Loading...
Agenda 10/14/2025 Item #16E 9 (Administrative report by Procurement Services for various County Divisions after-the-fact purchases requiring Board approval)10/14/2025 Item # 16.E.9 ID# 2025-4221 Executive Summary Recommendation to approve the administrative report prepared by the Procurement Services Division for various County Divisions’ after-the-fact purchases requiring Board approval in accordance with Procurement Ordinance No. 2025-34, and the Procurement Manual in the amount of $107,500.51, and an emergency purchase in the amount of $48,000. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board’s approval/ratification for various procurement-related transactions that were not in compliance with contract terms or procurement policies. CONSIDERATIONS: In accordance with Section Twenty-Two (Unauthorized Purchases) of Procurement Ordinance No. 2025-34, all purchases shall be consistent and in compliance with the Procurement Ordinance. Purchases made contrary to this ordinance are not binding on the County. In accordance with the Procurement Manual, those purchases made not in conformance with the ordinance, policy, procedure, or contract terms require an after-the-fact form reported to the County Manager and the Board. Staff is requesting that the Board accept this administrative report and authorize the timely payment of outstanding invoices. This administrative report includes the following for Board approval: 1. After-the-Fact Submission – Earth Tech Enterprises Inc. The Coastal Zone Management Division is submitting this After-the-Fact request for services provided by Earth Tech Enterprises Inc., using Purchase Order #4500234036, (Contract #21-7885) related to the Marco Island Beach cleanup after Hurricane Milton. The work was completed without an executed Notice to Proceed as required by the contract. The total amount for approval pending payment is $7,235, with the funds available in Fund 1105-110406. 2. After-the-Fact Submission – R2T Inc. The Engineering and Project Management Division is submitting this After-the-Fact request for services provided by R2T Inc., using Purchase Order #4500217774, (Contract #21-7938). A stop-work order was initiated and executed on January 15, 2025, to ensure sufficient time was available for the contractor to perform the remaining scope of work. During this stop period, Change Order #7 was approved to permit the purchase and installation of the required moisture trap equipment. In accordance with the stop order, no project-related work can be performed during the period; however, the contractor proceeded with ordering the equipment during this time. Work officially resumed on March 19, 2025. The total amount for approval pending payment is $13,606.80, with the funds available in Fund 4014-263614. 3. After-the-Fact Submission – Douglas N Higgins Inc. The Wastewater Division is submitting this After-the-Fact request for labor and materials provided by Douglas N Higgins Inc., using Purchase Order # 4500236270, (Contract #20-7800). This work was completed between December 13 and 19, 2024; however, the invoice was not received until July 22, 2025. The total amount for approval pending payment is $21,880.81, with the funds available in Fund 4008-233352. 4. After-the-Fact Submission – Grainger Industrial Supply The Wastewater Division is submitting this After-the-Fact request for parts and equipment purchased from Grainger Industrial Supply, using Purchase Order #4500236808, (Contract #25-900-PB). Upon invoice review, it was determined Page 3557 of 6526 10/14/2025 Item # 16.E.9 ID# 2025-4221 that the parts ordered and subsequently invoiced exceeded the Single Quote threshold of $3,000, and no alternative procurement method was utilized to support the purchase. The total amount for approval pending payment is $44,077.40, with the funds available in Fund 4008-233351. 5. After-the-Fact Submission – Illinois Tool Works The Utilities Finance Operations Division is submitting this After-the-Fact request for parts ordered from Illinois Tool Works, using a Single Quote Purchase Order #4500234272. The Purchase Order was opened on October 14, 2024, for a blanket amount of $3,000, and parts ordered totaled $4,619, exceeding the allowed Single Quote threshold. The total amount for approval pending payment is $4,619, with the funds available in Fund 4008-233313. 6. After-the-Fact Submission – Earth Tech Enterprises Inc. The Coastal Zone Management Division is submitting this After-the-Fact request for services provided by Earth Tech Enterprises Inc, using Purchase Order #4500234734, (Contract #21-7885). The division requested a quote exclusively from this vendor. However, the contract requires that all vendors under the agreement be quoted, unless the work qualifies as an emergency and is awarded based on an established rotation schedule, which was not applicable in this instance. Additionally, equipment not specified in the contract was utilized and billed. Work was completed to the satisfaction of the County. The total amount for approval pending payment is $16,081.50, with the funds available in Fund 1105-110406. This report also includes an emergency purchase made by the Wastewater Division on September 22, 2025, to Southern Sanitation Inc. after the agency’s requisition submittal deadline of September 18, 2025. As a result, the purchase and related services were initiated without an active Purchase Order. The emergency purchase was issued to secure sewage removal, hauling, and disposal services to be provided through September 30, 2025. The total amount for approval is $48,000, with the funds available in Funds 4008-233351. This item is consistent with the Collier County strategic plan objective to safeguard taxpayer money by promoting fiscal stewardship and sound budget oversight. FISCAL IMPACT: The net total amount owed for six (6) after-the-fact items pending payment is $107,500.51, and one (1) emergency purchase order payment is $48,000. GROWTH MANAGEMENT IMPACT: LEGAL CONSIDERATIONS: There is no Growth Management Impact associated with this action. RECOMMENDATIONS: To approve the administrative report prepared by the Procurement Services Division for various County Division’s after-the-fact purchase requiring Board approval in accordance with Procurement Ordinance No. 2025-34, and the Procurement Manual in the amount of $107,500.51, and the emergency purchase order in the amount of $48,000. PREPARED BY: Josie Terga, Supervisor - Operations II, Procurement Services Division ATTACHMENTS: 1. After the Fact Report 2. 1. Earth Tech Enterprice Inc ATF & Backup 3. 2. R2T Inc ATF & Backup 4. 3. Douglas N Higgins Inc ATF & Backup Page 3558 of 6526 10/14/2025 Item # 16.E.9 ID# 2025-4221 5. 4. Grainger Industrial Supply ATF & Backup 6. 5. Illinois Tool Works ATF & Backup 7. 6. Earth Tech Enterprice Inc ATF & Backup 8. Southern Sanitation Inc. Backup Page 3559 of 6526 Item Solicitation & Contract #Purchase Order Date Description of Project Vendor Name Division Amount Pending Approval Description 1 21-7885 & 4600005532 4500234036 8/29/2025 Debris Cleaning Earth Tech Enterprises Inc Coastal Zone Management $7,235.00 The Coastal Zone Management Division is submitting this After-the-Fact request for services provided by Earth Tech Enterprises Inc., using Purchase Order #4500234036, (Contract #21-7885) related to the Marco Beach cleanup after Hurricane Milton. The work was completed without an executed Notice to Proceed as required by the contract. The total amount for approval pending payment is $7,235, with the funds available in Fund 1105-110406. 2 21-7938 & 4600005555 4500217774 9/4/2025 Installation R2T Inc Engineering & Project Management $13,606.80 The Engineering and Project Management Division is submitting this After-the-Fact request for services provided by R2T Inc., using Purchase Order #4500217774, (Contract #21-7938). A stop-work order was initiated and executed on January 15, 2025, to ensure sufficient time was available for the contractor to perform the remaining scope of work. During this stop period, Change Order #7 was approved to permit the purchase and installation of the required moisture trap equipment. In accordance with the stop order, no project-related work can be performed during the period; however, the contractor proceeded with ordering the equipment during this time. Work officially resumed on March 19, 2025. The total amount for approval pending payment is $13,606.80, with the funds available in Fund 4014-263614. 