Loading...
Agenda 07/11/2017 Item #16E307/11/2017 EXECUTIVE SUMMARY Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders and other items as identified. OBJECTIVE: To promote accountability and provide transparency to the public and gain th e 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 Rep ort which provides for Board approval of the following transactions: •Contract change orders/Amendments that do not exceed ten (10%) of the current Board approved aggregate amount; •Modifications to the current Board approved performance schedule (number of days); •Other items as determined by the County Manager or designee. Also included in this report, are “After the fact” memos from various County Divisions, as requested by the Clerk’s Finance staff for process of invoices. FISCAL IMPACT: The net total for (4) four c hanges to contracts is $43,035. The total number of days added to contracts is (37) thirty -seven. LEGAL CONSIDERATIONS: This item is approved for form and legality and requires a majority vote for Board action. - JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: To ratify/approve change orders and/or Contract Amendments; and other items as determined by the County Manager or designee in accordance with Procurement Ordinance 2017-08. Prepared By: Adam Northrup, Procurement Strategist, Procurement Services ATTACHMENT(S) 1. 0711 Change Order Report - FY17 (PDF) 2. 0711 After the fact memos - FY17 (PDF) 3. 0711 Change Order Backup - FY17 (PDF) 07/11/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.3 Doc ID: 3411 Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders and other items as identified. Meeting Date: 07/11/2017 Prepared by: Title: Procurement Specialist – Procurement Services Name: Adam Northrup 06/21/2017 3:58 PM Submitted by: Title: – Procurement Services Name: Ted Coyman 06/21/2017 3:58 PM Approved By: Review: Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 06/22/2017 8:05 AM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 06/22/2017 10:13 AM Procurement Services Adam Northrup Additional Reviewer Completed 06/26/2017 3:04 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/26/2017 3:32 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 06/27/2017 2:23 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 06/27/2017 3:18 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/28/2017 8:26 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 06/28/2017 9:20 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/30/2017 3:19 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/03/2017 5:04 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/11/2017 9:00 AM Administrative Services Change Order Report Item page #Contract/ Grant No.Change #DateProject Name Vendor Name Division - Project Manager Original Contract Amount Current Contract Amount Change Order Amount Revised Contract Amount % Over Board Approved Amount Contract Length Change in length (Days) Updated contract length Change in length (%) 1 1 16-6618 2 4/13/2017 C-2 Alterations Compass Construction Facilities Management - Claude Nesbitt $199,305.00 $199,305.00 $43,035.00 $242,340.00 21.59%117 0 117 0.00% 2 6 16-6660 1 6/12/0217 Airport Pulling Road North of Vanderbilt Bonness, Inc.Transportation Engineering - James Zuver $1,902,380.62 $1,902,380.62 $0.00 $1,902,380.62 0.00%180 1 181 0.56% 3 12 13-6164 1 6/14/2017 Parking Structure Inspection TY Lin International Facilities Management - Tony Barrone $7,310.00 $7,310.00 $0.00 $7,310.00 0.00%77 29 106 37.66% 4 13 17-7067 1 6/21/2017 Karen Drive Stormwater JRL Underground Utilities, Inc Bayshore Gateway CRA - Tami Scott $313,329.09 $313,329.09 $0.00 $313,329.09 0.00%90 7 97 7.78% Meeting Date Total number of Change orders Total Dollar Change Total Change