Loading...
Agenda 06/09/2020 Item #16E3 (Administrative Reports)06/09/2020 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: • Two (2) change orders that in aggregate modify contracts by -$583,117.03 and add 20 calendar days to completion periods, see attached summary and backup for details; and • Zero (0) amendments this period with a fiscal impact of $0.00; and • Two (2) after the fact memos with a fiscal impact of $0.00 for additional services FISCAL IMPACT: The net total for the four (4) items is -$567,537.03 (includes outstanding invoices of $15,580.00). 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. 0609 Change Order Report - FY20 (PDF) 2. 0609 Change Order Backup - FY20 (PDF) 3. 0609 After the Fact Report - FY20 (PDF) 4. 0609 After the Fact Backup - FY20 (PDF) 16.E.3 Packet Pg. 1557 06/09/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.3 Doc ID: 12480 Item Summary: Recommendation to approve the administrative reports prepared by the Procurement Services Division for change orders and other contractual modifications requiring Board approval. Meeting Date: 06/09/2020 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 05/22/2020 9:06 AM Submitted by: Title: Manager - Procurement – Procurement Services Name: Sandra Herrera 05/22/2020 9:06 AM Approved By: Review: Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 05/22/2020 9:58 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 05/22/2020 1:06 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 05/22/2020 1:24 PM Procurement Services Sandra Herrera Additional Reviewer Completed 05/22/2020 3:07 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 05/29/2020 10:43 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 05/29/2020 1:07 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 06/01/2020 9:34 AM Budget and Management Office Mark Isackson Additional Reviewer Completed 06/01/2020 9:50 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/01/2020 10:24 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/02/2020 4:30 PM Board of County Commissioners MaryJo Brock Meeting Pending 06/09/2020 9:00 AM 16.E.3 Packet Pg. 1558 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 19-7625 1 5/7/2020US 41 East Water Main ReplacementDBE Utility Services PUEPMD - Diana Dueri $660,591.00 $660,591.00 $0.00 $660,591.00 0.00% 120 20 140 16.67%2 3 17-7198 1 5/18/2020Phase 1B Collier County Sports ComplexManhattan Construction Florida, Inc.Facilities Management - Margaret Bishop$19,665,469.00 $19,665,469.00 ($583,117.03) $19,082,351.97 -2.97% 365 0 365 0.00%Meeting Date Total number of Change OrdersTotal Dollar ChangeTotal Change in Days6/9/2020 2 -$583,117.03 2016.E.3.aPacket Pg. 1559Attachment: 0609 Change Order Report - FY20 (12480 : Procurement Services administrative reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.)PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Contract Modification Work Order Modification Amendment Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Contract/Project: Project Manager Name: r: Division Name: Original Contract/Work Order Amount $ 660,591.00 10/22/19 16C7 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 660,591.00 10/22/19 16C7 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 660,591.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 660,591.00 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 0.00 0.00% Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date (Includes this change) # of Days Added Select Tasks Add new task(s) Delete task(s) Change task(s) Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: ____________________________________________________ Date: Diana Dueri – EPMD Reviewed by:____________________________________________________ Date: Kelli Wolin– Operations Division - PUD Procurement Services Change Order Form 70248.1 DBE Management dba DBE Utility Services 450020123119-7625 1 US 41 East Water Main Replacement Project Engineering and Project ManagementDiana Dueri 7/1/20206/11/20206/11/2020 20 2/12/2020 1. The US 41 East Water Main Replacement Project is replacing an existing 12-inch water main west of the intersection of Duda Road along US 41 East. During the process of getting the contract approved by Collier County, a developer started to build a new community in the same area as the water main project. Several changes were needed to accommodate water connections to the new community. The changes were capture in two work directives that will be processed in a future change order. This Change Order is to request additional time needed to complete the additional water connections. A total of 20 additional days is being requested with this Change Order. The contractor will achieve substantial completion on or before 6/1/2020 and final completion onor before 7/1/2020. 