Loading...
Agenda 06/12/2018 Item #16E 706/12/2018 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: Nine (9) change orders that in aggregate modify contracts by $13,431.85 and add 537 business days to completion periods, see attached summary and backup for details; and Zero (0) amendments this period, and; Six (6) after the fact memos with a fiscal impact of $43,980.41 FISCAL IMPACT: The net total for the fifteen (15) items is $57,412.26 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: Sara Schneeberger, Procurement Strategist, Procurement Services ATTACHMENT(S) 1. 0612 After the Fact Report - FY18 (PDF) 2. 0612 After the Fact Backup (PDF) 3. 0612 2nd Revised Change Order Report - FY18 (PDF) 4. 0612 2nd Revised Change Order Backup (PDF) 16.E.7 Packet Pg. 1678 06/12/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.7 Doc ID: 5771 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: 06/12/2018 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 05/23/2018 3:38 PM Submitted by: Title: – Procurement Services Name: Ted Coyman 05/23/2018 3:38 PM Approved By: Review: Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 05/23/2018 3:53 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 05/23/2018 4:46 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 05/23/2018 4:56 PM Procurement Services Ted Coyman Additional Reviewer Completed 05/24/2018 2:54 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 06/01/2018 2:58 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/01/2018 3:31 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/01/2018 4:22 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 06/01/2018 4:36 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/05/2018 11:47 AM Board of County Commissioners MaryJo Brock Meeting Pending 06/12/2018 9:00 AM 16.E.7 Packet Pg. 1679 Item page #Contract or Purchase OrderDateDescription of Project Vendor Name Division ‐ Director Fiscal Impact Description1 1 4500185519 4/26/2018Emergency Grease Trap Replacement at Clam PassSouthern Sanitation Parks and Rec - Barry Williams $15,100.00Needed to replace a ruptured grease trap. Division received an emergency $1 PO but did not obtain approval from the County Manager per the Ordinance.2 5 4500187163 5/4/2018Laboratory Analytical ServicesFlorida International UniversityCapital Project Planning, Impact Fees & Program Management - Amy Patterson$4,200.00 Analytical services were provided prior to having a purchase order in place.3 7 N/A 5/14/2018 Water Ride Inspections TDM Consulting Parks and Rec - Barry Williams $675.00Division intended to use their p-card to pay for the inspections but did not verify with the vendor to see if they accepted credit cards and they do not. Work was completed without a PO in place.4 9 4500184650 4/26/2018Emergency Boardwalk Repairs at Clam PassInfinite Construction Parks and Rec - Barry Williams $8,781.15Needed to replace missing pilings from the boardwalk that were washed out due to storms. Division received an emergency $1 PO but did not obtain approval from the County Manager per the Ordinance.5 14 4500181442 5/21/2018Roadway Lighting Maintenance on Bayshore @ Barrett LC BayshoreSouthern Signal and LightingTransportation Engineering - Jay Ahmad$14,064.26Directional bore work was provided by a subcontractor and exceeded the 25% of the total work allowed by a subcontractor per the contract.6 28 4500179959 4/11/2018NCWRF Testing of CL 1 Injection Well SystemYoungquist Brothers PUEPMD - Tom Chmelik $1,160.00Division did not complete a change order to add additional days needed to complete work prior to the expiration of the work order.Meeting DateTotal number of MemosTotal Fiscal Impact6/12/20186$43,980.4116.E.7.aPacket Pg. 1680Attachment: 0612 After the Fact Report - FY18 (5771 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Felicia Kirby Parks & Recreation Barry Williams Southern Sanitation $15,100 N/A 4500185519 ✔ An emergency PO was needed due to a ruptured grease trap tank, located next to the concession building at Clam Pass Beach Park. Since this is an environmentally sensitive area, the issue was an emergency grease overflow would not enter into the ocean. To approve the emergency through an After-the-Fact, in replacement of the Emergency Procurement Request Form, to allow payment to Southern Sanitation in the amount of $15,100, under PO 4500185519. An Emergency Procurement Request Form will be filled out and provided to Purchasing to obtain approval from the BCC, immediately after emergency PO approval. Felicia Kirby KirbyFelicia Digitally signed by KirbyFelicia Date: 2018.04.26 09:06:16 -04'00' Barry Williams WilliamsBarry Digitally signed by WilliamsBarry Date: 2018.04.26 10:14:15 -04'00' 1 116.E.7.b Packet Pg. 1681 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Bill To: Collier County Facilities Management 3335 E Tamiami Trail Naples, FL 34112 Grease trap replacement Clam Pass Invoice Item Description Hours Est Qty Price Each Amount Grease Trap Cleaning Remove existing broken grease trap located behind snack bar. Cut grease trap into sections and haul away. Remove exisitng plumbing entering and exiting the grease trap. Excavate soils to necessary elevation to facilitate new grease trap depth. Install new Catagory 4 Poly baffled 1050 gallon grease trap. Strap tank down with galvanized strapping and anchors to prevent tank from floating in the event of high water table or flooding. Re-connect the piping from the snack bar to the new trap and from the tank to the liftstation. Backfill area, grade and rake level. Transport equipment from Horizon Way to Clam Pass snack shack. Permit must be obtained by Collier County. 0.00 0.00 0.00 Date 04/25/18 Rep Ship Date 03/02/18 Ship Via FOB Ship To Clam Pass Conession Building located on beach. Invoice No. 50211 P.O. Number 4500185519 Terms Project Total Southern Sanitation P.O. Box 7736 Naples, FL 34101 Page 1 2 16.E.7.b Packet Pg. 1682 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Bill To: Collier County Facilities Management 3335 E Tamiami Trail Naples, FL 34112 Grease trap replacement Clam Pass Invoice Item Description Hours Est Qty Price Each Amount ACCEPTIN G IF ACCEPTING THIS ESTIMATE PLEASE SIGN BELOW. THANK YOU! 0.00 0.00 New Installation SOUTHERN SANITIATION IS NOT RESPONSIBLE FOR UTILITIES NOT PROPERLY MARKED/FLAGGED. SNACK SHACK WILL NOT BE ABLE TO USE WATER DURING THE TANK REPLACEMENT PROCESS AND POSSIBLY THE RESTROOMS MAY NEED TO BE CLOSED AS WE HAVE NO WAY TO REDIRECT THE WASTEWATER DURING THE CONSTRUCTION PROCESS. WE RECOMMEND THE GOLF CART PATH AROUND THE LIFTSTATION AND AROUND THE GREASE TRAP AREA TO BE RE FILLED WITH SAND AND RE-GRADED TO PREVENT ANY DAMAGES TO THE PIPING OR COMPONENTS. 