Loading...
Agenda 02/13/2018 Item #16E502/13/2018 EXECUTIVE SUMMARY Recommendation to approve the Administrative Reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. OBJECTIVE: To promote accountability and provide transpar ency to the public and gain the Board’s approval/ratification for various procurement -related transactions. CONSIDERATIONS: In accordance with the Board’s Procurement Ordinance 2017-08 and the Procurement Manual, the Procurement Services Division produces a regular Administrative Report which provides for Board approval of the following transactions: Change Orders that do not exceed ten (10%) of the current Board approved aggregate amount, and/or require change in schedule (number of days); Amendments to contracts; After the fact memos from various County Divisions, as requested by the Clerk’s Finance staff for the timely process of invoices. Other items as determined by the County Manager or designee that require Board approval. This administrative report includes the following: Eight (8) change orders that in aggregate modify contracts by $5,221.10 and add 544 business days to completion periods, see attached summary and backup for details; and Zero (0) amendments this period, and; One (1) after the fact memo that has a total fiscal impact of $3,159.97. The memo includes two invoices which were not paid in FY17 because there were no funds available on the PO. FISCAL IMPACT: The net total for the nine (9) items is $8,381.07 . 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: Cat Bigelow, Procurement Operations Manager, Procurement Services ATTACHMENT(S) 1. 0213 Executive Summary final3.docx (PDF) 16.E.5 Packet Pg. 1370 02/13/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.5 Doc ID: 4665 Item Summary: Recommendation to approve the Administrative Reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. Meeting Date: 02/13/2018 Prepared by: Title: Supervisor - Operations – Procurement Services Name: Catherine Bigelow 01/30/2018 7:53 AM Submitted by: Title: – Procurement Services Name: Ted Coyman 01/30/2018 7:53 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/30/2018 8:45 AM Procurement Services Ted Coyman Additional Reviewer Completed 01/30/2018 9:01 AM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 01/30/2018 10:16 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 02/01/2018 5:02 PM County Attorney's Office Jeffrey A. Klatzkow Level 2 Attorney Review Completed 02/02/2018 7:49 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 02/02/2018 7:49 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 02/02/2018 7:56 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 02/02/2018 12:14 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/06/2018 5:10 PM Board of County Commissioners MaryJo Brock Meeting Pending 02/13/2018 9:00 AM 16.E.5 Packet Pg. 1371 CO CD -^-J -^ O ^ g ro foo CO 'SCWRFContrRenovationsc JO c One SourceConstrucionSolid and Hazardous WaDayne Atkinsona ts CO-j en Cn 8 ^CD -J O) ^1 CJ1 oo o S' w CO^•J 05 ^1en oo 0 oo sS ro 0 o ro o o 8 - CO en aien - ± 2 o -vj Enterprise AssManagementa O (\ c ci Q I PU Engineering & ProjecManagement - Tom Chrri'tp_ "- ^8 "CDoo 8 12o CO oo o 8' « s CD O O 8 O 8 s? ro CO CO en CD tn CF)aB? 0) Ol CO 8 - ro ^ 0 ~"Golden Gate PSW Int Imp$ 5 en c CO Preferred MatInca a GMD - Transportation EnRobert WhiteCO a z <° co*co o CO COo CO § CO COo en "roro Lxo CO CO M 2 Jko ^ en CO £ § ro s CO CO--J SS en CO en ji. CO en ^S CO |FPL Utility Cor|Vanderbilt BeaIT c c [ > ^3 CDro en o r D O =3 C PTNE - Harry SellsCn-~j "COs roen ^i01ro "ro CO -j o 8' « en "ro CD -^i COo CD go CD O O) O S3 O> O ^ CD Ol cn ^ 5 Sc CO -i DCD , h 03 y. c i 5" 2 c a s J c 5' Scr w-0-ro "KJ CD oo feej-1ro p) enen CO o oo w "ro ai ro CJi ji. CO o en CO ^ CO en oo CD Cn ro-fc* ro -C» 0? CO CO ^en^ien en ro S 9 ^LASIP -CountBarn/WingSou0 3 5 CD_ro cf GMD - Capital Project PI*Imapact Fees & Program<• - '* ?^ CJl CD CD i oo en CD CO CO 8 O 8" in S is. CO 8 O § ^ ^ a D o eo ^ ,0 eo -ti. CO -ts.ro ^1 c5 o CO Collier Blvd (GGreen Blvd)o. a O 5 0 Community AiCorpQ ~GMD - Transportation EnKevin Dugan(Q CDct c2 &> ro CO CO oo ro ~O) 0) CO "ooo g' •€» O g' •wroro "co CO CO "ooo g o 8 SS eo CO o COeo 0 8 ^ - - CO COo CO * =i roo CO Design & Rela1for VandlerbiltReplacementsro Co CO ^ CQ fl CO <"Kisinger Cam|Associates, C0 "-5 °GMD - Transportation EnAnthony StoltzCQ D'roro12. CO ?! ~ro o ro CO CB--jji. "ro o fo CO n %-~~i-t- "NJ-^p CO o oo 3s ^ CD CO o ^J 0fo s? Item page# Contract/ Grant No. Change # Date Project NameVendor Nam<Division - Project Managn O (re*3 i"§i" sa nc ^t n 3 || n n > f3 cmo ro = 9<-»• Q.n> 73 I t sa. § ° " 3a) 3 £ a S? 1 I ?g =• » a. si Oq I? 3- m n B S" flj (U 3 3^ TO era 5' 5-| €£ 3 &lg| _s t? * Sjb og. « '? 16.E.5.a Packet Pg. 1372 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) er "V«.»"— 0 Contract Modification Procurement Services Change Order Form D Work Order Modification O Amendment Contract*: Contractor/ Project Man 13-9085 Elrm Name: ager Name: Change #:04 Purchase Order #: Kit inger Campo & Associates, Corp. Stalls, Anthony O, 4500151387 Contract/Project: Division Name: Project*:66066.11 Dwgn »xf R««i*c swview br vmaotb* Ortv* Bridg> R*pta*nMnti GMD - Transportation Engineering Division Original Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes Original BCC Approval Date; Agenda Item# 5-27.14:16*17 Last BCC Approval Date; Agenda Item # $ 674,270.29 $0.00 S 674,270.29 $0.00 2/Sgp18 SAP Contract Expiration Date (Master) Total Change from Original Amount Change from Current BCC Approved Amount 0.00% 0,00%Change from Currant Amount Completion Date, Description of the Taek(a) Change, end Rationale for the Change 77 Date HI of Day* Added below) Original Completion Date 6/21/2015 last Approved Date Revised Date (Includes this ch»nge) Select Tasks D Add new task(s) D Delete task(s) Q Change Usk(s) IS Other (sae 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 daya added (If requested); 2.) why this change was not Included In the original contract; and, 3.) deecribe the Impact if this change Is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. This contract modification will synchronize this design contracts completion date with the anticipated completion date of the associated construction contract. (See attached letter dated January 4,2018 from Kisrnger Campo & Associates, Corp. for details.) 2. This change was not included In the original design contract because the exact construction completion date was unknown when the original contract and previous contract modifications were processed. 