2. These changes were not included in the original contract because the project did not anticipate the start of the new development. 3. How about the following: If the proposed water connections were completed by the development, additional water shutdowns may have been required thus causing additional water interruptions to the customers. 05072020 If the proposed water connections were completed by the development, additional water shutdowns may have been required thus causing additional water interruptions to the customers. 1 116.E.3.b Packet Pg. 1560 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.)PROCUREMENT USE ONLY Admin BCC Rpt BCC ES 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: ________________ DBE Management dba DBE Utility Services Approved by: ___________________________________________________________________________ Date: ________________ Johnson Enginnering Approved by: ___________________________________________________________________________ Date: ________________ Benjamin N. Bullert, Principal Project Manager – EPMD Approved by: ___________________________________________________________________________ Date: ________________ Tom Chmelik, Director - EPMD Approved by: ___________________________________________________________________________ Date: ________________ Joseph Bellone, Director – Operations Division Approved by: ___________________________________________________________________________ Date: ________________ George Yilmaz, Department Head – Public Utilities Department Approved by: ___________________________________________________________________________ Date: ________________ (Procurement Professional) 5.7.20 ______________________________________________________________________ JJJohnson Enginnering 0$5.:7+20$6  ChmelikTom Digitally signed by ChmelikTom Date: 2020.05.07 13:57:59 -04'00' Joseph Bellone Digitally signed by Joseph Bellone Date: 2020.05.07 14:09:51 -04'00' SchneebergerSara Digitally signed by SchneebergerSara Date: 2020.05.14 10:02:03 -04'00' 2 16.E.3.b Packet Pg. 1561 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) 3 216.E.3.b Packet Pg. 1562 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2020.05.19 15:20:21 -04'00' 4 16.E.3.b Packet Pg. 1563 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Brock USAConrad YelvingtonCore & mainAstro Truffreight104370 1.05 109,588.50$  7,200.00$       116,788.50$  298,786.00$  72000 0.36 25,920.00$    4,000.00$       29,920.00$    55019.45$                        10,697.50$  2.00$             579.90$  1,159.80$    6%146,708.50$  375018.95$                        71,062.50$  2.00$             850.00$  1,700.00$    17,977.16$    135,508.50$  11,200.00$    280.00$         2.02$       565.60$        Tax Savings0.06$               81,760.00$  2.00$             7.40$       14.80$          8,180.51$       740.00$         2.06$       1,524.40$    316,763.16$  32,549.93$    6%4,700.00$     1.85$       8,695.00$    154,889.01$  4,955.60$    62.00$           34.00$    2,108.00$    550,567.10$  62.00$           19.15$    1,187.30$    86,715.60$  60.00$           21.56$    1,293.60$    100.00$         0.49$       49.00$          583,117.03$  583,117.03$  62.00$           5.25$       325.50$        10,200.00$   0.44$       4,488.00$    8180.514955.623,111.00$  1448.76201.60$        17977.1623,312.60$  32562.036%1,436.66$    24,749.26$  516.E.3.bPacket Pg. 1564Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) s u ontro Ack n owledo emenlc For Dlrect Moleriol Purchose Sub.Conlroclor Compony Nome: Vendor Nome lor DltiP: Core G . Ltc & Counly Project Countv Co plex citu Blvd N o . Ft 341 l7 The purpose of this form is to ensure thot oll sub-conkoctors ore owore of lhe proper procedures ond the requiremenls ihol must be met io comply with Colller Countv policy regording Dkeci Moteriol purchoses. Pleose iniliol eoch of lhe following stolements: ry E i) All PurchoseOrdersmustbehsued direcllyto lhevendorforthe moteriol being supplied. 4E q All invoices musl be issued directly lo Coltier Counly. 'ht s 3) All moteriol must be shipped dkectly to lhe job site (not to sub- conlroctor's office). Speciol permission moy be gronted if rnoleriol will be stored in o bonded worehouse, but th's must be discussed prior to submilting o DMP request 4) Any moteriol delivered prior to the PO dole on lhe purchose Order issued by Collier County will need lo be poid for by lhe sub- controclor os this is in violotion of the DMP regulolions os defined by the Deportmenl of Revenue. '7r/r/* Sarar"4-6-20n Subconlroctor's Signoture _Mike Swo Printed Nome Dole -?