Loading...
Agenda 05/26/2020 Item #16E 3 (Procurement Admin Reports)05/26/2020 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: • Three (3) change orders that in aggregate modify contracts by $368,370.00 and add 90 calendar days to completion periods, see attached summary and backup for details; and • Three (3) amendments this period with a fiscal impact of $0.00; and • Four (4) after the fact memos with a fiscal impact of $7,798 for additional services FISCAL IMPACT: The net total for the ten (10) items is $770,904.13 (includes outstanding invoices of $402,534.13). LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires a majority vote for Board approval. -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. 0526 Change Order Report - FY20 (PDF) 2. 0526 Change Order Backup - FY20 (PDF) 3. 0526 Amendment Report - FY20 (PDF) 4. 0526 Amendment Backup - FY20 (PDF) 5. 0526 After the Fact Backup - FY20 (PDF) 6. 0526 Revised After the Fact Report - FY20 (PDF) 16.E.3 Packet Pg. 1197 05/26/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.3 Doc ID: 12363 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: 05/26/2020 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 05/11/2020 1:12 PM Submitted by: Title: Manager - Procurement – Procurement Services Name: Sandra Herrera 05/11/2020 1:12 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 05/11/2020 1:36 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 05/11/2020 1:41 PM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 05/11/2020 2:03 PM Procurement Services Sandra Herrera Additional Reviewer Completed 05/12/2020 9:17 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 05/13/2020 5:51 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 05/14/2020 8:19 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/14/2020 8:21 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 05/14/2020 11:19 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 05/18/2020 3:17 PM Board of County Commissioners MaryJo Brock Meeting Pending 05/26/2020 9:00 AM 16.E.3 Packet Pg. 1198 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 16-6638 13 4/29/2020Vanderbilt Cul-de-Sacs Public Utility RenewalMitchell & Stark Construction EPMD - Diana Dueri $17,300,544.02 $19,004,028.00 $0.00 $19,004,028.00 0.00% 1313 90 1403 6.85%2 3 18-7277 1 5/7/2020 PUD Complex Stantec Consulting ServicesFacilities Management - Ayoub Al-Bahou$5,773,613.00 $5,773,613.00 $368,370.00 $6,141,983.00 6.38% 1601 0 1601 0.00%3 15 17-7198 9 5/8/2020Phase 1A Collier County Sports ComplexManhattan Construction Florida, Inc.Facilities Management - Margaret Bishop$30,757,765.00 $28,744,304.49 $0.00 $28,744,304.49 0.00% 426 0 426 0.00%Meeting Date Total number of Change OrdersTotal Dollar ChangeTotal Change in Days5/26/2020 3 $368,370.00 9016.E.3.aPacket Pg. 1199Attachment: 0526 Change Order Report - FY20 (12363 : Procurement Services administrative reports) 1 116.E.3.b Packet Pg. 1200 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) 4/29/2020 ϰͬϮϵͬϮϬϮϬ ChmelikTom Digitally signed by ChmelikTom Date: 2020.04.29 13:30:35 -04'00' Joseph Bellone Digitally signed by Joseph Bellone Date: 2020.04.29 14:41:53 -04'00' SchneebergerSara Digitally signed by SchneebergerSara Date: 2020.05.05 11:14:39 -04'00' 2 16.E.3.b Packet Pg. 1201 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Revised: 10/28/2014 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 $ 5,773,613.00 6/25/19 - 11.B Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 5,773,613.00 6/25/19 - 11.B Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 5,773,613.00 9/30/2020 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 368,370.00 6.38% Total Change from Original Amount Revised Contract/Work Order Total $ 6,141,983.00 6.38% Change from Current BCC Approved Amount Cumulative Changes $ 368,370.00 6.38% 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. Prepared by: ___________________________________________________________________________ Date: ________________ Ayoub R. Al-Bahou, P.E. Principle Project Manager, Facilities Management Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: ___________________________________________________________________________ Date: ________________ Tim Hancock, AICPg, Stantec Consulting Services, Inc. Approved by: ___________________________________________________________________________ Date: ________________ Damon Grant, Director, Facilities Management Approved by: ___________________________________________________________________________ Date: ________________ (Procurement Professional) Procurement Services Change Order Form 70167 Stantec Consulting Services, Inc. 4500197021 18-7277 1 PUBLIC UTILITIES DEPARTMENT COMPLEX Facilities Management Ayoub Al-Bahou, P.E. 12/13/2023 12/13/2023 0 7/26/2019 1) Based on direction from the CMO, we have requested Stantec to provide additional services for: a.GMD (Transportation south & West) square footage to be designed through 20% Conceptual Design. b. PUD square footage to be designed through 20% Conceptual Design. c. Facilities Management square footage to be designed through 20% Conceptual Design. d. Relocation of Pollution Control staff to be incorporated into new Lab area through 20% Conceptual Design. e. Additional square footage from the original Task 02 to be designed to 100% and through Construction Phase. 2) It was determined at a later date that these divisions will be more suitably located at the new facilities as presented to the Board in the Space Planning Strategic Workshop. These relocations will allow the county to vacate existing buildings for potential future sale as well as relocate these essential facilities outside flood prone areas. 3) CMO has requested these additional services in order to provide the most accurate construction budget. Without processing this Change Order, these divisions cannot be relocated and/or consolidated for optimal efficiencies as outlined in the Space Planning Strategic Workshop. May6,2020 Al-bahouAyoub Digitally signed by Al-bahouAyoub Date: 2020.05.03 20:40:26 -04'00' Tim Hancock Digitally signed by Tim Hancock DN: C=US, E=tim.hancock@stantec.com, O=Stantec, OU=Stantec, CN=Tim Hancock Reason: I have reviewed this document Date: 2020.05.06 11:35:19-04'00' GrantDamon Digitally signed by GrantDamon Date: 2020.05.06 11:43:37 -04'00' SchneebergerSara Digitally signed by SchneebergerSara Date: 2020.05.07 10:02:28 -04'00' 3 216.E.3.b Packet Pg. 1202 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 1 of 7 SCHEDULE “A” SCOPE OF SERVICES-R7b Solicitation No 18-7277 PUBLIC UTILITIES DEPARTMENT COMPLEX DESIGN – Modification 01 March 30, 2020 Introduction: Collier County seeks to develop the westernmost portion of the Collier County Resource Recovery Business Park, along with associated access road(s), utilities and water management facilities to support a Public Utilities campus plan that will also incorporate additional agencies, including the Collier County Sherriff’s Office (CCSO) Forensic Building, a County Operations and Security building, a Centralized Inventory Building and a Fueling Depot. This campus will combine a variety of Public Agency operations within one site to address the current needs as well as future growth and expansion of services as required to meet the needs of the community. The Consultant (“Stantec”) will lead the effort in evaluating the current and future needs of the Utility Department, in addition to other identified County agencies regarding the planned facilities at this location. The process will then continue with space programming based on those needs that will help develop a Master Plan for the campus. It is anticipated that the development of the campus plan and associated buildings will be accomplished in a phased approach. The initial design phase will include four buildings but is anticipated to achieve the build-out of infrastructure on the site to serve a phased approach for all currently anticipated uses. While the construction of infrastructure may also be phased going forward, the site plan and development order applications will contemplate a full build-out of the site. The following scope of services will facilitate the County’s intent to provide programming, master site planning, phased building design and permitting services for the