3 If this change is not processed the consultant will not be able to provide the services defined in tha approved contract through the duration of (he project. Prepared by: Approved by Anthony O. Stofts, P.E., Senior Project Managerrtransportation EngineeringDSStar H^Vpproved by rector, T^diwportalion Ena«Neefing Division Thaddeus L Cohen, Department Head, Growth Management Department Date: _ Date;, Date: 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 Professions! arising out of or mimed to the change set forth herein, including claims for impact and delay costs. s\ Accepted by: Approved by <t Campo & Associates,lioff> " -jfSt^ <^J**J**ZfA~ASI r-_—n- Cat llgeiowTUpefattonsTMan/ger, Procurement Sen/less Division Date: January 16.2016 Date: //W//<f R»v*«d: 10/28/2014 (Divisions who may require additional signature* may include on separate sheet.)FMOCUftCMCHT USC OMtr seensec 16.E.5.a Packet Pg. 1373 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) z KCA KISINGER CAMPO & ASSOCIATES January 4,2018 Mr. Anthony Stolts, P.E. Senior Project Manager Collier County Growth Management Division Transportation Engineering Department 2885 South Horseshoe Drive Naples, FL 34104 Re: Contract No. 13-6085 Design and Related Services for Vanderbilt Drive Bridge Replacements Request for Time Extension Dear Mr. Stolts: On May 29, 2015, Collier County issued Kisinger Campo and Associates Corp. (KCA) a contract extension through February 5, 2018 to complete all design and permitting efforts and perform post design services during construction. At this time, the current construction contract completion date is May 29,2018. Therefore, KCA requests the subject contract be extended an additional 113 calendar days from the end of the current contract completion date to coincide with the current construction contract completion date. Please note that a change in the compensation amount for Post Design Services is not being requested at this time. If you have any questions, please contact me or KCA's project manager, Chris Meares, at (813) 871-5331 or at Chrls.Meares0klslngercamDO.com. Sincerely, Paul G. Foley, P.E., President 201 North ffinktln StfMt, 5uit»«0 |T*mp«, fl«W« 336811 613*71-5331 ' 813 871-5135 |. 16.E.5.a Packet Pg. 1374 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Q Contract Modification Procurement Services Chingc Order Form D Work Order Modification Q Amendment Contracts: Contractor/I Project Man 14-6342 TrmName: agarNacnai 1 Change f : J 17 Community Asphalt Corp Kevin Dugan Original Contract/Work Order Amount Current BCC Approved Amount Current Contact/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes Purchase Order *:4500155595 I Project*:68056 I Contract/Project Co"** Btvd (Golden Gala to Oraon Btvd) $ 2Z668.000.00 $ 22,688,000,00" Dfvtalon Nama: 11/18/14. 11F 11/15/16 16E8 $ 22,688.000.00 $0.00 S 22,688.000.00 S 0.00 0.00% 0.00% 0.00% Transportation Engineering Original BCC Approval Date; Agenda Item # Last BCC Approval Oats; Agenda Item # SAP Contract Expiation Dale (Master) Total Change from Original Amount Change from Current BCC Approved Amount Change from Current Amount Completion Date, Description of the Taskjs) Change, and Rationale for the Change otic* to Proceed '•te of Days Added •tow) 1/28/15 Original 4/17M7 Last Approved Date 8/13/17 I Revised Data J (InaudM Ms ctamt) Select Tasks Q Add new tastt(s) Q Delete taak(a) O Chang* task(s) 0 Other (see Provide a response to tha following: 1.) deUi led and apaclfic explanation/rationale of the requested chanjje{s) to the tastes) and / or tha additional days added (if requested); 2.) why thla change was not Included In the original contract; and, 3.) describe the Impact If thhi change la not processed. Attach additional Information from the Design Professional and/or Contractor »f needed. Transfer $9002.76 from the Roadway Allowance of $645,869.64 to the Lighting Allowance to cover an overrun. This reduces the Roadway Allowance to $636,866.88,, and increases the Lighting Allowance so there is no overrun of this allowance. 1. An additional run of fiber optic cable was added to the project requiring a usage of the lighting allowance. 2. Traffic Operations requested the change to provide redundancy to the system as back up for safety concerns. 3. If this change is not processed, the fiber optic cable needed to provide redundancy for safety concerns could not be installed Prepared by .Date:. Kevin H Dugan, Project Manager, Transportation Engineering OMsion Acceptance of tils Change Order shall cooaStuta a modification to contract / worX order identified above end w8l be subject to all the came terms and cnexSflarv* as contained In the contract I work order indicated above, as futy as If the same were stated In this acceptance. Tha adjustment, (f any. to (he Contract shall commute a ful and final settlement of any and al datms of tha Contractor / Vendor / Consistent / Design Pmfesstonal arising out of or related to tf)9 change set forth herein, IndudVtg claims for knpact and delay costs. Accepted by: Robert Peterson, Area Manager. Community AsphaH Dale: Stew RKtar, Road Construction Manager. Transportation Engineering OMsion Approved by. Date: Data: (DMalont vUio may nsqUr* additional sH^afurwi inay tnduta on Mparala ctie«L) 16.E.5.a Packet Pg. 1375 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Approved by: . Thaddeus Cohen Department Head, Growth Management Department Data: \d by: Data: /Mir DMsion Revised: 10/28/2014 (Divisions who may require addUonal slgrwturos may Induda on sspanta thMt) 16.E.5.a Packet Pg. 1376 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Change Order (fl 7EXHIBIT "A"DEDUCTIONS FROM ALLOWANCEContract Item(530-2 Conduit Furnish and Install(530-2-12A Conduit Directional Bore633-1-122 Fiber Optic Cable Furnish and Install635-2-11A Pull & Splice Box 13" x 24'715-500-1 Pole Cablee Distribution(535-2-12Original ContractOriginalQty345B5.00965.0011180.0044.00144.0029.00Unit ofMeasureLFLFLFEAEAEAUnitCost$5.69$14.55$3.02$351.20$464.49$800.23Previous Change OrdersUnitIncrease/Decrease0960000Original Qty+ CO Qty34585.00106LOO11180.0044.00144.0029.00This ChangeIncreased/DecreasedQuantity135186168934112Increased/DecreasedCost$ 768.15$ 2,706.30$ 51,016.86$ 1,404.80$ 5,109.39$ 1,600.46Revised ContractTotal RevisedItemQuantity34720.001247.0028073.0048.00155.0031.00Total RevisedItemCost$ 197,556.80$ 18,143.85$ 84,780.46$ 16,857.60$ 71,995.95$ 24,807.13Original Allowance Item CC950-RDW ROADWAY ALLOWANCEPrevious CO Increases/DecreasesIncrease/Decrease This ChangeTotal Revised Roadway Allowance$1,500,000.00$645,869.64-$9,002.76$636.866.88Original Allowance Item CC950-LTG LIGHTING ALLOWANCEPrevious CO Increases/DecreasesTotal Revised LightingOver RunIncrease/Decrease This ChangeTotal Revised Roadway Allowance$55,000.00$53,603.20$62,605.96-$9.002.76$9,002,76$0.00$ 62,605.9616.E.5.aPacket Pg. 1377Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services tier County D Contract Modification D Work Order Modification Amendment Change #: 5 Purchase Order #: 4500137702 Procurement Services Change Order Form Project #: Contractor/Firm Name: ABB- lnc Shane CoxProject Manager Name: Contract/Project: LASIP-County Barn/Wingsouth/Closeout Division Name: Capital Project Planning, Impact Fees,& Program Manaaement Original Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes $ 599,148.00 24JUL12-16A2 Original BCC Approval Date; Agenda Item # $ 599,148.00" 24JUL12-16A2 