Loading...
Agenda 07/10/2018 Item #16E1107/10/2018 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: Eleven (11) change orders that in aggregate modify contracts by $115,098 and add 632 business days to completion periods, see attached summary and backup for details; and Zero (0) amendments this period, and; Nine (9) after the fact memos with a fiscal impact of $582,821.81 FISCAL IMPACT: The net total for the twenty (20) items is $697,919.81 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. 0710 Change Order Report - FY18 (PDF) 2. [Linked] 0710 Change Order Backup (PDF) 3. 0710 After the Fact Report - FY18 (PDF) 4. 0710 After the Fact Backup (PDF) 16.E.11 Packet Pg. 2300 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.11 Doc ID: 6036 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: 07/10/2018 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 06/20/2018 1:42 PM Submitted by: Title: – Procurement Services Name: Ted Coyman 06/20/2018 1:42 PM Approved By: Review: Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 06/20/2018 1:52 PM Facilities Management Linda Best Additional Reviewer Completed 06/20/2018 2:37 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/21/2018 12:33 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/21/2018 1:00 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 06/27/2018 3:42 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 07/02/2018 9:36 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 07/02/2018 9:44 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 07/02/2018 9:47 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 07/02/2018 9:52 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/03/2018 9:08 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 16.E.11 Packet Pg. 2301 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 17-7180 4 6/5/2018Santa Barbara Blvd for Landscape and Irrigation InstallationHannula Landscaping and IrrigationRoad Maintenance - Katherine Chachere $449,937.60 $490,891.92 $0.00 $490,891.92 0.00% 211 23 234 10.90%2 6 17-7164 5 6/5/2018Collier Blvd Landscape & Irrigation Installation ProjectHannula Landscaping and IrrigationRoad Maintenance - Katherine Chachere$1,087,590.21 $1,120,312.51 $0.00 $1,120,312.51 0.00% 370 2 372 0.54%3 10 17-7135 1 6/7/2018NRO Well Turbidity RemediationAll Webbs Enterprises PUEPMD - Tom Sivert $319,400.00 $319,400.00 $0.00 $319,400.00 0.00% 270 50 320 18.52%4 12 13-6164 1 6/11/2018Misc. Engineering Services for Bridges and Contiguous Bridging Solutions, LLCTransportation Engineering - Marlene Messam$50,000.00 $50,000.00 $50,000.00 $100,000.00 100.00% 365 0 365 0.00%5 17 17-7066 1 6/11/2018Goodland Drive Water Main ReplacementQuality Enterprises USA PUEPMD - Benjamin Bullert $1,093,186.50 $1,093,186.50 $0.00 $1,093,186.50 0.00% 180 0 180 0.00%6 31 13-6164 1 6/5/2018YMCA Road AC Water Main ReplacementAIM Engineering & Surveying PUEPMD - Benjamin Bullert $47,314.80 $47,314.80 $0.00 $47,314.80 0.00% 365 0 365 0.00%7 33 17-7072 1 6/13/2018Stormwater Utility Program Phase IIStantecCapital Project Planning - Gino Santabarbara$343,313.00 $343,313.00 $30,238.00 $373,551.00 8.81% 365 365 730 100.00%8 46 14-6345 2 6/11/2018MPS 303 & 304 RehabilitationHole Montes PUEPMD - Peter Schalt $337,000.00 $337,000.00 $0.00 $337,000.00 0.00% 785 59 844 7.52%9 50 13-6164 1 6/15/2018NCWRF IQ Water Main Route StudyJohnson Engineering, Inc. PUEPMD - Peter Schalt $68,243.00 $68,243.00 $0.00 $68,243.00 0.00% 365 0 365 0.00%10 57 14-6338 3 6/15/2018Eagle Lakes Community Park Pool DesignVictor Latavish ArchitectFacilities Management - Margaret Bishop$588,640.00 $740,640.00 $34,860.00 $775,500.00 4.71% 1290 133 1423 10.31%11 62 16-6688 2 6/12/2018Northeast Recycling Drop-Off CenterWright Construction GroupSolid & Hazardous Waste Management - Dayne Atkinson$7,300,141.00 $7,300,141.00 $0.00 $7,300,141.00 0.00% 538 0 538 0.00%Meeting Date Total number of Change ordersTotal Dollar ChangeTotal Change in Days7/10/2018 11 $115,098.00 63216.E.11.aPacket Pg. 2302Attachment: 0710 Change Order Report - FY18 (6036 : Procurement Services Administrative Reports) Item page #Contract or Purchase OrderDateDescription of Project Vendor Name Division ‐ Director Fiscal Impact Description1113-6164 45001796806/7/2018Caxambas Coast Guard Auxiliary ReplacementWoods Environment and InfrastructureParks and Recreation - Barry Williams$4,605.50 Services were provided after the final completion date.2817-7196 45001866366/7/2018 Deep Cleaning Services 3H Service System PUD - Joseph Bellone $275.00Deep cleaning services are not included in the contract. Division requested these additional services without a nonbid PO in place.31115-6425-PB 45001863266/4/2018 Disk Backup Appliance CDW-GInformation Technology - Mike Berrios $259,794.00Division provided the vendor with a requisition number instead of a purchase order number. They fulfilled the order prior to having the purchase order in place.41316-6618 45001834496/12/2018ENCP Modular Building Floor RepairEBL ConstructionFacilties Management - Dan Rodriguez$4,100.00 Services were provided after the final completion date.5 17 4500186480 6/13/2018Repair of high security gate at the Immokalee JailTymetal CorpFacilties Management - Miguel Carballo$21,123.00Division