construction of these facilities. Project Assumptions: The following project assumptions have been used to develop and inform this Scope of Services document and associated fee and schedule proposal: 4 16.E.3.b Packet Pg. 1203 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 2 of 7 Original Scope of Work Approximate/Assumed Building Square Footage Building Name Approximate Size Notes Collier County Centralized Inventory Building 30,000 sf To serve PUD, Facilities and Transportation Operations Fueling Depot 15,000 sf (+/-) This will be a combination enclosed facility, covered fueling area and tank farm, serving multiple divisions. Sherriff’s Forensic Evidence Building 85,000 sf From RPS #18-7277 documents and discussion with CCSO and Collier County. Collier County Operations and Security Building 30,000sf Traffic Ops and Stormwater, Government Security, SCADA PUD Logistics and Operations Center 30,000 sf Various PUD Administration and Service Operations to be included. Total (all buildings) 190,000 sf Modification 01 Scope of Work Approximate/Assumed Building Square Footage Building Name Approximate Size Notes PUD Logistics and Operations Center 15,000 sf Additional square footage from the Task 02 Programming effort. To be designed to 100% and Constructed. Collier County Operations and Security Building 22,000 sf Additional GMD square footage to be designed through 20% Conceptual Design. Pollution Control Lab 7,000sf Relocated and Expanded from Building H. Designed through 20% Conceptual Design. Total (Modification 01) 44,000 sf Total (all buildings) 234,000 sf 5 16.E.3.b Packet Pg. 1204 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 3 of 7 Site acreage is approximately 32-35 acres assuming the final design allows us to contain storm water in a single basin on the western side. If Stantec is required to provide two basins, the site area grows to 43-45 acres. Final building square footages, layout and adjacencies will be developed during Phase 1, but the above assumed numbers were used for scope and fee determination. Stantec will not change the fee outlined in Schedule B of this Agreement for minor variations (within 10% of the identified square footage). Design and permitting of buildings and/or site improvements not specifically included in this Modification 01 Scope or the Original Scope is considered Additional Services if requested by the County. Fees for these items are not included in the negotiated contract fees. If these items are determined necessary and are requested by the County, scope and fee will be negotiated at that time and will be implemented via an Amendment to this Agreement. Stantec will deliver the Modification 01 Scope of Work defined above within the same Scope Task 1.0-10.0 and deliverables described in the original Scope of Work document. Stantec has included fees for complete design and construction administration services, Tasks 1.0-10.0, for 15,000sf of PUD building, as identified above. Stantec has included fees for design services including Programming and 20% Conceptual Design, Tasks 1.0-4.0, for 22,000sf of PUD building, as identified above. Stantec has included fees for design services including Programming and 20% Conceptual Design, Tasks 1.0-4.0, for the 7,000sf Water Lab, as identified above. Stantec has included fees for an additional Opinion of Probable Cost Estimate within the 20% Task to allow Collier County to better understand the current local construction market pricing, and to plan for future construction costs earlier. Stantec has included fees for weekly client management team meetings through the end of the 20% Conceptual Design Task. Stantec assumes this scope of work to be approved within a single SDPA and ERP Modification, fees for which are included in the Original scope of work. Additional SDPA’s or ERP Modifications would be considered as additional services. Stantec will design to the newly adjusted Collier County Vertical Standards that the Stantec team has jointly developed with Collier County, and to the Utility Standards as applicable. 