0.00 0.00 Equipment Equipment Trailer 4 days 395.00 395.00 Equipment Dump Truck and Trailer 4 days 1,605.00 1,605.00 Equipment Excavator 3 days 1,335.00 1,335.00 Date 04/25/18 Rep Ship Date 03/02/18 Ship Via FOB Ship To Clam Pass Conession Building located on beach. Invoice No. 50211 P.O. Number 4500185519 Terms Project Total Southern Sanitation P.O. Box 7736 Naples, FL 34101 Page 2 3 16.E.7.b Packet Pg. 1683 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Bill To: Collier County Facilities Management 3335 E Tamiami Trail Naples, FL 34112 Grease trap replacement Clam Pass Invoice Item Description Hours Est Qty Price Each Amount Equipment Tracked Loader 3 days 1,335.00 1,335.00 Equipment ATV 3 days 375.00 375.00 Equipment Golf Cart 3 days 375.00 375.00 Tools Tools, Saws, Drills, Lasers 195.00 195.00 Labor 3 Operators/Superintendant/Estimator 141 60.00 8,460.00 Materials 1 1050 Gallon Cat 4 Poly Grease Trap 1,025.00 1,025.00 Date 04/25/18 Rep Ship Date 03/02/18 Ship Via FOB Ship To Clam Pass Conession Building located on beach. Invoice No. 50211 P.O. Number 4500185519 Terms Project Total Southern Sanitation P.O. Box 7736 Naples, FL 34101 Date 04/25/18 Rep Ship Date 03/02/18 Ship Via FOB Ship To Clam Pass Conession Building located on beach. Invoice No. 50211 P.O. Number 4500185519 Terms Project Total $15,100.00 Southern Sanitation P.O. Box 7736 Naples, FL 34101 Page 3 4 16.E.7.b Packet Pg. 1684 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Rhonda Watkins Capital Project Planning, Impact Fees & Program Management Amy Patterson Florida International University $4,200 4500187163 ✔ Laboratory analysis were required at the end of FY17 that were in addition to the original quote. The final invoice for these analyses was received 9/20/2017 after the original PO had been closed for the end of the FY17. The original PO was not increased to include additional analysis and was not rolled into FY18. Please open a new PO pay invoice # EARL180503 in the amount of $4,200. Moving forward we will have the PO increased to reflect any additional work to be performed over the existing PO opened amount. Rhonda Watkins watkins_r Digitally signed by watkins_r DN: dc=net, dc=colliergov, dc=bcc, ou=Divisions, ou=GMD, ou=Planning and Regulation, ou=GMD PR Natural Resources, ou=Natural Resources User Accounts, cn=watkins_r, email=RhondaWatkins@colliergov.net Date: 2018.05.04 09:34:39 -04'00' 5/4/2018 Amy Patterson Amy Patterson Digitally signed by Amy Patterson Date: 2018.05.04 11:13:37 -04'00' 5 216.E.7.b Packet Pg. 1685 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Invoice No.EARL180503 INVOICE Customer Misc Name Date 5/3/2018 Address Order No. City Naples State Florida ZIP 34104 Rep Email:FOB Email: Qty Unit Price TOTAL 8 50.00$ 400.00$ 34 50.00$ 1,700.00$ 42 50.00$ 2,100.00$ * Please refer to EARL_Quote_180131. Subtotal 4,200.00$ Shipping Payment Tax Rate's) TOTAL 4,200.00$ 11200 SW 8th street, Miami, Fl 33199 Phone: 305-348-3095 EARL180503Please include in your check: Invoice # Office Use Only M1706A (CC06) Sucralose analysis by SPE-HRMS Collier County Pollution Control 2685 South Horseshoe Drive Ste 103 RhondaWatkins@colliergov.net M1708B (CC08) Sucralose analysis by SPE-HRMS M1707B (CC07) Sucralose analysis by SPE-HRMS Description Analytical Services Florida International University Please remit & make check payable to:Comments: Authorized by: Ingrid M. Ley Rhonda J. Watkins ENVIRONMENTAL ANALYSIS RESEARCH LABORATORY Southeast Environmental Analysis Research Laboratory and Department of Chemistry & Biochemistry Florida International University, Biscayne Bay Campus, MSB-232 Phone: (305) 919-6249 - FAX: (305) 919-4030 - E-mail: iley@fiu.edu SERC OE#148 6 16.E.7.b Packet Pg. 1686 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Scott Holtrey Parks and Recreation Barry Williams TDM Consulting $675.00 N/A ✔ Following Hurricane Irma Scott Holtrey requested and authorized TDM Consulting to come out to inspect our slide towers at Sun-N-Fun Lagoon and Golden Gate Aquatic Facility to ensure that they were both safe to operate. Scott intended on using his p-card for the service but neglected to verify with the vendor if a credit card would be accepted as the payment method. Following the inspection testing of the towers, staff received the invoice for the service. Scott contacted the vendor in an attempt to pay the invoice using his p-card and was notified they do not accept credit cards as a method of payment. Work was completed without a Purchase Order. Authorize staff to pay outstanding invoice# 1981 to TDM Consultants totaling $675.00. Scott will need to review the Procurement Ordinance 2017-08 and yhe Purchasing Card Program CMA 5808 policy within 30days. He then must comply with signing off he understands and will abide by the policy and ordinance. Matthew Catoe Matt Catoe Digitally signed by Matt Catoe Date: 2018.05.10 12:38:21 -04'00' Barry Williams WilliamsBarry Digitally signed by WilliamsBarry Date: 2018.05.14 15:25:11 -04'00' 7 316.E.7.b Packet Pg. 1687 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) lnvoice.13 t *r,{'Clr.l. ftn L Pn6. 239"13j-.l2ll Fd 2r+-t3!9642rfl.adrhlrrbctbr.d C6ril..i. ot A!.ldi.rb. | 29C6 Date lnvoice # 9/28/2011 t 98l Bill To Collier County BOCC ATTN: Finance Depart n€r( PO BOX 413016 Naples, FL 34101-3016 Terms Customer Number Due on receipt 21E-2014-Ol Item Quantity Description Rate Amount lnspections Water Ride Inspections - stnctural altd v1sual rn€pecrloD6 !o! Cdtis Csrnty Gd(bn Gete AquaL F*rfty end Cdf{ CoJnty tldth ReoixEl Aq0€L FaiI9 5,<lr T +s-o ?{Dnlrnlo+\7zf 675.00 675.00 Thank you for your business.Tota! $675.00 Invoices past 60 days delinquent will accrue monthly interesl of I 57o 8 16.E.7.b Packet Pg. 1688 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Felicia Kirby Parks & Recreation Barry Williams Infinite Construction, LLC $8,781.15 N/A 4500184650 ✔ An emergency PO was needed due to a safety issue, as pilings were washed out from recent storms and missing underneath the pier at Clam Pass Beach Park. Emergency PO approval was obtained from Purchasing via email prior to any work, however the Emergency Procurement Request Form was never completed. This approval gave authorization to create a $1 PO. To approve the emergency through an After-the-Fact, in replacement of the Emergency Procurement Request Form, to allow payment to Infinite Construction, LLC in the amount of $8,781.15, under PO 4500184650. An Emergency Procurement Request Form will be filled out and provided to Purchasing to obtain approval from the BCC, immediately after emergency PO approval. Felicia Kirby KirbyFelicia Digitally signed by KirbyFelicia Date: 2018.04.25 15:26:12 -04'00' Barry Williams WilliamsBarry Digitally signed by WilliamsBarry Date: 2018.04.26 10:13:37 -04'00' 9 416.E.7.b Packet Pg. 1689 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 1 SchneebergerSara From:HallSwainson Sent:Friday, January 05, 2018 3:52 PM To:KirbyFelicia Subject:RE: Emergency PO Needed Felicia, Please create the PO and attached the necessary emergency documentation. Thanks Swainson Hall Procurement Manager - Acquisitions Procurement Services Division Collier County Government tel: 239 252 8935 fax: 239 252 6334 SwainsonHall@colliergov.net Collier County Procurement Services is pleased to announce, it has partnered with BidSync to provide Free web-based Bidding services to its vendors, suppliers and contractors. We are now “live on the new bidding platform. Register today at www.bidsync.com. For Registration Assistance, please contact BidSync customer service at 800-990-9339 Or email: support@bidsync.com From: KirbyFelicia   Sent: Friday, January 05, 2018 2:46 PM  To: HallSwainson <Swainson.Hall@colliercountyfl.gov>  Subject: FW: Emergency PO Needed  Importance: High    Hi Swain,  Do you approve of the emergency repair below?  Pilings have washed out at the location shown in the image below. In addition, the supporting structural members at the  end of the pier have been compromised and needs immediate attention. This is a public safety issue as anyone can walk  underneath and beside, and this would be a difficult location to setup cones/caution tape as it is windy, changing tides,  and would also be an environmental issue if they washed into sea. Could you please approve this issue for an emergency  PO?   Additional photos attached.    