needed to make immediate repairs to the gate at the Immokalee Jail but did not obtain 3 quotes.6 19 4500185372 6/13/2018Mold testing, water damage service, remediation and build backThe Mold Pros of South FloridaFacilties Management - Miguel Carballo$35,327.28 Division needed to test and make immediate repairs at the Library but did not obtain 3 quotes.7 22 4500186661 6/13/2018Replacement of two (2) Roof Top Units at Zack's Courthouse CaféB&I Contractors IncFacilties Management - Miguel Carballo$15,700.00Division needed to replace these air conditioning units immediately but did not obtain 3 quotes.8 25 4500182829 5/3/2018Fence repair at 1965 Tamiami Tr EastCarter Fence Bayshore CRA - Debrah Forester $2,970.00Division needed to repair the fence immediately and used a PO in place for new fencing instead of opening a separate PO for the used fencing.9 28 4500185244 6/15/2018HVAC replacement on Marco Island Tax Collector's OfficeChris-Tel ConstructionFacilties Management - Dan Rodriguez$238,927.03Division staff did not request a payment and performance bond prior to vendor starting the project.Meeting Date Total number of Memos Total Fiscal Impact7/10/20189$582,821.8116.E.11.cPacket Pg. 2303Attachment: 0710 After the Fact Report - FY18 (6036 : 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 Dayne Atkinson Parks & Recreation Barry Williams Wood Environment & Infrastructure $4,605.50 13-6164 4500179680 ✔ Wood Environment was hired to study the placement and environmental requirements of replacing the building at Caxambas Park. To finalize the report, the vendor needed to conduct meetings with the Division staff. On September 6, Collier County declared a State of Emergency and division staff redirected all their efforts towards preparing for the storm. At this time, County staff should have issued a suspend work order on the project, but did not. When the Division resumed normal business operations, Wood Environment was able to meet with staff and complete the study. Invoice F19801126 includes $2,422.50 on Task 1 and $2,183.00 in Task 3 for services conducted after the Final Completion date on the Notice to Proceed. We are asking that they be paid for these services. When a State of Emergency is declared for Collier County, the Division's Operations Analyst will pull a report on all Open PO's for capital projects and issue stop work orders. DAYNE ATKINSON, Project Manager AtkinsonDayne Digitally signed by AtkinsonDayne Date: 2018.06.05 15:40:37 -04'00' BARRY WILLIAMS, Director WilliamsBarry Digitally signed by WilliamsBarry Date: 2018.06.07 08:42:52 -04'00' 1 116.E.11.d Packet Pg. 2304 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) Wood Environment & lnfrastructure PO4500179680 Caxambas Task 1 Jiminez, Santiago Triana, Gerkys Triana, Gerkys Triana, Gerkys Triana, Gerkys SUBTOTAL TASK 3 Fernandez, Nestor Fernandez, Nestor Jimenez, Santiago Jimenez, Santiago Jimenez, Santiago Jimenez, Santiago Jimenez, Santiago Jimenez, Santiago SU BTOTAL Sr. Architect CADD Tech CADD Tech CADD Tech CADD Tech Sr. Project Mgr Sr. Project Mgr Sr. Architect Sr. Architect Sr- Architect Sr. Architect Sr- Architect Sr. Architect 5-oct S 22-sep $ 25-Sep S 29-Sep S 3-oct S 5 3-Oct S 5-Oct S 22-Sep S l5-5ep ) 26-Sep $ 2-Oct 5 6-oct S 12-Oct S s 924.OO 324.OO 648.00 445.50 81.00 2,422.50 85.00 t72.OO 231.00 616.00 308.00 539.00 154.00 77 .OO 2,183.00 TOTAL S 4,6os.so ORIGINAL INVOICE s 20,391.00 Amount to be paid with After The Fact PO S 4,605.s0 Balance to be paid on original PO s 1s,785.s0 2 16.E.11.d Packet Pg. 2305 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) amec foster wheeter >* lnvoice **Please Note Our New Remittance Address** Amec Foster Wheeler Environment & lnfrastructure, lnc. PO Box 74008618 Chicago, lL 60674-86't8 Collier Cty Board of Commissioners 3299 Tamiami Trail Ste 700 Naples, FL 34'l 12-5749 Attention: SueZimmerman Re : Caxambas/Goodland USCG For Profeasional Servicos Rendered throught 12,12112017 Collier Contrac{ No.13-6164-CE, Purchase Order No.4500'179680, Project No.80271. lnvoice Summary Totals Worksite: 909 Collier Court Marco lsland FL 34145 lnvoice #: F19801126 lnvoice Date | 12.12112017 Project : 6788172994 Contract Number : 136164 Phase: Phase: Phase: 00010 00020 00030 USCG Aux Proj Study Task I USCG Aux Proi Study Task 2 USCG Aux Proi Study Task 3 TOTAL PHASE SUMMARY 8,268.00 3,288.00 8,835.00 20,391.00 Fees 20,391.00 20,391.00 t5.1b5.to .1. <oo5 . 5o d-iF Number F19801126 Outstanding lnvoices for This Project Date Amount 12t21t2017 Balance Please ouote invoice number with remittance Direct all billino ino to o.iimenez@amec.com.U rnes Please visil our we bsite httD:\\www. ameci,v. com Amount Due This lnvoice 20,391.00 20,391.00 Project Manager : Jimenez,Santiago Terms: Net thirty (30) days (unless otheMise negotiated). After thirty (30) days ftom invoice date a late charge of one and one-half percent (1.5%) per month, or the maximum rate allowed by law may be charged. Credit cards accepted U.S. Federal Tax lD # 91-1641772 Page : 2 3 16.E.11.d Packet Pg. 2306 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) Proiect: 6788172994 -- Caxambas/coodlandUSCG Phase: 00010 - USCG Aux Proj Study Task 1 Task : 01 - Prelim/Bldg. Dept Fses Reg/OT Transaction