3 20-7800 & 4600005396 4500236270 9/10/2025 Plug Valve Vaults Douglas N Higgins Inc Wastwater $21,880.81 The Wastewater Division is submitting this After-the-Fact request for labor and materials provided by Douglas N Higgins Inc., using Purchase Order # 4500236270, (Contract #20-7800). This work was completed between December 13 and 19, 2024; however, the invoice was not received until July 22, 2025. The total amount for approval pending payment is $21,880.81, with the funds available in Fund 4008- 233352. 4 25-900-PM & 4600006120 4500236808 9/10/2025 Equipment Grainger Industrial Supply Wastwater $44,077.40 The Wastewater Division is submitting this After-the-Fact request for parts and equipment purchased from Grainger Industrial Supply, using Purchase Order #4500236808, (Contract #25-900-PB). Upon invoice review, it was determined that the parts ordered and subsequently invoiced exceeded the Single Quote threshold of $3,000, and no alternative procurement method was utilized to support the purchase. The total amount for approval pending payment is $44,077.40, with the funds available in Fund 4008-233351. 5 4500234272 9/12/2025 Equipment Illinois Tool Works Financial Operations Support $4,619.00 The Utilities Finance Operations Division is submitting this After-the-Fact request for part ordered from Illinois Tool Works, using Single Quote Purchase Order #4500234272. The Purchase Order was opened on October 14, 2024, for a blanket amount of $3,000, and parts ordered totaled $4,619, exceeding the allowed Single Quote threshold. The total amount for approval pending payment is $4,619, with the funds available in Fund 4008-233313. 6 21-7885 & 4600005532 4500234734 7/17/2025 Regrade Beach Earth Tech Enterprises Inc Coastal Zone Management $16,081.50 The Coastal Zone Management Division is submitting this After-the-Fact request for services provided by Earth Tech Enterprises Inc, using Purchase Order #4500234734, (Contract #21-7885). The division requested a quote exclusively from this vendor; however, the contract requires that all vendors under the agreement be quoted, unless the work qualifies as an emergency and is awarded based on an established rotation schedule. Which was not applicable in this instance. Additionally, equipment not specified in the contract was utilized and billed. Work was completed to the satisfaction of the County. The total amount for approval pending payment is $16,081.50, with the funds available in Fund 1105-110406. 7 9/25/2025 Sewage Removal, Hauling and Disposal Services Southern Sanitation Inc.Wastewater $48,000.00 This report also includes an emergency purchase made by the Wastewater Division on September 22, 2025, to Southern Sanitation Inc. after the agency’s requisition submittal deadline of September 18, 2025. As a result, the purchase and related services were initiated without an active Purchase Order. The emergency purchase was issued to secure sewage removal, hauling, and disposal services to be provided through September 30, 2025. The total amount for approval is $48,000, with the funds available in Funds 4008-233351. Meeting Date Total number of After the Fact Memos Fiscal Impact for Additional Services 10/14/2025 7 $155,500.51 Page 3560 of 6526 After-the-Fact Form Page 1 of 2 -DQXDU\ 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 are inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. Vendor Name:Reason for ATF: Other (Explain): Amount:Date of Purchase: Contract #:Purchase Order #: Describe goods/services purchased: Details of the Purchase: Have the goods been received, or have the services been performed? Yes No Has the vendor been paid? Yes No Action Required (choose one): Ratification of payment already made Authorize payment to the vendor Other (Explain): Why is this deemed a non-compliant purchase? Choose one. Contract Other (Explain): Ordinance Manual P-Card Purchase Order Division:Department: All fields are required and are based on the division and department structure. If electronic signatures are used, the date fields are optional. Requester Signature Date Division Director Signature Date Department Head or Executive Director Signature Date Earth Tech Enterprises, Inc.Contract - NTP Not Issued or Issued Incorrectly $ 7,235.00 10/8/24 21-7885 4500234036 Debris clean up services on Marco Island related to Hurriane Milton. Emergency purchase order was requested for the pick up and burial of shells in upland berm that were washed up from Hurricane Milton. Per contract 21-7885, a Notice to Proceed was to be issued upon issuance of the Purchase Order. In this instance for public health and safety the work was performed immediately after the purchase order was issued without the Notice to Proceed. ✔ ✔ Coastal Zone Management Transportation Management Services Andrew Miller MillerAndrew Digitally signed by MillerAndrew Date: 2025.08.20 09:41:15 -04'00' Jay Ahmad AhmadJay Digitally signed by AhmadJay Date: 2025.08.21 08:53:48 -04'00' ScottTrinity Digitally signed by ScottTrinity Date: 2025.08.29 08:17:10 -04'00' ✔ ✔ Page 3561 of 6526 After-the-Fact Form Page 2 of 2 -DQXDU\ Corrective/Preventative Action (choose all that apply). Procurement 101 Training Quoting101 Training Internal Process Refresher Training Review Procurement Ordinance P-Card Training Review Procurement Manual Other:BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB__________________________________ BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB By signing and submitting this form, I acknowledge that I am responsible for managing and overseeing procurement actions and contracts in line with the requirements of the Procurement Manual, the Procurement Ordinance, and contract terms. I understand that any after-the-fact approvals or other remedial actions that could have been prevented will lead to counseling, training, corrective measures, and progressive discipline, as appropriate, for both the employee and my supervisor. Additionally, I affirm my commitment to completing any corrective or preventive actions assigned by the Division Director to prevent future occurrences of after-the-fact purchases. Requester Signature Date The Division Director acknowledges their responsibility for implementing all necessary actions to prevent future occurrences of after- the-fact approvals. They also affirm that appropriate measures, including employee and supervisor counseling, training, corrective actions, and progressive discipline, will be provided to staff as required by the circumstances. Division Director Signature Date Reviewed: 3URFXUHPHQW Signature Date 'HSXW\&RXQW\0DQDJHU 5HTXHVWJUHDWHUWKDQ Signature Date Submit After-the-Fact requests to Procurement Services via the Jira Ticketing System. After-the-Fact requests less than $15,000 will be placed on the Procurement Administrative Report for approval by the Board of County Commissioners. After-the-Fact requests greater than $15,000 will require approval by the Board of County Commissioners via an agenda item. The Division is responsible for creating the agenda item and Executive Summary and providing all required documentation. Andrew Miller Jay Ahmad AhmadJay Digitally signed by AhmadJay Date: 2025.08.22 07:43:19 -04'00' MillerAndrew Digitally signed by MillerAndrew Date: 2025.09.23 11:28:30 -04'00' Josie Terga TergaJosie Digitally signed by TergaJosie Date: 2025.09.23 11:42:34 -04'00'9/23/25 Page 3562 of 6526 Page 3563 of 6526 Page 3564 of 6526 Page 3565 of 6526 Page 3566 of 6526 Page 3567 of 6526 After-the-Fact Form Page 1 of 2 $\JXVW Per section of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance Should work be authorized or purchases made that are inconsistent with County policy, procedure, or contract terms,DOO After-the-Fact Procurement Form is required. Vendor Name:Reason for ATF: Other (Explain): Amount:Date of Purchase: Contract #:Purchase Order #: Describe goods/services purchased: Details of the Purchase: Have the goods been received, or have the services been performed? Yes No Has the vendor been paid? Yes No Action Required (choose one): Ratification of payment already made Authorize payment to the vendor Other (Explain): Why is this deemed a non-compliant purchase? Choose one. Contract Other (Explain): Ordinance Manual P-Card Purchase Order Division:Department: All fields are required and are based on the division and department structure. If electronic signatures are used, the date fields are optional. Requester Signature Date Division Director Signature Date Department Head or Executive Director Signature Date R2T, Inc.Contract - Services Rendered During Stop Work $ 13,606.80 3/13/25 21-7938 4500217774 Change Order No. 7 (CO 7) was executed to authorize the Contractor to procure and install a CEM-Extreme-2P Moisture Trap (Moisture Trap) on the H₂S analyzer located at the MPS 302. CO 7 was formally approved by the Procurement Department on March 5, 2025, and subsequently ratified by the Board of County Commissioners on May 27, 2025. Materials were ordered during stop-work period. Construction associated with CO 7 was completed following the issuance of the official start-work order on March 19, 2025 and in accordance with project requirements. A Stop-Work Order was issued to the Contractor on January 15, 2025, in order to preserve the remaining days in the Purchase Order (PO) and ensure sufficient time to perform the additional scope of work, performing testing, as well as substantial and final completion activities, while CO 7 was being processed. Although work was officially resumed on March 19, 2025, CO 7 was processed and the Contractor placed an order for the Moisture Trap during the stop-work period. ✔ Engineering and Project Management Public Utilities Lourdes Santiago SantiagoLourdes Digitally signed by SantiagoLourdes Date: 2025.09.04 14:03:57 -04'00'9/4/25 Matthew McLean McLeanMatthew Digitally signed by McLeanMatthew DN: E=Matthew.McLean@colliercountyfl.gov, CN=McLeanMatthew, OU=General, OU=PPM User Accounts, OU=PUD Planning and Project Management, OU=PUD, OU=Divisions, DC=bcc, DC=colliergov, DC=net Date: 2025.09.04 15:32:31-04'00' 9/4/25 Jim Delony DeLonyJim Digitally signed by DeLonyJim Date: 2025.09.04 17:20:50 -04'00' ✔ ✔ ✔ Page 3568 of 6526 After-the-Fact Form Page 2 of 2 $XJXVW Corrective/Preventative Action (choose all that apply). Procurement 101 Training Quoting101 Training Internal Process Refresher Training Review Procurement Ordinance P-Card Training Review Procurement Manual Other:BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB__________________________________ BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB By signing and submitting this form, I acknowledge that I am responsible for managing and overseeing procurement actions and contracts in line with the requirements of the Procurement Manual, the Procurement Ordinance, and contract terms. I understand that any after-the-fact approvals or other remedial actions that could have been prevented will lead to counseling, training, corrective measures, and progressive discipline, as appropriate, for both the employee and my supervisor. Additionally, I affirm my commitment to completing any corrective or preventive actions assigned by the Division Director to prevent future occurrences of after-the-fact purchases. Requester Signature Date The Division Director acknowledges their responsibility for implementing all necessary actions to prevent future occurrences of after- the-fact approvals. They also affirm that appropriate measures, including employee and supervisor counseling, training, corrective actions, and progressive discipline, will be provided to staff as required by the circumstances. Division Director Signature Date Reviewed: 3URFXUHPHQW Signature Date 'HSXW\&RXQW\0DQDJHU 5HTXHVWJUHDWHUWKDQ Signature Date Submit After-the-Fact requests to Procurement Services via the Jira Ticketing System. After-the-Fact requests less than $5,000 will be placed on the Procurement Administrative Report for approval by the Board of County Commissioners. After-the-Fact requests greater than $5,000 will require approval by the Board of County Commissioners via an agenda item. The Division is responsible for creating the agenda item and Executive Summary and providing all required documentation. ✔ ✔ ✔Future quotes, orders, or invoices cannot be processed or accepted during any project stop-work period. All procurement activity must be paused until formal work resumption is authorized in writing. Lourdes Santiago SantiagoLourdes Digitally signed by SantiagoLourdes Date: 2025.09.04 14:04:34 -04'00'9/4/25 Matthew McLean McLeanMatthew Digitally signed by McLeanMatthew DN: E=Matthew.McLean@colliercountyfl.gov, CN=McLeanMatthew, OU=General, OU=PPM User Accounts, OU=PUD Planning and Project Management, OU=PUD, OU=Divisions, DC=bcc, DC=colliergov, DC=net Date: 2025.09.04 15:32:11-04'00'9/4/25 Josie Terga TergaJosie Digitally signed by TergaJosie Date: 2025.09.22 16:29:26 -04'00'9/22/25 Page 3569 of 6526 Page 3570 of 6526 Page 3571 of 6526 Page 3572 of 6526 Page 3573 of 6526 Page 3574 of 6526 Page 3575 of 6526 Page 3576 of 6526 March 18, 2025 George Ajy, PE, UM, Vice President R2T, Inc. 500 Village Square Crossing, Suite 202 Palm Beach Gardens, FL 33410 RE: Reinstatement Work Notice #9 for: Master Pump Station 302.00 Site Improvements Contract No. 21-7938 Purchase Order #4500217774 Collier County Project No. 70215.2 Dear Mr. Ajy: The County is ready to progress toward construction activities for the above-mentioned project. Effective 3/19/2025, the above-referenced contract and PO are reinstated. Original Commencement Date: 1/4/2023 Number of Days: 540 Original Final Completion Date: 6/27/2024 Stop Work Date #1: 2/2/2023 (511 days remaining) Reinstate Work Date #1: 3/15/2023 Stop Work Date #2: 5/26/2023 (439 days remaining) Reinstate Work Date #2: 6/30/2023 Stop Work Date #3: 7/1/2023 (438 days remaining) Reinstate Work Date #3: 8/21/2023 Stop Work Date #4: 8/30/2023 (429 days remaining) Reinstate Work Date #4: 9/18/2023 Stop Work Date #5: 11/27/2023 (359 days remaining) Reinstate Work Date #5: 1/9/2024 Revised Final Completion Date: 1/2/2025 Page 3577 of 6526 CO #3 +4 days Revised Final Completion Date: 1/6/2025 Stop Work Date #6: 10/7/2024 (91 days remaining) Reinstate Work Date #6: 10/15/2024 Revised Final Completion Date: 1/14/2025 CO #5 +10 days Revised Final Completion Date: 1/24/2025 Stop Work Date #7: 11/23/2024 (62 days remaining) Reinstate Work Date #7: 12/2/2024 Revised Final Completion Date: 2/2/2025 Stop Work Date #8: 12/14/2024 (50 days remaining) Reinstate Work Date #8: 1/14/2025 Revised Final Completion Date: 3/5/2025 Stop Work Date #9: 1/15/2024 (49 days remaining) Reinstate Work Date #9: 3/19/2025 Revised Final Completion Date: 5/7/2025 CO #7 +90 days Revised Final Completion Date: 8/05/2025 If you have any questions, please do not hesitate to contact me at the information above. Sincerely, Lourdes Santiago, E.I. Project Manager III - EPMD cc: Procurement Services Shon Fandrich, PE-EPMD Page 3578 of 6526 January 15, 2025 George Ajy, PE, UM, Vice President R2T, Inc. 500 Village Square Crossing, Suite 202 Palm Beach Gardens, FL 33410 Re: Contract 21-7938 "Master Pump Station 302.00 Site Improvements” Purchase Order #4500217774 Project Number: 70215.2 Notice to Stop Work #9 Dear Mr. Ajy: Effective January 15, 2025, please be notified that work on the above-referenced MPS 302.00 Site Improvements Project is hereby stopped in accordance with Section 5 of the contract until the following: until the performing testing issue is resolved. You will be notified when the stop work notice has been lifted and there will be 49 days remaining on