// S 6 16.E.3.b Packet Pg. 1565 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Slgnature Acceptance Letter Oirect Malerial Purchase The attached requisition to (Vendo, in the amounl of 23,312 has been accepted and approved by: Subcontractor: SCG F ields. LL sig 1121t)8. .hfuh. So"a* Printed Name:Swan Title: Dale: tor 0 Construction Manager: MANHATTAN CONSTRUCTTON COMPANY (FL), tNC. Signature: Printed Name: Devid Steger Title: Sr. ProJecl Manager Date: This requisilion is for materials to be used in regards lo: Collier County Sports Complex 3851 City Gate Elvd Naples, FL 34117 7 16.E.3.b Packet Pg. 1566 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) __ - - COLTIER COUTffY SPORTS CO LEX Direct Material Purchase Proposal Subcontractor SCG Fi LLC Builder's Name r Manhattan Construction lnc.(Florida)Addresc r Phone Number r u9443,{oco BreckMue, OH 44141 Name r Collier Telephone No.:440-545-7200 442020 Mike Swan Core & Main FOBr Job SiteAddre* .4750 Laredo Ave,Viar ' P' Card Ctty/Satc/Zipt Ft Mvers, FL 33905 Tclephone 239-33+-1997 Contact Name r Mark Lombardi Fax Number MarlcLombardl @oreandmain,com Needed 0uantitv Unit Price Total Amount Deliven, Dates 2812AG3 12 DRN BASTN IESS 3, BASINS 8 825I€SS THAN 5'SOLID z 579.m 1,159.80 28154G5 15 DRN EAS|N LESS 5, LESS IHAN 5'lSOUD COVE BASINS 5 826R; 850.00 1,700.00 FREIGHT 201.60 201.60 6 N12 F2648 ST|B SOUD 20, oUAt wAtL 0515@20tBDW 280 Ff 2.02 565.60 0667M 5 ADS SNAP END CAP SGT WATT 7.40 14.80 6 N12 F2648 PE PERF 20'DUAT WATL O611OO2ODW 740 Ff 2.06 74.@ 12 ADS ADVANEDGE PIPE 1OO' NO FABRIC O49OO1OO 4700 Fr 1.85 14324N 12 ADVANEDGE FLAT OUTI."ET4"62 34.00 1432AA T2 ADVANEDGE END CAP 62 19.15 1 187.30 1411AA 12 ADVANEDGE SPLIT CPIG WITH PINS 60 21.56 4 ADS HWY CORR PERF TOO' SGI. WALI @41O1OO 100 Ft 49 49.00 O45OAA 4 ADS SW TAP TEE 67 5.2.5 325.50 0451TS ADs NONWOVEN FABRTC 15'X 360,1 200 +4 4 .00 (do NOT include Sales T Total Cost, f t r'l 3b' NOTTO EXCEED TOTAL COST ,,!fr,ur 10303 Brecksville Road Date Submittod rFaxNumbcr r Conact Namer I I] Vendor Namer Conact email z 8,695.00 2,108.00 1,293.60 21,31r.fi i 8 16.E.3.b Packet Pg. 1567 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Bid Proposal for COLLIER COUNTY FTELDS pH2 rev2 COII.IER COUI{TY BOCC Job Locadon: NAP|.ES, FL ,i,dDrt:O 27l2O2O Cort & M.ln 1299435 Cor6 & Maln 4750 Laredo Ave Ft Myers, Ft 33905 Phone: 239-334-1997 Fax: 239-334-5957 Scqf aty Dsscrlptlon Unltr Prlc. Ert prk 102 2812AG3 12 DRN EASIN LESS 3i ,LESS THAN i' / SOUD COVER BASTNS 823, 825 2815465 15 DRN BASTN I"ESS 5' LESS IHAN 5' /SOUD COVER BASTNS 824, 826 FREIGHT EA EA EA FT EA FT FT EA EA EA FT EA EA 402 70 1 90 280100 2110 74120 47@130 6?I'lO 62150 60 579.90 1,759.80 ./ 850.m 1,700.00 201.60 20t,@ / 5 N12 F2548 SItB SOUD 20' DUAL WAlr 0515{D20|SDW 0667AA 6 ADS SNAP eNO Cep Sei drAu 6 N12 F2648 pE PERF 20'OUALWAU 0611@20DW 12 ADS ADVANEDGE HPE TOO'Nb FABRIC O49OO1OO 14it2AN 12 ADVANEDGE FTAT OUTI"ET 4' 14324A 12 ADVANEDGE ENO CAP r4l1AA 12 ADVANiDGE SPI.T CPLG wlTH PINS 4 ADS HWy CORR PERF 100' sct WALL 044101q) O45OAA 4 ADS SiW TAP TEE ?.o2 7.40 2.06 1.89 34.@ 19.15 21.S6 565-60 / 74.80 / I,524-46 . 8,5is.m' Lto8.@ ,. 1,t87.30 / I,?g.J.@ / tm 100 180 62 0.49 5.25 49.@ / 325.50 / 0.44 +1SS.A0 ,/200 102@ 0451TS ADS NONWOVEN FASR|C 15'X 360' Eranch Tarms: s)7 bl .1t, ,lt'ls\, Thh quota lepresents our interpretadon of thc Dlans & sD€cifications and b acoracy. Verlfy all materials & quanflths Drior io blddini or orderinq. Special order materhl or other non-stock hems are non-ietumablc itthour manufaqturer restocldfrelght fees. All speclal hbrlcat€d ltems arc not returnable. offered as an aid to bldding only. Please check for prlor writt€n appro\al from manufacturer & subject to Unless otherwise note4 CopperTubint, PVC Plpe, DlP, and HDPE Storm Pip€ prices are valld lf ordered withln 30 davs and shioDedwlttln 60 days ol the quote date. Fusib.le.HDPE plpe prices are good for 10 da!,s from quoE date. Prices beyond theie terms ririy besubjed to drange and prlc€d at 6me of shipment. UNIES' OTHERIMSE SPECIFIED HENEIN, PRICES QUOTED ARE VAUD I] ACCEPTED BY CUSIOMER ATD PRODUCTS ANE RETEASED BYcusToMER FoR MA UHCTURE wmllN rHlRrr (3ol cAtEt{Mi DArfs FRoM THE DAIE or rHE quorAno . cone a ulin rpnEsERv€s T}lE R|GHT ro INCREASC PiE!! gPoN !!i!IY (30! GArIlrDAR DAY9 NoIlcE ro ADDRiss riarons, incruonc aur,{OI U!'IMD TO, Gor,ENNME T REGUIATION, IAMFF$ iXANSPORTATION, FUEI AND RAW MATENBT co$S. DcuvEw WIuCOMMENCE BASCD UPON MANUTACTURER If,AD NMES. AI{Y MATERIAI DEUVERIES oEIAYED SEYoND MAITUFA TURER ]EADTIMES MAY BE SUUECT lO PRICE INCREASES AND/OR APPIICAST.E SIORAGE fEEs. THIS BtD PNOFOSAT. E COTNilCE'{T UPO]i BUYER s AccEPTANcE oF sEttrPs rERMs AI{D cor{Drro s oF sAlx, As MootFtED FRoM T|ME rc TIME, wHiix ceN gt rouiloAI: IXp:.tissr9Ald-mnjllom/TandC/ &/08/2020 - 10:18 AM Actual hes may yery Page 2 ol 2 MA!N 9 16.E.3.b Packet Pg. 1568 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) ,.