Activity / Employee Name lnd Date 033911 - Senior Architect Jimenez,Santiago R 08107t2O17Jimenez,Santiago R 08/08/2017Jimenez,Santiago R 0811012017Jimenez,Santiago R OBll'll2O17 Hours amec foster wheeler & lnvoice #: F1980'l'126 Rate Amount 2.00 4.50 5.00 3.50 154.0000 154.0000 154.0000 154.0000 308.00 693.00 770.00 539.00 menez,an ago 154.0000 81.0000 81.0000 81.0000 8'1.0000 81.0000 81.0000 81.0000 81.0000 81.0000 81.0000 81.0000 924.00 h 3,234.00 r,zg+.oo ( 81.00 81.00 Total : Senior Architect 035552 - CADD Technician Rullier,Cesar A 21.00 21.00 '1 .00 '1.00 5.00 4.50 6.00 5.00 3.00 4.00 2.00 3.00 8.00 1.00 2 5t o. cL) I z.l co R Total : CADD Techniclan 036243 - CADD Technician Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R Triana,Gerkys Y R 08t07 Do17 08to8t2017 08109t2017 o8110t2017 o8t11t2017 o8t25t2017 08t31t2017 09t05t2017 09t06t2017 09to9t2017 405.00 364.50 486.00 405.00 243.OO 324.O0 162.00 243.O0 648.00 81.00 Triana,erkys Y R R R R 09t22t201 4 00 81 81.0000 81.0000 81.0000 62.0000 Fees Expenses Total 324.OO 648.00 445.50 81.00 4,860.00 4,860.00 < 93.00 93.00 8,268.00 Triana,Gerkys Y Triana,Gerkys Y Triana,Gerkys Y 09t2st2017 09t29t2017 10103t2017 8.00 5.50 1.00 60.00 60.00 '1 .50 '1.50 83.50 c 33t]".t6 r{qB.5()Total : CADD Technician 035526 - Clerical/Admin Gomez,Soraya O R Total : Clerical/Admin oatogt2017 Total Fees Total Task : 01 - Prelim/Bldg. Dept. Total Phase : 00010 - USCG Aux Pro, Study Task I Phase : 00020 - USCG Aux Proj Study Task 2 Task : 02 - Cost Estimate Fees Reg/OT Transaction Activity / Employee Name lnd Date 032038 - Senior Engineer 8,268.00 AmountHoursRate Page r 2 09128t2017 8,268.00 lN!\ 0.00 -......._-.,.; -.<tl 8,268.00 < 244?-.5o 4 16.E.11.d Packet Pg. 2307 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) amec foster wneeler * 08131t2017 09to1t20 t7 0.50 1.00 154.0000 154 0000 77 .00 '154.00 Jimenez,Santiago Jimenez,Santiago Proiect: 6788172994 - Caxambas/coodland USCG Phase: 00030 - USCG Aux Proi Study Task 3 Fees Reg/OT Transaction Activity / Employee Name lnd Date 033911 - Senior Architect Jimenez,Santiago R 09/05/2017 Jimenez,Santiago R 09/06/2017 Jimenez,Santiago R OglO7l2O17 Jimenez,Santiago R 09/08/2017 Jimenez,Santiago R 09/09/2017 Jimenez,Santiago R Ogl'1412O17 R R lnvoice # : F'19801126 Rate AmountHours 1.50 1.50 2.00 2.00 1.50 1.50 154 154 154'tu 154 '154 0000 0000 0000 0000 0000 0000 231.00 231.00 308 00 308.00 231.00 23't.00 Jimenez, Jimenez,Santiago Jimenez,Santiago Jimenez,Santiago Jimenez,Santiago Jimenez,Santiago Total : Senior Architect 035626 - ClericaUAdmin Gomez,Soraya O R Total : Cle.ical/Admin Total Fees 08122/2017 Total Task : 03 - ReporUMeetings Total Phase : 00030 -- USCG Aux Proi Study Task 3 Total Project:6788172994 Caxambas/Goodland USCG 09t25t2017 09t26t2017 10to2t2017 10to6t2017 10t12t2017 '154.0000 154.0000 '154.0000 154.0000 154.0000 R R R R R 4.00 2.00 3.50 't.00 0.50 29.00 29.00 6'16.00 308.00 539.00 154.00 77.O0 4,/166.00 l,les.oo ( 186.00 185.00 ,Y h' z54l . o<) rqz5 qJ 3.00 3.00 58.50 62.0000 T&1r 3 Fees Erpenses Total aar.oo ilfflz.I 8,835.00 8,835.00 0.00 s,egs.oo TqlL tt.1a5.5A 2o,39t.oo ( ar.,o 5.6() Page : 2 5 16.E.11.d Packet Pg. 2308 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) amec foster wneeler * lnvoice #: Fl980'1126 Hou rs Rate 154 0000 Amount 1,099.00 s42.00 314.00 '157.00 '157.00 157.00 2,82G.00 2,826.00 462.00 462.00 3,288.00 3,288.00 7.00 6.00 2.00 1.00 1.00 1.00 0.50 1.00 1.50 1.50 157.0000 '157.0000 '157.0000 157.0000 157.0000 157.0000 Total : Senior Engineer 033911 - Senior Architect Jimenez,Santiago Total : Senior Architect oBt16t2017 Total Fees Total Task : 02 - Cost Estimate Total Phase : 00020 - USCG Aux Proj Study Task 2 Phase: 00030 - USCG Aux Proj Study Task 3 Task : 03 - ReporuMeetings Fees Reg/OT Transaction Activity / Employee Name lnd Date 033436 - Senior Project Manager Fernandez, Nestor R 10/03/20'17 Fernandez.Nestor R 1010512017 R 18.00 18.00 3.00 3.00 21.00 Hours Rate Fees : Expenses: Total : 3,288.00 o'oo -^a&*3,288.00 < -c6 Total : Senior Project Manager 035261 - Senior Engineer Soler Lopez,David R Soler Lopez,David R Soler Lopez,David R Soler Lopez,David R Soler Lopez,Oavid R Soler Lopez,David R Soler Lopez,David R Soler Lopez,David R Total : Senior Engineer 033911 - Senior Architect Jimenez,Santiago R Jimenez,Santiago R Jimenez,Santiago R 08t0812017 oatogt2017 08t14t2017 08t15t2017 08116t2017 o8t1712017 08t21t2017 08t28t2017 6.00 6.00 1.00 4.00 3.00 3.00 1.00 1.00 25.00 25.00 172.0000 172.0000 157.0000 157.0000 157.0000 157.0000 157.0000 157 0000 157.0000 157.0000 Amount ao.oo {Y 't72.oo t - o 2s8.oo { yg(2 258.00 462.00 231.00 77.00 08t14t2017 08t2212017 08t30t2017 3.00 1.50 0.50 154.0000 154.0000 154.0000 Page : 2 Proj6ct: 6788172994 - Caxambas/Goodland USCG Phase: 00020 - USCG Aux Proi Study Task 2 Fees Reg/OT Transaction Activity / Employee Name lnd Date 032038 - Senior Engineer Hoy,James R OBl14l2O17 Hoy,James R 08/15/2017 Hoy,James R 0812212017 Hoy,James R 09/05i2017 Hoy,James R 09/06/2017 942.O0 942.00 '157.00 628.00 471 .OO 471 .OO 157.00 157.00 3,925.00 3,925.00 6 16.E.11.d Packet Pg. 2309 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) Procurement Services Change Order Form D Contract Modification Contract#: I 13-6164-CE D