this purchase order. Please submit your final invoices for work completed to date to the Project Manager, Lourdes Santiago, within thirty (30) days after issuance of this letter. If you have any questions, please do not hesitate to contact me. Sincerely, Lourdes Santiago, EI Project Manager III – EPMD-PUD C: Procurement Operations Page 3579 of 6526 After-the-Fact Form Page 1 of 2 $\JXVW Per section of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance Should work be authorized or purchases made that are inconsistent with County policy, procedure, or contract terms,DOO After-the-Fact Procurement Form is required. Vendor Name:Reason for ATF: Other (Explain): Amount:Date of Purchase: Contract #:Purchase Order #: Describe goods/services purchased: Details of the Purchase: Have the goods been received, or have the services been performed? Yes No Has the vendor been paid? Yes No Action Required (choose one): Ratification of payment already made Authorize payment to the vendor Other (Explain): Why is this deemed a non-compliant purchase? Choose one. Contract Other (Explain): Ordinance Manual P-Card Purchase Order Division:Department: All fields are required and are based on the division and department structure. If electronic signatures are used, the date fields are optional. Requester Signature Date Division Director Signature Date Department Head or Executive Director Signature Date DOUGLAS N HIGGINS INC Other (please describe): Invoice was submitted more than 6 months after services performed $ 21,880.81 12/12/24 20-7800 4500236270 Scope of work includes all labor, equipment & materials to excavate an existing underground valve and construct a culvert pipe vault with cast-in-place concrete top at the South Wastewater Plant. Includes placing a fabric and stone base, 4"x6" galvanized steel grating support beam, aluminum bar grating, grading and sod restoration. Per the contract Article 4.3., invoice was submitted more than 6 months after services were performed and is subject to non-payment. The work was completed on 12/19/25 and the invoice was not submitted until 7/22/25. ✔ ✔ Wastewater Public Utilities EdgeRobert Digitally signed by EdgeRobert Date: 2025.09.10 10:24:30 -04'00' Robert Von Holle Robert VonHolle Digitally signed by Robert VonHolle Date: 2025.09.10 10:38:09 -04'00' DeLonyJim Digitally signed by DeLonyJim Date: 2025.09.10 15:41:41 -04'00' ✔ ✔ Page 3580 of 6526 After-the-Fact Form Page 2 of 2 $XJXVW Corrective/Preventative Action (choose all that apply). Procurement 101 Training Quoting101 Training Internal Process Refresher Training Review Procurement Ordinance P-Card Training Review Procurement Manual Other:BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB__________________________________ BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB By signing and submitting this form, I acknowledge that I am responsible for managing and overseeing procurement actions and contracts in line with the requirements of the Procurement Manual, the Procurement Ordinance, and contract terms. I understand that any after-the-fact approvals or other remedial actions that could have been prevented will lead to counseling, training, corrective measures, and progressive discipline, as appropriate, for both the employee and my supervisor. Additionally, I affirm my commitment to completing any corrective or preventive actions assigned by the Division Director to prevent future occurrences of after-the-fact purchases. Requester Signature Date The Division Director acknowledges their responsibility for implementing all necessary actions to prevent future occurrences of after- the-fact approvals. They also affirm that appropriate measures, including employee and supervisor counseling, training, corrective actions, and progressive discipline, will be provided to staff as required by the circumstances. Division Director Signature Date Reviewed: 3URFXUHPHQW Signature Date 'HSXW\&RXQW\0DQDJHU 5HTXHVWJUHDWHUWKDQ Signature Date Submit After-the-Fact requests to Procurement Services via the Jira Ticketing System. After-the-Fact requests less than $5,000 will be placed on the Procurement Administrative Report for approval by the Board of County Commissioners. After-the-Fact requests greater than $5,000 will require approval by the Board of County Commissioners via an agenda item. The Division is responsible for creating the agenda item and Executive Summary and providing all required documentation. ✔ EdgeRobert Digitally signed by EdgeRobert Date: 2025.09.10 10:24:52 -04'00' Robert Von Holle Robert VonHolle Digitally signed by Robert VonHolle Date: 2025.09.10 12:34:04 -04'00' Josie Terga TergaJosie Digitally signed by TergaJosie Date: 2025.09.22 16:32:20 -04'00'9/22/25 Page 3581 of 6526 Page 3582 of 6526 Page 3583 of 6526 Page 3584 of 6526 Page 3585 of 6526 Page 3586 of 6526 Page 3587 of 6526 Page 3588 of 6526 Page 3589 of 6526 Page 3590 of 6526 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Printed 09/09/2025 @ 12:53:37 Page 1 of 14008000000-233352-655200 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Send all Invoices to: VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: https://www.colliercountyfl.gov/home/showdocument?id=104405, including delivery and payment terms. Further, the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department immediately if order fulfillment cannot occur as specified. 3. Send all invoices to:Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Sandra Srnka, Director, Procurement Services Division Vendor # 100855 DOUGLAS N HIGGINS INC 4485 ENTERPRISE AVE NAPLES FL 34104 Purchase order PO Number 4500236270 Date 12/09/2024 Contact Person Wastewater Lab Please deliver to: SCWRF 5600 WARREN ST NAPLES FL 34113 Delivery Date: 03/12/2025 SCWRF Plug Valve Vaults Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 CON TASK I TOTAL LABOR 13,722 EA 1.00 13,722.00 *** Item partially delivered *** 00020 CON TASK II TOTAL EQUIPMENT 19,220 EA 1.00 19,220.00 *** Item partially delivered *** 00030 CON TASL III TOTAL MATERIAL 6,816.38 EA 1.00 6,816.38 *** Item partially delivered *** 39,758.38Total net value excl. tax USD Page 3591 of 6526 After-the-Fact Form Page 1 of 2 $\JXVW Per section of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance Should work be authorized or purchases made that are inconsistent with County policy, procedure, or contract terms,DOO After-the-Fact Procurement Form is required. Vendor Name:Reason for ATF: Other (Explain): Amount:Date of Purchase: Contract #:Purchase Order #: Describe goods/services purchased: Details of the Purchase: Have the goods been received, or have the services been performed? Yes No Has the vendor been paid? Yes No Action Required (choose one): Ratification of payment already made Authorize payment to the vendor Other (Explain): Why is this deemed a non-compliant purchase? Choose one. Contract Other (Explain): Ordinance Manual P-Card Purchase Order Division:Department: All fields are required and are based on the division and department structure. If electronic signatures are used, the date fields are optional. Requester Signature Date Division Director Signature Date Department Head or Executive Director Signature Date Grainger Industrial Supply PO - Threshold Exceed $ 44,077.40 4/30/25 25-900-PB 4500236808 Compact drives needed for Wastewater Collections daily operations using the piggyback agreement #25-900-PB. 5 ea. TECO, 40HP, 240V, E510-240-H3-U 5 ea. TECO, 60HP, 480V, E510-460-H3-U The parts and equipment purchased on invoice #9490367761 were special order items that exceeded the single quote threshold of $3,000 therefore after the fact approval is required for payment of this invoice.Staff was able to obtain quotes to show cost reasonableness, but they were dated after the invoice. ✔ Wastewater Public Utilities Frank Inzano InzanoFrank Digitally signed by InzanoFrank Date: 2025.09.10 12:20:07 -04'00'9/10/25 Robert Von Holle Robert VonHolle Digitally signed by Robert VonHolle Date: 2025.09.10 12:29:44 -04'00' DeLonyJim Digitally signed by