Last BCC Approval Date; Agenda Item # $ 599,148.00 1/29/2018 SAP Contract Expiration Date (Master) $ 0.00 $ 599,148.00 $ 0.00 0.00% 0.00% 0.00% Total Change from Original Amount Change from Current BCC Approved Amount Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 17NOV2014 Original 10JAN2016 Last Approved 29JAN2018 Revised Date 28JUL2018 Date Comoletion Date Date (Includes this chanae) # of Days Added below) 180 Select Tasks D Add new task(s) D Delete task(s) D Change task(s) [>3 Other (see 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 is to request an additional 180 days for the time of completion. The final phase of this contract, the Closeout, is proceeding, but requires continuing coordination with the US Army Corps of Engineers (USAGE), which is currently behind schedule with their own workload. On this particular project, they are instrumental in final permit closing procedures. Additionally, the consultant, ABB lnc, is gathering supplemental information pertaining to the permit as requested by the USAGE. The USAGE may have additional requests and also is still considering the option for another review of the LASIP Mitigation Park. 2.) The project itself (design and construction) took substantially longer than anticipated due to weather and construction issues, etc. When selecting a completion date for the close out with the permitting agencies, staff and ABB assumed a time period that was realistic at that time, but now is proving to be insufficient. 3.) If this modification is not processed the Federal and State Permits can not be properly closed. Prepared by: /^ ^^^-^ Lxr^ Date: Shane Cox, P.E./ Senior Project Mgr, Capital Project Planning, Impact Fees, & Program Management //////f I / Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by:Date: January 22, 2018 Edward Tryka, P.E./ Vice President, Transportation /Agnoli, Barber & Brundage, lnc (ABB) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.)PROCUREMENT USE ONLY Admin BCC Rpt BCC ES 16.E.5.a Packet Pg. 1378 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Change Order 5 Contract 11-5751 / ABB Inc Page 2 Approved by: 7 /ty. itaf' Date: /"//- /6 Gerald N Kurtz P.E., Principal Project Mgr, Capitar Project Planning, Impact Fees, & Program Management Date:Approved by: _ Amy Patterson, Director, Capitaj^roject Planning, Impact Fees, & Program Management Approved by: Thaddeus Cohen, Department Head, Growth Management Department Approved^yj itSti ategisJUEurchasing Department Date:\w\\ Date: Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.)PROCUREMENT USE ONLY Admin BCC Rpt BCCES 16.E.5.a Packet Pg. 1379 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) AL\ KT ARBER & L\ BBBBflKTlB s BRUNDAGE, INC. Professional Engineers, Planners & Surveyors 7400 Trail Blvd., Suite 200, Naples, FL 3-t 1 08 Ph. : (239} 597-3 It I- fax: (239) 566-2203 January 10,2018 Mr. Shane Cox Senior Project Manager Collier County Transportation Engineering & Construction Management Dept. 2685 Horseshoe Dr. South, Suite 103 Naples, FL 34 104 Re: LASIP County Barn Road, Wingsouth Professional Services Task III - Project Close-Out ABB PN 00-7599-7 - Collier County PN 1 1-5751 Time Extension Dear Mr. Cox: The purpose of this letter is to request a time extension for an additional 6 months or 180 calendar days. The time extension is requested in order to gather any missing information from completed construction projects and to have consultants' close-out the ERP permits if not already completed. In addition, it may be necessary to have either the ACOE or SFWMD have another review of the LASIP Mitigation Park since it must be maintained in perpetuity. The County may wish to perform a thorough exotic removal treatment prior to any inspection by either agency. The 180-day time-frame is an estimate due to difficulty of closing out the USACOE permit. The agency is currently behind schedule and experiencing a hiring-freeze. They have no "time- clock" to adhere to, so it is difficult to predict how long they will take to process the permit and how many re-submittals it may take due the large scale of the project- over 17 square miles. Please let me know if this letter request is sufficient or if any additional paperwork is required. Very truly yours, AGNOLI, BARBER & BRUNDAGE, INC. Edward F. Tryka III, P.E. Vice President, Transportation 16.E.5.a Packet Pg. 1380 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Ifier County [•'• Contract Modification Procurement Services Change Order Form Q Work Order Modification D Amendment Contract #: Contractor/ Project Man 16-6561 ""' | Change*: :irm Name: ager Name: 4 Purchase Order *: Atkins North America, Inc. Justin Lobb Contract 45001 73240 -X Project Division Name: : Design Services for Project*: 33484 ^ MKY Terminal Airport Authonty Original Contract/Work Order Amount $ 1 209.298.00 9/27/16 '.^^ ' Original BCC Approval Date; Agenda Rem # Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes $ 1.209.298.00 1.216.255.49 000 0 58% S 1.216.255.49 0.58% 6.95749 000% Last BCC Approval Date, Agenda Item # SAP Contract Expiration Date (Master) Total Change from Original Amount Change from Current BCC Approved Amount Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Chang* 5/29/18Notice to Proceed 10/21/16 Original 10/31/17 s Last Approved 1/29/18 r Revised Date Date I 1 Completion Date I 1 Date I 1 (Includes this change) # of Days Added 20 Select Tasks D Add new task(s) D Delete task(s) U Change task(s) [3 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 Zero Dollar Change Order to (1) extend the contract one hundred twenty (120) days lo allow sufficient time to generate and bring an amendment to the Board for engineering services dunng construction and rebid the airside work, (2) reallocate funding in the amount of $1 884 31 from task 2 08 "Design & Sepcial Services/Subs' to 2 06 Bidding' 2 06 Bid Phase 2 08 Design & Special Services/Subs Original Contract Amount 522.870 00 $78,789 00 con $6.957 49 This CO#4 $1 884 31 ($1 88431) Revised Contract Amount $24.754 31 $83,862 18 Time Extension The scope of the engineering solicitation included both design and construction engineering and inspection (CEI) services for this project The current contract includes only the design phase CEI services are to be added via an amendment to the current contract The initial bids, which included airside and landside improvements, were significantly higher than anticipated With concurrence of the grant agencies, the project was split into two phases, value-engineered and revised to include several alternates This delayed selection and award of the construction contract and the associated CEI amendment Reallocation of Funding among tasks: Because of the redesign and associated rebidding of this project, the engineering consultant underestimated the amount of time and assistance their subs would require to prepare the bid documents. As a result, the engineering consultant has requested that $1,884.31 initially allocated to task 2 