Work Order Modification D Amendment I Change #: I 1 I Purchase Order#: I 450017 9680 Project#: LI _8_0_27_1 ___ ..,'----;:====='-----� Contractor/Firm Name: I A mee Foster Wheeler E&I, Inc. I Contract/Project: Caxambas Coast Guard Auxiliary ReplacementI Dayne Atkinson I I Parks & Recreation Project Manager Name :L ______________ _, Divis ion Name: L __________________ _, Ori§Jinal Contract/\J\/ork ()rder Amount _;$,:__ __ 2=3=,c.:7...c4c:Oc:c.O:.:O;;,. ______ _Original sec Approval Date; Agenda Item #Current sec Apprrn,ed Amount $ 23,740. oil' Casi.Bee Approval oaie; Aiiencia-liem ;,,;current confract!Work 6rcfer.Amount _$.:_ __ 2 __ 3,'"'7_4;_:o __ . o'-o:..._, __ -=3--/8:.../=20'-1'-g:... DoifarAmount of this Change $ o.oo 0.00% �AP �ariirac([xp1r-;sifo6•·[),st�(�asfe,j -- - - -Tota1 Change from Original Amount Re;Jsedcarii,aci/Wo,1< o,aer to1a1 r $23, 740.001 1--___ o:::·-=o-=o-=-%:.i cumuiai1;;.; changes I $0.001 0.00% chan ge iromcurr e11t Bcc.Appro1.edAmountchange from Current Amount . I I Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceedl 08/04/20 17 I Original. I 09/15 /17 I Last Ap proved I 09/15/17 I Revised Date Date . . Completion Date L. ------'· Date L. ------' (Includes this change) 10/12/17 # of Days Added LI _2_7 _____JISelect Tasks D Add new task(s) D Delete task(s) D Change task(s) igj Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the re quested change(s) to the task(s) and/ or the additional da ys added (if requested); 2.) why this change was not included in the original contract; and, 3,) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1)This change order will extend the original completion date of the Work Order from September 15, 2017 to October 12, 2017 fora total addition of 27 days. This extension is needed to allow for the architecUenglneer of record to complete the workcontained in the proposal and Work Order. 2)The change was not included in the ori ginal contract because we did not anticipate a hurricane Due to the hurricane prep and emer gency clean up efforts, County staff were not available to meet with the consultants as needed to finalize the work. With County Government Office closure, as well as disrupted schedules after the County opened back up, Amee completed the work in good faith believing that an extension due to Hurricane Irma would be granted. 3)If this CO is not processed, the time for com pletion of work under the existing NTP will not be extended to allow for the vendorto be paid for the work that was completed after the delays caused by Hurricane Irma Date 0/S f C:5 Acceptance of this Change Order shall constitute a modification to contract/ work order identified above and will be subject to all the sameterms and conditions as contained in the contract/ work order indicated above, as fully as if the same were stated in this acceptance. Theadjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/ Vendor/ Consultant/ Design Professional ari ing out/ or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Wood PLC Date: 6-5-2018 (Contr ctor IV ndor /Consultant/ Design Pr ofessional and Name of Firm, if project applicable) Approved by: _______________________________ _ (Design Professional and Name of Firm, if project applicable) Approved by: ________ �----------------------­(Procurement Professional) SARA SCHNEEBERGER, Procurement Specialist Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) Date: ______ _ Date: ______ _ PROCUREMENT USE ONLY Admln BCC Rpl BCC ES I Wood Environment 7 16.E.11.d Packet Pg. 2310 Attachment: 0710 After the Fact Backup (6036 : 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 Heather Sweet Public Utilities Joseph Bellone 3H Service System $275.00 17-7196 4500186636 ✔ Collier County Utilities acquired FGUA- Golden Gate utility company beginning March 1,2018 including leased office space. While assessing the needs of the office it was determined that office needed deep cleaning. The requested services for this location are not provided in the County contract with 3H Service System. A quote was requested from 3H Service System. The company then proceeded to clean the office without a purchase order being issued first. The invoice was submitted for payment without previous issuance of purchase order for cleaning services performed on March 17,2018. To authorize payment to 3H Service System for services that were rendered. Invoice #CC-FGUA-IC-03-18 dated 04/4/2018 for $275.00. 3H Service System staff has been informed that they do not perform any services until they receive a purchase order from department. Heather Sweet Heather A. Sweet Digitally signed by Heather A. Sweet Date: 2018.06.06 08:22:23 -04'00'06/06/18 Joseph Bellone Joseph Bellone Digitally signed by Joseph Bellone Date: 2018.06.07 13:23:09 -04'00' 8 216.E.11.d Packet Pg. 2311 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) <b+\j I D'd'' ^^..-log ?t o t 53 - c3.f ?7 7g) I.^a-rL 3H System www.e-3h.us Bill To: Collier County Board of County Accounts Payable 3299 TamiamiTrl E. Ste 700 Naples, FL 34112-5749 Afrfi bccapcle*@colliercle*.con lnvoice Date: April04, 2018 lnvoice No: CC- FUGA.