10 16.E.7.b Packet Pg. 1690 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 2   Respectfully,    Felicia Kirby  Associate Project Manager   Facilities Management Divison NOTE: Email Address Has Changed 3335 Tamiami Trl E Ste 101, Naples, FL 34112 Office: 239-252-5014 Cell: 239-269-0617   From: SullivanJake   Sent: Wednesday, January 03, 2018 6:03 PM  To: WilliamsJames <James.Williams@colliercountyfl.gov>  Cc: GarbyDerrick <Derrick.Garby@colliercountyfl.gov>; MuilenburgWayne <Wayne.Muilenburg@colliercountyfl.gov>;  JonesPetillo <Petillo.Jones@colliercountyfl.gov>; KellyAndrew <Andrew.Kelly@colliercountyfl.gov>; OlsonNancy  <Nancy.Olson@colliercountyfl.gov>  Subject: RE: Service Request Received ‐ 201806302    Good evening again – Wayne has just returned from Clam Pass and it appears I am wrong – we have lost a set of pilings! If you look closely at the last two (2) photos, depicting the broken brackets under the overlook, taken when we submitted the original WO for repairs, you will see the pilings are at the end of the overlook. It appears with nothing anchoring the pilings to the overlook, the tide has swept away the last set of pilings. 11 16.E.7.b Packet Pg. 1691 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 3 The next set of pilings is precariously cantilevering out over the Gulf. If we don’t do something soon, those too will be lost and undoubtedly the overlook will fall into the Gulf. The overlook has been caution taped off to prevent anybody from going out onto it. Additionally, the wind out of the northeast has also caused quite a bit of beach erosion at the end of the handicap ramp. There is a big drop at the end of it. Pictures also attached. Respectfully, Jake Sullivan Jake Sullivan Supervisor of Park Rangers Collier County Park Ranger Service North Collier Regional Park 15000 Livingston Road Naples, Fl 34109 Tel: 239.252.4060 JakeSullivan@colliergov.net    "To enrich the quality of life for the community and visitors and to protect the natural resources of Collier County." 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. 12 16.E.7.b Packet Pg. 1692 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Invoice Invoice Date:2/16/2018 Invoice #:236 Bill T o: Collier County Board of Commissioners Attn: Accounts Payable 3299 Tamiami Trl E. Ste. 700 Naples, FL 34112-5749 INFINITE CONSTRUCTION, LLC 6749 Idlewild St. Fort Myers, FL 33966 P.O. Number:042 Due Date:2/16/2018 Project: Total Balance Due Payments/C redits Date Descript ion U/M Amount Clam Pass Beach Emergency Boardwalk Repairs; PO 4500184650; Vendor #125999 01/20 & 02/16 On-Site Superintendent (35 Hours) hr 2,360.29 Project Manager/Admin. hr 1,506.70 Skilled Labor (58 Hours) hr 2,020.91 Use of Small Tools (4 Days)202.24 Use of Auger (2 Day)447.98 Use of Dump Trailer (4 Days)383.98 Use of Skid Steer (2 Days)409.58 Use of Mini-Excavator (2 Days)460.78 Pile 9" Butt 20ft. 2.5 CCA 545.64 2x12x12 .6CCA 59.10 2x10x12 .6CCA 25.29 2x8x20 .6CCA 90.50 Simpson SS Straps LTS12 108.82 Rod SS 5/8 131.32 Nuts SS 5/8 20.58 Washers SS 5/8 7.44 $8,781.15 $8,781.15 $0.00 13 16.E.7.b Packet Pg. 1693 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form John Miller Transportation Eng-Traffic Ops Jay Ahmad Southern Signal & Lighting $14,064.26 14-6229 4500181442 ✔ The solicitation language states that bidders will be directly responsible for 75% or more of the solicitation amount for said work. Traffic Operations gave a work order to the vendor for a project requiring some directional bore work which must be done by a subcontractor who specializes in such work. This work order amount for directional bore work exceeded the 25% of the total work allowed to be performed by a subcontractor. To authorize payment of Record 485568 Invoice 1734308.01 $14,064.26 in excess of contract limitations. The project manager will review work orders to ensure that they do not require more than 25% of the total work to be done by subcontractors. The vendor will notify the project manager if they cannot perform over 75% of the work in-house upon receiving the work order. John Miller Miller_John Digitally signed by Miller_John Date: 2018.05.21 13:21:36 -04'00'5-21-2018 Jay Ahmad AhmadJay Digitally signed by AhmadJay Date: 2018.05.21 13:48:59 -04'00' 14 516.E.7.b Packet Pg. 1694 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 15 16.E.7.b Packet Pg. 1695 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 16 16.E.7.b Packet Pg. 1696 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 17 16.E.7.b Packet Pg. 1697 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 18 16.E.7.b Packet Pg. 1698 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 19 16.E.7.b Packet Pg. 1699 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 20 16.E.7.b Packet Pg. 1700 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 21 16.E.7.b Packet Pg. 1701 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 22 16.E.7.b Packet Pg. 1702 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 23 16.E.7.b Packet Pg. 1703 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 24 16.E.7.b Packet Pg. 1704 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 25 16.E.7.b Packet Pg. 1705 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 26 16.E.7.b Packet Pg. 1706 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) 27 16.E.7.b Packet Pg. 1707 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Instructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is inconsistent with County policy, procedure, or contract terms, an After-the-Fact Procurement Form is required. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authorize such activity, and purchases made under an expired contract, or for goods and services not covered by the current contract or purchase order. All such “After the Fact Procurements” will be reported to the County Manager. Requester Name: Division: Division Director: Vendor Name: Amount: Contract #: Purchase Order: Why is this deemed a non-compliant purchase? Choose one. Contract Ordinance Manual P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Action Required: What are you asking to be done to remedy the situation, include list of invoices if applicable? Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The requestor affirms that to the best of their knowledge the information provided in this document is true. Requested by: Signature: Date: Division Director: Signature: Date: Collier County After the Fact Form Peter Schalt EPMD Tom Chmelik Youngquist Brothers, Inc. $1,160.00 12-5871 4500179959 ✔ Hurricane IRMA hit Naples on September 10, 2017. Youngquist Brothers (YBI) was actively performing monitoring well testing work at the NCWRF. Work had to be stopped prior to the storm and could not resume for weeks afterward because the deep injection wells were being used to dispose the IQ water which could not be sent out to customers due to the lack of need of irrigation due to the ground being saturated from the storm. YBI resumed work December 4, 2017, to remove the remaining equipment from construction and to perform final demobilization. The work efforts were concluded on January 18, 2018 and the value of work performed after the original substantial completion date was valued at $1,160.00. The change order process for this change order no. 2 was initiated on March 1, 2018. However, during the review process several suggested revisions were made and implemented. We are asking the Board to approve the additional time and earned value of work to be approved for payment after the fact. In order to prevent this from happening again, a stop work order will be issued prior to contract