DeLonyJim Date: 2025.09.10 15:43:41 -04'00' ✔ ✔ ✔ Page 3592 of 6526 After-the-Fact Form Page 2 of 2 $XJXVW Corrective/Preventative Action (choose all that apply). Procurement 101 Training Quoting101 Training Internal Process Refresher Training Review Procurement Ordinance P-Card Training Review Procurement Manual Other:BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB__________________________________ BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB By signing and submitting this form, I acknowledge that I am responsible for managing and overseeing procurement actions and contracts in line with the requirements of the Procurement Manual, the Procurement Ordinance, and contract terms. I understand that any after-the-fact approvals or other remedial actions that could have been prevented will lead to counseling, training, corrective measures, and progressive discipline, as appropriate, for both the employee and my supervisor. Additionally, I affirm my commitment to completing any corrective or preventive actions assigned by the Division Director to prevent future occurrences of after-the-fact purchases. Requester Signature Date The Division Director acknowledges their responsibility for implementing all necessary actions to prevent future occurrences of after- the-fact approvals. They also affirm that appropriate measures, including employee and supervisor counseling, training, corrective actions, and progressive discipline, will be provided to staff as required by the circumstances. Division Director Signature Date Reviewed: 3URFXUHPHQW Signature Date 'HSXW\&RXQW\0DQDJHU 5HTXHVWJUHDWHUWKDQ Signature Date Submit After-the-Fact requests to Procurement Services via the Jira Ticketing System. After-the-Fact requests less than $5,000 will be placed on the Procurement Administrative Report for approval by the Board of County Commissioners. After-the-Fact requests greater than $5,000 will require approval by the Board of County Commissioners via an agenda item. The Division is responsible for creating the agenda item and Executive Summary and providing all required documentation. ✔ Frank Inzano InzanoFrank Digitally signed by InzanoFrank Date: 2025.09.10 12:20:25 -04'00'9/10/25 Robert Von Holle Robert VonHolle Digitally signed by Robert VonHolle Date: 2025.09.10 12:33:07 -04'00' Josie Terga TergaJosie Digitally signed by TergaJosie Date: 2025.09.22 16:35:54 -04'00'9/22/25 Page 3593 of 6526 813813334949036776110044077401000000010000000100000025053076 PAGE 1 ORIGINAL INVOICE GRAINGER ACCOUNT NUMBER INVOICE NUMBER INVOICE DATE DUE DATE AMOUNT DUE 813813334 9490367761 04/30/2025 05/30/2025 $44,077.40 PO NUMBER: 4500236808-20 DEPARTMENT: WASTEWATER PROJECT/JOB: 233351 WW FLDOPS REQUISITIONER: KATELYN HAMILTON CALLER: KATELYNN HAMILTON CUSTOMER PHONE: 2392522985 ORDER NUMBER: 1546892993 INCO TERMS: FOB DESTINATION Pay invoices online at:www.grainger.com/invoicing THANK YOU!FEI NUMBER 36-1150280 FOR QUESTIONS ABOUT THIS INVOICE OR ACCOUNT CALL 1-800-472-4643 12431 METRO PKWY.FORT MYERS, FL 33966-1316www.grainger.com SHIP TO ATTN: KATELYN HAMILTON COLLIER COUNTY MANAGEMENTKATELYN HAMILTON4375 PROGRESS AVENAPLES FL 34104-3000 BILL TO BOARD OF COUNTY COMMISSIONERSACCTS PAYBLE3299 TAMIAMI TRL E STE 700NAPLES FL 34112-5749 PO LINE # ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL 0 49093862 TECO, 40HP, 240V, E510-240-H3-UProduct is Non-Cancelable/Non-ReturnableMANUFACTURER # E510-240-H3-U 5 4,287.41 21,437.05 0 49093864 TECO, 60HP, 480V, E510-460-H3-UProduct is Non-Cancelable/Non-ReturnableMANUFACTURER # E510-460-H3-U 5 4,528.07 22,640.35 INVOICE SUB TOTAL 44,077.40 These items are sold for domestic consumption. If exported, purchaser assumes full responsibility for export controls. Diversion contrary to US law prohibited. THIS PURCHASE IS GOVERNED EXCLUSIVELY BY GRAINGER'S TERMS OF SALE, INCLUDING: (I) DISPUTE RESOLUTION REMEDIES, AND (II) CERTAIN WARRANTY AND DAMAGES LIMITATIONS AND DISCLAIMERS IN EFFECT AT THE TIME OF THE ORDER, WHICH ARE INCORPORATED BY REFERENCE HEREIN. GRAINGER'S TERMS OF SALE ARE AVAILABLE AT WWW.GRAINGER.COM PRODUCT RETURN INSTRUCTIONS ARE AVAILABLE AT WWW.GRAINGER.COM/RETURNS AMOUNT DUE $44,077.40PAY THIS INVOICE - PAYMENT TERMS Net 30 days after inv IN U.S. DOLLARS. PLEASE DETACH THIS PORTION AND RETURN WITH YOUR PAYMENT BILL TO: BOARD OF COUNTY COMMISSIONERSACCTS PAYBLE3299 TAMIAMI TRL E STE 700NAPLES FL 34112-5749UNITED STATES OF AMERICA REMIT TO: GRAINGER DEPT. 813813334P.O. BOX 419267KANSAS CITY, MO 64141-6267 X ACCOUNT NUMBER 813813334 DATE 04/30/2025 INVOICE NUMBER 9490367761 AMOUNT DUE $44,077.40 FOR COMMENTS OR CHANGE OF ADDRESS, ENTER INFORMATION ON REVERSE SIDE Page 3594 of 6526 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Printed 08/21/2025 @ 09:36:05 Page 1 of 14008000000-233351-652991 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Send all Invoices to: VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: https://www.colliercountyfl.gov/home/showdocument?id=104405, including delivery and payment terms. Further, the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department immediately if order fulfillment cannot occur as specified. 3. Send all invoices to:Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Sandra Srnka, Director, Procurement Services Division Vendor # 101310 GRAINGER INDUSTRIAL SUPPLY 12431 METRO PKWY FT MYERS FL 33966 Purchase order PO Number 4500236808 Date 01/13/2025 Contact Person Wastewter Dept Please deliver to: DISTRIBUTION MERCANTILE WAREHOUSE 4375 PROGRESS AVE NAPLES FL 34104 Delivery Date: 09/30/2025 Terms of Payment Net 28 days (20 business days) Item Material Description Order Qty Unit Price Per Unit Net Value 00010 PB FACILITIES & AND INDUSTRIAL SUPPLIES 235,000 EA 1.00 235,000.00 Blanket Purchase Orders do not survive after the underlying contract expires. *** Item partially delivered *** 00020 PB ELECTRICAL PRODUCTS & SUPPLIES 210,010.14 EA 1.00 210,010.14 *** Item partially delivered *** 00030 PB FREIGHT 1,000 EA 1.00 1,000.00 00040 PB CHEMICALS 25,000 EA 1.00 25,000.00 *** Item partially delivered *** 471,010.14Total net value excl. tax USD Page 3595 of 6526 Grainger Westinghouse RSP TECO 40HP E 510-240-H3-U 21,437.05$ 27,615.00$ 21,303.00$ TECO 60HP E510-460-H3-U 22,640.34$ 29,165.00$ 22,498.70$ Freight -$ 3,630.50$ 44,077.39$ 56,780.00$ 47,432.20$ Page 3596 of 6526 Page 3597 of 6526 Page 3598 of 6526 Page 3599 of 6526 Page 3600 of 6526 Page 3601 of 6526 Page 3602 of 6526 After-the-Fact Form Page 1 of 2 $\JXVW Per section of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance Should work be authorized or purchases made that are inconsistent with County policy, procedure, or contract terms,DOO After-the-Fact Procurement Form is required. Vendor Name:Reason for ATF: Other (Explain): Amount:Date of Purchase: Contract #:Purchase Order #: Describe goods/services purchased: Details of the Purchase: Have the goods been received, or have the services been performed? Yes No Has the vendor been paid? Yes No Action Required (choose one): Ratification of payment already made Authorize payment to the vendor Other (Explain): Why is this deemed a non-compliant purchase? Choose one. Contract Other (Explain): Ordinance Manual P-Card Purchase Order Division:Department: All fields are required and are based on the division and department structure. If electronic signatures are used, the date fields are optional. Requester Signature Date Division Director Signature Date Department Head or Executive Director Signature Date ILLINOIS TOOL WORKS/EH WACHS PO - Threshold Exceed $ 4,619.00 8/29/25 N/A 4500234272 Parts listed below needed for valve machines which assist county employees conduct valve exercises on valves through the county. Telescopic Valve Keys- 2" AWWA (Colder Climate). X2 Telescopic Valve Keys- 2" AWWA (Warmer Climate).X2 3" (76.2 mm) x 20' (6.1 M) Replacement hose assembly X1 HD Magnetic lifter X1 Single Quote PO #4500234272 opened for $3,000. An order was placed for $4,619.00. This total exceed the $3000 total of the PO. To return these items