6 16.E.3.b Packet Pg. 1205 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 4 of 7 Stantec has modified Schedule C – Schedule, accordingly, to allow for the completion of this additional Scope of Work. 7 16.E.3.b Packet Pg. 1206 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 5 of 7 Scope of Services: PHASE 1 – PROGRAMMING, NEEDS ASSESSMENT, MASTER PLANNING AND MASSING Task 1.0 Project Kick-Off, Project Management and Team Coordination (changes and modifications from Base Scope of Work shown in red) 1.1 Stantec will attend weekly project management meetings at Collier County through the conclusion of Task 4.0 20% Conceptual Design. The meetings will be attended in person by some Stantec staff and remotely via phone or Skype by some Stantec staff. Stantec will provide and Agenda and Meeting Minutes for these meetings. 1.2 Stantec will attend monthly Leadership update meetings with the Deputy County Manager and select Collier County leadership to review progress on the project. our design team will present updates in a Powerpoint presentation and work with Collier County’s designated project manager to provide handouts, if needed. 1.3 Throughout the life of the project, Stantec’s Project Manager will provide updates to project schedules, coordinate responses to queries and serve as the primary client contact for the Collier County Project Manager. This will assist in facilitating consistent and timely communication among the project team. Task 2.0 Preliminary Programming 2.1 Stantec will review any initial programming, or planning information completed to date. Project information, schedules, budgets and priorities can be fluid, so Stantec will review it with ‘fresh eyes’, and through interactive discussion and collaboration look for new ideas to create the best facility possible to meet the needs of the County. 2.2 Site Inspection/Tours, Staff Feedback collection – We will tour all existing facilities and the project site to review existing conditions, assess the building conditions and use, and assess what functional arrangements are working well and which are not. During the tour, Stantec will engage the workforce staff in conversation to capture their feedback, thoughts, and ideas on the design of the new facilities. 8 16.E.3.b Packet Pg. 1207 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 6 of 7 2.3 Program Questionnaires – Stantec will review the programming questionnaires filled out by the key user group and department representatives. It is our understanding we will be programming and designing for the following departments as part of this Modification: PUD (Building H), Growth Management Division (Transportation Engineering, Operations Support, MPO, Road Maintenance), Pollution Control Lab and Facilities (Building W). As indicated elsewhere, some components will only be designed through 20% Conceptual Design. The questionnaires are intended to collect all relevant information associated with the functional operation of each department, and will address staff numbers, space needs, vehicle count, storage, yard, and other requirements. Any additional information that helps the Stantec’s design team capture their total space needs is requested. Stantec will review these questionnaires before conducting the Programming interviews. 2.4 Best Practices –Stantec will develop a narrative summary of Best Practices from other municipal public works departments, not affiliated with but of similar size or character to the County. The narrative will focus on typical space standards, operating practices, and relevance to the desired operational practices of the County. Stantec will review these practices and findings with the County and submit a written summary report. 2.5 Draft Revised Facility Space Needs Program – the Draft Facility Space Needs Program will be updated with the now program elements, which will include the space needs, a narrative description of the space or person in the office/workstation, and other requirements for each space. We will review this draft with you, staff and users in a meeting. The County will have five (5) business days to review the report and provide feedback to Stantec. 