- W-9 ln v. t !o.mb.r mtal OaDaniiad ol tha TrlrtrlvhLn|d H.rlll/r Sot Request for Taxpayer ldentlflcation l{umber and derfifloailon i N*n {u ah#n on yot,. hcdia ta( ,rtird. Core & Mrln LP 2 Au'hcr .ntlt a.ms, r d,ldirt othlt 5 TaqULd on ihla Ine; do nol tN!blarr! Glvo FoIm to the llqrcstff. Do not 8.nd lo lh€ nS. Ex.irvlhn ftom FAICA ,?oilnC cod. tt rM ,t -rE*t.&.rrr*r,u.rJ .dd€!s (oriton l .,i $o. 6 EE TE E5 t $ 3 4 Er.np0oE lr.d.r rDotv ootu ioc.rt Ir.nrhLc not h6vt,;d' i..hahrcdon oi,t p.!c ll E{.npt p.r.. cod. 0t 'l, rtret, rna rpt. a rltr ho.) 1 8:O Crelg P.rk Court 0 Clry,lllt,dEmcod. St. Louls, MO 631it6 t Lin rccou.n lrn$.rlr) hrn (oprixut) fitNl NoL, tr lh! accornt a h mor. than dr. m.. !.. th. Imtnrctbo! ,or ln 1 .||d tha .hm m paoo 4 ,orgrlffn€ oi rr,t€r d-fl$.. to ad6.. Sochl aecfiily nurnbat l-l or Part I EI[-Certitication U,xrc. pcnd!.! ot p€ri'ny. t crrffy ffret 4. Th. FATCA cod.{r) .tr!3r.d on thb ,om 0l !ny) trdtc.ttlg th.t I am exarnpl front FATCA nportirE lr conEct.C.rtifcatbn Lrat cliolrt. yn, must crgtt otll am 2 $ovs if you hNe barar nolifiad by rho FS lhal you a/r csngnuy eltda transactions. hern 2 doca lubl€st to btd(up witfiholdkE inl.r.C paid, rcquisilion or bact se yo.l hrva falad to raport all inlr.asl abarrdonhenl ol lnd dividroda on yolr tax ,9t8n. For raC aocurad proparty, caicallrtion ql d!bl, contributlont to rn hdlvldual 6n ng.ment 084. aod oor appty, Fq nortga0€ gom.aty, prymad! ottl. thln htrrast rd hdnrotlonr on pegc 3, roU.erngntdividond!. you lle not ..quir.d lo algn lhr c.rtlfErtlqr, but you null povHo Iour comct TlN. Ser lh! Hara Shn.t 'l ot U.5, p.rlor >I -rlllit General lnatructlons I ' thr fl,6ar a,Fivn qr !'rr ,oarn b my onrr*t ro,paraa rda,,uncdbo rxmh., (o, r .,r ."dhc b. r qr'tar io ba r.uad !o .Lf; *' 'z' *f;tffiHlt'd'itD wtl*totdog b!cru..: ({ I !,' .x.rnd hfii blctqrp wsrfiok t E, o. &) I h.w.d b.ei nd{trd by rh3 ht rn l F.r,.ft. ,E Engo..dr.. ro brdr{p ",*.u* S*tu r ' r6'lt o' r hrrr. t6 npor rr rrinri 6i ovrocrii;6i-#-d'#;{xhd ,rE rhrt r .r,, 3- I rfl r U.8. dtE(l or othr U.S. prrlon ((t{oad D.towri lnd rn+4 )) t1Oilo > SElbn rdGa,rar art b lha hlanxl Rar.t iro Coda rmlla oir-aka mltd_ Fqt't &ilcFr.ntr. hnrdho rDorn d.dogrr{. th.rho Fsm W.t tr-ht lgi.raton .tl..t d.n ri,r nt-t. t0l rt rrr.i'lld/rfir, - Purpose o, Form An rranrl.l..l o.efly Fonn W{ r!q,.'t{ wio b |.qri.d ro fl. ri lfN,Illttlonrlur rfih rh. nS ftnt obLh you co.rtci ttte.y. ldfcob| ,rrrfi Cnn ',h-n r., Da yorn tell ,cutty nrr5.r fSSt9. H'ridr rur}ayi idrid6d;tIr,lt'rbs[nN...bptba hp.F tdrrltcrao,r riunb.r [rfm.; .;;b; --' t .rlificrtbn nmD.r Glr{. to r.pod on rl hbr tim rttdth. -tl;dr !.ld byou. d ottE -tn qr r.po.La{. qt .lr ir srn tblr trtur En r?ht ot w6nrrrpnr.lEna icfirda. tut rr tEt fdl.d lo. ha loaoritgt . tu m t{fg-IirT llarrl .in do.Flo . Fonn l0S$ olv (h,td.Lb, irche!9 n|ot. nom loct! or 6utuJ tura!) . Fo|m 1099-Utt1C lrrrb{i t}pa! ol inconu ttr.r, sfird1 or Il!.. procr.dd . Form togg€ Ftcd( o, rfiduJ,uid !.ha and c.rt h oth.r |rdr!.cti!.1! byEolrlr1 . Form l0S9..8 Foc..dr ,i!rn rdl .ti.aa |rr.Es0o.rl . Foin llEg-|( gn rchrr{ crd.nd fth p8ty n.lr/st t jB-ltolrr, . Fc.m IOCC olo.n tno.rf.!. htrlU lO!-E llrrd.nl torn h|rt 0. tOiA_T(dtbn) . Fqtn I09O.C (c.r.ad d.O0 . Fo.rn togt FcCtllbi q.D.dotlrrir otr.curd Fr!p..t, _ U? fllrn W.t orJy_, yo! -a . U.s. piron fiidu*E r tt.td.nt re,l], ioprodoa yot ct aotTlN. I sou tlo rot t*ta Fotl,,w:9to tl:r.qrr.rr,,lt, tI\r. ta,rU!rD.&b., rc rr.c&4, ifittots E- s.. )rDd i lEtr' r.*r,lbEE? 0|l b.0.2: By dgr$g ]h. tlbd{li h.rn, ,ou: "L"ffi* " rN yo,,..r !Mt!g b.omcl (o. vou n rhllhg hr. nul,th., 2. C..rfy ftdyoer! not nni.ctt !..trD ?fitltrotdtlg. o. -^lj!!:I lary!] F. Ed.r,p-wlflro.d.|i ! lnu r.. U.s. .r.ripr p.y... I.pgl.rff, yor, .ll .to (lrdrire nit a r U.S. ,.rEa yol,r .roa.Ua 3i.i otar'r, p!'$.rd& hca,E lrun . U.S, lnda o. Duj.att h not rlot ct io lli.rit$o5in! r.r on blrhn p.rtt ..'lr,. ot.ittct rV.on,raiil-t,crni. rnc a. CnIy tfl FATCA cod.(t) -t.nd on tr{. to,m [, i,rtl ixacrtn6 nrt Et 6.r.rnpl.t6 $. FlTCl.rpqttne, b cdr.cr S.. trid tsTliQlnrr,ruo: ;-i;- !!gaZ Et ilrrhbrr|.tht, C.t No 1023tX rorm W-9 acv. re-zo t 0 o5 l-t 0 3 ;t;7 10 16.E.3.b Packet Pg. 1569 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Signature Acceptance Lefter Direct Material Purchase The attached requisition to AstroTurf LLC (Vendor) in the amount of $298,786.00 has been accepted and approved by: Subcontractor: Signature: Prinled Name: Title: Date: SCG Fields LLC Wi6n Su,a* Mike Swan Director of Estimatinq & Proiect Manaoement 4-21-2020 MANHATTAN CONSTRUCTION COMPANY (FL), INC. David Steger Sr. Project Manager Construction Manager: Signature: Printed Name: Tifle: Date: This requisition is for materials to be used in regards to: Collier County Sports Complex 3851 City Gate Blvd Naples, FL 341 17 11 16.E.3.b Packet Pg. 1570 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Subcontroctor Acknowledqemenl For Direct Moteriol Purchose Sub-Conkoclor Compony Nome:GFi el ds ttcSC Vendor Nome lor DMP: Aslrolurf. U.C County Projecl: Collier Cou ntv So orl sC om olex NoDles. FL34117 The purpose of this form is fo ensure thot oll sub-controctors ore owore of the proper procedures ond the requirements thot must be met to comply with Collier Counlv policy regording Direct Moteriol Purchoses. Pleose initiol eoch of the following stotements: WE 1) All Purchose Orders must beissued direcllyto the vendorforthe moteriol being supplied. 