08. which includes subs and special * services be reallocated to task 2 06. the bid phase If this change is not processed, the Airport Authority (1) will not have an engineering consulting firm available for the construction phase of this project, as required by the grant agencies and (2) will be unable to complete the bid for the airside work associated with this project Acceptance ofthis Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as fcontained in theNQoVitract / work order indicated above, as fully as if the same were stated in this acceptance The adjustment, if any. to tne'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 10/28/2014 (Divisions wtio may require additional signatures may include on separate sheet )PROCUREVENT U9E ONLY Umln DCC Rpl sects 16.E.5.a Packet Pg. 1381 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) 10 Accepted by Darin R Larson, PE. LEED AP, Atkins North America. Inc Approved rlby /4«Vfc- Gene Sh/je, Division Director Growtn Management Department \fi.Approved by Thaddetis Conen, Department Heafl Growth Management Department Approved by Adorn Northrop, Procurement SjjeeratiST" Dale: Date Date Revised 10/28/2014 (Divisions who may require additional signatures may include on separate sheet )PROCUKCHENTUSf OftLT 16.E.5.a Packet Pg. 1382 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) 11 BrueggemanDebra From: Sent: To: Subject: McCauley, Kevin D <Kevin.McCauley@atkinsglobal.com> Thursday. January 11, 2018 3:55 PM BrueggemanDebra MKY Contract #16-6561 Debbie, Atkins would like to request that $1 ,884.31 be moved from task 2.08 "Design & Special Services/Subs" to 02.06 Bidding. We would like to request the money be moved due to Atkins assisting subs in the bidding process. Thank you Kevin McCauley, P.E.* Project Manager, National Aviation Services ATKINS 3250 West Commercial Boulevard. Suite 120. Fort Lauderdale. Florida 33309 | Tel: 954 903 3605 | Fax 954 733 1 101 | Cell: 310 986 7131 | Email Kevin mccauleviSjatkinsqlobal com ] Web *FL, CA This e'naii and any a!tacried files ate confidential ana t.opynyra pimea<-(i H ycj .i:c nut the .«]<IH-;«M "iinaturi ot tms communication is st'ictlv piohibilf-ni Unless n!hprw><;e exnress^y ^gieftd in v/ri:mq notivpcj :>!,^red in trr; r/-^^^.^^-^^^-! ^',v.\l ;;t- lt~q;i!!v btndina ' I'O mtinia!*: oaien' coT.pany r/f J'^o Atk^rs Group !s yMt,'Lauaim Grojp Inc Registered >n Quebec Cai '.004'0 ReqiStorfd CW CP 455 hoiii Rene-levpsoue Ouest k'Grnea' Oiifbec Canada i \2i 1Z3 " hs; ot Atkins Uroui., toiiipar.ies -eqisteiei: in tht United -<MntjOom a"J kji,rtli..in^ ^limr.u Uie wo-ic •, Jn Of tounc HI htlc ' www aiktnsqlobrt! con roup <:oiT!|jary rcqisiiation -letSiK 16.E.5.a Packet Pg. 1383 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) I BrueggemanDebra From: Sent: To: Subject: McCauley, Kevin D <Kevin.McCauley@atkinsglobal.com> Wednesday, January 10, 20186:21 PM BrueggemanDebra MKY Contract #16-6561 Debbie, Can you please extend our Contract #16-6561 by 120 days in order to allow us to get approval on the CA services task prior to the design task expiring? Thank you Kevin McCauley, P.E.* Project Manager, National Aviation Services ATKINS 3250 West Commercial Boulevard, Suite 120, Fort Lauderdate. Florida 33309 | Tel 954 903 3605 | Fax: 954 733 1 101 | Cell 310 986 7131 | mm mccauleyfcSatktr.sqiobai com | Web: www atkinsgiobalMorthamenca com www atkinsglob3l.com *FL, CA Email: This ema;l and a-'ty attached fies are con'identiai and cop-yiiqni Diulr-clea if yju ,iie not :h«- Aldiessee «•• , .",un u> this corimunication is slnctly prohibited Unless otherwise exp'essly agreed in wntmg rntinr.q suitrd \i~ 'his ( onuiMiitifdtiOn sl'-all be <n>j;ti:y bi'idi'Kj "'•<• ui'm^te oacenl company ottfie Alk-ns Group is SNC-Lavalm Group Inc Reyislered in Quetec t'.nt\aita Nn H'i?)04i-il RegisieiPd fittice 4P5 tioiil Wsne-l Pvesque Quest Montreal Quebec: Canada H2Z "./:<, A list ot Atkins Gio^p companies registered ri tlv :_,"i'ea Kingdo-n ,ir':1 l:;cnt.cns arouno the wonn c.n ho found at nttp .'/www atkinsglobol con scivice^.'gruup cornpnny iCQibt!- 16.E.5.a Packet Pg. 1384 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) CjsfierCatmt? (3 Contract Modification Contract #: I 15-6437 Change Procurement Services Change Order Form f"] Work Order Modification Q Amendment Purchase Order 8:1 4500163308 Project #:NA Contractor/Firm Name: MasTec Norm America, Inc Contract/Project:FPL Uiility Conversion at Vanderbiif Beach Project Manager Name:Harry Sells Division Name:PTNE 1 Original ContracDWork Order Amount (Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes S 574,606,25 7/7/15 16D6 Original BCC Approval Date; Agenda Item # $ 752,219.17' _ 1/9/18 16E Last BCC Approval Date; Agenda Item # 752.219.17 0.00 752.219.171 $ 177,612.92 8/17/2016 SAP Contract Expiration Date (Master) Total Change from Original Amount30.91% 0.00% 0.00% Change from Current BCC Approved Amount; Change from Current Amount Completion Dale, Description of the Task(s) Change, and Rationafe for the Change Motice to Proceed Date tt of Days Added below) 8/15/15 Original Completion Date 8/17/16 Last Approved Date 2/7/2018 Revised Date (Includes this charge) 60 Select Tasks Q Add new task(s) Q Delete task(s) [j Change tasl<(s Other (see 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. Ailach additional information from the Design Professional and/or Contractor if needed. 1. This Change Order request is adding 60 days to the length of the contract to allow enough time to complete the necessary review and coordination of a future change order For the Board consideration. 2. This Change Order prevents the contract from expiring before management concerns with an addition change order- are resolved. 3. If the needed time is not granted, we will not be able to activate the network through FPL, connect the etxl users to the buried network, or remove the aerial network and poles, leaving thousands of residents without upgraded power. Prepsrad by 'anaqerfot Vanelerbitl Beach,MSTU Date: _Janu3iy 4,2018 Acceptance of this Change Order shall constitute » modlflcatfort to contract / work ccdsr Wentlfled sfcove and will be subject lo all th« sama terms and conditions as contained in Ihe contract / work order indicated above, as fully as if the same were slated in this acceptance The adjustment, I/ any, to lh<> Contract shall constitute a toll arid final settlement of any and all claims of Ihe Contractor / Vendor / Consultant / Design Professional arising out of m related to Ihe Changs sgUorth herein, Including claims for impaci and delay costs Accepted by; (John ^udi. f^gsjee-North America. Inc.) Date: Approved by; : (Terry Cote. Senior Vies President Hole Monies of Firm) Revised I0,'28/20t<! (Oiwinions who may i Oata: '/ S may include on s sheet.) 