would require a restocking fee (15%) and shipping for $930.85. ✔ UTILITIES FINACE OPERATIONS Public Utilities BRANDON BOOKER BookerBrandon Digitally signed by BookerBrandon Date: 2025.09.12 08:24:52 -04'00'9/12/25 Joseph Bellone BelloneJoseph Digitally signed by BelloneJoseph Date: 2025.09.12 08:34:22 -04'00' Jim Delony DeLonyJim Digitally signed by DeLonyJim Date: 2025.09.12 09:44:18 -04'00' ✔ ✔ ✔ Page 3603 of 6526 After-the-Fact Form Page 2 of 2 $XJXVW Corrective/Preventative Action (choose all that apply). Procurement 101 Training Quoting101 Training Internal Process Refresher Training Review Procurement Ordinance P-Card Training Review Procurement Manual Other:BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB__________________________________ BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB By signing and submitting this form, I acknowledge that I am responsible for managing and overseeing procurement actions and contracts in line with the requirements of the Procurement Manual, the Procurement Ordinance, and contract terms. I understand that any after-the-fact approvals or other remedial actions that could have been prevented will lead to counseling, training, corrective measures, and progressive discipline, as appropriate, for both the employee and my supervisor. Additionally, I affirm my commitment to completing any corrective or preventive actions assigned by the Division Director to prevent future occurrences of after-the-fact purchases. Requester Signature Date The Division Director acknowledges their responsibility for implementing all necessary actions to prevent future occurrences of after- the-fact approvals. They also affirm that appropriate measures, including employee and supervisor counseling, training, corrective actions, and progressive discipline, will be provided to staff as required by the circumstances. Division Director Signature Date Reviewed: 3URFXUHPHQW Signature Date 'HSXW\&RXQW\0DQDJHU 5HTXHVWJUHDWHUWKDQ Signature Date Submit After-the-Fact requests to Procurement Services via the Jira Ticketing System. After-the-Fact requests less than $5,000 will be placed on the Procurement Administrative Report for approval by the Board of County Commissioners. After-the-Fact requests greater than $5,000 will require approval by the Board of County Commissioners via an agenda item. The Division is responsible for creating the agenda item and Executive Summary and providing all required documentation. ✔ ✔ BRANDON BOOKER BookerBrandon Digitally signed by BookerBrandon Date: 2025.09.12 08:25:06 -04'00'9/12/25 Joseph Bellone BelloneJoseph Digitally signed by BelloneJoseph Date: 2025.09.23 09:10:37 -04'00' Josie Terga TergaJosie Digitally signed by TergaJosie Date: 2025.09.23 09:25:33 -04'00'9/23/25 Page 3604 of 6526 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Printed 09/11/2025 @ 12:12:24 Page 1 of 14008000000-233313-652910 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Send all Invoices to: VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: https://www.colliercountyfl.gov/home/showdocument?id=104405, including delivery and payment terms. Further, the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department immediately if order fulfillment cannot occur as specified. 3. Send all invoices to:Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Sandra Srnka, Director, Procurement Services Division Vendor # 122410 ILLINOIS TOOL WORKS EH WACHS 600 KNIGHTSBRIDGE PKWY LINCOLNSHIRE IL 60069 Purchase order PO Number 4500234272 Date 10/14/2024 Contact Person Wastewater Lab Please deliver to: IQ MERCANTILE 4370 Mercantile Ave Naples FL 34104 Delivery Date: 09/30/2025 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 SQ PARTS FOR VALVE EXERCISER 2,800 EA 1.00 2,800.00 Blanket Purchase Orders do not survive after the underlying contract expires. 00020 SQ FREIGHT 200 EA 1.00 200.00 3,000.00Total net value excl. tax USD Page 3605 of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age 3606 of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age 3607 of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age 3608 of 6526 After-the-Fact Form Page 1 of 2 -DQXDU\ 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 are inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. Vendor Name:Reason for ATF: Other (Explain): Amount:Date of Purchase: Contract #:Purchase Order #: Describe goods/services purchased: Details of the Purchase: Have the goods been received, or have the services been performed? Yes No Has the vendor been paid? Yes No Action Required (choose one): Ratification of payment already made Authorize payment to the vendor Other (Explain): Why is this deemed a non-compliant purchase? Choose one. Contract Other (Explain): Ordinance Manual P-Card Purchase Order Division:Department: All fields are required and are based on the division and department structure. If electronic signatures are used, the date fields are optional. Requester Signature Date Division Director Signature Date Department Head or Executive Director Signature Date Earth Tech Enterprises, Inc Other (please describe): After Hurricanes Helene and Milton, did not request quotes from all vendors under Contract 21-7885 $ 16,081.50 10/29/24 21-7885 4500234734 A single quote was obtained from Earth Tech Enterprises during a BCC declared State of Emergency under Contract 21-7885 on December 18, 2024 to regrade Collier County Beaches following Hurricanes Helene and Milton. Per Contract 21-7885, a quotation must be solicited from all awarded Contractors under the agreement, unless the work qualifies as an emergency, in which case it may be awarded to the Contractor on the established rotation schedule. In this instance, only a single vendor was solicited, and no emergency rotation schedule was in effect. Additionally, the Contractor utilized and invoiced for equipment not listed on the approved rate schedule (off-road haul truck). For these reasons, an After The Fact approval is required prior to issuing payment to the vendor. The work has been completed to the satisfaction of the County and the rate charged for the unlisted equipment (off-road haul truck) has been determined to be reasonable. ✔ ✔ Coastal Zone Management Transportation Mgmt Larry Humphries HumphriesLarry Digitally signed by HumphriesLarry Date: 2025.07.01 15:11:58 -04'00'7/1/25 Jay Ahmad AhmadJay Digitally signed by AhmadJay Date: 2025.07.11 09:11:36 -04'00' Trinity Scott ScottTrinity Digitally signed by ScottTrinity Date: 2025.07.17 09:34:02 -04'00' ✔ ✔ Page 3609 of 6526 After-the-Fact Form Page 2 of 2 -DQXDU\ Corrective/Preventative Action (choose all that apply). Procurement 101 Training Quoting101 Training Internal Process Refresher Training Review Procurement Ordinance P-Card Training Review Procurement Manual Other:BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB__________________________________ BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB By signing and submitting this form, I acknowledge that I am responsible for managing and overseeing procurement actions and contracts in line with the requirements of the Procurement Manual, the Procurement Ordinance, and contract terms. I understand that any after-the-fact approvals or other remedial actions that could have been prevented will lead to counseling, training, corrective measures, and progressive discipline, as appropriate, for both the employee and my supervisor. Additionally, I affirm my commitment to completing any corrective or preventive actions assigned by the Division Director to prevent future occurrences of after-the-fact purchases. Requester Signature Date The Division Director acknowledges their responsibility for implementing all necessary actions to prevent future occurrences of after- the-fact approvals. They also affirm that appropriate measures, including employee and supervisor counseling, training, corrective actions, and progressive discipline, will be provided to staff as required by the circumstances. Division Director Signature Date Reviewed: 3URFXUHPHQW