4E q All invoices must be issued directly to Collier County. WS 3) AII moteriol must be shipped directly to the job site (nol to sub- controctor's office). Speciol permission moy be gronted if moteriol will be stored in o bonded worehouse, but this must be discussed prior to submitting o DMP request ")// S 4) Any moteriol delivered prior to lhe PO dole on the Purchose Order issued by Collier County will need to be poid for by the sub- controctor os this is in violotion of lhe DMP regulolions os defined by the Deportment of Revenue, 4-21-2020 Subcontroctor's Signoture _Mike Swon- Printed Nome Dole Cilv Gote Blvd 7/i6o S*a* 12 16.E.3.b Packet Pg. 1571 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Subcontractor:SCG Fields, LLC Builder's Name r Manhattan Construction (Florida), Inc.Address t 10303 Brecksville Rd Phone Numbcr r 219-641-6000 Citv/State/Zip,Brecksville OH 44131 Project Namc Collier County Sports Complex Telephone No.:4+0-546-7200 4/zr/2ozo Fax Nunrber Contact Name:Mike Swan Direct Material Purchase Proposal NOTTO EXCEED TOTAL COST ,i6 fl AstroTurf FOB, Job Site Addrcss 2680 Abutment Rd Payment Via: ' P' Card City/State/Zipr Dalton, GA 30721 Telephone 800-723-8e73 Contact Narne :justin Lefler Fax Number Contact e-mail jlefl er@astroturf.corr List Descriotion/Item# of Materials Needed Ouantiw lJnit Price Total Amount Deliverv Dates tutroTurf Rootzone 3D3 glend 60 HD Trionic - 1.s" ri102,700 Square feet) sYNrAwN SYNLawn 648 (18,250 Square Feet)- Game Ficld (Non-lnfilled Turf) 298,786.00 Toml Cost: (do NOT include Sales Tax) s298,786.00 l'.1rr\ 'i:: i.... i ' 4{,0 t\ 41 b COLLIER COUNTY SPORTS COMPLEX PROJECT #7648.03 _ SUBCONTRACTOR/VENDOR DMP Date Submitted :E-l Vendor Name: E 13 16.E.3.b Packet Pg. 1572 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) f, 5 $i:Eit I a ,". w-g F.Y. Augltl 201 l) Ot9rlrr:rl d ur fiorrv,r.d E\itr 8.rvo. ' AstroTurt LLc tit .ccoed numb.(rl hJt lopuon , muat mltch tho narna 9fuon on lh. 'Nrm.. lloasoclaJaoc{,rlry numbar (SSM. |bwrvrt, tor eth6Prn I hltruc orlt on 9rCa 3. For oth.ryou do nol t[va !rumhr, i.a Ho|y to llt r mJ fffl^ n " r*.. th-l o,lo nfm, !.. th. dl! t ql p!g. 4 for $rd.h, on ti6o.. ,.oan FATCA rrpdlhg t! corroct. 0.t.> OlYr Form to lh. raqucrtcr. Do nol sond to lh. lBS. Baradb,n Faa indtuolimt): r..n .nd.ddl.rr t-0 5 n Und.r parEltla3 ol p.rrury. I c.njty th.tl. Ih. rumblr lhown (nlhlt lorm b my corrcct tsxpay.. ldantltqatbn rumb.r (oi Iam rvallnC ftr. numb.r to b. bu.d to rn ), rd' :Hfr+,,ffi"#p_ffir*ffiiJil r"'*xl?T:t *.##$,*?,[Jo]i lffii$"H"fryH"ry,,$.J,[1'*1$iL 3. I rrn. U.S. cltE n or other U.S. p.r.on (dE n d bclftv), lnd iff {lHrl!!fi slffi :i:ffils ;#si: ?r,Hn1gx.,o*det l. .conlrlbulloE lo an hdvlduEl rc(.amfit inElgrrncot (t-R;), 'ldllen th. c.I{ic.don, but yoo hust provk c your corrct Ttt{ S.l thr SIgn Haro Genoral lnstructions s-lba..L..rE r&.rotn. htr n vr,{. coda ua|.aa ott|rai.. nol.d. ffiffiffi#ffiffif;fi*.frtrffi PurpGs ot Formffiffi "Jfi.'tr [Ht,l,t,tr H ffi [Tl'i#,#S*:3,f* ,o li,c,#rr'r ur ru n r rrr shire a co'r*r g yorr.rr Hrroe rr. n 610, Z, Cxtty 5d Fo r. mt $hl.ct b b.ohp rfrfioHhe! d illhhotdtng tu m lcdgn ![tuLt, &ra o, aatdrtty cql,l.qad hcoma, arrd{. C.dy h.t FII_CA cod+) - rj ul ltl torm (, rV trdtcdaC U[r FU r..i.rnd trm Ux FATC r+.ith!, h drc. S;lrdrftiffi *',,ffi rHrffii?T:hr;,ff r mfiH l*a ",r." Fo. r.d..d rrr A,roxr, ,., y. co.rdd.r<r r rr.s. . An lndivldlrt rho tr. U.!t. cui.n a U.S. lt td..d l!.q il$tfiI';rE,*i,f :f#,,[ffi.,[n c'r.r.d q o.E.nL.d,n ih. . tu -rr. (oth.. tt|ll . tdagn xt t ), o..l do. tttc hr.r (rl dCh.d h F.!d.tbr ,.ctren 30 t.'7ot.I). ll 6h.cr .p!ro9.t.r. bor hr r.dra trr clEjtc.