16.E.5.a Packet Pg. 1385 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Approved by:. (Michelle Arnold, Director PTNE Division Approved by:. Approved by: TSfeve Cartel!, Adminfsifator, Public Services Department (Procurement Professional) / Oatea ^ Date: Date: Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.)PROCUREMENT USE ONLY Admin BCC Rpl BCCES 16.E.5.a Packet Pg. 1386 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) • County Admirtsfrafeve Sendees Division D Contract Modification Procurement Services Change Order Form I Work Order Modification D Amendment Contract #: Contractor/ Project Man 16-6663 =irm Name: ager Name: Change #:1 Purchase Order #: PREFERRED MATERIALS, INC. Robert White Original Contract/Work Order Amount Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes $ S s $ 308,063.30 308,063.30 308,063.30 5,221.20 $ 313,284.50 $5,221.20 4500179235 Project Name: Department: 7/11/17 Golden Gate Pkwy ( Project #: g 55th St SW 60016.20 Int Imp Growth Management 16.A.16 7/11/17;16A16 1.69% 1,69% 1,69% Original BCC Approval Date;Agenda Item # Last BCC Approval Date; Agenda Item # SAP Contract Expiration Date (Master) Total Change from Original Amount Change from Current BCC Approved Amount Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Date # of Days Added 09/25/2017 12 Original Completion Date Select Tasks 12/24/2017 3 Add new ta Last Approved Date sk(s) n Delete t 12/24/2017 ask(s) El Ch Revised Date Includes this change) ange task(s) G Ot 1/5/2018 ter (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 will draw down the Roadway Allowance and increase the contract amount by $5,221.20 by adding one new unit price bid item, reducing the quantity of an existing item and increasing the quantity of another. It will also extend the substantial completion date. Addition of Detectable Warnings (Item No. 527-2): for Truncated Dome Tactile Warning Mats (ADA Sidewalk Ramp Surface). 1.) The bid tabulation did not include a line item for Detectable Warnings. The cost of the warning mats will be deducted from the Roadway Allowance (36 sf at S30 25 per sf = $1,089.00). Increase of $1,089.00 deducted from $10,000.00 Roadway Allowance = S8.911.00 remaining. 2.) The detectable warning mats were indicated on the plans, but were not incorporated in the bid tabulation. The cost of the warning mats was not included in any other bid item. 3.) These ramps are required by ADA and Collier County standards. If the ramps are not installed, the project would not be in compliance. Decrease quantity of Superpave Asph. Cone. SP-12.5 (Item No 334-1-11) 1.) Decrease quantity of Superpave Asph. Cone. SP-12.5 (Item No. 334-1-11) from 77.00 TN to 48,06 TN, thereby reducing the line item total dollar amount from $18,865.00 to $11,774.70. The resulting difference of $7090.30 will be credited to the Roadway Allowance. Increase of $7090.30 credited to $8,911.00 Roadway Aliowance = $16001.30 remaining. 2) Only 48.06 tons of SP-12.5 asphalt were used. The original estimated quantity of 77,00 TN was in excess of the amount required to complete the task. The engineer noted on the plan set that this quantity "includes 25 tons of additional material for adjustments to existing conditions " 3.) If this change is not processed, additional funds will be required for project completion. The crediting of these funds to the Roadway Allowance will help to offset the additional cost for Item No. 334-1-12, (Divisions who may require additional signatures may include on separate sheet) Revised: 10/28/2014 16.E.5.a Packet Pg. 1387 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Increase quantity of Superpave Asph. Cone. SP-9.5 (Item No. 334-1-12) 1.) Increase quantity of Superpave Asph. Cone. SP-9.5 (Item No. 334-1-12) from 36.00 TN to 101.30 TN thereby increasing the line item total from $11,700.00 to $32,922.50. The increase in funds will be deducted from the Roadway Allowance and will require an increase of $5,221.20 in the contract amount). Increase of $21,222.5 deducted from $16,001.30 Roadway Allowance = $0 Roadway Allowance and deficit of $5221.20. 2.) During construction efforts, it was found that the estimate of 36.00 tons was insufficient to cover the area to be paved. 3.) Unless the quantity of this item is increased, the project would lack the material required to complete the final lift of asphalt. Twelve days will be added to project, moving the substantial completion date from 11/24/2017 to 12/6/2017 and changing the final completion date to 1/5/2018. Due to impact from Hurricane Irma, materials were not readily available from suppliers. The NTP for this job was issued 9/25/2017, just two weeks after the storm. Only sixty days were allocated for substantial completion. Additionally, the substantial completion date fell on the Friday after Thanksgiving and the final completion date on Christmas Eve. Without a change in the substantial completion date the contractor would not be in compliance with the contract agreement due to no fault of the contractor. Prepared by: _ _ _^_ (Robert VVhiS / Inspector ^transjaortation griginoenng Oiwiorij Acceptance of this Changs Order shall constitute a modification to contract / work order tdentified above and will be subject to a« $tw same temis arrt corxlifoyts as contained in the contract / wo The adjustment, if any, to the Contract shaft constitute a Ml and final settlement o' any and all claims of the Contractor / Vendor / Consultant / D»iiignPiolMiantf*l^autefarrej**rt Acc*pt*d fay _ ,. _J. J, £7 . Date: (Gregory Barer / \Ttce Pre»dent / Preferred iMiawSafifwfiffEibc'tlPerez, Assistant Secretary Approve by; >.^^-~ &&&:.***->. Date; / 2- (Stew* R^Mr / Row) CoraitmicBon Manager / Transpcxtafton Ertgm««iMng Divteton) Approvad by: (Jay Ahmad Approvtdby Approved toy: •fhlKkitosrtnrtohwirBepartment % LS*%^tf (Divisions who may require additional signature* may include on separate sheet.) Revised: 10/28/2014 16.E.5.a Packet Pg. 1388 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) EXHIBIT "A" CHANGE ORDER #1PROJECT NAME: Golden Gate Pkwy @ 55th St SW Int ImpCONTRACTOR: Preferred Materials, Inc.Project* 60016,20Contract^ 16-6663ROADWAYRevised Items334-1-11 SUPERPAVE ASPHALTIC CONC SP-12.5334-1-12 SUPERPAVE ASPHALTIC CONC. SP-9.5527-2 DETECTABLE WARNINGSTotal AdditionsUnit ofMeasureTNTNSFUnitCost$245.00$325.00$30.25OriginalQuantity77.0036.000ProposedQuantityChange(28.94)65,3036ProposedQuantityCost-$7,090.30$21,222.50$1,089-00$15,221.20RevisedTotalQuantity48.06101.3036Total RevisedQuantityCost$11,774.70$32,922.50$1,089.00Previous CO Increases/DecreasesIncrease/Decrease This ChangeRoadway AllowanceAdditional Funds Required$ 15,221.20$ 5,221,20TIME INCREASESTola! Additional DaysDays Requested1216.E.5.aPacket Pg. 1389Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services MEMO To: Nick Casalanguida, Deputy County Manager From: Steve Ritter, Construction Manager, Transportation Engineering RE: Change order clarification (project 60016.20) Date: 2/6/2018 In reference to the change order requested on the 2/13/18 regular BCC meeting for the Golden Gate Parkway & 55th paving project, the line item for Superpave 9.5 (item 334-1-12) was underestimated in the design plans due to an error in the calculations performed by in-house county staff. The contractor reached out to the construction and design teams for clarification when it became apparent that additional tonnage was required to properly complete the job. County designers verified the request from the contractor and agreed the additional asphalt was required. The pricing is commensurate with other bids from Preferred Materials for Superpave 9.5 as seen on other recent work orders. 