2.6 Final Revised Facility Space Needs Program – After review of the Draft Program with the County, Stantec will adjust as necessary and submit a Final Revised Program that will be used in the development of the 20% Conceptual Design outlined in future Tasks. 2.7 Stantec will provide a per square foot building cost estimate by building type(s) and land development Cost Estimate. Task 3.0 Site Master Planning (no change from Base Scope of Work) 9 16.E.3.b Packet Pg. 1208 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 7 of 7 Task 4.0 Conceptual Building Design (no change from Base Scope of Work) Task 5.0 Final Building and Site Design (no change from Base Scope of Work) Task 6.0 Approvals and Authorization to begin Final Design (no change from Base Scope of Work) PHASE II – SITE PERMITTING, BUILDING PERMITTING, AND CONSTRUCTION ADMINISTRATION Task 7.0 Phased SDPA and ERP Modification (no change from Base Scope of Work) Task 8.0 Permitting and Bid Assistance (no change from Base Scope of Work) Task 9.0 Construction Contract Administration Phase (no change from Base Scope of Work) Task 10.0 Post Construction Phase Services (no change from Base Scope of Work) Scope Assumptions and Clarifications (no change from Base Scope of Work) 10 16.E.3.b Packet Pg. 1209 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Stantec Consulting Services Inc. 1600 Wilson Blvd, Suite 360 Arlington, VA 22209 03/25/20 SCHEDULE “B” Base Contract Phase I Tasks Basic Services Fee Centralized Inventory Building Basic Services Fee Fueling Depot Basic Services Fee Sherriff’s Forensic Evidence Basic Services Fee Operations & Security (SCADA) Basic Services Fee PUD Logistics & Operations Center Task 1.0 – Project Kick-Off, Project Management and Team Coordination $ 30,188 $ 24,719 $ 62,727 $ 45,033 $ 30,188 Task 2.0 – Programming $ 38,855 $ 23,394 $ 99,901 $ 61,202 $ 42,374 Task 3.0 – Master Site Planning $ 35,342 $ 21,364 $ 72,300 $ 52,416 $ 39,218 Task 4.0 – 20% Conceptual Design $ 95,694 $ 74,999 $ 264,771 $ 124,029 $ 91,940 Task 5.0 – Final Building Design $353,713 $ 283,685 $ 1,113,279 $ 499,515 $ 384,871 Task 6.0 – Phase I Approvals $ 0 $ 0 $ 9,579 $ 0 $ 5,979 SUB-TOTAL $ 553,792 $ 428,161 $1,622,557 $ 782,195 $594,570 TOTAL PHASE I DESIGN SERVICE FEE $ 3,981,275 Phase II Tasks Basic Services Fee Centralized Inventory Building Basic Services Fee Fueling Depot Basic Services Fee Sherriff’s Forensic Evidence Basic Services Fee Operations & Security (SCADA) Basic Services Fee PUD Logistics & Operations Task 7.0 – SDPA and ERP Applications $ 0 $ 0 $ 451, 956 $ 0 $ 0 Task 8.0 – Permitting and Bid Assistance $ 37,564 $ 31,975 $ 95,011 $ 53,709 $ 36,159 Task 9.0 – Construction Contract Administration (CA) $ 150,061 $120,810 $ 392,663 $ 235,407 $ 153,018 Task 10.0 – Post Construction Services $ 4,885 $ 3,256 $ 12,118 $ 8,141 $ 5,605 11 16.E.3.b Packet Pg. 1210 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 2 of 3 Reference: Solicitation 18-7277 – Scope of Services 03/25/20 SUB-TOTAL $ 192,510 $156,041 $ 951,748 $ 297,257 $ 194,782 TOTAL PHASE II DESIGN SERVICE FEE $ 1,792,338 TOTAL COMBINED DESIGN SERVICE FEE $ 5,773,613 Notes: If Permitting & Construction of the buildings is separated by building, Tasks 8, 9 and 10 costs for each building increases 10% above what is shown in the table above. Modification 01 Phase I Tasks Basic Services Fee Centralized Inventory Building Basic Services Fee Fueling Depot Basic Services Fee Sherriff’s Forensic Evidence Basic Services Fee Operations & Security (SCADA) Basic Services Fee PUD Logistics & Operations Center Task 1.0 – Project Kick-Off, Project Management and Team Coordination $ 0 $ 0 $ 0 $ 31,159 $ 16,117 Task 2.0 – Programming $ 0 $ 0 $ 0 $ 13,991 $ 7,237 Task 3.0 – Master Site Planning $ 0 $ 0 $ 0 $ 0 $ 0 Task 4.0 – 20% Conceptual Design $ 0 $ 0 $ 0 $ 80,517 $ 41,648 Task 5.0 – Final Building Design $ 0 $ 0 $ 0 $ 0 $116,783 Task 6.0 – Phase I Approvals $ 0 $ 0 $ 0 $ 0 $ 2,292 SUB-TOTAL $ 0 $ 0 $ 0 $ 125,667 $ 184,077 TOTAL PHASE I DESIGN SERVICE FEE $ 309,744 Phase II Tasks Basic Services Fee Centralized Inventory Building Basic Services Fee Fueling Depot Basic Services Fee Sherriff’s Forensic Evidence Basic Services Fee Operations & Security (SCADA) Basic Services Fee PUD Logistics & Operations Task 7.0 – SDPA and ERP Applications $ 0 $ 0 $ 0 $ 0 $ 0 12 16.E.3.b Packet Pg. 1211 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Page 3 of 3 Reference: Solicitation 18-7277 – Scope of Services 03/25/20 Task 8.0 – Permitting and Bid Assistance $ 0 $ 0 $ 0 $ 0 $ 12,906 Task 9.0 – Construction Contract Administration (CA) $ 0 $ 0 $ 0 $ 0 $ 44,066 Task 10.0 – Post Construction Services $ 0 $ 0 $ 0 $ 0 $ 1,654 SUB-TOTAL $ 0 $ 0 $ 0 $ 0 $ 58,626 TOTAL PHASE II DESIGN SERVICE FEE – MOD 01 $ 58,626 TOTAL COMBINED DESIGN SERVICE FEE – MOD 01 $ 368,370 Total Combined Design Services Fee (by Building) BASE CONTRACT Centralized Inventory Building Fueling Depot Sherriff’s Forensic Evidence Operations & Security (SCADA) PUD Logistics & Operations Center $ 746,302 $ 584,202 $ 2,574,305 $1,079,452 $ 789,352 MODIFICATION 01 $ 0 $ 0 $ 0 $ 125,667 $ 242,703 TOTAL COMBINED $ 746,302 $ 584,202 $ 2,574,305 $1,205,119 $1,032,055 TOTAL COMBINED DESIGN SERVICE FEE – BASE + MODS $ 6,141,983 13 16.E.3.b Packet Pg. 1212 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Stantec Consulting Services Inc. 1600 Wilson Blvd, Suite 360 Arlington, VA 22209 2/4/20 SCHEDULE “C” – Modification 01 Tasks Start End Task 1.0 – Project Kick-Off, Project Management, & Team Coordination * 08/01/19 08/01/19 Task 2.0 – Programming and Vertical Standards Review (20 wks) 08/02/19 12/19/19 Thanksgiving Holiday Owner Review Period (6 wks) 12/23/19 01/31/20 Task 3.0 – Master Site Planning (11 wks) 10/04/19 12/19/19 Owner Review Period (4 wks) 12/23/19 01/17/20 Christmas and New Year Holiday Task 4.0 – 20% Conceptual Building Design (17 wks) 01/06/20 05/01/20 Owner Review Period (3 wks) 05/04/20 05/22/20 Task 5.0 – Final Building Design (60%, 90%, & 100%) (26 wks) 05/25/20 11/20/20 60% Owner Review Period (2 wks) 07/20/20 07/31/20 Independence Day Holiday 90% Owner Review Period (2 wks) 10/26/20 11/06/20 Task 6.0 - Phase I Approvals & Authorization to Begin Phase 2 TBD Task 7.0 – Begin SDPA and ERP Applications** TBD Task 8.0 – Permitting and Bid Assistance *** TBD Task 9.0 – Construction Contract Administration (CA) Phase Assume 16-24 Months Task 10.0 – Post Construction Services 11 Months After Substantial Completion Date * Schedule assumes receipt of Notice to Proceed by August 1, 2019. ** Phases 6 and 7 assume approval of Phase 1 Master Plan, and County funding of phasing plan. *** Phases 8, 9, and 10 assume start of these phases immediately after Final Design. 14 16.E.3.b Packet Pg. 1213 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) 15 316.E.3.b Packet Pg. 1214 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2020.05.11 07:58:25 -04'00' 16 16.E.3.b Packet Pg. 1215 Attachment: 0526 Change Order Backup - FY20 (12363 : Procurement Services administrative reports) Item page #Contract/Grant No.Amendment #DateProject Name Vendor Name Division ‐ Project ManagerOriginal Contract AmountCurrent Contract Amount Change Order AmountRevised Contract AmountDescription1 1 18-7432-CZ 1 5/7/2020Professional Services Library - Coastal Engineering CategoryHumiston & Moore EngineersProcurement Services - Sue Zimmerman$0.00 $0.00 $0.00 $0.00 Modify language and replace Schedule B - Attachment 1, Rate Schedule in its entirety to reflect the correct negotiated rates between Consultant and County.2 4 18-7432-CZ 1 5/7/2020Professional Services Library - Coastal Engineering CategoryTaylor EngineeringProcurement Services - Sue Zimmerman$0.00 $0.00 $0.00 $0.00 Modify language and replace Schedule B - Attachment 1, Rate Schedule in its entirety to reflect the correct negotiated rates between Consultant and County.3 7 18-7432-CZ 1 5/7/2020Professional Services Library - Coastal Engineering CategoryAptim Environmental and InfrastructureProcurement Services - Sue Zimmerman$0.00 $0.00 $0.00 $0.00 Modify language and replace Schedule B - Attachment 1, Rate Schedule in its entirety to reflect the correct negotiated rates between Consultant and County.Meeting DateTotal number of AmendmentsTotal Dollar Change5/26/20203$0.0016.E.3.cPacket Pg. 1216Attachment: 0526 Amendment Report - FY20 (12363 : Procurement