in Days 7/11/2017 4 $43,035.00 37 Collier County 0111111111111000F Public Services Division Parks & Recreation MEMORANDUM To: Ted Coyman, Procurement Services Division, Director From: Barry Williams, Parks and Recreation Division, Director Subject: After -The -Fact Request on PO# 4500176019 Date: May 10, 2017 On PO# 4500176019 Parks and Recreation staff inadvertently purchased the product from SiteOne Landscape Supply the secondary vendor on contract# 16-6575 for the Purchase and Delivery of Fertilizer rather than from the primary contractor (Green Technologies, LLC). While reviewing the bid tabulation for 14-14-14 Poly- Plus Sulfur Coated staff inadvertently selected the price $23.65 for SiteOne Landscape Supply instead of $18.98 for Green Technologies. We recognize the error and will work closely with staff to avoid this issue in the future. Please accept this request so we may proceed with the payment of invoices# 78908954 & 78931820 to SiteOne Landscape Supply. If you have any questions or concerns, please do not hesitate to contact me at 252-4035. BarryWiliiams Director, Park and Recreation Division Por�C,s,� ecreafion Parka and Pama on -150M Lmng" Road - Naples, Fionda 34109 • 239.252-4000 • FAX 239-514-W • www aAoerparks com NAPLES FL OUR ORDER NO. INVOICE DATE INVOICE NO. PAGE 3706 PROGRESS AVE 92795412 01/17/17 78931820 1 NAPLES, FL 34104-3649 PHONE #: 239 -643-3255 CUSTOMER CODE SHIPPED VIA DATE SHIPPED TERMS CUSTOMER ORDER NO. 245970, CUSTOMER PICK UP 01/17/17]NET 30 DAYS 450017249 SOLD TO- SHIPPED TO- COLLIER CTY BOCC North Collier Regional Park PARKS & REC DEPTS 3299 Tami ami Tri E Ste 700 15000 Li vi ngston Rd Naples FL 34112-5749 Napl es FL 34109-3808 INVOICE 1310 PRODUCT CODE DESCRIPTION UNrr PRICE AMOUNT QUANTrTY QUANTITY 510282 LESCO 14 - 14 - 14 L&O 100% COATE 200 0 EA 23 .650 4730 00 Sy 4730 .001 0 001 0 00 0 00 0 001 TOTAL INVOICE LINE TOTAL OTHER CHARGIE� DELIVERY CHARD TAXABLE AMOK Ntj SALES TAX FIST 4730 00 DATE DUE 02/16/17 Lan LAM -2 SCAPE SUPPLY P v '€ I Lan no so nd the YOU foRow lhe ..w I n&ASr a P I , , .. '. ,. # ;. ., .,.-•¢ ,., ,.,._, ...- . ,.iY' ,<l. ` -'� ♦ w '^ :. ��� �� yy �� � � IMI �`i .U•' �iR` 4'Ll^I,� IIP!'_ �i ru i no so nd the YOU foRow lhe ..w I n&ASr a ;CoCounty Public Services Division Parks & Recreation MEMORANDUM To: Ted Coyman, Procurement Services Division, Director From: Barry Williams, Parks and Recreation Division, Direct Subject: After -The -Fact Request on PO# 450017251.3 Date: March 2 8, ? 017 ..-m.tiWMwn i:v,..a:::.ni..a3H:x.mMweM.w:. :rv:eiwmnanL.'nr;«.'+'w.rv. a.:M+wvx....rwnpxar..1s:+..rm On PO# 4500172513 Parks and Recreation staff inadvertently purchased product from Helena the secondary vendor on contract# 14-6247 for the Purchase and Delivery of Fungicides, Pesticides, Herbicides rather than from the primary contractor (Crop Production Services). While reviewing the bid tabulation for Roundup Qu-ikPRO staff inadvertently selected the first line item (140) rather than the intended line (145) for Roundup QuikPRO 6. 8#. Item 9 Description and Unit of Measured Aligare, LLC Crop Production Helena Chemmal Company Services, Inc. 125 Ranger Pro 12.5 14.24/gl (2.5 gl) 1,2.5 $14.902.5 Cal 12.5 14.74/gal 126 Razoe Pro 30gal drum 13,53/gl (30 gl) 30gal drum 30gal drum 17.25/gal 127 Razoe Pro 14.24/gl (2.5 gl) $15.50 17.245/gal 128 Renovate 3 gal 36.42/gl (2.5 Cl) gal $249.35 pi 79.75/gal 131 RESOLUTE 65WG Sit 9.14/lb (5 lb) n/b 8.60/lb 132 Revive 101b bucket no bid 101b bucket $149.50 101b buam 135.00/pail 133 REVOL'VE6 : Revolver (4 x t Qt) (Qt) no bid n/b 204.00/gt 134 REVOLVER 10T no bid n/b 204.00/qt 135 Revolver 87oz bottles no bid n/b i 540.00/bot 136 Reward 2 x 2.5 GA (no substitute) Gallon no bid Gallon $79.00 Gallon 79.00/gal 138 Rodeo 2 x 