|C.03n8 Purchase Order Number Terms Rep Project 30 days Collier Co.Custodial Services for Old FUGA site of Collier County as foltows: aH;r-. Period ABE I Name of Faciliti€Address Amount March 2018 FU GA Water ( Old FUGA ) 1 1985 Collier Blvd. STE # 7 Naples, FL March 17 ,2018 One time initial deep cleaninq $275.00 PleaseJeel lree to contact me at Apm@e-3h.com il you have any questions. Remittance Address: 3H Service System, lnc. P. O. Box 26i 3 Acworth, cA 30102 9 16.E.11.d Packet Pg. 2312 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3H System www. e-3H.us March 12, 2018 -QUOTE - Quote for Initial Cleaning FGUA ( 1,540 SF )- Water ( Old FGUA site ) – 11985 Collier Blvd. Suite # 7. Naples, FL 1). Price: $ 275.00 2). Services: One time Initial Cleaning Service Please return it with your signature if you agree with our proposal. Grace Sims Grace Sims 3H Serv. System ______________________________ ___________________ Signature Date 10 16.E.11.d Packet Pg. 2313 Attachment: 0710 After the Fact Backup (6036 : 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 Mark Fowski Information Technology Mike Berrios CDWG $259,794 NATIONAL IPA CONTRACT PO4500186326 ✔ In FY18 the Information Technology Division (IT) budgeted for a Disk Backup Appliance to replace our outdated Tape Backup System. IT used the approved BCC NATIONAL IPA CONTRACT and the associated piggyback form for the purchase. IT worked with the vendor to get special end of year pricing. Mark Fowski sent the requisition number to the vendor and stated that we do not have the Purchase Order (PO) yet. The vendor fulfilled the order and shipped the equipment based on our requisition number prior to receiving our PO. The PO has been released and sent to the vendor. We request that the purchase on invoice MGL5924 be processed under that PO for payment. Mike Berrios contacted the vendor and emphasized that they are not to ship any products without a completed purchase order. Mike also spoke to Mark Fowski to make sure that he is informing his vendors not to ship any orders before they receive a PO. Tell all staff not to give vendors the requisition number only PO. numbers Mark Fowski FowskiMark Digitally signed by FowskiMark Date: 2018.06.04 13:41:12 -04'00'6-4-18 Mike Berrios BerriosMike Digitally signed by BerriosMike Date: 2018.06.04 14:09:13 -04'00' 11 316.E.11.d Packet Pg. 2314 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) REMIT PAYMENT TO: CDW Government 75 Remittance Drive, Suite 1515 Chicago, IL 60675-1515 RETURN SERVICE REQUESTED INVOICE COLLIER CTY BOARD OF COMMISSIONERS ACCOUNTS PAYABLE 3299 TAMIAMI TRL E STE 700 NAPLES FL 34112-5749 USA šMGL5924‘œ PLEASE RETURN THIS PORTION WITH YOUR PAYMENT INVOICE NUMBER MGL5924 INVOICE DATE 04/01/18 CUSTOMER NUMBER 0770081 SUBTOTAL $259,794.00 SHIPPING $0.00 SALES TAX $0.00 DUE DATE 05/01/18 AMOUNT DUE $259,794.00 CDW Government 75 Remittance Drive Suite 1515 Chicago, IL 60675-1515 INVOICE DATE 04/01/18 INVOICE NUMBER MGL5924 PAYMENT TERMS Net 30 Days DUE DATE 05/01/18 ORDER DATE 03/30/18 SHIP VIA ELECTRONIC DISTRIBUTION PURCHASE ORDER NUMBER REQ # 10260738 CUSTOMER NUMBER 0770081 ITEM NUMBER 5027241 DESCRIPTION VERITAS NBU 5240 152TB 4 CU ESS INIT Electronic distribution - NO MEDIA Manufacturer Part Number: 16281-M0010 QTY ORD 2 QTY SHIP 2 QTY B/O 0 UNIT PRICE 129,897.00 TOTAL 259,794.00 SUBTOTAL SHIPPING SALES TAX AMOUNT DUE $259,794.00 $0.00 $0.00 $259,794.00 ACCOUNT MANAGER MIGUEL ROJAS 312-705-9043 miguelandkyle@cdw.com SALES ORDER NUMBER JRLF260 SHIPPING ADDRESS: COLLIER COUNTY BOCC INFORMATION TECHNOLOGY DEPT 3299 TAMIAMI TRL E STE 600 BLDG F, 6TH FLR NAPLES FL 34112-5749 HAVE QUESTIONS ABOUT YOUR ACCOUNT? PLEASE EMAIL US AT credit@cdw.com CDW GOVERNMENT FEIN 36-4230110 Page 1 of 1 GO GREEN! CDW is happy to announce that paperless billing is now available! If you would like to start receiving your invoices as an emailed PDF, please email CDW at paperlessbilling@cdw.com. Please include your Customer number or an Invoice number in your email for faster processing. REDUCE PROCESSING COSTS AND ELIMINATE THE HASSLE OF PAPER CHECKS! Begin transmitting your payments electronically via ACH using CDW’s bank and remittance information located at the top of the attached payment coupon. Email credit@cdw.com with any questions. ISO 9001 and ISO 14001 Certified Cage Code Number 1KH72 DUNS Number 02-615-7235 VISIT US ON THE INTERNET AT www.cdwg.com ACH INFORMATION:E-mail Remittance To: gachremittance@cdw.com THE NORTHERN TRUST 50 SOUTH LASALLE STREET CHICAGO, IL 60675 ROUTING NO.: 071000152 ACCOUNT NAME: CDW GOVERNMENT ACCOUNT NO.: 91057 12 16.E.11.d Packet Pg. 2315 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 13416.E.11.dPacket Pg. 2316Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 1416.E.11.dPacket Pg. 2317Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 15 16.E.11.d Packet Pg. 2318 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 16 16.E.11.d Packet Pg. 2319 Attachment: 0710 After the Fact Backup (6036 : 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 Amanda Condomina Facilities Management Miguel Carballo Tymetal Corp $21,123.00 4500186480 ✔✔ Collier County Facilities Management, following the previous Emergency Purchase Order process, did not obtain three quotes for the emergency repair of a high security gate at the Collier County Immokalee Jail. The requisition was