16.E.5.a Packet Pg. 1390 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Jl Colfier D Contract Modification Q Work Order Modification Change #: D Amendment Purchase Order #:4500175892 Procurement Services Change Order Form Project*: 7 Contractor/Firm Name: Project Manager Name: Executive Alliance Grouo Inc Tom Chmelik Contract/Project:Enterprise Asset Management Division Name:PU Engineering & Project Managment 109,900.00 109,900.00 Original Contract/Work Order Amount $ 109,900.00 Current BCC Approved Amount Current Contract/Work Order Amount Dollar Amount of this Change Revised Contract/Work Order Total Cumulative Changes $6.00 $ 109,900.00 $o;oo ~:v."..' Original BCC AppK^Fbatef Agenda Hem # N.^ Last BCC Approval Date; Agenda Item # 4/26/2018 SAP Contract Expiration Date (Master) Total Change from Original Amount Change from Current BCC Approved Amount Change from Current Amount 0.00% 0.00% Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed! Date 9 of Days Added below) Original Completion Date Last Approved Date Revised Date I (Includes this change) 1/28/18 Select Tasks D Add new task(s) Q Delete task(s) Q Change task(s) Q Other (see 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. Time extension only. Additional time is being requested because the need for services has been less frequent than anticipated; therefore the funds will outlast the expiration date. Exetending the work order allows PUD to benefit from the vendor's expertise for a longer period of time as needed. 2. This change was not included in the original contract because in-house services have developed with the Implementation of asset management, requiring less time from the vendor. 3. If this change is not processed, the vendor's services will not be available to assist with asset serialized assets which provides a substantial labor savings to Operations. Prepared by:. (Project Manner Name and Division) Date: IS 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 furi/and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or rajeted to tte-cftange spt forth herein, including claims for impact and delay costs. Accepted by: (Contractor / Vendor / Consurfant / De^ig^ProfesjSfonahpnd Name of Firm, if project applicable) Date: Approved by:.•X J Date: (Design Professional and Name of Finn, if project applicable) s\d by: cn-adamnorthrup@collier (Procurement Professional),gov.net 'OO'OS-15:42:20 2017.11.13 Date: 16.E.5.a Packet Pg. 1391 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Procurement Services ' Changs Order Form y j D Work Order Modification D Amendtn ent Change #: 1 Purchase Order*: 4600179637 Project ff:70H8.2 Contractor/Firm Name: Project Manager Nemo: ONE SOURCE CONSTRUCTION COMPANY & BUILDERS ING Dayne Atkinson Contraol/ProJeot:SCWRF Control Room Renovation Division Name:Solid & Hazardous Waste Mangement Original ContraoWVork Order Amount, Current BCC Approved Amount •••'197,fe75.oo. 6/13/17; .~ Currerii^Cgntrapt/Work Order Amount ''•'$ '••V:''W,'e7S,00: '•'"•:'-3/1/201B Original BCC ApprovalI Date; Agenda Usm# Last BGC Approval Date; Agenda I tern # •••;•* •.-:';."'.'''•'.v'rt Art•.'.$ -A.VV 0,00- Revised ConlracWVork Order Totel $ 197,676,00 0.00% 0,00% SAP Contract ExpiraUon Dgtajjyjasjgr^ Total Change from Original Amount Change from CurreritBCC Approved Amount Change frpm Current Amount Date # of Days Added below) Completion Date Select Tasks g] Add new taek(e) Q Delate taek(s) D Change taek(s) gj Other (sea Provide a response to the following: 1.) dotalled and speclttc exptartatton/ratlonala of the requested change(s) to the task(s) and / or tha additional days added (If requested); 2.) why this change was not Included In the original oonlraot; 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 la-a Zero-Dollar Change Order for additional expense to be paid from the owner's allowance, as follows: a. Relocate 30 AMP Twlsllock receptacles from the wall to celling; Add a 120 volt circuit for use by customer; 4 hours T&M- TOTAL: $430.00 b, Additional 220 voll ouOet and 110 volt oullet; 8 hours T&M- TOTAL; $1,176.00 o. 24 ft. of 36" deep fixture counter-top space- TOTAL: $2,962.62 d. Build and Install 16 shelves In existing supply cabinet- TOTAL $600,00 e. Supply and Install MohawK Faculty Remix Carpet Tile In office- TOTAL: $1,875.00 f. Overhead & Profit (10% for Subcontractor and additional 6% for Contractor)- TOTAL: $1,056.38 Owner allowance $15,000.00 - $8,098,90 = New allowance total of $6,901,10 2. This was not added to the original purchase order because It was not Included as part of the original design. This Is an owner requested change, Tha additional shelves and counter tops are needed for eo,ulpment space, The carpet flooring Is better for sound than the VCT flooring. Additional outlets are needed for post-storm and emergency equipment. 3. If this change Is not processed, the County will have to solicit separate quotes for Ihe work, which will not be oost effective lo the *"«_.. _-x**"" " ) Prepared by: (Pro]iorffame and Division) \*r Acceptance of this Change Order shall constitute a modification lo 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 Ihe Contract shall oonslllule a full and final setHortionl of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of orrajmed to the change set forth herein, Including claims for impact and delay costs. Accepted hy; Approved by: Approved by: Revised: 10/20/2014 Deelgn Professional and Name of Firm, If project applicable) /^* u^i^i^*.—w A-~»~ -'is • (Design ProfasElonararK^Nama (Divisions who may require additional signatures may Include on separate sheet.)r HOCUHEHeNT VSB ONLY Admin BCD Rfil BOOKS 16.E.5.a Packet Pg. 1392 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) 2-0 k COASTAL LIVING EIECTRICAI Proposed Change Order 12940 Express Ct UhitBfi Fort Myers, FL 33913 P.-239-56J-3453 F: 239-S61-344S BC13Q05284 Dale 11/27/2017 Change Order* 2607 BUI To One Source Construction 6325 Presidential Court Sails 3 Fort Myers, FL 33919 Ship To Collier County S. Wator Reolom Fno, 5600 Warron Street NapJdS,FL Phone 239-4 15-2300 E-mail jaiiicc@oue-sourceconstnioliaii.coin 2S ''-^-••^'^ PROPOSED CHANGE ORDER - OWNER EXTRAS - TIME AND MATERIAL -.Rclpojite the 30. rnrip twisiladk reccptebles fr>ui Uxe \vaUtp fl)bs.eillng.y •'•'"'• ' ';•• -. -?.'''': ' :-.' • >•.':".;' - Add n 1 20 volt circuit for use by customer, Time (4 hours) arid Material ' • '/••'' — :; ' • ' :, S ' •'•' ' ' j .-' ' ' ..V: , '•"•;'• .