2.5 GA (no substihAe) Gallon no bid Gallon $19.20 Gallon , 17.500/gal 140 Round quik pro no bid $9.98 62.90/jug 141 Round Up Pro 2 x 2.g GA (no substitute) Gallon no bid Gallon n/b Gallon 18.25/gal 142 Round Up Pro Maxx 1.671al no bid 1.67p1 $41.91 1.67gal ' 48.20/jug 143 ROUNDUP PRO TSO 2.5G Gallon 14.24/gl (23 gl) Gallon $14.90 Gallon 18-25/gal 144 ROUNDUP PROMAX 1 67G Galion no bid Gallon $25.10 Gallon + 48.20/j ug 145 ROUNDUP QU1KPR0 6.8# Gallon no bid $8.20 Gallon 62.90/jug 146 ROUNDUP130 . Roundup Pro (2x2.5 Gal) Gallon 14.24/gi (2.5 gl) Gallon $14.90 Gallon 18.25/gal 147 ROUNDUP214 Roundup Quikpro (4x6.8 Lb Jug)(Ea Gallon no bid Gallon $9.98 Gallon 62.90/jug We recognize the error and Will Work closely with staff to avoid this issue in the future. Please accept this request so we may proceed with the payment of invoice# 22813459 to Helena. If you have any questions or concerns, please do not hesitate to contact me at 252-4035. Barry Williams Director, Parks and Recreation Division. P9ftaft PROM txl • 15000 Lnrrq" Road • Nate F44a 34109.239.252.4400 • FAX 239-514.8657 •www coberpaft cam Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Contract Modification Work Order Modification Amendment Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Contract/Project: Project Manager Name: r: Division Name: Original Contract/Work Order Amount $ 199,305.00 6/28/16, 16E5 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount #N/A 6/28/16, 16E5 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 199,305.00 6/28/2017 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 43,035.00 21.59%Total Change from Original Amount Revised Contract/Work Order Total $ 242,340.00 #N/A Change from Current BCC Approved Amount Cumulative Changes $ 43,035.00 21.59%Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date (Includes this change) # of Days Added Select Tasks Add new task(s) Delete task(s) Change task(s) Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Procurement Services Change Order Form 50136 COMPASS Construction 4500174834 16-6618 2 C-2 Alterations Facilities Management C. Nesbitt N/A 4/15/2017 0 12/19/2016 1. This change order is to correct the pre-existing electrical issues in C-2 (Procurement Services) that were not discovered until contractors were on site. When tying the new construction into the existing electrical service it was determined by the building inspectors that the existing service is not up to code. In order to complete the work and obtain a Certificate of Occupancy (CO) the following work must be completed: a. Correct wire coloring meant to distinguish high voltage circuits from lower voltage ones b. Long lengths of wire passing though the building in flexible conduit need to be converted to rigid pipe c. Electrical grounding methods at panels must be updated to most current code. Collier County Building officials were consulted to contribute guidance in resolving the issues prudently. 2. The original scope of work on this job was intended to be very simplistic (installation two walls and tie into existing electrical runs). When the contractor was onsite, it was discovered that those specific electrical runs were not up to current code, and would need to be updated inorder to obtain the final Certificate of Occupancy. 3. If these changes are not completed, the existing hazard and safety conditions would remain. Licensed electrical contractors will not proceed with, or certifiy work unless they were corrected first. Both resulting in the denial of a Certificate of Occupancy. Increases for unforeseen conditions are allowable in the contract under section 17, Changes in the Work. The new amount of $242,340.00 is also below the contract limit of $250,000.00. 2 3 4 5 6 7 8 9 10 11 12 13 14