converted to Purchase Order 4500186661 for invoice 40525 RI. Staff requests payment of $21,123.00 for the attached invoice. Follow section 11.8 of the Procurement Ordinance. Staff has also implemented preventative measures in-house to ensure compliance to all applicable ordinances and policies. Amanda Condomina CondominaAman da Digitally signed by CondominaAmanda Date: 2018.06.13 10:31:00 -04'00' Miguel Carballo CarballoMiguel Digitally signed by CarballoMiguel Date: 2018.06.13 10:47:55 -04'00' 17 516.E.11.d Packet Pg. 2320 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 18 16.E.11.d Packet Pg. 2321 Attachment: 0710 After the Fact Backup (6036 : 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 Amanda Condomina Facilities Management Miguel Carballo The Mold Pros of South Florida $35,327.28 4500185372 ✔✔ Collier County Facilities Management, following the previous Emergency Purchase Order process, did not obtain three quotes for the emergency mold testing, water damage service, mold remediation and build back at the Collier County Library, 8787 E. Tamiami Trail. The requisition was converted to Purchase Order for the following invoices 1555 and 1612. Staff requests payment of $35,327.28 for the attached invoices. Follow section 11.8 of the Procurement Ordinance. Staff has also implemented preventative measures in-house to ensure compliance to all applicable ordinances and policies. Amanda Condomina CondominaAman da Digitally signed by CondominaAmanda Date: 2018.06.13 10:17:18 -04'00' Miguel Carballo CarballoMiguel Digitally signed by CarballoMiguel Date: 2018.06.13 10:48:31 -04'00' 19 616.E.11.d Packet Pg. 2322 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) Invoice Date 4/1/2018 Invoice # 1555 Bill To Collier County Division of Facilities Management Ralph Bosa 3335 Tamiami Trail E Naples, FL 34112 The Mold Pros of South Florida Inc. 3940 Radio Road #106 P.O. No. 4500185372 Terms Net 30 Project All work is complete! Phone # 239.262.6653 E-mail info@themoldpros.com Web Site www.themoldpros.com Total Balance Due Payments/Credits Quantity Description Rate Class Amount Mold Testing (3rd Party) 17 samples taken on 1/30/2018 2,000.00 2,000.00 $2,000.00 $2,000.00 $0.00 20 16.E.11.d Packet Pg. 2323 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) Invoice Date 4/20/2018 Invoice # 1612 Bill To Collier County Division of Facilities Management Ralph Bosa 3335 Tamiami Trail E Naples, FL 34112 The Mold Pros of South Florida Inc. 3940 Radio Road #106 P.O. No. 4500185375 Terms Net 30 Project All work is complete! Phone # 239.262.6653 E-mail info@themoldpros.com Web Site www.themoldpros.com Total Balance Due Payments/Credits Quantity Description Rate Class Amount 1 Water damage service, Mold Remediation and build back of Collier County Library - 8787 E. Tamiami Trail Naples FL. See attached itemization of charges. PO# 4500185372 - Preq# 10258975 33,327.28 33,327.28 $33,327.28 $33,327.28 $0.00 21 16.E.11.d Packet Pg. 2324 Attachment: 0710 After the Fact Backup (6036 : 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 Amanda Condomina Facilities Management Miguel Carballo B&I Contractors Inc. $15,700.00 4500186661 ✔ Collier County Facilities Management, following the previous Emergency Purchase Order process, did not obtain three quotes for the emergency requisition for the emergency replacement of two (2) Trane 3.5 ton Roof Top Air Conditioning Units at Zack's Courthouse Cafe. The requisition was converted to Purchase Order 4500186661 for invoice 16772. Staff requests payment of $15,700.00 for the attached invoice. Follow section 11.8 of the Procurement Ordinance. Staff has also implemented preventative measures in-house to ensure compliance to all applicable ordinances and policies. Amanda Condomina CondominaAman da Digitally signed by CondominaAmanda Date: 2018.06.13 10:03:36 -04'00' Miguel Carballo CarballoMiguel Digitally signed by CarballoMiguel Date: 2018.06.13 10:49:19 -04'00' 22 716.E.11.d Packet Pg. 2325 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 23 16.E.11.d Packet Pg. 2326 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 24 16.E.11.d Packet Pg. 2327 Attachment: 0710 After the Fact Backup (6036 : 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 Shirley Garcia Bayshore CRA Debrah Forester Carter Fence $2970.00 N/A 4500182829 ✔ Quotes from 3 vendors were requested to replace fencing damaged by Hurricane Irma with new fencing because staff was not aware of the choices between new and used for immediate repairs. The PO was opened based on the quote received for new fencing. New fencing was not immediately available and was on a 6 month back order per all the fencing companies. The urgency to replace the fencing was due to: 1. The tenants renting CRA property at 1965 Tamiami Trl E. reported their car storage was being vandalized nightly because the fence was down. 2. A code case was opened on the CRA property folio 61840960103 (Bayshore and Jeepers Dr), due to the fallen fence on several of the neighboring properties and needed immediate repair/replacement. Solution: The fence company was able to provide used fence immediately. In addition the used fence was available at a lower rate. Please approve full payment for the 2 outstanding invoices for Hurricane damaged fences around CRA owned properties. 