Services administrative reports)          1 116.E.3.d Packet Pg. 1217 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)         2 16.E.3.d Packet Pg. 1218 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)                   3 16.E.3.d Packet Pg. 1219 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)           4 216.E.3.d Packet Pg. 1220 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)         5 16.E.3.d Packet Pg. 1221 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)                   6 16.E.3.d Packet Pg. 1222 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)            7 316.E.3.d Packet Pg. 1223 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)          8 16.E.3.d Packet Pg. 1224 Attachment: 0526 Amendment Backup - FY20 (12363 : Procurement Services administrative reports)                     9 16.E.3.d Packet Pg. 1225 Attachment: 0526 Amendment Backup - FY20 (12363 : 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 Michael Levy Facilities Management Damon Grant EBL Partners, LLC $110,302.40 19-7525 4500199723 ✔ EBL Partners was awarded Bid 2019-300 (Immokalee Jail Center Case Work) to replace the cabinetry and counter tops in three areas of the Immokalee Jail Center. While the work was being fabricated, the Collier County Jail Chief requested a change in the counter top fabrication from laminate to corian. A change order was submitted to Procurement for the amount of what it would cost to make the change from laminate to corian. At that time it was discovered that a change order to extend the time was never submitted and the NTP had expired. To approve the after-the-fact invoice #1 in the amount of $110,302.40 (includes the increase of $22,705.85). Division staff will ensure that once a change is requested, they will submit a change order to help keep the project moving forward, without delays. Michael S. Levy levy_m Digitally signed by levy_m Date: 2020.04.28 15:36:18 -04'00' Damon Grant GrantDamon Digitally signed by GrantDamon Date: 2020.04.29 11:06:52 -04'00' 1 116.E.3.e Packet Pg. 1226 Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 2 16.E.3.e Packet Pg. 1227 Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 316.E.3.ePacket Pg. 1228Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 416.E.3.ePacket Pg. 1229Attachment: 0526 After the Fact Backup - FY20 (12363 : 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 Facilities Management Damon Grant Arc Tech Construction Services, LLC 173,948 18-7475 4500200599 ✔ A PO modification of $7,798 was processed and issued for additional work. An approved Change Order form was not issued and executed following the agreement concerning requested changes. Per item 28 in the contract, the Change Order form shall be issued and executed promptly after an agreement is reached for changes in the work. To pay the contractor for the additional services performed, in the absence of an executed Change Order. Record Number 00656245 Invoice Number 789-Final. Any changes in work utilizing this contract will be performed in accordance with the contract, with a change order form issued and executed promptly after an agreement is reached. Felicia Kirby FeliciaKirbyVEN Digitally signed by FeliciaKirbyVEN Date: 2020.04.24 14:50:24 -04'00'4/24/20 Damon Grant GrantDamon Digitally signed by GrantDamon Date: 2020.04.29 11:33:27 -04'00'4/29/20 5 216.E.3.e Packet Pg. 1230 Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 12 6 16.E.3.e Packet Pg. 1231 Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) C-outtt!Gollier County After the Fact FormAdminbfative SeMces Prmrement Services lnstructions The requestor affirms that to the best of their knowledge the information provided in this document is true As per section 21 of the Procurement Manual, all purchases shall be conslsfenl and in compliance with the Procurement Ordinance (2017-08). Should work be authorized or purchases made that is rnconsisfent with County policy, procedure, or contractterms, 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 servlces not covered by the current contract or purchase order. All such "After the Fact Procurements" will be reported to