expiration to preserve the contract time and a resume work order will be issued in order for the contractor to be able to invoice and be paid. schalt_p Digitally signed by schalt_p DN: dc=net, dc=colliergov, dc=bcc, ou=Divisions, ou=PUD, ou=PUD Planning and Project Management, ou=PPM User Accounts, ou=General, cn=schalt_p, email=PeterSchalt@colliergov.net Date: 2018.04.09 10:01:11 -04'00' ChmelikTom Digitally signed by ChmelikTom DN: dc=net, dc=colliergov, dc=bcc, ou=Divisions, ou=PUD, ou=PUD Planning and Project Management, ou=PPM User Accounts, ou=General, cn=ChmelikTom, email=TomChmelik@colliergov.net Date: 2018.04.11 09:09:11 -04'00' 28 616.E.7.b Packet Pg. 1708 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) @@@@@@@@@ 4BSB4DIOFFCFSHFS saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.01 16:26:47 -04'00' 29 16.E.7.b Packet Pg. 1709 Attachment: 0612 After the Fact Backup (5771 : Procurement Services Administrative Reports) Item page #Contract/ Grant No.Change #DateProject Name Vendor Name Division ‐ Project ManagerOriginal Contract AmountCurrent Contract Amount Current Change Order AmountRevised Contract Amount% Over Board Approved AmountContract LengthChange in length (Days)Updated contract length    Change in length         (%)1 1 13-6164 1 5/10/2018Livingston Rd Sidewalk ImprovementsTrebilcock Consulting SolutionsGMD/Capital Project Planning, Impact Fees & Program - Laurie Beard$34,845.00 $34,845.00 $0.00 $34,845.00 0.00% 405 210 615 34.15%2 3 16-6652 4 5/14/2018WW Basin 306 Duplex Pump Stations - Group 1BLDM USA, LLC PUD - John Eick $2,013,000.00 $2,013,000.00 $0.00 $2,013,000.00 0.00% 522 30 552 5.43%3 5 13-6164-ST 2 5/4/2018Design and Related Services for Replacement of Bridge on White Blvd over Cypress CanalAgnoli Barber & Brundage, Inc.GMD/Transportation Engineering - Andrew Miller$121,921.70 $121,921.70 $12,000.00 $133,921.70 9.84% 1420 200 1620 12.35%4 11 17-7164 4 5/14/2018Collier Blvd Landscape & Irrigation Installation ProjectHannula Landscaping and IrrigationGMD/Road Maintenance - Katherine Chachere and Pamela Lulich$1,087,590.21 $1,120,312.51 $0.00 $1,120,312.51 0.00% 335 35 370 9.46%5 14 17-7087 1 5/9/2018Re-Roof Collier County Museum Main BuildingTarget Roofing and Sheet Metal, Inc.Facilities Management - Leandro Goicoechea$114,208.00 $114,208.00 $0.00 $114,208.00 0.00% 90 0 90 0.00%6 20 17-7180 3 5/17/2018Santa Barbara Blvd Landscape and Irrigation InstallationHannula Landscaping and IrrigationGMD/Road Maintenance - Katherine Chachere and Pamela Lulich$449,937.60 $489,460.07 $1,431.85 $490,891.92 0.29% 197 14 211 6.64%7 23 13-6164 1 5/22/2018 Planning Support for RLSA Johnson Engineering Zoning - Kris Van Lengen $64,216.00 $64,216.00 $0.00 $64,216.00 0.00% 365 0 365 0.00%8 24 17-7056 2 4/16/2018Imperial GC Blvd Water Main ReplacementQuality Enterprises USA PUEPMD - Benjamin Bullert $1,124,529.90 $1,124,529.90 $0.00 $1,124,529.90 0.00% 210 0 210 0.00%9 38 17-7092 5 5/7/2018Eagle Lakes Community Park Aquatic CenterDEC Contracting Group, Inc.Facilities Management - James Morton$9,230,657.63 $9,230,657.63 $0.00 $9,230,657.63 0.00% 410 48 458 10.48%Meeting Date Total number of Change ordersTotal Dollar ChangeTotal Change in Days6/12/2018 9 $13,431.85 53716.E.7.cPacket Pg. 1710Attachment: 0612 2nd Revised Change Order Report - FY18 (5771 : Procurement Services Administrative saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.14 09:58:45 -04'00' 1116.E.7.d Packet Pg. 1711 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 2 16.E.7.d Packet Pg. 1712 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 2316.E.7.d Packet Pg. 1713 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) @@@@@@@@@ 4BSB4DIOFFCFSHFS saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.17 13:59:44 -04'00' 4 16.E.7.d Packet Pg. 1714 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) @@@@@@@@@@@@@@@@@@@@@@@@@@@ 4BSB4DIOFFCFSHFS 1SPDVSFNFOU4USBUFHJTU saraschneeberger@colli ergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.17 14:29:48 -04'00' 3516.E.7.d Packet Pg. 1715 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 6 16.E.7.d Packet Pg. 1716 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 7 16.E.7.d Packet Pg. 1717 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 8 16.E.7.d Packet Pg. 1718 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 9 16.E.7.d Packet Pg. 1719 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 10 16.E.7.d Packet Pg. 1720 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 41116.E.7.d Packet Pg. 1721 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.17 15:36:27 -04'00' 12 16.E.7.d Packet Pg. 1722 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 13 16.E.7.d Packet Pg. 1723 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 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 $ 114,208.00 3/28/17 16.E.3 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount 3/28/17 16.E.3 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 114,208.00 7/30/2017 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00%Total Change from Original Amount Revised Contract/Work Order Total $ 114,208.00 #DIV/0!Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00%Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 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. Page 1 of 2 Procurement Services Change Order Form 50504 Target Roofing and Sheet Metal, Inc. 4500177656 17-7087 1 Re-Roof Collier County Museum Main Building Facilities Management Leandro Goicoechea 7/30/2017 0 05/01/2017 On March 3, 2017, Agenda Item 16.E.3, the Board approved to award Contract 17-7087 to Target Roofing and Sheet Metal, Inc.. Procurement staff assigned Purchase Order No.4500177656 to Contract No. 17-7087 and approve payment to Target Roofing and Sheet Metal, Inc. for all work completed and accepted by the County Project Manager for the Re- roof of Collier County Museum Main Building. Additional work and materials were required due to unforeseen conditions under the existing roof waterproofing system . The Project Manager and Target Roofing negotiated the price of this unforeseen work; the funding is available in the owner’s allowance. The work identified below has been completed, negotiated and approved by the Project Manager. 1.Due to many years of roof water leaks there was a need to replace wood panels that were rotten at the moment the existing roof system was removed. There is an owner’s allowance of $15,000 in the contract for this type of unforeseen conditions from where we will be paying the $1,757.00 that this costs. There will be no additional days or costs added to the contract.* 2.This was an unforeseen condition of rotten wood below the existing roofing system. 3.If the CO is not approved the County would not receive the warranty because the roofing system will be installed over a surface not acceptable for it. 51416.E.7.d Packet Pg. 1724 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.21 09:08:56 -04'00' 15 16.E.7.d Packet Pg. 1725 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 16 16.E.7.d Packet Pg. 1726 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 17 16.E.7.d Packet Pg. 1727 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 18 16.E.7.d Packet Pg. 1728 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 19 16.E.7.d Packet Pg. 1729 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 62016.E.7.d Packet Pg. 1730 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 21 16.E.7.d Packet Pg. 1731 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.21 10:44:00 -04'00' 22 16.E.7.d Packet Pg. 1732 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.23 09:41:23 -04'00' 72316.E.7.d Packet Pg. 1733 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 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 $ 1,124,529.90 05/23/17, 11.A.Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 1,124,529.90 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 1,124,529.90 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 1,124,529.90 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed 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 70134.1 Quality Enterprises USA, Inc. 4500178665 17-7056 2 Imperial GC Blvd Water Main Replacement Engineering and Project Management Divison Benjamin N. Bullert, P.E. 4/17/18 4/17/18 5/3/18 0 9/5/17 A. Work Directive No. 2 – Increase directional drilling limits 1.Install 12” water main using directional drill method instead of open cut from Station 8+45 to Station 11+60 on Imperial Golf Course Blvd to eliminate the removal of heavy landscaping vegetation in this area. Increase the 12” HDPE Directional Bore line item by 315’ and decrease the 12” PVC DR14 Water Main line item by the same amount. A portion of the allowance will be used to pay for the increased quantities of directional drill. The revised overall project allowance after Change Order No.1 is $36,220 and the estimated net increase due to the directional drill installation is $13,970.25, to be paid for out of the allowance funds, leaving $22,249.75 remaining in the original contract allowance amount. The final amount will be based on the actual length of the proposed water main installed by the directional drill method. 2.A directional drill bid item was included in the original contract. Increasing the directional drilling bid item was suggested by the contractor thereby reducing the amount of open cut installation through this heavily landscaped area. 3.The landscaping in this area would need to be replaced to a condition equal to or better than the original condition if the Contractor open cut the waterline through this area. Replacing the mature landscaping in kind would have been very expensive to complete. B. Work Directive No 3. – Install 2” water service at Gomez Tennis Academy 1.Install a 2” water service connection to provide water to the Gomez Tennis Academy. Increase ‘Bid Item 17-Install 2” or smaller service connection, short’ by a quantity of one (1). The revised overall project allowance after Work Directive No 2 included in this change order is $22,249.75 and the estimated net increase due to the increase of Item 17 is $410.00, to be paid for out of the allowance funds, leaving $21,839.75 remaining in the original contract allowance amount.. 2.This water service connection was not on the construction plans and was found in the field as the proposed water main was being constructed. 3.This existing water service needs to be connected to continue to provide water to the Gomez Tennis Academy. C. Work Directive No 4. – Install 3/4” irrigation water service at Station 0+60 1.Install a ¾” water service connection at Sta. 0+60 to provide water to an irrigation meter. Increase ‘Bid Item 17-Install 2” or smaller service connection, short’ by a quantity of one (1).The revised overall project allowance after Work Directive No 3 included in this change order is $21,839.75 and the estimated net increase due to the increase of Item 17 is $410.00, to be paid for out of the allowance funds, leaving $21,429.75 remaining in the original contract allowance amount. 2.This water service connection was not on the construction plans and was found in the field as the proposed water main was being constructed. 3.This existing water service needs to be connected to continue to provide irrigation water to large landscaped median. 82416.E.7.d Packet Pg. 1734 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Prepared by: ___________________________________________________________________________ Date: 02/05/18 (Benjamin N. Bullert, P.E. – Engineering and Project Management Division) Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. D. Work Directive No. 5 – Install Joint Restraints on existing water main piping 1. Install joint restraints on existing water main piping. This includes the excavation of the existing pipe at each joint in question and then installing a joint restraint and restoring the excavated area to its original condition, including paving, landscaping, etc. The overall joint restraint allowance is $85,000 and the estimated net increase due to installing the joint restraints is $84,481.60, to be paid for out of this allowance funds, leaving $518.40 remaining in the original contract allowance amount.. The final amount will be based on the actual time and materials utilized at each location where joint restraints are installed. 2. The contract included an allowance item (Joint Restraint Investigation and Installation) for this work. 3. The work is required to ensure that the existing water mains are compliant with current standards for water distribution system design and that no adverse impact to the existing system is caused by the new installation. E. Work Directive No. 6 – Installation of a gate valve 1. Install a cut-in valve on the existing 8” water main between 13000 Tamiami Trail and 975 Imperial Gulf Course Boulevard. This includes the excavation of the existing pipe for placement of a line stop, installation of the valve, and restoration of the site. The revised overall project allowance after Work Directive No 4 included in this change order is $21,429.75 and the estimated net increase due to the installation of the insertion valve is 11,995.75, to be paid for out of the allowance funds, leaving $9,434.00 remaining in the original contract allowance amount. The final amount will be based on the actual time and materials utilized to install the insertion valve and restore the site. 2. The County Water Department cannot shut the existing valve sufficiently for the Contractor to safely work on the proposed water main connection. Installing a line stop and new valve is needed to safety allow the Contractor to complete the water main connection to the new 12” PVC water main on Imperial Golf Course Blvd. 3. The work is required to allow completion of the abandonment of the cast/ductile iron water main in IGC Boulevard. The installation of this gate valve and line stop will allow for control of the water so that work can continue and provides additional operational flexibility in the future. 