[d: O hdvu,.ltd.proptlo. E c corporlion Oh.. 2600 Abutmcnt Ro!d oalton, cA 3072r Cit , .ht6. .nd Ztp I 5 0 4 I 0 7 0 3Part ll tlgnrur. ot C.t No.1023lX rom W-9 tnrv, l-:orO Roquost for Taxpayer q,t*\ ldentlficatlon Numbor and Cerdllcatlon \" Efiid !a!.. coda d srr_ Exrynpllon loit FATCA lrpor{no cod. ftlt, -- E ur*ra rruary cornrny.Elt , ha tar chark nq| p,c cqFT on, s.a co.rori&n, Ptrt,t,rtidrl> c Q cooryortcr E ertt r.rg E T^,a/rtd. Part I boa 14 16.E.3.b Packet Pg. 1573 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) I t Po*"rd by sportgloup fltcfrtt,r',,n hld e..o/,d or ltu3 arulnd,t. April 20, 2020 Project: Collier County Sports Complex Stadium Field (Phase 1B) Location: Naples, Florida Scope of Work: TURF MATERIAL ONLY Field Area: (1) Soccer Field AstroTurf Corporation appreciates the opportunity to provide you with a proposal to provide new synthetic turf materials for Collier County Sports Complex Stadium in Naples, Florida. AstroTurf Material Onlv cost: s298,786.@ *lnfill not included, SCG will be re sponsible for purchosing BrockFlll ond silica sand infill ot AstroTurf apprcved weights ond rotios or odd infill option below. nal Pricing San Add:745.04 bSales Tax *aHaeB*s+o AstroTurf RootZone 3D3 Blend 60 HD Trionic - 7.5" (*702,700 Squore Feet) .4a., g ,.4 q SYNI/WN SYNLown 648 (t8,250 Squore Feet)- Gome Field (Nonlnfitled Turf) I Fx I I I ' ,1'1 r Sales Tax t*Provide on infill rubber ond silico sond for the Add: S3,832.m Synthetlc Tui Add: S420.oo stolled by others) IT Sales Tax r*FIFA testing ot completion ++G-mox testing ot co ting ot comp letion5 6)l n re9P.,!l-"-** -tu powered by sportgro-u! ar ri tqnr rrjil! rr.a paer.'ri I 2680 Abutment Road, Dalton, GA 30721 TF. (800) 723-TURF (8873) help@astroturf.com 15 16.E.3.b Packet Pg. 1574 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) 2 **Owner must provide sales tax exemption certificate and purchase material directly from AstroTurf otherwise Sales Tax will apply. Submitted By: Steve Coleman scoleman@astroturf .com Astroltrrf. (8731777-7677 rclg4gE' Svnthetic Turf lnclusions o Samples, submittal information, and shop drawings as required o Provide the selected AstroTurf Synthetic Turf System synthetic turf materialso Provide inlaid markings for the sport of soccer r Provide inlaid tick markings for the sports of football, minFsoccer (2), and men's lacrosse o Provide seam tape & AstroFusion Pro cold glue for main seams and inlays o Provide the selected infill (if applicable) o Provide (1)Turf groomer . Provide attic stock ! Each Green Colored Turf: 250 square feet > White turf: 100 linear feet of 4" wide lines > Additional Used colors: 20 square feet each F Rubber lnfill materials: 1 Ton (if applicable) r AstroTurfs (81 Year 3'd Party lnsured Warranty on AstroTurf Material Only . Synlawn's Standard Manufacture/s Warranty on Synlawn Material Only o Pre-shipment testing: (1) 7'x 11" sample from every 5th roll o Pricing is based on standard color palette * *AstroTurf reserves the right, to revise the pricing contoined in the proposol prior to issuing o finol, binding controct in the event the scope of the subject project chonges. Furthermore, this proposal contoins confidentiol ond proprietory informotion of AsttoTurl Cotporotion ond it should not be shored by you with ony 3rd porties other thon representotives or odvisors retoined by you. This proposal is volid for o period of 5O days, ot which point in time mdterial ond freight costs may be re-colculoted ond ore subject to chonge. Thank you for the opportunity to provide this proposol. We look fonlord to working with you! Estimated By: Justin Lefler ilef ler@astroturf .com (336) 238-9050 16 16.E.3.b Packet Pg. 1575 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) J Exclusions o Bonds or Bond cost (ADD 1.5%) . Any site work applications and/or materials including site demolition, drainage systems, sub-base construction, gradinB, concrete apron curb or attachment board applications. On-going maintenance or repairs to the sub-base are the responsibility of the site contractor. . Any sports equipment/maintenance equipment not stated in scope . Any additional turf or line packages other than what is stated in scope . Custom colors and or graphics of any kind o Surveyin8 of any kind . Any pad material and/or installation . Offloading of material o lnstallation of any kind . Maintenance of any kind o Repair of any turf directly related to installation o Fees and/or permits of any kind . Any testing or certification other than what is stated in scope of work . Asphalt work of any kind o All brick and/or masonry work . Repair or patching of any existing concrete or asphalt paving . Locating, relocation, removal, and/or repair of any existing utilities . Supply and/or installation of electrical lines . Liquidated damages surcharges o Anything not specifically included in stated scope of work Our proposal is submitted based on our assumption that all owner-approved net payments will be received within (30) days of the approval date, and that final payment will be released to us within thirty (30) days of the completion of all final punch list items as certified by owner Astroltrrl ReEcElgE' 17 16.E.3.b Packet Pg. 1576 