1. Invoice 1168 in the amount of $1740.00 2. Invoice 1169 in the amount of $1230.00 Next hurricane disaster related incident staff will request a quote in advance to cover any type of fencing new or used, and will be more inclusive to fit any type of scenario for immediate repairs or replacement. Shirley Garcia GarciaShirley Digitally signed by GarciaShirley Date: 2018.04.30 15:49:38 -04'00'4/30/18 Debrah Forester ForesterDebrah Digitally signed by ForesterDebrah Date: 2018.05.03 09:36:45 -04'00'5/3/18 25 816.E.11.d Packet Pg. 2328 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 26 16.E.11.d Packet Pg. 2329 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 27 16.E.11.d Packet Pg. 2330 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) Qouttx! A.knhistfgliveServires Depa*n€nt ft oorBnenl S€.vEes Orisb. Gollier County After the Fact Form lnstructions As per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance (2017-08). Should wotk be authoized or purchases made that is rhcorslstent with County policy, procedure, or contrcct terms, an After-the-Fact Procurement Form is requied. This includes purchases made in advance of a Purchase Order, when a Purchase Order is required to authoize 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 repofted to the County Manager. Division: FaCilities Management amount: $lJ$,$l/.QJ contract #; 16-661 8 Why is this deemed a non-compliant purchase? Choose ore Contract Ordinance P-Card Other Details of Purchase: Explain the circumstances behind this purchase. Chris-Tel Construction recently completed a roof and HVAC replacement project on the Marco lsland Tax Collector's Office and has requested final payment. Following the bid process in use for Contract 16-6618, staff generated a work order in the amount of $249,571.30 for Chris-Tel to complete the work but did not request a payment and performance bond prior to starting the project as the contract requires for projects over $200,000 The project was completed satisfactorily, within the requested time-frame and under budget. Action Required: Vvhat are you asking to be done to remedy the situation, include list of invoices if applicable? To approve payment to Chris-Tel Contraction for the completion of the work in the amount of $238,927.03 the full amount of the Purchase Order was not billed out. Corrective/Preventive Action: Wat action is being taken to prevent this violation from re-occuring? A step will be added to the requisition process to ensure payment and performance bonds are requested on projects over $200,000 per Contract 16-6618. Dp'Eny rgnsd hy Ba6ETo^y signature: BaroneTonyRequesteo oy: lg;'1y Bafgng Date ,n"."Q2)r4fufu-.4t",g'-122, Requester Name: TOny BafOne oivision Director: Dan ROdfigUeZ Vendor Name: ChriS-Tel COnStrUCtiOn Purchase order: 45001 85244 a tr Manual tr tr tr The requestor aflirms that to the bost of thei. knowledge th6 inrormation providad in this document is trus. D vision D rector Dan ROdfigUeZ 28 916.E.11.d Packet Pg. 2331 Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 2916.E.11.dPacket Pg. 2332Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3016.E.11.dPacket Pg. 2333Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3116.E.11.dPacket Pg. 2334Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3216.E.11.dPacket Pg. 2335Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3316.E.11.dPacket Pg. 2336Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3416.E.11.dPacket Pg. 2337Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3516.E.11.dPacket Pg. 2338Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 3616.E.11.dPacket Pg. 2339Attachment: 0710 After the Fact Backup (6036 : Procurement Services Administrative Reports) 11 saraschneeberger @colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.13 09:27:48 -04'00' 2 3 4 5 26 saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.13 09:34:27 -04'00' 7 8 9 saraschneeberger @colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.13 09:42:50 -04'00' 310 11 @@@@@@@@@@@@ 4BSB4DIOFFCFSHFS saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.13 09:57:16 -04'00' 412 13 14 15 16 517 18 saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.13 10:28:27 -04'00' 19 20 21 22 23 24 25 26 27 28 29 30 631 saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.14 10:52:05 -04'00' 32 733 saraschneeberger@c olliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.15 10:15:31 -04'00' 34 35 36 37 38 39 40 41 42 43 44 45 saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.19 12:29:07 -04'00' 846 47 48 49 950 saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.15 13:15:09 -04'00' 51 52 53 54 55 56 Procurem·ent Services Change Order Form [8J Contract Modification Contract #: 114-6338 D Work Order Modification D Amendment Project #: '�-8 _0 _28_6 ___ __.I Change #: I 3 I Purchase Order#: I 4500156863 �--�-=--=--=--=--=--=--=--=--=--=--=--=--=--.::.