ '1;653;81.0,0,0 . .0.00Q/o Change from Current BCC Approved Amo}I• nt Cumulative Changes $• 2(;020 00 d.op Change from Current Amount i r Ob rp;Iaklon'CiatQ,Descrlptlon of the'TnsK a),Change,,and 00000 for the change, Notice to PYd eed 4101/2020 .Orlgln;Al 9/23/2021 Lset'Approveii 11/22/2021 'Revised Date 12/22/202.1 Date Completion'Date. Date, ''Inc(udes•this,cheng'e) gel'bays Added 30 Select Tasks ❑Add new task(e) Cl Delete task(s) I Change task(s) ❑bth'dr Provide A response to thefbilewing:14 detailed and specific expianationlrationale of the requested oh'ange(s)to the task(s)and/or the additional days added(if requested);2,)why,this ciiange was not ingiuded In the Original contract;and,3.) describe the Impact If this change Is not processed. Attach additional Information from the DeSlgn Professional and/or Contractor If needed. ' 1. •S'tan)eY;arlid•the OQUhty need additional timatO coordlnate/ttraln the OSSO staff on the new security system,trouble shoot minor.software/equlprrierlt.issuesand review''/approve project closeout.documents. 2. At the time.pf avvar'd, additional coordin; tton and phasing of the Work with The CS$O staff was not known, but is required In order not tO impact daily operations. 3. If this change.order Is n'ot•p'rocessed; the County.and Stanley will not•have sufficient time to closeout and provide a turnkey.facility, (- 2.(L,,,,,,,, , ,,, ,L,, .,„,,,„.tans:by .Prepared by: Closa$Dav ° 2D?t.1t1t1 Date: (Dave Closes,Bert0r2PPtpreittvtatiegir,Facillhes Management DIVIsiOn Acceptance of this Change Order shall constitute.a modlttcetloit to contract/woik order identified above and Will be adbJect to blithe same terms and conditions as contained In the contract/work order Indicated ab'bVe,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 o'r related to the change set forth herein,Including claims for Impact and delay costs. ngltelly ae,ed by Par •Acceptedby: D& HIrkok"be s Date; atIckoSteneyi s ty,soiutlons,Design.Profe3s(gr;aifConttector Approved by: bate: L'/—a ` 2/ 1Flnn,.DIVisian Director,Facilities Managemeht'Divelon Revised;01/14/2021 (Divisions who may require alidilloh'al signatures may include on sepatdte sheet:) PnocUREMENruiEONLY• Admin RAl' OCC ES 1 1 66 Approved by: �'' l6'"`� Ab«vim Date: Ayoubz ou cipal Project Manger,Facilities Management DIvison Approved by; Date: (Procurement Professional) I 1 1 i 1 I Revised:01/14/2021 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY Admin R�0 BCC ES 67 1 1 G Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount Adds 80 days to the contract schedule due to COVID 19 1 Time Extension#1 0 0 60 600 Pandemic and Operational protocols at the Naples and Immokalee Jails Additional Adds additional cost to the 2 Cameras $21,020.00 0 0 0 construction proJect.Funded with CSSO Jail Mantenance Funds, 3 Adds 30 days to the schedule in Time Extension#2 0 0 30 830 order to provide a turnkey facility • • Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rpl BCC ES !� 68 I Cott?' County Procurement Services 5 Change Order Form E Contract Modification ❑Work Order Modification Contract#: 17-7103 Change#: 3 Purchase Order#: 4500179447 Project#: 60142.2 Contractor/Firm Name: Q. Grady Minor and Associates, P.A. Contract/Project: West Goodlette-Frank Road Joint Stormwater Sewer Project Robert Wiley Capital Project Planning, Impact Fees and Project Manager Name: Division Name: Program Management Original Contract/Work Order Amount $ 695,591.00 7/11/17 16A17 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1,122,551.001r 5/26/20 16A7 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 1,122,551.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 61.38% Total Change from Original Amount Revised Contract/Work Order Total $ 1,122,551.