25 16.E.7.d Packet Pg. 1735 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) @@@@@@@@@@@@@@@@@@@@@@@@@@@@@ 4BSB4DIOFFCFSHFS 1SPDVSFNFOU4USBUFHJTU saraschneeberger @colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.04.26 14:10:27 -04'00' 26 16.E.7.d Packet Pg. 1736 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 27 16.E.7.d Packet Pg. 1737 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 28 16.E.7.d Packet Pg. 1738 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 29 16.E.7.d Packet Pg. 1739 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 30 16.E.7.d Packet Pg. 1740 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 31 16.E.7.d Packet Pg. 1741 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) Public Utilities Department Engineering and Project Management Division WORK DIRECTIVE CHANGE PROJECT NAME: Imperial GC Blvd Water Main Replacement CHANGE # 6 DATE OF ISSUANCE: January 17, 2018 EFFECTIVE DATE: January 17, 2018 OWNER:Collier County Board of Commissioners PROJECT#:70134.1 CONTRACTOR:Quality Enterprises USA, Inc.ENGINEER: RWA, Inc. You are directed to proceed promptly with the following change(s): Description:Install a cut-in valve on the existing 8” water main between 13000 Tamiami Trail and 975 Imperial Gulf Course Boulevard. This includes the excavation of the existing pipe for placement of a line stop, installation of the valve, and restoration of the site. Purpose of Work Directive Change: The work is required to allow completion of the abandonment of the cast/ductile iron water main in IGC Boulevard. Currently the County Water Department cannot shut existing valves sufficiently for the contractor to safely work on the water main. The installation of this valve will allow for control of the water so that work can continue and provides additional operational flexibility in the future. Attachments: Time and material breakdown. If a claim is made that the above change(s) have affected Contract Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Contract Price: Method of determining change in Contract Times: Unit Prices Contractor’s records Lump Sum Engineer’s record Other:Time & Material Other Estimated increase in Contract Price Estimated change in Contract Time: $11,995.75 (from allowance)No change. RECOMMENDED:AUTHORIZED: By:By: Mark J. Sunyak, P.E.Benjamin N. Bullert, P.E. RWA, Inc.EPMD – Senior Project Manager Engineer of Record 1/11/18 32 16.E.7.d Packet Pg. 1742 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports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each tap ($     7DS0DFKLQHODUJH  each tap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d Packet Pg. 1743 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) SBE Certified Contractor Rangeline Tapping Services, Inc. Main Office ŠŠ (800) 346-5971 7256 Westport Place, Suite A West Palm Beach, FL 33413 (561) 683-0910 ŠŠ (561) 683-0912 4030 Kidron Road, Bay 9 & 11 Lakeland, FL 33811 (863) 701-7063 ŠŠ (863) 701-7069 13168 Highway 105 E Conroe, TX 77306 (936) 445-2171 ŠŠ (936) 264-9108 Quote Number FL-3034MM-R1 January 5, 2018 Quote No. FL-3034MM-R1 This revised quote replaces FL-3034MM Quality Enterprises USA, Inc. GHaas@qeusa.com Attn: Greg Haas Phone: (239) 435-7200 Re: (1) 8” Single Line Stop or Hydra-Stop Valve Insertion – Project in Collier County, Florida Rangeline Tapping Services, Inc. will provide Stainless Steel Line Stop fittings, unless otherwise specified and perform the following: Unit Size Pipe Type Single Line Stop Water Main (80 PSI or less) Double Line Stop Water Main (80 PSI or less) Line Stop Equipment Overnight charges 1 8” PVC $4,540.00 N/A $500.00 Per day Rangeline will provide Hydra-Stop Insta-Valve 250™ Valve Inserts and perform the following services: Unit Size Pipe Type Complete w/ Materials, Valve Insertion Install & Tap (excluding materials) *Tap Only 1 8” PVC W $8,575.00 N/A N/A Prices are based on the following below: x Please allow 10 - 14 days notice for scheduling after receipt of materials to ensure availability. Projects that require shorter lead times may incur additional charges. x If the type of pipe changes from what we have quoted above, prices and scheduling may vary. Contractor or Municipality is responsible for verifying the type of pipe and it’s O.D. x Price includes “Sales Tax” on supplied material. x Rangeline may require a pre-construction meeting prior to scheduling any services. x Normal daytime hours (7:00AM- 7:00 PM) Monday through Friday. Technician(s) will have a $100.00 per hour after hours charge. Additional Expenses will be charged at our cost plus 20%. x Rangeline will allow (1) Mobilizations/De-Mobilizations to the job-site. Additional trips will be $950.00 per trip. x Canceling a scheduled project after the technician(s) have left the shop will result in a Cancellation Fee please refer to Terms and Conditions #13 (Page 4). This includes weather related cancellations. x Rangeline will allow the Line Stop to be left in place for (1) day(s) or less. Each additional day will be charged as noted above including weekends. x Stand-by charges will be billed at $100.00 per hour / per technician during normal daytime hours and $200.00 per hour / per technician during after hours. x Stand-by charges for equipment at $950.00/per day. This is a 4-page proposal. Please read it in its entirety, then sign and return page 4 prior to scheduling work. Please Return Signed Quote To Schedule 34 16.E.7.d Packet Pg. 1744 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) SBE Certified Contractor Rangeline Tapping Services, Inc. Main Office ŠŠ (800) 346-5971 7256 Westport Place, Suite A West Palm Beach, FL 33413 (561) 683-0910 ŠŠ (561) 683-0912 4030 Kidron Road, Bay 9 & 11 Lakeland, FL 33811 (863) 701-7063 ŠŠ (863) 701-7069 13168 Highway 105 E Conroe, TX 77306 (936) 445-2171 ŠŠ (936) 264-9108 Quote Number FL-3034MM-R1 Please see the attached page for the customer’s responsibility. Additional charges may be added for ID badges, security check-in or job postponements due to site events. Above costs do not include office expense for extensive contract agreements. Sub-Contract agreements (when required) must be received by Rangeline Tapping Services, Inc. prior to starting work. Rangeline will not be responsible for meeting any requirements stated in a Sub-Contract agreement after the proposed work has begun. Certificates of insurance with contractor as a certificate holder can be provided at no cost. Adding contractor as additional insured cannot be done unless we have a written contract with your company. Coverage required above the limits of our policy is not included. Quotation is valid for 90 days. No retainage allowed. If you have any questions, please feel free to contact our sales team in your region listed below: Atlantic Regional Manager Mike Mainelli (407) 314-4878 mike@rangeline.com Vice President Gulf Coast Sales Jarred Tompkins (346) 600-3390 Jarred@Rangeline.com National Inside Sales Manager Brian Marks (205) 625-3233 brian@rangeline.com Director of Business Development Clayton Lawrence (678) 428-4885 clayton@rangeline.com National & International Sales Greg Foushi (407) 453-1060 greg@rangeline.com Thank you for the opportunity to quote your project! Origin Priced Sent MM GF BM Please visit our “NEW” website at www.rangeline.com 35 16.E.7.d Packet Pg. 1745 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) SBE Certified Contractor Rangeline Tapping Services, Inc. Main Office ŠŠ (800) 346-5971 7256 Westport Place, Suite A West Palm Beach, FL 33413 (561) 683-0910 ŠŠ (561) 683-0912 4030 Kidron Road, Bay 9 & 11 Lakeland, FL 33811 (863) 701-7063 ŠŠ (863) 701-7069 13168 Highway 105 E Conroe, TX 77306 (936) 445-2171 ŠŠ (936) 264-9108 Quote Number FL-3034MM-R1 CUSTOMER IS RESPONSIBLE FOR THE FOLLOWING: ; Flow rates of 1 ft/sec for Single position Line Stops or 2 ft/sec for Double position Line Stops shall not be exceeded. ; Excavating, de-watering, shoring, and/or scaffolding of job area, all of which must comply with OSHA standards. ; 12’ extension ladder, light pole, and pump for de-watering. ; Scheduling inspectors and obtaining permits as necessary. ; Labor assistance of _1_ man to be supervised by Rangeline Technician(s). ; Lifting services if necessary. ; Concrete pipe anchor or mega lug joint restraint system if required. ; Concrete support for the Line Stop Fitting if required. ; Concrete support for the Valve Insert if required. ; O.D. measurements prior to scheduling. ; Pipe wall thickness prior to scheduling. 