Signature Date 'HSXW\&RXQW\0DQDJHU 5HTXHVWJUHDWHUWKDQ Signature Date Submit After-the-Fact requests to Procurement Services via the Jira Ticketing System. After-the-Fact requests less than $15,000 will be placed on the Procurement Administrative Report for approval by the Board of County Commissioners. After-the-Fact requests greater than $15,000 will require approval by the Board of County Commissioners via an agenda item. The Division is responsible for creating the agenda item and Executive Summary and providing all required documentation. ✔Contract Administator will work with Procucement to develop emergency rotation schedule. review/adjust/amend contract T&M rates for emergency work only. Larry Humphries HumphriesLarry Digitally signed by HumphriesLarry Date: 2025.07.09 14:54:42 -04'00' Jay Ahmad AhmadJay Digitally signed by AhmadJay Date: 2025.07.14 11:38:16 -04'00' Josie Terga TergaJosie Digitally signed by TergaJosie Date: 2025.08.18 09:34:57 -04'00'8/18/25 Ed Finn FinnEd Digitally signed by FinnEd Date: 2025.09.09 09:14:14 -04'00' Page 3610 of 6526 Qty Rate Total Mobilization 3.00 500.00 1,500.00 Large Excavator 250.00 195.00 48,750.00 Foreman 250.00 45.00 11,250.00 Total 61,500.00 Qty Rate Total Dozer 250.00 225.00 56,250.00 Off Road Haul Truck 250.00 225.00 56,250.00 Total 112,500.00 Grand Total 174,000.00 Proposed 191,500.00 Difference (17,500.00) Contracts Dozer Off Road Truck Crowther Gulf (Lee County)188.00 FEMA 2023 (no Operator)311.49 174.27 FDEP 2020 315.00 230.00 Coastal Cocrete 20-7800 170.00 215.00 Haskins 20-7800 200.00 205.00 Average 249.12 202.45 Earth Tech 225.00 225.00 Variance -9.68%11.14% Contracted Equipment/Labor Off- Contract Equipment COST REASONABLENESS Page 3611 of 6526 10/29/24 10/30/24 10/31/24 11/1/24 12/12/24 12/13/24 12/14/24 12/16/24 12/17/24 12/18/24 12/19/24 12/20/24 12/23/24 12/24/24 12/26/24 12/27/24 12/28/24 12/30/24 12/31/24 Total Mini Excavator 20.00 20.00 Mid Excavator 10.00 10.00 9.50 10.00 10.00 10.00 10.00 10.00 5.00 10.00 10.00 8.00 112.50 Large Excavator 10.00 8.00 10.00 10.00 10.00 5.00 53.00 Loader 20.00 20.00 Grader 10.00 8.00 10.00 10.00 10.00 10.00 9.50 10.00 10.00 5.50 10.00 10.00 5.00 8.00 10.00 5.00 141.00 Off Road Haul Truck 10.00 5.00 5.00 20.00 Qty Rate Total Mini Excavator 20.00 95.00 1,900.00 Mid Excavator 112.50 135.00 15,187.50 Large Excavator 53.00 195.00 10,335.00 Loader 20.00 115.00 2,300.00 Grader 141.00 125.00 17,625.00 Total 47,347.50 Qty Rate Total Off Road Haul Truck 20.00 225.00 4,500.00 Total 4,500.00 SP Grand Total 51,847.50 Contracted Equipment Off- Contract Equipment Page 3612 of 6526 1 Josie Terga From:Butch <butch@earthtechenterprises.com> Sent:Tuesday, December 10, 2024 2:32 PM To:Christopher Darco Cc:Andrew Miller; Richard Bieller; Chris Gehring Subject:RE: Parkshore re-grade - Milton Clean-up Attachments:Naples Beaches Milton -final.pdf EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme cauƟon when opening aƩachments or clicking links. Let me know if this works. Thanks, [cid:image001.jpg@01DB4B10.38C81C00] Butch McGovern EarthTech Enterprises, Inc. 9921 Interstate Commerce Drive Fort Myers, Florida 33913 butch@earthtechenterprises.com www.earthechenterprises.com Cell: 239-980-2611 From: Christopher Darco <Christopher.Darco@colliercountyfl.gov> Sent: Tuesday, December 10, 2024 2:28 PM To: Butch <butch@earthtechenterprises.com> Cc: Andrew Miller <Andrew.Miller@colliercountyfl.gov>; Richard Bieller <Richard@earthtechenterprises.com>; Chris Gehring <cg@earthtechenterprises.com> Subject: RE: Parkshore re-grade - Milton Clean-up Butch- Please revise the quote to just include “Naples Beaches” and please make it a PDF. Thanks Chris Christopher Darco Field Inspector II Capital Project Planning, Impact Fees and Program Management Office:239-252-2980<tel:239-252-2980> Page 3613 of 6526 2 Christopher.Darco@colliercountyfl.gov<mailto:Christopher.Darco@colliercountyfl.gov> [cid:image002.png@01DB4B10.38C81C00]<hƩps://www.colliercountyfl.gov/> [cid:image003.png@01DB4B10.38C81C00]<hƩps://www.facebook.com/CollierGov> [cid:image004.png@01DB4B10.38C81C00] <hƩps://www.instagram.com/colliercountyfl> [cid:image005.png@01DB4B10.38C81C00] <hƩps://twiƩer.com/CollierGov> [cid:image006.png@01DB4B10.38C81C00] <hƩps://www.youtube.com/channel/UC8SjMQsoy184ZEmFc- PWlpw> [cid:image007.png@01DB4B10.38C81C00] <hƩps://colliercountyfl.qscend.com/311/> From: Butch <butch@earthtechenterprises.com<mailto:butch@earthtechenterprises.com>> Sent: Tuesday, December 10, 2024 2:09 PM To: Christopher Darco <Christopher.Darco@colliercountyfl.gov<mailto:Christopher.Darco@colliercountyfl.gov>> Cc: Andrew Miller <Andrew.Miller@colliercountyfl.gov<mailto:Andrew.Miller@colliercountyfl.gov>>; Richard Bieller <Richard@earthtechenterprises.com<mailto:Richard@earthtechenterprises.com>>; Chris Gehring <cg@earthtechenterprises.com<mailto:cg@earthtechenterprises.com>> Subject: Parkshore re-grade - Milton Clean-up EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme cauƟon when opening aƩachments or clicking links. Chris, Please see aƩached revised proposal for $196,000.00 If you need anything else, please let me know. Thanks, [cid:image001.jpg@01DB4B10.38C81C00] Butch McGovern EarthTech Enterprises, Inc. 9921 Interstate Commerce Drive Fort Myers, Florida 33913 butch@earthtechenterprises.com<mailto:butch@earthtechenterprises.com> www.earthechenterprises.com<hƩp://www.earthechenterprises.com> Cell: 239-980-2611 ________________________________ Page 3614 of 6526 3 Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this enƟty. Instead, contact this office by telephone or in wriƟng. Page 3615 of 6526 Proposal Date: 6180 Federal Court 10/26/2024 Ft. Myers, FL 33905 Phone 239-774-1223 Fax 239-774-1227 Submitted To:Collier County Project Name:Milton Beach Sand Regrade Naples Beaches Supply labor and equipment to grade sand placed on the beach Estimated 2 - 3 weeks based on scope Schedule of Values Item # Quantity Measure Price Total Dozer D-6 150 hr 225.00$ 33,750.00$ Excavator (50 ton) 150 hr 265.00$ 39,750.00$ Haul truck (25 ton) 150 hr 225.00$ 33,750.00$ 75 acre 350.00$ 26,250.00$ Skid Steer with skeleton buckets 200 hr 125.00$ 25,000.00$ Disposal of ant foreign debbris 8 loads 1,000.00$ 8,000.00$ Foreman with truck 250 hours 85.00$ 21,250.00$ Side by Side spotter 150 hours 55.00$ 8,250.00$ Project Total 196,000.00$ Descripton Tiller Page 3616 of 6526 From:Julita Horobin To:CastilloTara; FINOPS; HerreraGloria; MillerAndrew Cc:Gabriel Ruiz; Precious J. Corrado Subject:RE: Records for P-Group CZM on Department side Over 30 Days outstanding Date:Thursday, April 17, 2025 10:05:31 AM Attachments:image001.png image010.png image011.png image012.pngimage013.png image014.png image015.png image016.png image017.png image018.png image019.pngimage006.png image007.png Tara, I am working on my audit of Earth Tech invoices. Below are the issues that require County’s resolution. a. Original proposal and revised proposal are utilizing non-contracted rates. Therefore, to justify amount of the estimated project cost and confirm fair pricing that is representative of market prices, County must establish cost reasonableness. Cost reasonableness is the PM providing an estimated cost they calculated by researching market rates, comparing against similar/historical projects, evaluating the scope of the project and the number of hours required, etc. Cost reasonableness is not justification or an explanation of the bidding circumstances. There should be some simple calculations supported by documentation the PM used to arrive at their estimated value for their opinion of cost. b. As Contract Amendment is not retroactive and does not apply to work already completed, payment for non-contracted rates will require ATF Board approval. Once project cost reasonableness is established, Clerk can remit payment for costs incurred utilizing contracted equipment. Once ATF Board approval is issued, payment for amounts short paid can be remitted a. Invoice 24134 payment $33,795.00, $21,190.00 short pay for ATF b. Invoice 24141 payment $47,347.50, $4,500.00 short pay for ATF Thank you, Julita HorobinSenior Contract TechnicianOffice: 239-252-8351Julita.Horobin@CollierClerk.com Office of the Clerk of the Circuit Court & Comptroller of Collier County 3299 Tamiami Trail E, Suite #700 Naples, FL 34112-5324 www.CollierClerk.com From: Julita Horobin Sent: Thursday, April 10, 2025 3:18 PM To: CastilloTara <Tara.Castillo@colliercountyfl.gov>; FINOPS <FINOPS@collierclerk.com>; HerreraGloria <Gloria.Herrera@colliercountyfl.gov>; MillerAndrew <Andrew.Miller@colliercountyfl.gov> Cc: Gabriel Ruiz <Gabriel.Ruiz@collierclerk.com>; Precious J. Corrado <Precious.Corrado@collierclerk.com> Subject: RE: Records for P-Group CZM on Department side Over 30 Days outstanding Tara, Amendments are not retroactive and therefore new equipment and rates added to the contract could not be paid upon approval of the amendment. All non-contracted equipment will have to be short paid and ATF would be required to pay. Julita HorobinSenior Contract TechnicianOffice: 239-252-8351Julita.Horobin@CollierClerk.com Office of the Clerk of the Circuit Court & Comptroller of Collier County 3299 Tamiami Trail E, Suite #700 Naples, FL 34112-5324 www.CollierClerk.com Page 3617 of 6526 From: Tara Castillo <Tara.Castillo@colliercountyfl.gov> Sent: Thursday, April 10, 2025 3:15 PM To: FINOPS <FINOPS@collierclerk.com>; HerreraGloria <Gloria.Herrera@colliercountyfl.gov>; MillerAndrew <Andrew.Miller@colliercountyfl.gov> Cc: Gabriel Ruiz <Gabriel.Ruiz@collierclerk.com>; Julita Horobin <julita.horobin@collierclerk.com>; Precious J. Corrado <Precious.Corrado@collierclerk.com> Subject: RE: Records for P-Group CZM on Department side Over 30 Days outstanding Please be advised that the below note has been placed on both records. The original quote from Earth Tech was dated 10/16/2024 and has been attached to the PO req. The initial quote received was estimated higher based on the amount of work anticipated to be completed. The PO was initially opened at $20K so that thevendor could commence the regrading of the beaches when the debris was finally removed. The division submitted an ES for approval to the TDC, CAC and BCC with a Budget Amendment to move the additional funding. The BCC approved the item on 12/10/24 ITEM 16.B.10. The ES is attached to the PO requisition. An updated quote was received at a lower amount and the PO was increased accordingly. The 10-day delay in starting the work was due to having to wait until debris removal was completed to then place and regrade the sand back onto the beaches. A confirmation email from procurement is attached stating that the rotation schedule was waived. The contract administrator is in the process of requesting an amendment to the contract to include the non-bid item. Please advise if we can short pay, the invoice until the amendment is executed. Respectfully, Tara Castillo Manager - Financial Operations Fiscal & Grant Services Office:239-252-7265 2885 Horseshoe Dr S Naples, Florida 34104 Tara.Castillo@colliercountyfl.gov Real Property Management Section From: Leslie W. Miller <Leslie.Miller@collierclerk.com> On Behalf Of FINOPS Sent: Thursday, April 10, 2025 11:02 AM To: Gloria Herrera <Gloria.Herrera@colliercountyfl.gov>; Tara Castillo <Tara.Castillo@colliercountyfl.gov>; Andrew Miller <Andrew.Miller@colliercountyfl.gov> Cc: FINOPS <FINOPS@collierclerk.com>; Gabriel Ruiz <Gabriel.Ruiz@collierclerk.com>; Julita Horobin <julita.horobin@collierclerk.com>; Precious J. Corrado <Precious.Corrado@collierclerk.com> Subject: RE: Records for P-Group CZM on Department side Over 30 Days outstanding Importance: High EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Gloria, Can we please have an update on these records? See below the dates of the last note entered: 1084037 Aptim Env 03/06/25 Still with the department – last note indicated an email was sent to the PM (Andrew Miller) for assistance 1083406 Earth Tech 03/07/25 Sent back to COC by Tara Castillo on 4/10/25 with no additional notes added 1084110 Earth Tech 03/27/25 Sent back to COC by Tara Castillo on 4/10/25 with no additional notes added It is my understanding from the record notes that both Earth Tech records will require ATF approval, but I see nothing in the notes as to when this is expected to go to the BCC for approval. For the Aptim record, it looks like we just need a response from the PM on whether work was performed during a gap in the vendor’s billing periods. Please advise, as we will be sending out the latest Over 30-Day report soon and I would like to be able to update the statuses on all three of these records. Leslie MillerOperations ManagerOffice: 239-252-7807Cell: 239-877-6116Fax: 239-252-6179Leslie.Miller@CollierClerk.com Office of the Clerk of the Circuit Court & Comptroller of Collier County 3299 Tamiami Trail E, Suite #700 Naples, FL 34112-5749 www.CollierClerk.com From: Gabriel Ruiz <Gabriel.Ruiz@collierclerk.com> Sent: Thursday, March 27, 2025 2:08 PM To: HerreraGloria <Gloria.Herrera@colliercountyfl.gov> Cc: FINOPS <FINOPS@collierclerk.com> Subject: Records for P-Group CZM on Department side Over 30 Days outstanding Good afternoon, Please see records below that have been on the department side and are over 30 days outstanding. Please review these records and process further for payment or process rejection. Thank you for your attention and have a great day Record Status Description Last Sub Status Description Vendor Number Vendor Grp FT Invoice Date Days From Invoice Date Amount Last Process Date Receipt Date Days From Receipt Date 0001084037 Resubmitted FT from AP-Other (See Notes)124971 APTIM ENVIRONMENTAL & INFRASTRUCURE CZM X 1/31/2025 55 1,536.85 2/20/2025 2/20/2025 35 0001083406 Resubmitted FT from AP-Other (See Notes)125114 EARTH TECH ENTERPRISES INC CZM X 12/31/2024 86 54,985.00 3/5/2025 3/5/2025 22 0001084110 Resubmitted FT to FT-In review 125114 EARTH TECH ENTERPRISES INC CZM X 12/31/2024 86 51,847.50 3/7/2025 3/7/2025 20 0001094018 Resubmitted FT from AP-Other (See Notes)131236 GANNETT MEDIA CORP.CZM X 12/31/2024 86 91.00 3/24/2025 3/14/2025 13 0001082492 Resubmitted FT to FT-In review 131886 SPX TECHNOLOGIES INC CZM X 1/24/2025 62 9,258.40 2/17/2025 2/17/2025 38 Gabriel RuizAccountant IIOffice: 239-252-8945Fax: 239-252-2074Gabriel.Ruiz@collierclerk.comFinOps@collierclerk.comFinance Department Office of the Clerk of the Circuit Court & Comptroller of Collier County 3299 Tamiami Trail E, Suite #700 Naples, FL 34112-5746 www.CollierClerk.com This electronic communication contains information intended solely for the named addressee(s). If you have received this communication in error, please forward the email in its entirety to the Clerk's Office at collierclerk@collierclerk.com and delete the email. Under Florida Law, email addresses are public. Page 3618 of 6526 Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. Page 3619 of 6526 COLLIER COUNTY EMERGENCY PURCHASE ORDER EPO #: DELIVERY ADDRESS: DATE: DIV. NAME: BCC AGENDA DATE: TO: (if over $50,000) COST CENTER OBJECT CODE UNIT PRICE AMOUNT DISCOUNT: TERMS:TOTAL: COMMENTS: DIs/^/KEDIRECTOR COUNTY MANAGER APPROVAL PROCUREMENT DIRECTOR DEPARTMENT HEADTHIS FORM SHALL NOT BE USED UNDER ANY CIRCUMSTANCES WITHOUT THE PRIOR APPROVAL OF THE PROCUREMENT DIVISION VENDOR CODE: FUND DECRIPTION REQUESTOR 001 9/25/25 Wastewater- Public Utilities 6027 Shirley Street NAples, FL 34109 Southern Sanitation Bid # 24-8308 102773 4008000000 233351 634999 SEWAGE REMOVAL, HAULING, AND DISPOSAL SERVICES $400.00 per hour $48,000.00 $48,000.00 Contract effective 9/22/25 after the deadline of 9/18/25 to enter purchase requisitions. Need Pumper Trucks through 9/30/25 ArnoldKelly Digitally signed by ArnoldKelly Date: 2025.09.25 12:56:14 -04'00' VonHolleRobert Digitally signed by VonHolleRobert Date: 2025.09.25 13:40:31 -04'00' DeLonyJim Digitally signed by DeLonyJim Date: 2025.09.25 14:41:50 -04'00' SrnkaSandra Digitally signed by SrnkaSandra Date: 2025.09.25 14:54:51 -04'00' Patterson_a Digitally signed by Patterson_a Date: 2025.09.25 17:07:34 -04'00' Page 3620 of 6526