•• : . • - Add 1 additional 220 outlet, Add 1. additional 110 outici, V''.: • :' . ; - Time (8 hows) and material E-mail tyan.goQ@conslallivlage1eoU-ical.aoDi Project Collier County S,Cnty Wato.,. tW?M*$W^'^ 1,175.0(1 Total , $1,605.00 Wab B"e *This work will commence once W™.CoB«talLivijijgBlectrtcdl.coni approved* Slgnaturn 16.E.5.a Packet Pg. 1393 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) SANDERS CABINETS, INC. Ill FIFTH STREET UNIT A-5 PHONE 23J-278-5593 FORT MYERS, FL FAX 239-278-5S93 jtsflnderscabs3@gmail.com CELL 239-994-5227 INVOICE December 7,2017 INVOICE #507 ONE SOURCE CONSTRUCTION RE: COLLIER COUNTY GEORGE CHAUVIN S.C.W.R.F. CHANGE ORDER 63 25 PRESIDENTIAL CT # 3 FT MYERS, PL 3 3919 BUILD AND INSTALL: 24 FEET OF 36" DEEP FIXTURE TO MATCH WHAT WAS JUST BUILT IN NEW WORK AREA EXCEPT THE DEPTH IS 36", NOT 25 V? $2,962.52 BUILD AND INSTALL 16 SHELVES IN EXISTING SUPPLY CABINET $ 600.00 TOTAJL $3,562.52 PRICE INCLUDES DELIVERY & INSTALLATION. PULLS AND KNOBS TO BB PURCHASED BY OTHERS AND INSTALLED BY SANDERS CABINETS JAMES T SANDERS HI GEORGE CHAUVIN SANDERS CABINETS, INC. ONE SOURCE CONSTRUCTION 16.E.5.a Packet Pg. 1394 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) M.UIU OUKfr IOWII n.ui* nwm rr.Mtn ii-pim AcOUSti Engineering Company of Florida (x JMMMU. UJffli fn tn Oi KM r*K*->tif*i ta »>.i »• mo rvH»i OWUXPft a mi i tfitt.'U'.^owCi™««ir*i« TR One Soutxt Coiutnielltn fWHMH4M n-H-rr a/i?noi7co-tiffionoi7 WMfracmjsU.com ftrfn^ CnBfcr County- Saudi CoUotyWAlcf- RtibniKlOJl FJoilJfl Fort Mycre.Fl 31919 rw 239-415-&300 Cwji Ctoorin Carnet Supply and instali Mohawk Faculty Remix Caipet Tils in Office Vinyl tile prevoiusly specified for (his area Is non retemnble and will be delivered for Attic Stock $ I.875.CO All wnrk lo bo prefoimcd during notmal boars of opcrntion Bid does include standard floor prep Total $ 1,875,00 ul Is li'LWtl mi vita u'ta-tt cutiuiiaitvnmiu »N>t>tlli«llt»i. IKwi* Ilifii IIIK 10 comiiltlcni/mgiiKiilfinly af llntmgli witluaitmiiteilplitiiliig \\1tlrequlro mi itcl<tlli<mal S 100.00for uacli niohllltalhni. Ibis pitiposat does not Include conoctiw conorelo \vork auch as flattening, levoling, grinding, moisture ranedlalion crock suppression, applying to gypcrete or Ph reduction. A moislurc tosl must bo pcrfomnxl prior lo Uue cotnmenccmonl of OIB flooring work lo Insure Ihc slab meets tlio mnnuTootura's orilorifl. Conereto substrate to bo fiw of sealers and curing compounds compound! prior to instoUalioa. Cleaning, washing, WKdiig and Uio protection of the flooring Is not Included. .Material fs not lo bo set on gypcrcto. ir voim c.•o^m^^c1•||oI^.\ is AND IMTK 11BS 1'UWOSAI.ON •nil! URVIUllii: SIDK TO KKWIt'Y ACCfill'ANOl'. 'n IANK YOU. swnr luus TMCHOTIHCLUDSD omamoM. SALS* A<MuU BntfnKilHB Cofiipuiy ofFbritU Tim JCe&ey 16.E.5.a Packet Pg. 1395 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Solid and Hazardous Waste Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: 17-7096 DATE OF ISSUANCE: December 1, 2017 OWNER: Collier County Board of Commissioners CONTRACTOR: One Source Construction CHANGE #I EFFECTIVE DATE: December 1,2017 PROJECTS: 70019.2 ENGINEER/DESIGN PROFESSIONAL: Dianey and Associates You arc directed to proceed promptly with the following change(s): Description: The site for the South County Water Reclamation Facility (S.CWRF) is located at 5600 Warren Si, Naples, FL. During the renovation of the Control Room, the owner requested additions/changes that were not part of the original design. Purpose of Work Directive Change: The purpose of the work directive is to allow for the install of additional shelves and counter tops needed for equipment space; caipel flooring rather than VCT for sound quality; additional outlets needed for post-storm and emergency equipment, Attachments: 1. Cost proposals for materials/equipment and labor. 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: D Unit Prices n Lump Sum D Other Contractor's records D Engineer's record D Other Estimated increase (decrease) in Contract Price Estimated change in Contract Time: Increase or decrease by 0 calendar days. 16.E.5.a Packet Pg. 1396 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) Administrative Services After the Fact Report£1*tV00n1O OJEg §1 ttIISu4500179375 and4500178606oj(UQ12/26/2017Description of ProjectMinor Operating SuppliesVendor NameThe Home DepotDivision - DirectorParks and Rec - Barry WilliamsFiscal Impact$3,159.97DescriptionPO's did not have sufficient funds to cover the purchases.Meeting Date2/13/2018Total number of Memos1Total Fiscal Impact$3,159.9716.E.5.aPacket Pg. 1397Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services AriminisiraiNe Services Department Instructions Collier County After the Fact Form As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. AS such "After the Fact Procurements" mil be reported to the County Manager. Requester Name: Scott Holfrey - Kurt KlaS Division: Parks and Recreation Division Director: Barry Williams Vendor Name: The Home Depot Amount: 3159.97 Contract #:Purchase Order: 4500179375 and 4500178606 Why Is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card D Other Details of Purchase: Explain the circumstances behind this purchase. We have two invoices from different purchase orders that were not paid out of the FY-17 budget because we were near the end of the fiscal year and it was to late to increase any PO's. The first invoice (invoice 8571599 - amount $3,96) was not paid because there was not enough funds available on the PO. The second invoice (invoice 220793 - amount $3156.01) was not paid because there was not enough funds available on the PO. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? A purchase order is needed to pay the two outstanding invoices. Invoice 220793 - $3156.01- Cost Center 156338 Invoice 8571599 - 3.96 - Cost Center 156363 Corrective/Preventive Action: What action are you taking to keep this issue from reoccurring. We will work closely with staff during the end of the fiscal year to ensure that all PO's are increased before the cut off date. The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Matt CatOG Division Director: BaiTy Wlll'iaiTlS • Jj_14. /-%_A Dio!My!i>g«xlb»MaBCatai. Signature: Matt L»atO6 Dm> 20" 12 19 )M7 <5 Signature: Barry Williams SZSSSS3XSS, Date: 12/19/2017 Date: 12/26/1 7 16.E.5.a Packet Pg. 1398 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) « eorrwnerdal Account INVOICE Invoice #:8571599 BOARD OF CTY COMM COLLIER 3299 TAMIAMI TRAIL E STE 700 ATTN FINANCE Account Amount Due Transaction Date Payment Due Date Please pay from this Invoice. 6035 3225 0395 0432 $4.20 09/02/17 09/25/17 Customer*Purchased By KLAS KURT Authorized By. KLAS KURT Purchase Order/Job Name ; Customer Agreement t Store /Register f : 280, NAPLES, FL / 57 a-c UJrua PRODUCT SKU# QUANTITY UNIT UNIT PRICE TOTAL PRICE 3 INI ADAPT 00001916610000900023 1.0000 EA S3.96 S3.96 SUBTOTAL TAX SHIPPING TOTAL $3.96 S0.24 $0.00 $4.20 CM r-.