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Sub con lor A knowledq ement For Direcl Mqteriol Purchose Vendor Nome lor DMP:Conrod Y elvlnolon Dlstrlb Counly ProJecl:Colller Cou nfu Soorls Complex citu Gole Bl vd No es, FL 34117 The purpose of this form is to ensure thot oll sub-controctors ore owore of lhe proper procedures ond fhe requiremenls thol must be met to comply with Collier Counlv policy regording Direct Moteriol purchoses. Pleose iniliol eoch of lhe iollowing slolements: ')// S I ) All Purchose Orders musl be issued dkecily to lhe vendor for lhe moteriql being supplied. -]// S 2) All invoices must be issued direcfly lo Collier counly,hts 3) All moteriol must be shipped direcily lo the job site (nol to sub- controctor's office). Speciol permission moy be gronted if moleriol will be stored in o bonded worehouse, but this must be discussed prior to submitting o DMP requesl 4) Any moteriol delivered prior to the pO dole on the purchose Order issued by Collier County will need io be pqid for by ihe sub- controclor os this is in viololion of the DMp regulotions os defined by lhe Deportmenl of Revenue. 74L/- 5,,,,a2,4/ Subcontrocior's Signoture _Mike Swon_ Printed Nome kts Dote 20 20 Sub-Conlroclor Compony Nome: SCG Flelds. ILC 18 16.E.3.b Packet Pg. 1577 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Slgnature Acceptance Lefter Direct Material Purchase The attached requlsltion to Conrad Yelvinoton butors (Vendor) has been accepted and appnrved by: Subcontractor: Signalure: Prlnted Name: fifle: Date: SCG F ields. LLC ?///ez S^ra* Mike Swan Director of Estimati nq & Proiect Ma naqement 4t20t2020 Signature: Printed Name: David Steger Title: Sr. ProJect Manager Date: This requisition is for materials lo be used in regards to: Collier County Sports Complex 3851 Clty Gate Blvd Naples, FL 34117 in the amount of $ 81.760.00 Conslructlon Managec MANHATTAN CONSTRUCTION COMPANY (FL), lNC. 19 16.E.3.b Packet Pg. 1578 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Ditect Material Purchase Proposal Subcontractor SCG Fields, LLC Buildel s Name r Manhattan Construction , Inc.Addrcss I 10303 Brecksvllle Rd Phone Number r 239443{000 City/SateJZipt Brecksville OH 44L3L Project Name Collier County Sports Complex Telephone No.r 440-546-7200 Date Submitted r 4/20/2020 Fax Number Contact Namer Vendor Namo Conrad Yelvington FOBr ob Site Address I 2328 Bellewe Ave Ext PO Box 198350 Payment Viar ' P' Cad Ciq/Sate/Zipr Daytona Beach, FL 32tt4 Telephonc [813J 363-4638 Brenda Puwis Fax Number I Contact email Brenda.Purvis@cydi.com 0uantitv Unit Price Deliverv Dates #89 Limestone 550 tors L9.45/ ton $10,69'150 v #5? Limestone 3,750ltons 78.95 /ton $7r,M2.507 Total Cct: (do NOT include Seles Tax) s81,760.00 NOTTO D(CEED TOTAL COST DM P Suhcolrtr4!'J-_V.ndor Rllglil Forrn.dq: {nx r9 e55'b' COLLIER COUNTY SFORTS COMPLEX PROJECT #7648.03 - ST]BCONTRACTOWVENIX)R DMP Mlke Swan Contact Namc r Lirt Descriotion/ltem# of Materials Nedcd Total Amount 20 16.E.3.b Packet Pg. 1579 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Price Quote -Sales Representative- Brenda L Purvls Phone: (8r3)-353-4639 Emall: Br€nda.PuMs@cydl.com Job Quote lnformatlon: Quote#: QSBS272-z Quote Date: 4/L7l2o2o Expke Datet 7 l3tl20a0GOIIRAIII}H,II{GTOH olt TEtauloe! A CIH COIqPAIIY Lo€thn Stone - Gold.o Grte Qr.rry Stonc . Goldcn G.tc Ou.ry Huct 02183s5 rs) UMESIoNE 021it70.5 tS7 UMESIOiIE Ouantltv 550 x,750 Materlal E$e S19.4s S18.95 Unlt TON TON 2qr480 Colller Counly Commls3lonrr! 3Zr!, Tamleml TrCl E St6 7qt Attn: Account! p.yable Naplcs, Ft :14U2-5749 cont cts Colller County Commisbners Phone: Fax: County Sports Comphx Stadium playlng Terms: Net 30 from lnvoke date Detcrlptlon: s8r,?60.00 Tot'l o..lud€s any applkeue terrsCommentsi - Prodrct.ralbb lvt &q.(t to 0(, .titky to p.ldoe rd fun{dr - n trlrE r!+ordulv of..dr arnormr.nd lodr da,rr tia{rrrf, paodrrtftur qrr fadrl. b conF,r rtth hthi'y had lmlt Lua - PrLlr .lt to ar[lla upon rrittan n& - Allpdafu b.comr6 ancadrt orJy aftla our!.h! dcpatrnant ccdva, fol, tasrrd aal olrha.mant - Lcofi molt ba h aood otdn fandht h ord.r to llrth,t flofrd prfaa 4 R"'{- 1,0 1 55'. Represe ntdt ive S lgnotu re A Customer lnformation: ,ob N.m.! Collhr fleld- Customet Acce pto nce Slg notu re 21 16.E.3.b Packet Pg. 1580 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) *. w-g - Eegucst iorTaxpaycr ldcntfficatlon Number anil thrtfficaUon OlEFolmbtE ra0rErt6.Iro rct tqnd to tts ms. arDtB!. codE f rlr-- €,t tlDfrn! arsiFfiCf l|prtna codr(Itrry) a*b.@trJfrq.*rt tlll 6sv. ocbb., 2olo D€aL,rrin tr oTt r! ?rslrrytrt nn fbettr 6.r{4 '> f,olo ritvh'.,lrlfu,tt Jqgfu &ntu.rio|t. r€ ft,lat id ffioirrr'fffr, PF BED IIiATE Olr lfl'l.E o.!.r> Nm.fiE,,f rt t $ E E E # !, t f CONRAD YELVINGTON DIST/A PE EFERRED MATERIALS I NC COMPANYI Chc* rpprEFH. hx aEr ,tdiEr rariblhnrtEt rri lf,ir.d.rsiia'lbr ol fi! pr.!