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 426,960.00 0.00% Change from Current Amount Completion Date, Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 7/27/17 Original 7/26/20 Last Approved 11/25/21 Revised Date 4/30/22 Date Completion Date Date (Includes this change) #of Days Added 156 Select Tasks ❑Add new task(s) ❑Delete task(s) ❑Change task(s) E Other Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and/or the additional days added(if requested); 2.)why this change was not included in the original contract; and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This change order adds 156 days to the contract to allow the consultant to continue to be available to work on the project while the construction contractor and the County proceed through the contract dispute resolution process and resume work to complete the project. This change order also reallocates existing funding in several tasks where the work for the task was completed, but the consultant did not bill for the full amount of funding. The reallocation moves available funding into the Amendment 3 Construction Administration task to enable the consultant to resume billing for Construction Administration services to bring the project to a close. 2. The original contract estimated fees for various tasks. During the course of the contracted work the consultant was able to complete tasks for less than the estimated fees. During construction,the contractor has not completed the project within the allotted contract time including leaving the unfinished job site during an ongoing contract dispute resolution process, and thus the contract with Grady Minor has been extended and must be extended again to allow the firm to continue to be available for construction administration and project close-out services as originally intended in Contract Amendment#3. 3. Without this change order approval, Grady Minor will not be available to complete the contract administration and project close-out work as originally intended in the contract and subsequent amendments. Additionally,their participation is needed in the ongoing construction contract dispute resolution process. Dgmlly stoned by onley_r wile r DNE=Robed.VNley®mllleicoun1yfl goy,CN=wiley_r,OU=LDS User am...,W=GMe PR L.a Develepmenl Sv¢,OU=Planning entl RapuUllon,GD=GMD,DD=Diuuionc,DC=brc,OC=collieigov, Danes Prepared by: Dale:2021.1115170305.05.00' Date: Robert Wiley, Principal Project Manager, Stormwater Mgmt. Section Capital Project Planning, Impact Fees and Program Mgmt. Division 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. Justin Frederiksen PE Digitally signed by Justin Frederiksen, PE Accepted by: Date:2021.11.19 10:49:37-05'00' Date: Justin Frederiksen, P.E., Vice President Q. Grady Minor and Associates, P.A. Accepted by: (N/A) Date: (Design Professional and Name of Firm, if project applicable) Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES 69 • 1 1 Digitally signed by McleanMatt ew v M c L e a n M a tt h ew Ac aEnts.DU=.M D PROperlation and Reg,CN=MMgrnt, aUhew,Pla Ong and User Accounts,OU=GMO PR Operations and Regulatory Mgmt,ov,Planning and Regulation,OU=GMD,OU=Divisions,DC=boc,DC=colliergov,DC=net Approved by: Dale:2021.11.1912:43i0-0500' Date: Matthew McLean, P.E., Director Capital Project Planning, Impact Fees and Program Mgmt Division Digitally signed by ScottTrinity SDatetT202t.11.23 Approved by: 12:52:55-0500 Date: Trinity Scott, Deputy Department Head Growth Management Department SchneebergerSara Digitally signed by SchneebergerSara Date:2021.11.24 07:52:01 -05'00' Approved by: Date: (Procurement Professional) Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin Rp BCC ES 1 1 70 Change Order/Amendment Summary COST TIME CO# AMD# Description Days New Justification Additive(+) Deductive(-) Added Amount Correct Scrivener's Correct transposition of two 1 error on Schedule numbers in the total fee amount B, Section 2 Add 1st Year of Addition of Construction 2 Construction $190,844.00 162 1257 Administration for Year 1 Administration anticipated in original contract. Addition of Construction Add 2nd Year of Administration for Year 2 3 Construction $199,516.00 Administration anticipated when Amendment 2 only funded Year 1. Addition of Speed Safety issues raised by residents 4 Table Design $8,646.00 180 1437 for Transportation Operations to design traffic calming facilities. Additional Time and Funding for Construction not completed by 1 Construction $27,954.00 contractor, must keep Engineer Administration under contract until close-out. Construction not completed by Additional Time for contractor, must keep