- UJ LiJ C/3 rj n^^ ° Vji Please pay from this Invoice. CO Questions ACCTMGR KEVIN MOHRELL EXT 4676573 About Your Account EMAIL KEVIN.M.MORRELL®CITI.COM PHONE 1-800-494-1946 FAX V877-969-6282 Send a SECURE MESSAGE nghi now to a customer service professional oc£n» a myhomade potaccoura.com ~NOTICEf SEE REVERSE SIDE FOR IMPORTANT INFORMATION Pag«1 ot2 — This'Account Is issued by Citibank. N.A- *! Please detach and return lower portion with y^r payment jpjnsure proper credit. Jteialn upper portion tor y_our records. + . Your Account Number Is 6O35 3225 0395 0432 W P.a Box 7S0420 St LoJ3, MO6317B Invoice Enclosed For proper credit, please write 6035 3225 0395 0432 on your check and enclose with this payment coupon. Amount Due Due Date Invoice Number $4.20 September 25, 2017 8571599 Amount Enclosed:$JJJLLUL YX00366777 1 AB 0.403 SW1 77053 TMN 016316 1667 BOARD OF CTY COMM CXDLUER 3299 TAMIAMI TRAIL E STE 700 S S ATTN FINANCE \3 NAPLES, FL 34112-5749 Print address changes on the reverse side. Make Checks Payable to -v HOME DEPOT CREDIT SERVICES DEPT. 32 - 2503950432 PO BOX 78047 PHOENIX, AZ 85062-8047 "'I HI'Inil'IIMI <i|l|i||il't-ii|l'l'l'nll' D3MDD QQDOQQQ OOQD4ED OOODDDO DEDM 16.E.5.a Packet Pg. 1399 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) ^ p— •— 1fc\.j_J Commwcw Account jjfS! Sz JI »K> .fill BOARD OF CW COSIM COIWE* IKSTAMWW TRAS. E ST£ 78: ATTN CHANCE Customer » Purclwseo By H0LT3EY SCOTT Store ; Register *:230 NAPLES. <=l : 22 INVOICE Invoice 9; Account Amount Out Transaction Date Payment Du* OK* AumofUMBy Purchase OrterUob Name HOLTREY SCOTT 4KXSI79375 PRODUCT SKU* QUANTITY UNIT 3(3 X 5S H 10 XXW61M0002WOOM 2.0000 EA SUPER -OOK 000069934700D1 100005 40000 EA HG_KVO_OD 15 ITH_GT_DO 19 324397JSOCC0400007 1 000« EA B243975S3CC0400007 2.0000 EA UQU10TAPS 00002417J300C110000S 20003 £A UNIT PRICE 52303 £654 157.98 S4S98 se.*8 LKl'JiDTAPE a5006S4«8900011009S6 10000 EA S6.SS ELSCTTAPE QOOC44259200C1 100006 10000 EA $3.9S SHOOK 00003740740600300022 2.0COO EA SHOOK 003037411ifl000300(K2 60000 £A = LECTT,APE 0000442J9SOOOH00036 1.0000 EA PLUG OOC052S8S5000C200094 20000 EA TAPE «XM5«58T900011000ae 20000 EA EUECTTAPS 0000440MJOOBUOOOOS 10000 EA FOH\"DTXLSi. 003C92427S500S50001 1 1 -3000 EA S2.27 S227 S3.M I17.M S3.98 S3 98 519.99 Orel 1001370S1S0000200003 20000 EA S1S.9* SUSPENSION t» 75P<*ALLOCX5 00 700 S PACK » 314121999000100006 10000 EA 3C-73667750003CeOl1 20CSC EA 308446610001100005 10000 EA 52997 $13.94 $4«4 23)793 Pteftse oav Irom {nis :r v^te XXXX XXXX XXXX 0432 $3,156.01 0*»«17 03/25/17 Customer Agreement » 754273 TOTAL PRICE s<soo S2S16 S5798 S89S6 S139« $698 S3.S8 S4.54 S1362 S3.«8 S3598 $796 S3.9S SIS 99 $3196 S3997 S2788 $9.68 COflWUWC^O Questions ACCT MGR KEVIN MORSE LI EXT 467M73 PHONE 1^00-4*4.1945 About Your Account EMAIL KEVIN t,t?,!OSREUgCtT! COM FAX (477-969-6282 NOTICS: S6£ SEVERSc SIDE FOR iMPCRTAVT mFCKUATlOX P«8« 1 0f< S»3> ThreAce w$1, voice Enclosed Y«ur Account Numbct n xxxx x»xx xxxx 0432 «un< is luurtby C«Ow*. N A,. Amount DIM S3. 1S6. Du* Oat* September 25, 20 invoice Number 2207 Amount Enclosed; $ Make Checks Payable to» SOARD Of CTY COMM CO-JER 3299 TAMIAMI TRAIL E ST6 ?00 ATTN FIMAfiCE NAPLES. FL 34112-5746 HOME DEPOT CREDIT SERVICES DEPT xx - XXKM0432 PO BOX 7S047 PHOENIX Ai 350S2-8SK7 16.E.5.a Packet Pg. 1400 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) OthtJ- Recount *p<! l»*ym«t?t M&r*Ti*tto*» WHEN VOUS J>*YW£Nt WSLU 3£ CR£D4T£O: >C- , you shduW: • INCLUDEi*i>iJ!<! V .">•, COPY FCE, Wetrsfijc SS '» PAYMENT OTME8 THAN 8Y MAft: • K P , •#i r-? s^e ft l«-Sh>rt Paymtntc. fo ' W ymt s«n<S «« «»3(i>i« ehech wHt) tiis* s X t« compftt* your piyme^t by ei«<trt»«tc <s*feHL tf w« ioon as th« say w* F«c*iv* tn* check. AWa tlw ch*cfc wS3 &« ^*i »CPCJ»T A COST. 5 CUSTOMER SERVICE WHiTttN JNOUiHY AOiWESS: Pa^e 2 of 4 Chang* of Address Please imnt address change$ m bUie or feack in ? SHOP ANY TIME, ANYWHERE!ONLME MOOILT IN STORE 16.E.5.a Packet Pg. 1401 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) •Jjra . £ ^'Jt 1 PRODUCT 2 N t HNGER 47352 47350 '3LOVES 5GAL «1XER WINOtTS RS WING-IT 2 HTCh RBCR HVY DT TIMER OK3ITAI KO T 20%' BASE OAT£ :.ATCM WIRE STRIPER SOV RADIO sze =HO SHOVEL PTN212S3 OT 3CR-A' PK "OSCH KIT 3M UK 4QPK 120ALVAC WAVE DISCOUNT HOHOOKMPK 4" CONT HIM 4.5 DIABLO 4 5* DIA 8L OR TESTER FUSE3A FOLDING RZR OORlLLA TAPE HS1911 8SCHSOSWOCHS SDS-M TILE CHISEL CHiSEL SDSIfflW SOS i'SXS S3S 1/4X6 60S S1SX* FUSE FTN15SSS PTN114SS -APE 1000Fr a MC*se se*c^ CRE3;~ s* S»2fl??»i»f<^otsix, jy: sjos;-»v<* SKU« 00006973020CW1 100006 10018324140000300006 10018324220000300036 0000446236000050001 1 OOC07035940003700099 00001475670000S00033 0000648102000030001 •• 10000376480003100005 00004 584350003100003 00004578640003 100003 000025S1£8Q0009000<6 ioooo3oe»!x»co400oor S000a070740a509000l4 10018S03S 10000900017 10000229880001 100003 10000148150001100003 0000134370000C300023 100C009«>20000300023 OSC030231 10001500010 1000M765S000050000S 0000!»«««>001400t>S« 0900374ssaoooo!aooa6 ooooooooooooooooooos 00003 1 736400C0100006 «X!S1354S"0000700015 100001fl41800007008!5 OOOOU«17000070031S OC00398«900011000!M OODOM4310000080000; 000010801 100001 OOOOS 0000669077SW0500034 0900S57J1«000070000S 00006444510000700008 0000««64 ; 5000070000$ 00001 566&20S00700DOS OOCO 1 56S5 '000070000S 00005242740)0070000* 00005242670000700008 OOOOS2423S000870B008 000052426600C07D000& OOOOS97«SiX»08000as 00001 334S400C0300023 00001315370000300023 00004385570000100016 QUANTITY UNIT 40000 EA 3.0000 EA 1.0000 £A 1 OCOO £A 2.0000 EA 1.0000 £A 1 SOCO EA 1 0000 EA 1-3000 EA 10000 EA t.OODO EA 20000 EA 20000 EA 10000 EA 20000 EA 2BOOO EA 1 OKO 8X 4iXH» EA 13000 EA 10000 EA 10000 EA 10800 EA 1 0000 EA 10000 EA 20000 EA 10000 EA 2.0000 EA 3.0000 EA 49300 EA 1.0000 EA 1.0080 EA 1.0000 EA 20000 EA 100SO EA 1 0000 EA 19000 EA 10000 EA 10000 £A 10000 EA 10000 EA 4.0000 EA 20000 8X 10000 BX 20000 EA INVOICE Invoice #: Account Transaction Oat* Payment Ou* Date UNIT PRICE IS.M 521 if 51*97 S999 S5»S S14.98 S4I3 511.97 S997 »»4W S"1900 S*s» 52058 S1S900 $4497 $1597 S27.44 M.94 S54S7 533.98 S7S97 SS»88 $356 J14.S7 $2197 S1 1.97 $22.87 $844 S3.S5 5783 MM 511.97 $2297 $1897 S2697 51597 S3 27 87 47 tSJS S*S7 5365 S2743 $27 4S saw 220793cm XXXX XXXX XXXX 0432 o*9i/ir TOTAt PRICE $2392 S65.«1 519.97 59,99 511.93 S14S3 5413 S11S7 5997 S1497 51 15 00 $12996 S4!.1« S199-JO $89.94 $31.94 $27 4« S357« 55457 S33M S79S? $3996 S3.56- S14ST S43S4 S11S7 $4594 $2544 $1460 57,83 S3 93 $1197 $4594 $1897 $26.97 $1597 $S.2» S7.4? $68? S6S7 $1460 $5496 $27 48 $1794 Pas* 3 of4 16.E.5.a Packet Pg. 1402 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report) not a*f<s iO'Wl'CS IWiOi 90 OS 00 OS lOSSt'ES BMMdMS XVi ivioiaas VI 0000 t soo»si»!»ooeoao«»oo iMlQOSW 5000000000CC00090000 SOOOOOOOOCCOOOOOiKOO iNnoDsm VI OOOCl 4C«OOOCKXWC00003<»CO sooaoaooooooooaaaaoc area OffM AEMO 8BnO oooc oz 005HS iSSES V3 000011 ¥3 OOOC1 J » S006«XSOSS i 0< trOWO rcocsosoooosaoieoooo 50000 100005C88Z9MOI 98 00001 SCOOO H OOOOSi 8 WOOOC Z . OOOtOOOW«t I «80SX» ZiOOOWOCOCJitWOOOC 3DI»ct ItflOl 16.E.5.a Packet Pg. 1403 Attachment: 0213 Executive Summary final3.docx (4665 : Procurement Services Administrative Services Report)