---------� Contractor/Firm Name:I Victor J Latavish Architect PA I Contract/Project: Eagle Lakes Community Park Pool DesignIMargaret Bishop I I Facilities Management Project Manager Name:�-------------� Division Name:�-------------------'Original Contract/Work Order Amount $ 588,640.00 1/13/15,16.D.5 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 7401640.00 1/13/15,16.D.5 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 740,640.00 8/19/2018 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 34 860.00 31.74% Total Change from Original Amount Revised Contract/Work Order Total I $ 775,500.001 4.71% Change from Current BCC Approved Amount Cumulative Changes I $ 186,860.001 4.71% Change from Current Amount I Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed! 2/9/15 I Original 1 __ 5_12_4 _11_8 _�1 LDaastet Approved I 8/19/18Date �-----�-Completion Date -. I Revised Date I 12/30/18 (Includes this change) �------' # of Days Added I 133 I Select Tasks below) [8J Add new task(s) D Delete task(s) D Change task(s) D 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 Order will provide added funds to new Task 11.1 -Additional Construction Administration Services for $34,860.00. Theextra time is needed because this is a large and complex project with over 170 items to check and approve. Due to these Items and Construction, and project close out will require 133 calendar days. Additional construction engineering and inspection administration services are required for $34,860.00. Stakeholder meetings and processing stakeholder requested items, including engineering and plans for permits, and construction administration, has increased in scope and time. Increases in contract time were due to Hurricane Irma delays and design changes. Also, issues generated due to RFI submittals and unforeseen field conditions will require timely action and answers so that the contractors are not delayed. Project time extensions due to design changes and Hurricane Irma increased the project completion date 3 months from 5/15/18 to 8/16/18. This change will provide for additional Engineering Services to respond to unknown field changes, construction administration and additional meetings. 2.The change being requested was not included in the original contract because the scope of work and the length of time to build theAquatic Park has increased 3.There is a very tight schedule requested by the stakeholders for the Aquatic Facility to open on time for the summer of 2018. If thechange order is not proc essed, the aquatic facility construction may be delayed in receiving timely processing of RFl's and last-minutedesign changes, causing the final certificate of occupancy to be pushed past the required deadline. Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admln BCC BCC ES Rpl G:\Construction & Capital Items PARKS & Rec\Major Projects\80286 Eagle Lakes Pool\02 Professional Services Contracts\Plans & Design CO\CO No 3 add CEI Funds to AE Contract 04-27-2018\80286 ChangeOrderForm Architect Latavish No3 06-08-2018.docx I 1057 saraschneeberge r@colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.19 12:15:24 -04'00' 58 59 60 61   ŠÝLP)Ï5êö>æGDN ;Eš52ö †)Ÿ)ö tMÞÐ  ö0§¡¨¼‘ö= ö„3¢ ©4Í  mö ÕÖj°jóCC lƴ   öčƴ IJ%p´ ƴ l ‰OÚ ö…ÛU öĴĎƴĵiG Ķ G ×G ķAĸĹ""""ĺĻƴ # ,öęďƴļ ð Ľ ü; ľ Ñ Ŀ ý """ƴ Ƴƴ  Ü fsª Îö "4nö İħĐĉċtƴĄEĞĩtFvkĭđEğƴĊFEvĥ¡ƴĒĠk_ƴ 9$ Ã,öēƴ ġƕK ƴ r# 'ƴ%±I.ƴąPU %#ƴ,‚1ƴ Ĕƴ Ī ř ƴ”ƴČƱŽ‘ƴıƴĝƚƴ#Äö 0( ö"Ñ “”@•ABAB–—˜@ö™-«*¬ ö"I ö  ;{[W\mGaœ3tmŒ|GKt~`œ<|OP}œ0j“mœ 3“~~Pmœ133œ0vV|t—Oœ0j“mœ 3“†‡PmŽœ3um~HL’u~`œ<|OP~œ0j“mœ 5tgaG~œ0k”mœtRœY[‹œ3YGmWPœ >Pš‹POœ3umHM’t€`œ<~OPœ@tJaœ 3“h“bH[˜œ3YGmWP‹œ œ* & (œ $')-œ5œ |]^rIcœ233œ0wx‚t•aœ5GP.œ0WPmOGœ7Piœ œ* & ( œDEEEEFœ 9G‹œ133œ0yz~s–dœ5HP/œ0WPnOGœ8Ph œ + &!("œ&,%,œ ?0=œ3to~GN6›_~HBtpCHP:G‹‘P|œ œ œ œ AtGeœ3ZGmWPUˆ4‰<ƒ[X[#HfŠ“mœ 3ZGmWPœS~thœ3“„…Pmœ133œ0xy~t™Oœ0l“mœ 3ZHqWPœT„thœ3“„|Qmœ0j“mœ   œ      I×Æ ½öq _ör ö1ö öW[ö `öö ö1ßö Fö +È ÉØƴ €ö  à*ö õÊãñËÙûƴ ò­ö-" .ö 3öö# Ă Tö Ʋƴ =ö J ®ö!ö  .ö mƒƥƴ ŔŚƴŕ3[ Ì :ƴ Wƴ%ö!Röö Ģƴ öŽö ööX8ö !ö Å+ö  ö7\ö ‡  ö Z H  ƴ $*¯öö öö ö%°,ö:b]ö öö  ¥¾öQ  Óg±Çö1ö öáØöFY8öö ö 7ö9öâ ¦ö² ö Söö+v£öãÙé^oöjcö &6ö ö&öö ö <ïöwöë ö ³ö  pöaö ldö ´›ö öxJ  y¤ö&ö ö<öö eö ,Ƥzƴ ūƴ oJŠŷƣƴ.SƴLƴ%ƴ&ŒƉ.ś ƴŃ:ƴ! Ƌƴ.ƴ39ƴ Ú_u01ƴ'ƴƴijƴ%ŮůRƴ !zƴģ ƴƴ 4  ƴ f¢öþ+µƴņSŸƴ Ĝ€ƴ ƴ$ ƴ ƴ ƴĕƴN ƴpũPƴƴÛƴĤ¶ƴuK2ƴ 8Űűƴ 46ƴŖ  ŲƴTŹƴ  £ 9äƴZRˆ{ƴ œƴ!eWÜ[ƴƴ  ¤$å$·ƴƴ Ŝƴ q‡ƴĖźƴÒƴƴ ƴƛ ƴŇƴ^ ÷ ¥ Ã+ ¦ƴ|ƜMƴ ' ƴ ưƴ  ¸ƴ ĮLƴƴƴ0ƴ ƴ0ƴ Ɲƒƴ))ƴŻ7ˆÄƴ&Ŭƴƴ -ŭƴH ƴŏƌƴ-SO8Ā ~'ö . µ  'ðö -6K'èö/Q ( ¿ ºÞƴ >DP)GîõöVözö MóöLÈìC2ö;EC52Nö Ý\@ ¹Aæƴ s  #ƴ ƴ    2ƴňƴ– ƴ ƴƪ ƴ 7NƴÍ6… ƴƴŋ‹ƍƴ —ėƴƎ ƴ ƏƴƂ ƴ ŝ#ƴ żƴ‡ ƴBƴ ˜nƴ Tƴ 5ƴ » ƴ  Rö* öZ?ä%Ö ƴ §` ƴ īPU#ƴVŞƴQ™ ƴ7ƴ ƴćĦĚƴMƴ²  ¶ÔöÉö ŎTƴƐƴ„Łƞ ƴ((’ƴÿ ƴĘ/ƴ8 ƴ 9çƴ ‚ öÕ'öñžåöhki ƴ  ¼ƴ Dƴƫƴƴ  ƴIƴƑƴƒƴŽ)U ƴ)ƴ Oƴ-‰‚ƴ Å+ƴ Ê öŒÒ ö$ ö0 %Á Hƴ ë]@B½B ƴ ƴ Ĉƴ ƴƊ Œşƴƴ?ƴƦžƴ'¨ƴoƃų„ Šƴʼnƴ  (ƴ(‘(ƴƄƴŴ ƴxšLwƴƈ}łƴŢƅwƴ ¾Aƴ {œíö ƴ @\ øah?ƴ ƴ ,YnƴŌƴ…|ƴ ƴ ōƴ ſƴƓOƴƴƯÎs%&mƴ ƴ      ¿ƴ · öö•ƴ| Hƴ h]>ì>b ƴ ƴ ĨQš ƴƴƆƴ}Nţƴ ƴJƴ  ƴHƧŵ Ť3ƴX$ƴ f*ƴ Oö’Ìö ! &ƴ ž=©ôÓcbdd“ƴ ƴ ! ťƴŐƴ 2ƴŶ†ƴ  ŗƴƔƴß ›ƴƴ œƴ aƴ / ô6öu ö ‹ (ƴ Ÿèé¯ïí=Àcԓƴ ƴ ! ~Ɵƴőƴ 6‰ƴƀƨƴ/ƴ’#ƴJ ƴ , ƴ  1 ƴ6Ơƴ/‹ƴVŘƴ ăƴ rƴ $Áƴ À¸ö/ ö Kƴ ªi*$<ƴ ƴ  «ƴ  ƴƴơ ń/ƴ-Ū ƴIŠƴƁ#ƴ 1Kƴ2ƴ Ŋ ~ ƴ8:'ƴ  ^ƴ ƴ7 ƴ  ƴ   ö} ¹º(ö+ö3ƴ ¬ù` <ƴ ƴ !5 Ŧƴ ƴ ƴ0ƴƴêòƴ4ƢŽƴ Mƴ ˆ$:Ëö V5 Ƈ †Ƭƴ {ƴƴ!eXàƴ *ƴ ?4 Söƒ#öç»ƴ ­<ú*?ƴ ƴ įƘƴq&ƴDƴĬƗƴQYxƴŒ4ƴ Ɩ³Ʃ®ƴ ŧƴ  ƴ€ƴƴ 3ƴ Ćŀƭƴě&ƴD5)Rƴ FyƮŨƙyŅāƴá;ÏgCÐg;âîƴ 4-"-85#8 68('1)8 /$8, .2*-878 3 8%!8-& + .8-08             1162 saraschneeberger @colliergov.net Digitally signed by saraschneeberger@colliergov.net DN: cn=saraschneeberger@colliergov.net Date: 2018.06.19 15:38:06 -04'00' 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79