Engineer 2 Construction 119 1556 under contract until close-out. Administration Additional Time for Construction Construction not completed by 3 Administration and 156 1712 contractor, must keep Engineer Reallocation of under contract until close-out. Task Funding Revised:01/14/2021 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC BCC ES 1 1 G 71 n n T. D z -0 o_o v p m ;o p = = CD. o a m (n °' Gl O CD r+ rD CD a T • ao' A -� r« r) m Q _ c h CM h 3 0 o DJ Q o n a) � a D) 04 o N a O O r+ `* Du it w it N m r r+ o m X 7J c J n onvs � -0 O D rD rD 0 - o D c = v or . �, r* = CD a rt d o rD O o n v r+ O c^ 0 V to o n o O vs O Ort c O 3 � W 7 N 0) .--r 8-I-r --% = (D > > -. a °+ N fD -• -< h a) v --I + rt B. O p CD w c O rt /77 c- rD n n c C78 n ih in- in) ,rt w i/)- I-S i)- IA W NJ W NUl W ,N N.) d n ih N A iIn- LT, U1 00 W i� W = S O I-, O O F, N A l0 O U9 1--> �I O n 3 U'I O Cn O O 0o N O O N In N C CDr t0 O O O O A Ui O O U1 O u1 0 a z as i/h vs. -vs- ,- d O W 00 I+ {n- W {� N n O CD in- 01 NJinin- UA'7 i/). Ui Ui Ls) int•up W '''' fCD 0) O O O O NJ A l0 O U1 I-+ V O O Q- O in U1 O O 0o N O O N in N c N O l0 O O O A Ui O O U1 O U1 K O 7 D rD -0 N 00 W ill- O O -0 I-' 00 1-> 1--A 3 d O(A O Q1 i/) A in) O in- in- inh in- in? in)- , ,-r rD I-- O O 1--, O O O O O O O O v, p Q U, U'1 O O O O O O O O O O = l0 l0 O O O O O O O O O O I t 72 leGrady Minor Civil Engineers • Land Surveyors ■ Planners • Landscape Architects November 18,2021 Robert Wiley,P.E.,Principal Project Manager Stormwater Management Section Capital Project Planning,Impact Fees and Program Mgmt.Division Growth Management Department 2685 S.Horseshoe Drive, Suite#103 Naples,FL 34104 RE: West Goodlette-Frank Road Joint Stormwater-Sewer Project Reallocation of Funds P.O.#4500179447 Dear Mr. Wiley: Q. Grady Minor and Associates, P.A. (GradyMinor) respectfully requests a time extension and a reallocation of funds for the subject project/Purchase Order(P.O.). Time Extension: This request is for 156 additional days to allow GradyMinor to continue to be available to work on the project while the construction contractor and the County proceed through the contract dispute resolution process and resume work to complete the project. Reallocation of Funds: This request is for the reallocation of existing funds from completed tasks to Construction Administration and Reimbursable Expenses as follows: Task Description: Current Balance: Proposed Reallocation Proposed Reallocation Changes: amount: WGF Infrastructure ID $12,430.25 ($12,430.25) $0.00 BODR $7.50 ($7.50) $0.00 Design $931.25 ($931.25) $0.00 Permitting $3,855.00 _ ($3,855.00) $0.00 Bidding $150.00 ($150.00) $0.00 Project Management $9.25 ($9.25) $0.00 Reimbursable Expenses $11,554.84 ($11,454.84) $100.00 Amendment#2 $2.00 ($2.00) $0.00 Amendment#4 $3,141.00 $0.00 $3,141.00 Contract C/O#1 Construction Administration $20.50 ($20.50) $0.00 Contract C/O#3 Construction Administration $0.00 $28,860.59 $28,860.59 Totals: $32,101.59 $0.00 $32,101.59 Very tr yours, Ju in Frederiksen,P.E. Project Manager Q.Grady Minor&Associates,P.A. Ph.239-947-1144 Fax.239-947-0375 3800 Via Del Rey www.gradyminor.com Bonita Springs,FL 34134 . h 1. G .2 ) \ \ { ] 7 § { k k = r E L 0. {k ( E§ § § § \\ .0 §Ics § f {� iTs -0 `\ ®k \ \\} o SA }\ /\oD 0. \\ B s e 0 0 ! ; # K k k # \ k ` to \ E ( \\ \ \{ o \ _ ; 7 k ] - ) 2 2 ! 0 ( E a v § ! ! ; \ ▪ § {# } ▪ ; _ ra u. t = T., ) § k - 0 E a | \E k - |! © Z o 0,■ Q. !, 2 7a./ \- 2,m : \ /! ; ; _ ; = I e \§ \§ ! — 01 C* _ . 1 Collier County 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:Diana Dueri Division: Engineering & Project Management Division Director:Tom Chmelik Vendor Name:PWC,LLC Amount:$6,053.63 Contract#: 19-7611 Purchase Order:4500202742 Why is this deemed a non-compliant purchase? Choose one. Contract ✓ Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. The contract drawings were developed based on information that included the location of existing utilities provided by the utility owners. During construction it was discovered that the existing gas main along US41 was not where it was anticipated to be based on data provided by the utility owner. As a result, it was necessary to adjust the alignment of three horizontal directional drills (HDD) to avoid conflict (or risk damage to) the existing gas main along US41. Due to the revised configuration of the relocated HDDs, additional fittings were required to be installed. The additional cost for the materials and labor to install the additional fittings was $6,053.63. The additional work was discussed in project meetings, but written direction (WD No. 6) from the Owner/County was not provided until after the work was completed. Per the contract, written authorization is required prior to any additional work being performed. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Staff requests payment of$6,053.63 for the work completed per WD No. 6. Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? Staff will be sure to provide written authorization before any work is performed that is not included in the contract. The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Diana C. Dueri oaeazozi o25yo;o; o-oaroa Date: Digitally signed by ChmelikTom Division Director: Signature: ChmelikTom Date:zo2,.,,.os,e:o,:4s Date: 04'00' 2 m n y w y r o`N,g.m=s n 9 O b o om l / as ys%>� ° �00 I �� ya~ a � n j3m � - i .9,� � ao o 0 S i H z r� o z� ao' Q`� :v h% o. O C) 3 j a C o N N ! a.oga> 8$.� A h1 _ a �4 ro�o o. �. my IIIIII �G 'o �� NV yrt �' `. ti 3 0 roa ro ro °o' o0a O y k7 ,T g a a:°o `. 3 ro a °'"n y30. o a CD o n s. roy �. .3 vmF o''_ F 3 7. v I »F n a v .'m.orj o 00 0' �d o..,, b x ❑ C no � R �. ay v N z 'a m o. o�. � .o pq- 7n ft z ^ ,ID v =R n a AD 1 e a: 5 yn N N O^ .s v O 0 - d 9 ` 0 n i II K " 3E. °�' 0 PI -3 g--1 y Y ^-i n o °�o° a 0' 1 P. .li,`® o y t4 C y o h E. P n n o M o n za x ro m m o '= y b m y O r y w .1 o o ,,LP a K y ,. x x d " o n b > d i G n ro n y ro O - ' r'� n y - 71 v SU w w C• r, ft n c. y _ - to o m .�„et y o y ° u n y g H 9 t7 r m O µ c7 .O to , co E. b d + a A a U 50 C 13 3 h� 3 r > R a + A y 2. o c. pp O 3 t.., r w O .. A. O v^ _. T o ' b a F rm 4t a o b g A 4 91 .o . v .� 6 3 C ❑' a. a. a. 9' 7- , N O N A $, ��+ a v� rn v, cn sn w v� to to cn N 3 y r •" . N N a a a p W b CO N w 00 1 v U lJv v v wa ^b .. A O A IWOcA A O O w W O O L I I 1 f t F. t 4 p1 I I 1 1 G • 3 b . m o o, 8 8 8 N 8 8 8 8 2 8 8 > 8 8 2 8 . 0 . ... > W N .. 0 e 0 ,n > ,.> N _ 8d ee b a I f i • i ,a ,a a+ G 3 0 °A ' " z - - 6' 5. -. 2- o c 2 e 8 n R o 'R iy �i, n m . m v o' 9. i wo - e2. o a 0 6 P s o w .. i 2 6 ,, 6 E S d a A PPT 'a o e H V. g s. y C. b "! .5 .88. aI. P. > ; fi n 6' .3 'a . i. E. 0 H z z R. z I H z ! it > -' c 8 .. .. .. `6' u c c wo r g g g 8 g o 0 0 0 0 0 0 g 0 8 8 8 8 8 8 8 8 8 0 0 0 8 8 8 0 0 0 0 g.� f ,ci E a p E -a :;: : ; : ; ;::; > ,' .' q E - EEE HNNotiNWtl El o888888080 888888 2 o m 8 8 0 8 o a 5 r. 0 0 0 8 8 8 8 8 8 8 0 0 8 8 8 8 0 8 8 8 8 o 0 0 o o 8 o 8 o g 0 8 n o g,8 p 8® ro w w a Q j e on o $ > g oo ' s000e888 880 8808og8UN a< m i a ° 8 0 8 0 8 0 0 0 0 0 0 0 8 8 8 8 0 0 0 0 0 0 0 0000000 Go 0 0 00 y" m M T ro o O pp 61 N ,�No N tz N N N N a y w N E j N A J ~ y N O tAii W , 1 by Cet. § u o 0 0 0 E { NP E, O V 8 � A O O O O 0 0 O A 3 � �„y R. 0 0 0 0 0 0 8 N 0 0 0 0 O O 0 8 8 0 8 8 8 0 a o 8 8 8 0 n a 4 G g •y8b 8 x• b 1 • g f g. o g o 8 8 0 0 :s 0 0 0 08880 8 88 880 00 8888 000 0 n.t H y [ F b 9 S om R. - _• e 'b tel O b 5.1 d ne , u8, ^y' m 8 y N 8 a :'• 8 8 �. `- 8 $ 8 a 2 8 N o 8 > 't•' n 9 a o ,0 N 1,, '�yo _ 1-•Q w N N • _ N +a n n N 8 $ 8 8 8 8 8 g 8 8 8 t^ 8 A 8 e 8 8 8 8 8 8 8 ,.-5 0 8 0 8 0 0 8 8 N o 0 0 84, 888 0 0 o 8 8 8 8 a o 0 o e 8 8 8 "J g Q ,n = r> e 8 8 8 m 8 M - 8 8 8 t3 8 H N H H H H N 69 8 H H N 2 G E b 0. b to rn N 0. 1, e w ,n 1., 7v o 0 8 e 888 § 8 8 n. 8 O O O 8 8 O O 0 0 0 0 0 0 0 8 8 g 0 O fT O 1 R 4 a o m b � , - o e , t a ,, a WG n m j W N ,, o 3 g a g y si .. i z d z 0 0 0 0 0 g w d d o 0 t 0 0 0 0 o m ' 4 2' 2' 2' d a d a - n R. q 2. 0 n P n P R. p R g U E eo N y _ _ .. _ _ 0. r < R b n ^ ,� o "pp •o 2 . p r m — g p Q d - n g g d 3 w N E o _ _ R w ry , p o cocnn < R n y `- — w 6' H E. m F a 3 0 c '�"' F. 2 n a v,0 8 _ o' rn = N g-m c 0 0 t8{ Et 3 2 „ > a f. Ew O • p o P o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5'3 ^C D b g rria rri' E -C K C H 2 o o R z 0000 w a aoo oN 00008 • 2 { 0. ri o d N o ff O ® rn J N 3 < w } n o 0 0 0 0 0 0 0 '' o 0 0 0 0 0 o r, d 'd 5 Nmo dE Fa N v 6 2 n c o O O o O o O m 2 O O to 'O 9 0 d 0 vti .1 �.