36 16.E.7.d Packet Pg. 1746 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) SBE Certified Contractor Rangeline Tapping Services, Inc. Main Office ŠŠ (800) 346-5971 7256 Westport Place, Suite A West Palm Beach, FL 33413 (561) 683-0910 ŠŠ (561) 683-0912 4030 Kidron Road, Bay 9 & 11 Lakeland, FL 33811 (863) 701-7063 ŠŠ (863) 701-7069 13168 Highway 105 E Conroe, TX 77306 (936) 445-2171 ŠŠ (936) 264-9108 Quote Number FL-3034MM-R1 Rangeline Tapping Services, Inc. - Terms and Conditions 1. Rangeline has issued this quotation based upon all information provided by the Customer. 2. All prices quoted are subject to current sales and use taxes. Any increase or enactment of new sales, use, excise or similar taxes shall be for the account of Customer. 3. The prices quoted above are based upon the quantities, sizes and operating conditions as listed above. Any changes in quantities, sizes or operating conditions of the system will void this quotation and a new quotation will be issued on the basis of changed information or operating conditions. Any projects that are booked and in progress that require changes in the quantities, sizes and/or operating conditions that differ with this quotation will be subject to pricing changes based upon new data related to the project. 4. In the case of unusual or non-typical pipe variations the customer will be subject to additional costs. 5. The base price quoted is the minimum charge for the number of days allowed and is not subject to pro-ration for work completed early. Time on site for calculating the base period and the additional days commences the day the technician or equipment are on the job site, and ends when equipment leaves the job site or customer’s custody. Any additional days the equipment is on the job site will be paid by Customer at the per day charge quoted. When jobsite or travel days fall on weekends or holidays, the price quoted will be increased according to the job value. 6. Rangeline shall not be held liable for any back charges without prior written consent of Rangeline. Rangeline does not guarantee that the placement of the Line Stop head(s) into the pipe system the first time will provide a “Workable” shutdown. In the event it is necessary for Rangeline to remove the Line Stop head and replace a seal and make any adjustments to the head/equipment such activity shall not be considered a delay of work at the job site. 7. Rangeline makes every effort to ensure “OSHA” safe working conditions for its employees. Customer agrees and shall provide Rangeline employees with safe working conditions prior to entering the work place. 8. Rangeline cannot take responsibility for actions other than its own employees. Rangeline will be liable and will hold Customer harmless from the compensatory but not consequential damages caused solely by defect in Rangeline’s equipment or caused solely by the negligence of Rangeline employees in the operation of the equipment. All other losses, costs, expenses, liability, or damages arising from or connected with the performance of the work will not be the responsibility of Rangeline and customer will indemnify and hold Rangeline harmless there from. 9. Rangeline makes no warranty on any purchased products. Please refer to manufacturer for details on warranty. 10. Manufacturers of Valve Inserts do not guarantee a 100% shutdown. Rangeline cannot exceed the Manufacturers’ guarantee of valve performance. We install all valve inserts as per manufacturers’ specified procedures. NOTE: Valve Inserts are not designed to be pressure tested against. A 30% restocking fee will be assessed for all returned Valves. 11. In the case of unusual line stopping conditions, Rangeline may require an owner of the piping system or their representative to be present during the pressure testing of materials and insertion of the Line Stop into their system 12. Rangeline will provide Tapping and Line Stopping equipment and a technician to operate equipment. Customer is responsible for providing all other equipment, supervision and labor necessary to complete the work including inspection, testing, safety and control equipment, lifting and moving equipment, etc. 13. Customer shall pay for all costs and expenses incurred by Rangeline because of rescheduling or cancellation by the customer for any reason including inclement weather. 14. In regards to concrete pipe only, the condition of the interior mortar lining may adversely affect the percentage of the amount recovered during tapping operation. Rangeline cannot be held responsible for any unforeseen, and or diminished conditions of such pipe. 15. All Tapping Sleeves & Line Stop materials fabricated for PCCP & RCP pipes are non returnable once fabricated. The customer is responsible for the accumulated costs of the materials, freight and sales tax for all these items once ordered. These materials are custom ordered and “NON RETURNABLE”. 16. The supply of bid and or performance bonds is excluded. We supply these bonds only when specifically stated on the quotation. 17. Any invoice unpaid for more than 30 days will be subject to the maximum finance charges allowed by applicable state law. Rangeline does not allow retainage on any invoices. 18. Clerical errors are subject to correction. 19. Notwithstanding these terms and conditions or any amendments thereto or terms and conditions of the customer who may be deemed part of this agreement, Rangeline shall not be liable for any losses, costs, expenses, liability or damages arising from or connected with the performance of the work not covered by Rangeline’s liability insurance in effect at the time of such loss, etc., and Customer shall hold Rangeline harmless for any loss, etc., in excess of coverage. Rangeline will provide Customer a certificate of its liability insurance upon request. 20. In the event it becomes necessary for Rangeline to retain legal counsel to enforce its rights the customer agrees that it shall be responsible for payment of all reasonable attorney’s fees, expenses and costs incurred. 21. Rangeline shall not be held liable for any pipe which breaks or leaks as a result of material installation, tapping pipe, line stopping pipe or completion of line stop fitting. Rangeline follows all material manufacturers’ installation procedures and operates all equipment to manufacturer’s standards and cannot be held responsible for pipe which fails during the Tapping and Line Stopping operation. 22. Rangeline will take all means available to capture the pipe coupon. Pipe integrity, flow rates and other unknowns at the time of the Wet/Hot Tapping operation can be contributing factors. Therefore, Rangeline cannot be responsible for any lost or pieces of coupons which do not come out after the tap is performed. 23. Rangeline does not guarantee a 100% leak free Completion Plug installation. The Completion Plug is a temporary seal to remove the isolation valve to install the permanent blind flange and sealing hardware. Customer Rangeline Signature__________________________________ Signature______________________________________ Customer acknowledges and accepts all information regarding supplied quotation. 