the County Manager. Requester Name: ffiglgafet BiShOp Division: Facilities Management Division Director: Daman Gfant vendor Name: [!lsphattan COnstruCtiOn Amount: 115,171.23 Contract *: 17 -7198 Purchase order: 4500 1 8561 5 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. Vendor performed work through 12131119 without issuance of change order to add additional time prior to the completion date of 311119 specified on the notice to proceed. Notice to proceeds should have been issued at the start of each phase Action Required: lNhat are you asking to be done to remedy the situation, include list of invoices if applicable? Approve the payment of pay application 1 in the amount of $115,171.23 Corrective/Preventive Action: What action is being taken to prevent this violation from re-occurring? The Project Manager will make sure to follow the procurement manual, time-lines and communicate to the CMAR vendor the importance of timely submission. Requested by, J[arga[e1 B ishop Signature: BishopMargaret *1"'[ffif,,:',?',:TflffiAi:'-z-\ Date: Division ,,r{"rr_Signatu ,"",slb )7c a tr tr 7 316.E.3.e Packet Pg. 1232 Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 816.E.3.ePacket Pg. 1233Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 916.E.3.ePacket Pg. 1234Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 1016.E.3.ePacket Pg. 1235Attachment: 0526 After the Fact Backup - FY20 (12363 : 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 PUD-SHWMD Kari Hodgson Mitchell & Stark Const. Co., Inc. $3,112.50 16-7021 4500197770 ✔ Mitchell & Stark Construction Co., Inc. were contracted to construct Hammerhead Group 9B for the sum of $235,900.00. This contract allows for construction less than $250,000 to commence without Board Approval and requires Payment and a Performance Bond be obtained. This is the only contract in this Division with a provision that differs from County policy regarding services rendered greater than $200,000 do not require Board approval. Upon final invoice of $3,112.50 and submittal of closeout documents, it was found that the work was performed without a Bond. To obtain Board approval to pay the vendor's final invoice of $3,112.50, who has satisfactorily performed the work. The contract exemption from Board approval will no longer be honored, rather this contract shall adhere to Procurement policies. Staff shall receive disciplinary action. Dayne Atkinson AtkinsonDayne Digitally signed by AtkinsonDayne Date: 2020.03.31 08:21:47 -04'00' Kari Hodgson HodgsonKari 2020.03.31 13:28:14 -04'00' 11 416.E.3.e Packet Pg. 1236 Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 1216.E.3.ePacket Pg. 1237Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) 1316.E.3.ePacket Pg. 1238Attachment: 0526 After the Fact Backup - FY20 (12363 : Procurement Services administrative reports) Item page #Contract or Purchase OrderDateDescription of ProjectVendor Name Division ‐ DirectorFiscal Impact for Additional ServicesOutstanding InvoicesDescription1119-7525 45001997234/29/2020Immokalee Jail Center Case WorkEBL Partners, LLC Facilities Management - Damon Grant $0 $110,302.40Division staff did not submit a change order to add additional time needed as required by contract.2518-7475 45002005994/29/2020 Fence RepairsArc Tech Construction Services, LLCFacilities Management - Damon Grant $7,798 $173,948.00Division staff did not submit a change order to add funds for the additional work needed as required by contract.3717-7198 45001856155/8/2020Collier County Sports ComplexManhattan Construction Facilities Management - Damon Grant $0 $115,171.23Division staff did not submit a change order to add additional time needed as required by contract.41116-7021 45001977703/31/2020Hammerhead Group 9B ConstructionMitchell and Stark SHWMD - Kari Hodgson $0 $3,112.50Construction was done without a payment and performance bond in place as required by contract.Meeting DateTotal number of After the Fact MemosFiscal Impact for Additional ServicesOutstanding Invoices5/26/20204 $7,798$402,534.1316.E.3.fPacket Pg. 1239Attachment: 0526 Revised After the Fact Report - FY20 (12363 : Procurement Services administrative