^ o E n. w r, F p w a� P o O O 6 6 O O o o O• O o o O O J n a o y f. fn K b ii w by g.d e.• rA m r ,0 .° 1 m �. ,4. 0 6 5 2 collier County 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:Peter Schalt Division:EPMD Division Director:Tom Chmelik Vendor Name:Layne Christensen Company Amount:$23,946.00 Contract#: 15-6469 Purchase Order:4500210270 Why is this deemed a non-compliant purchase? Choose one. Contract ✓ Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. During the course of the contractor executing the project scope, unforeseen conditions were encountered in the field in the casing hole once the drilling commenced. A leak developed in the flange of the piping, which caused leakage of fluids. This had to be fixed immediately to remain in compliance with the permits and to avoid potential fines from the FDEP. The contractor immediately provided the fix, but the work directive followed the repair work because there was not time to wait for a work directive issuance to address the issue. A work directive was issued subsequently to authorize the additional work that was necessary to repair the leak and obtain compliance with permit conditions. The work is funded from the Board-approved allowance funds. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? That the Board approve the subsequent issued work directive for the repair work to allow final payment to the contractor in the amount of$23,946.00 to be able to close out the contract. Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? Future negotiations and more timely issuance of work directives will be expedited and prioritized prior to the contractor completing the work. The requestor affirms that to the best of their knowledge the information provided in this document is true. Digitally signed by schalt_p Requested by: Signature: schalt_p Date:2021.10.05 09:47:13 Date: 04'00' Digitally signed by ChmelikTom Division Director: Signature: ChmelikTom Date:zo T.nio.os,o:aroo Date: 04'00' 6 RECEIVED I l (., OCT 5 , 2021 HOLE MONTES, INC. EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier CountyBoard of County Commissioners(the OWNER)or Collier County Water-Sewer Owner's Project Bid No. Manager's Name: Peter Schalt Project No. 15-6469 County's Division Name Planning&Protect Management Purchase Order No, 4500210270 Submitted by Contractor Blake McCullers Application Date: 10�05i'2021 Representative: Name Contractor's Name& Layne Ctirl tonsan Company 5741 Zip Drive Fort Myers,Florida 33905 Payment Application No. 2 Address: Original Contract Time: 1zo Original Contract Price: $243,960.00 Revised Contract Time: 12o Total Change Orders to Date: $o Revised Contract Amount: $243,989,00 Total Value of Work Completed & $240 015.00 Stored to Date: Retainage $ Retainage @ $ through [Insert Date] 00.00 date] 00.00 Retainage @ % $00.00 Less Retainage $0 o.00 after[Insert date) Total Earned Less Retainage $ Less previous payment(s) 216,069,00 Percent Work Completed % AMOUNT DUE THIS $ 23,946.00 to Date: 100 APPLICATION: Percent Contract Time 100 Completed to Date: _BeLiquidated Accrued Damages to $00.00 Remaining Contract Balance $3,954,00 ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1)all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge In full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims,security interests and encumbrances(except such as covered by Bond acceptable to OWNER);(3)all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Layne Chrlatonson Company Contractor's Signature: —Date: ioroW2o21 Type Title: Manager Shall be signed by an authorized Project g representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION Is recommended by: Design Professional's Name: ur 9 ab ww a e,m. W� Signature: Dawn B. Bernard o.,ezoz,;o;,,'5z:5s �. ate: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION le recommended by: Owner's Project Manager Name: Signature: Date: J to 7 Contra..Nemo m 0 em 5 reea. PERIODIC ESTIMATE FOR PARTIAL PAYMENT P00 Fl Dal 1500210170 Neme Of POMO: NCRWF DEEP NJECrpN WELL IW1 REHABILITATION,156e5M'ELL TESTWO 6 DRILLING FOOT Flo.Pol.No, Ma Pmloale EMN._ OS-FINAL Wed/CemplMed Rom: n IO/N m/H GI/Purchase Order No.un0210270 CON/PACT SUM IPMM/10 tlie..1 ORDER NOS( cosi.Ito..01.611010 DATE M.,sLS 1.00 a Caxi•eay.xry pa l.eMeHu t LS bum sse.l¢S.m - 6 - ,m I. 141..m t IDIOM {wm - OD. - 1 I 42f0.1:0 - OD.1. c^xi•tsrwlwSmmn 1 Ls sm¢M455 sl¢l]xa^m - s - Im S.1 b,MSW OS MD.