37 16.E.7.d Packet Pg. 1747 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 38 916.E.7.d Packet Pg. 1748 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 39 16.E.7.d Packet Pg. 1749 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.05.21 09:53:17 -04'00' 40 16.E.7.d Packet Pg. 1750 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 41 16.E.7.d Packet Pg. 1751 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 42 16.E.7.d Packet Pg. 1752 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 43 16.E.7.d Packet Pg. 1753 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 44 16.E.7.d Packet Pg. 1754 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 45 16.E.7.d Packet Pg. 1755 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 46 16.E.7.d Packet Pg. 1756 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 47 16.E.7.d Packet Pg. 1757 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 48 16.E.7.d Packet Pg. 1758 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 49 16.E.7.d Packet Pg. 1759 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 50 16.E.7.d Packet Pg. 1760 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 51 16.E.7.d Packet Pg. 1761 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 52 16.E.7.d Packet Pg. 1762 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 53 16.E.7.d Packet Pg. 1763 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 54 16.E.7.d Packet Pg. 1764 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 55 16.E.7.d Packet Pg. 1765 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 56 16.E.7.d Packet Pg. 1766 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 57 16.E.7.d Packet Pg. 1767 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 58 16.E.7.d Packet Pg. 1768 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 59 16.E.7.d Packet Pg. 1769 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 60 16.E.7.d Packet Pg. 1770 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 61 16.E.7.d Packet Pg. 1771 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 62 16.E.7.d Packet Pg. 1772 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 63 16.E.7.d Packet Pg. 1773 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 64 16.E.7.d Packet Pg. 1774 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 65 16.E.7.d Packet Pg. 1775 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 66 16.E.7.d Packet Pg. 1776 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 67 16.E.7.d Packet Pg. 1777 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 68 16.E.7.d Packet Pg. 1778 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 69 16.E.7.d Packet Pg. 1779 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 70 16.E.7.d Packet Pg. 1780 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 71 16.E.7.d Packet Pg. 1781 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 72 16.E.7.d Packet Pg. 1782 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 73 16.E.7.d Packet Pg. 1783 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 74 16.E.7.d Packet Pg. 1784 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 75 16.E.7.d Packet Pg. 1785 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 76 16.E.7.d Packet Pg. 1786 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 77 16.E.7.d Packet Pg. 1787 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 78 16.E.7.d Packet Pg. 1788 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 79 16.E.7.d Packet Pg. 1789 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 80 16.E.7.d Packet Pg. 1790 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 81 16.E.7.d Packet Pg. 1791 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 82 16.E.7.d Packet Pg. 1792 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 83 16.E.7.d Packet Pg. 1793 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 84 16.E.7.d Packet Pg. 1794 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 85 16.E.7.d Packet Pg. 1795 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 86 16.E.7.d Packet Pg. 1796 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 87 16.E.7.d Packet Pg. 1797 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 88 16.E.7.d Packet Pg. 1798 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 89 16.E.7.d Packet Pg. 1799 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 90 16.E.7.d Packet Pg. 1800 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 91 16.E.7.d Packet Pg. 1801 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 92 16.E.7.d Packet Pg. 1802 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 93 16.E.7.d Packet Pg. 1803 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 94 16.E.7.d Packet Pg. 1804 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 95 16.E.7.d Packet Pg. 1805 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 96 16.E.7.d Packet Pg. 1806 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 97 16.E.7.d Packet Pg. 1807 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 98 16.E.7.d Packet Pg. 1808 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 99 16.E.7.d Packet Pg. 1809 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 100 16.E.7.d Packet Pg. 1810 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 101 16.E.7.d Packet Pg. 1811 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 102 16.E.7.d Packet Pg. 1812 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 103 16.E.7.d Packet Pg. 1813 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 104 16.E.7.d Packet Pg. 1814 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 105 16.E.7.d Packet Pg. 1815 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 106 16.E.7.d Packet Pg. 1816 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 107 16.E.7.d Packet Pg. 1817 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 108 16.E.7.d Packet Pg. 1818 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 109 16.E.7.d Packet Pg. 1819 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 110 16.E.7.d Packet Pg. 1820 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 111 16.E.7.d Packet Pg. 1821 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 112 16.E.7.d Packet Pg. 1822 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 113 16.E.7.d Packet Pg. 1823 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 114 16.E.7.d Packet Pg. 1824 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 115 16.E.7.d Packet Pg. 1825 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 116 16.E.7.d Packet Pg. 1826 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 117 16.E.7.d Packet Pg. 1827 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 118 16.E.7.d Packet Pg. 1828 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 119 16.E.7.d Packet Pg. 1829 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 120 16.E.7.d Packet Pg. 1830 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 121 16.E.7.d Packet Pg. 1831 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 122 16.E.7.d Packet Pg. 1832 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 123 16.E.7.d Packet Pg. 1833 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 124 16.E.7.d Packet Pg. 1834 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 125 16.E.7.d Packet Pg. 1835 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 126 16.E.7.d Packet Pg. 1836 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 127 16.E.7.d Packet Pg. 1837 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 128 16.E.7.d Packet Pg. 1838 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 129 16.E.7.d Packet Pg. 1839 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 130 16.E.7.d Packet Pg. 1840 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 131 16.E.7.d Packet Pg. 1841 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 132 16.E.7.d Packet Pg. 1842 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 133 16.E.7.d Packet Pg. 1843 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports) 134 16.E.7.d Packet Pg. 1844 Attachment: 0612 2nd Revised Change Order Backup (5771 : Procurement Services Administrative Reports)