$In:am! Sd mmxs {Imm t tamvA$ m01070 lmnm OS.i • ] COS i.]m...nmiw •/wul C•mmnm.cen•Ic mwek •v;NF.m • - 1 $MOWN. nlmiY6 slt4msm O.]u ]uLx s sRmu Yx•11 a m6emm ¢ �rM s {•mm ASMbnal m• Chinos MdmIllapp$0010 ... PPOOLO. LbrbO 6awwcmmNmMnceele lAsamwlwsk IL - ¢ 4 TOTAL CONSTRuc7ON COST•. I!215e610I I 1IL5a1 lt0obemI tsra I Rm mI I•um1• vo.ot mI S1114.011 •x4Am•FS1 Ri Ln•G.4'Im. OFIL n.wl I Smm 11 ml uu•w wb mm rAvuar......................_.........___.____..____.._._ 3 RSe•60 •wA wro+-e~ nm ems..,, en'^y nra.•pn e$NM051,n.w..L r=P IMal ew./awe /y. row°ru..xlx•w.•N..n•I!/..n.ur•rnuL..r.�wnin... •r,low 0••I•µwx.•w...00'r/I.rr•I NIA M« .e Foy .Cr= ' %lt:?.,. cw•wr. 7/n m 41,par•41 mA $.05.ma O i s el Sign/.• .. CONSDmo.n0rcrn 0L7E0EN¢N nrv.imN51y4�SyT8,"RR4.ato+.. o-w.,.wl.eme,.Ie ...IdurIM14•11450,20nv Dawn B.Barnard°"`^'°'W^6°m..�""`MmeL.M'- mFIF,00011laeE:hm.y.pm,¢•U5 Dm^ANP B�,W.m11..m,�;,r.2D2,.,IL051,3521.0¢mNDe1.1 8 1I1 Colter County Collier County 3 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:Frank Inzano Division:Wastewater Collections Division Director:Beth Johnssen Vendor Name:LJ Power Generators Amount:$7,169.99 Contract#: 18-7324 Purchase Order:4500205513 Why is this deemed a non-compliant purchase? Choose one. Contract � Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Staff issued a purchase order to LJ Power the vendor on contract for generator rentals to uninstall and remove rental generators. The purchase order should have been issued to Powersecure the generator maintenance, repair and installation vendor on contract. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Request payment to LJ Power Generators for Invoice #18026, dated 8/11/21 in the amount of $7,169.99. Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? Staff has been made aware of this oversight and will ensure any further purchase orders will be issued to the correct vendor on contract. The requestor affirms that to the best of their knowledge the information provided in this document is true. Digitally signed by BowerPat Requested by: Signature: BQv/erPat Date:2021.11.0811:12:48 Date: 05'00' Digitally signed by Johnssen_b Division Director: Signature: Johnssen b Date:2021.11.0811:08:26 Date: — 9 1 I G voiLJ POWER11111111111/11011111 Invoice L.J.Power,Inc. Date Invoice# 12707 Nutty Brown Road, Bldg F 8/11/2021 18026 Austin,TX 78737 Bill To Ship To Collier County Board of Pelican Bay/Generator Staging Site County Commissione 6200 Watergate Way Attn: Accounts Payable Naples,FL 34108 3295 Tamiami Trail East,Ste 700 Naples,FL 34112-5749 P.O. Number Terms 4500205513 Net 30 Quantity U/M Item Code Description Price Each Amount Service Call: Generator Pick up Date: 12/3/2020 WO#20090292 20118-120-EJ 1 Forklift-FL-JBe1 15K Shooting Boom Forklift 3,260.54 3,260.54 1 Forklift Supplies-... Lifting and Rigging Supplies 809.95 809.95 1 Delivery/Pick Up-... Delivery and Pick Up 379.50 379.50 32 Labor-FL-RFri Labor 85.00 2,720.00 EIN#:47-1048260 Toth I $7,169.99 Frost Bank Wire Info Routing#: 114000093 Account#:591664999 Payments/Credits $0.00 Phone# Fax# Web Site Balance Due $7,169.99 737-703-5000 737-703-5100 WWW.LJPOWER.NET 10 Collier County Collier County 4 Administrative Services Department After the Fact Form Procurement Services Division Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such `After the Fact Procurements"will be reported to the County Manager. Requester Name:Randy Lewis Division:South Water Public Utilities Division Director:Steve Messner Vendor Name: Layne Christensen Company Amount:$ 78,850.00 Contract#: 15-6469 Purchase Order:4500211976 Why is this deemed a non-compliant purchase? Choose one. Contract � Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. The division did not execute a change order to extend the completion date within the time allotted. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Requesting payment to Layne Christensen for payment application #1; dated 11/11/21 in the amount of$78,850.00. Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? Cost Center Manager will take corrective action to ensure future change orders are submitted in a timely manner. The requestor affirms that to the best of their knowledge the information provided in this document is true. DatDigitally ea 202g11.1d 61L0:50:9andy Date: 11/16/2021 Requested by: Randy Lewis Signature: L@WISRandy _os,00, Steve MessnerDigttallysignetlbySteveMessner Date: Division Director: Signature: Steve Messneroa,e:2o2,.,,.z3o9:49:33-oe�oo� 1 } 1 1 / ) / / \ \ § g 0 0 w o z n / $ § \ $ n = a HowzOI z a 0 \ $ 7 / 99 § -< in m -I n / .. XI- -I � IM I S3 ° r0, 7zco > 0 ] -< § m ® E § ' -< 0 i • / .0 � CM \ Z o j/ \ f � ® c / > CD jNi, \ \ § zox 0 m "/ / I � � / � 7 \ § q / � § $ c � � k O -Do Cl) � § > q2 § C j / � % / //_ \ \ \t \ / •0 § / �cp § \ ..o 70 § ) - i 1 � XCn § k0 C > \ \ , \ K \ � � ® 7Jm - o0>CD C ? 2 > F17§ 2 > gJ j Sc_ \ 2 - m m ° a •/ ? �»ƒ w ? § 0 § a/ \ mkj § f Z-I r > rn » 2 m@M9, wee !so :' < 0 K '' nA = nrw � wnzo : o m m m = ° ncmomoorX ° z o Ea n k § § \ > \ ® ou' k ° 0 - -, k § nz7Jm > o > > > -. § § ) § � mwm > nonzr w � < mmg ® on ® Z « § a oa § §/ � � m2 ; � % r I � Coom I S © 2q ® rK -I x > - co 0 ƒ -1 > m � mwn � »' QoI0 fxi Qrm wo > w E ; a 2ce � 0 � § 2 n n > \ maq = mmC D /z ? z /m $ § > a 0 m 1- 0 r -0 > a > k z _i z r Q § m x m •3 — > > o -4 / z o 0 m -i g 3 4 I z z a z z -1 rnrn > m o m < 7 tn > cn 00 2 I m k k 03 \ _ ■ ) _ e ) e e e Z 0 > ® ) _ } 0 ±e _ e \ G m § 9/ / // - f / J Z \ § � / \ \ /\ 0 oo ' a00000 / 2 & 0 0 0 0 0 0 0 0 N) 12 h 1 G O) (n ? co N N —' O co co o) = CDC 0 3 7 3 N << 3 m p cn o = < O 0 p) CD -D (D CD C � n• -0 n < <2'_ 3 co0 N 7`7 coG) C N n ID co —I Z a a n m m 71 g v x —I cn 0 —I r Cn A m N N N N N N N s Z () -I MMMMMMMM Z D D D D D D D D "4 EA EA EA EA EA EA EA EA C co N (D (O (n N J co Z �n 0 0 0 0 0) O O A +V/ 0 0 0 0 cm, co O co () O O O O D O O Cn T O O O O Cr, O O O O11 X O O O O C) O O(fi EA EA Efl Efl EA EA EA 69 f IT CD W 0 Mt —I A j -CO 0 Co) t, Co AA O v D 3' (I)cn o 0 0 o w o o a r 111 0 o O o o CT) 0 0 CO ,I. - 0 0 0 0 (n o o cn o OOOOOOOO es 0 0 0 0 0 O 0 0 its DC �' So 00000000 I� Z C m r C N N e l EA EA EA EA EA EA EA EA D fA 'o Li> 0m < 11111111 • � c o N N.) N N N N .-. I= Z Cn t! EA EA EA EA EA EA EA EA V pp A co W -, .P .P O r = ,� o 0 0 0 0)) 0 0 Co n cn 'O 0 0 n 0 co0 ( (n o = 0 OOOOOOO o 0 0 0 0 0 CD 0 O C O -6 (: 0 N N Fs) NNNN -,. I- -IDa CI cn r co 0 iD *A EA EA EA EA EA EA EA EA y v co 1 , 0 pp P Co w -, 4, — CO r O N CON OD 0 0 0 0 (Or, o o (0r, XJj r N N 0 0 0 0 0 0 0 0 N N _ 0 co O O O O O O o O E o - OOOOOOOO 13 W o O o O o O o o 0 0 0 0 0 0 0 0 0 I G 13 5 Collier County 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:James Williams Division:Facilities Management Division Director:Ed Finn Vendor Name:Capital Contractors LLC Amount:$134,293.50 Contract#:19-7525 Purchase Order:4500210299 Why is this deemed a non-compliant purchase? Choose one. Contract � Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Following a fire occurring on or about 2/17//2021,vendors on the General Contractor Contract(Contract 19-7525)were asked to supply quotes to restore the Clam Pass Concession building. Capital Contractors LLC was selected to perform tasks associated with restoring the Clam Pass Concession building. The approved scope of services included mobilization, creating construction documents for structural work, completing structural work, completing roofing and related work, inspecting electrical systems, restoring power to HVAC system and verifying working status, new drywall, paint and finish, and restoration of ceiling tiles. The Request for Quote(RFQ)provided a total of sixty days to complete the project. Work commenced on 04/08/2021.Actual duration of work was 148 days. Work was delayed because of several factors including: longer than anticipated permitting phase, numerous unforeseen conditions, Covid related scheduling and staffing difficulties, and material availability delays. While the duration of work exceeded the time provided in the Request for Quote, in staffs view the conditions leading to the delay could not have been anticipated or controlled by Capital Contractors and the delay did not create quantifiable damages. Accordingly, assessing liquidated damages is not recommended. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? That the board authorize payment to Capital Contractors for pay application number one ( final payment) for the agreed-upon amount of$134,293.50 relative to the approved restoration scope of work at the Clam Pass Concession Building including work performed after the final contract date of 6/2/2021. Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? Capital Contractors and the County entered into the Clam Pass restoration job lacking sufficient understanding of site conditions and made inadequate allowances in the schedule for the impact of Covid 19,delays due to material availability,and unforeseen conditions. Moving forward, Facilities Management staff will work with due diligence to develop the most thorough job scope possible and provide appropriate consideration in the schedule for known and probable conditions that could impact the completion date. In addition, Facilities Management staff will exhibit greater care when monitoring job progress in order to obtain and submit punctual time extension requests (when determined to be appropriate)to minimize after-the-fact procurement actions. Finally,the contractor and County staff have been advised to submit time extension requests before completion dates expire. The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by:James Williams Signature: WilliamsJames Dalt!2029123Y1853.2.O500' Date: Digitally signed by FinnEd Division Director: Ed Finn Signature: FinnEd Date:2021.11.23 08:45:49 Date: -05'00' 14 1 I (. U this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT JumebVv i'ms (County Project Manager) Bid No. . canter county Feciouee Nenegement (County Department) Project No. 52103,1 Collier County Board of County Commissioners(the OWNER) or Purchase Order No. 480021o29g Collier County Water-Sewer District(the OWNER) Application Date August S.2021 FROM: AdamAhrr,.d (Contractor's Representative) Payment Application No. 1 (Revised)Fe* Copilot corerecore,LLC (Contractor's Name) for Work accomplished through the Date: PO13 strode stet.a.,Suite 108.woks,Pl.3410A (Contractor's Address) April 8.2021 thru August 20.2021 RE; Building Ropoira Own P.m (Project Name) Original Contract Time: N/A Emergency Pro*: Original Contract Amount: $ 134,243.50 Revised Contract Time: Total Change Orders to Date $ 0 Revised Contract Amount $ 13.1.293.50 Total value of Work Completed Retainage @ 10% thru[insert date] $ 0 and stored to Date $ 134,293.50 Retainage @ ._„_off after [insert date] $ o Less previous payment(s) $ 0 Percent Work completed to Date: 1o0 % AMOUNT DUE THIS Percent Contract Time completed to Date NA % APPLICATION: $ 134,20.50 Liquidated Damages to be Accrued $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through 1 inclusive;(2)title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens,claims,security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due;(4)and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall,in fact,be added to the revised contract and shall be incorporated Into a future Change Order: By CONTRACTOR: CAPiTA_CONT a (Contractor's Name) (Signature) AR OWNER (Type Name&Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional ; _ (DP's Name) (Signature) DATE: (Type Name&Title) Payment to the CONTRACTOR for the above AMO F.IH APPLICATION is approved:�j DATE; / /G/� / By OWNER'S Project Manager: .r..__._._ ...._�(Signature) - James lams, acilitles Manager (Type Name and Title 1 5 n -D -a 4 as't. 0 a a — co co a 1 — i fi" 'a z CD (7, cn , ' 1 I ' R , 2 '4 !i13 c-) a 0 m ii. a 0 ts 4 K' E 1 ,i cc a, rs i FA a'. z - 42 444444,4 4,, a g '- .1: 2.. iv i..) -cri ip ---. .4. < p . ,• , .8 888088 1,,,, _ i.' 1:- 111,! a 25' 888 tssr g5 888 888 - - ,, E -• ' 1 - •,„. W 0888088 ti. 1 i i 1 0 i 5 cl g 0 6 t $ $ 8888 g 1 "ggsgsgg Zur —1 gq . , .... 0 r) lo, 4.4 VP 44 44 cy . i F Fi, a 50 ,, 888 8 8 8 8 1 ae ae * be ag be at 'ir 1 [6, g g 8888888 5- . ggggggg