-r wtror. nEno b ,ftr.don tt L Clc*or|ly o.raotth6 2328 BELL EVUE AV DAYTONA Ft 32114/ATt3 GA scc Frsrds LLc 10309 Aro.tsv{tc Rd BIecII{rle OH 44't4i 0t .1. Thg turrb.rllr9n on tht tom b m, corret tasoys drnfihalon flum!€r(q l arn$ra,urp,o.s nsrrogr bbs hs{r.d to fidi dd2' I 'r'' nol luhl6cl to br'lq, *n:uam to.r* 14 I anr qrr'Pt rrom raaG-*i6'iix'iiie.,-o p r 4ry not ucrn nomoa oy trc tn',,6r fttr.,r,,ffig?i$t"[:ffifrffiH'trortoir,ii,Ioilffii',iilt-i*rr,kxo,av;"ii--oicj'iiiGs-fi,Jilifrii'n mrr_ A, I on ! U.S. dtircn o, oth€( Ug. pcrlon (d6 n d bcloii: anq Undlr B6n€t 6 o, p6rrur1,, t centtyrnn: General lnstuctons S€qii9Iltaft'rncs {rto Ot htrynt BGEnug Cqt. u{€!s crrr'tha.rotad Frtr. dorElo9rDrt!, fnf ttg l.tErt lni$ndon 6out devdryDllbrabiQd !o Fom W{ and lB hliudbrE, srch .! baEtrton cn*talttri 0rly erqr Frb5rhrd. goU wttu*oqwnOmiQ. Purpose of Form l't lrdvlduEl 6 €rnry- (Fo.rn-W-9 rcqurlt!'l s,ho is rxuid b m. .mlr ornEuon.d!rn wtrr ltr. lBg rrrr.t obt h yu con6k tB,(!a,vrr k dmficdior nlmbc, Olto vfiich firy b6 yorr .Ociat s.crrii nunbor (ESII0. tndlvidlrat hEllr t&ndtcttm Drr q tmNt ldopiont rpdy.rld€rti,bdcr nltrf&,(ArU, d enptoy.r tdatimiabn nuinbt,(Elt{), b ,rpoi on .l! htofldtql rd,m tnr im;unt poid to yo,r, o. ort r..rhrlrlulFo[GDte ofl ln hlbrmg8m lBum, Eomptc o( hfrrmalton rE&rfllr lrf,fud., bst l'. nlt Imltdd to, fto fufolrloi . ForEr109{t-li,lT 0lrBar E6ri.d !r pco . fur tm*D (rl#.ida ,i!clr&E rtEs. f,orn rtocb or lnfildrunot, , ftmr IG&MtsC (t6riol6 rypgr otlnsG!!, Frts ., rrrd!, o. grG6p.!crda) . Forft 109&-a (!tek or Gltult t/nd 8d!6 dtr, cstdr ot t!,lnrEaa{ql3 bt brDl(.r!} . Fgm los,S (pfoc.€ab iiqm rcd..ttlll,rrl..cfbnrl . ib'rn 10SH( (rncdlon erd !'ld ll rd pety rartfl t t,lrEecdql.) ;6"#m"$**** hb!c{',oseeErx,"ol lo,, lnti!!g. . Fom 108+,c (ooodldd€bQ . ftm 1$'.4(s.1t durr or&awhrrErtot3anrtd Dlopatg ,S39 Y_A *ty lt t-, !I! ! U.g. p.rEon (nctudtrE a ,!!tdrrtrul.nl to plglda yotrE raot Ti^[ - f ,!,Ithnot,Fl m tAn lt.g !o fr! lrOr6Er [rdr ! Ifl ,ou fiIl,ro. iJo€cttc o'f,0t,vftr{ffit1c" See Yyllrt b baarup winiildt,- - Part I l-l l-l a|Eq,qlfi{i'ib.lGE--- - 5 4 0 1 6 IPirt ll Cd, l*r. lEl1X (Brr.lEgqtr) 9ign Herc I q,tnrrr oflusFr-,>Anthony P LaBerta Sr h h6 lhe't 16 lEldloch,Hult/!ryla, br a .ntlhq lt frv, &.t6r, ad€ th Fordhar tl y!l,i do mt fiav! t nurnbar, iot rro* brq, d a{on_: f _. rC..Unt b h rftrr t}En o.E n6rrle,.s ihr lrrstllcIorl3 ir tho 1 , ttllewuh N"wMNutbq To elvs ?hc Ar4/tE,,Er' for Cutddtnos 6n ,hos" flr"Oi O imei. - a E i*,,roryr*rerpt a 8l ocoaooron E sc.rn *. E er.rrrr.rvp E nate*r"Jiab.iEnt.. ffc E thild !-tv aom}-r, b.cdJre St 8 1 22 16.E.3.b Packet Pg. 1581 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Slgnafu rc Acceptance Letter Dlract Mat€rial purchase The athched mqulsition to Brod( usA in the smount of g ,46.708.50 has been accepled and approved by: Subcontrector: Signalun: Prlnted Name: Title: Dalei scG FiEIds, LLC ,Vr/r/e- S"r,ar" Mikc SwEr DIEclor ol Esllmsrinr & Proiest lrantcallEd 5+2020 Conakuctlon Manager: MANHATTAN CONSTRUCTTON COMPANY (FL), tNC. Slgnature: Prinbd Name: David Steger Title: Sr. Prdect Manag8r Date: This requisition is for materials lo be used in regards lo: Collier County Sports Comptex 3851 Clty Gate Blvd Naples, FL 34117 23 16.E.3.b Packet Pg. 1582 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) bconlro clor Ackno wled ment Sub.Conlroclor Compony Nomc: YGndor Nome fror Dllilpt B,od( usA SCG Fields, t-LC Counly Profecl: Vtl 5 ,14 s o Com Cltv BIvd Nop les Ft 34 117 The purpose of lhis form is to ensure rhqt olr sub'controctors ore owore of rheproper procedures qnd lhe requiremenls lho, must be met .lo comply withColllGr county policy regording Dkect Moleriol purchoses. Pleose iniliol eoch of the loJlowing sfotemenls: ZF I A purchose Orders must be issued dkecfiy to the vendor for themoteriol being supplied. 4B ,t All invoices musl be lssued direclly to Collier County. 3) All moteriol must be shlpped dkecfly lo lhe job site lnoi lo sub-. controctor's officef . Speciol permission moy be gronled if moleriolwill be slored in o bonded worehouse, bul this must be discused prlor to submitting o DMp requesl 4) Any moterid delivered prior to the pO dote on lhe purchose Order issued by Collier County Wll need to be poid for by lhe sub_ conhoclor os lhis is in viotolion of the DMp regulolions os defined bythe Deportmenl of Revenue. '74r/z S*a*54.2020 Subconlroclor's Slgnqlure Mlke Swan Prinled Nome Dole For Dlrecl Moferiol purchqse 24 16.E.3.b Packet Pg. 1583 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Srbootrtrdor sCO FbE3, LtC B|!oIG!. o, Ohto /t4i4.l 410-518-120,J Fax Num Contrct Nuo:Mks Slan Namc:Brod( USA $dc/Boddrr, CO 8cts()r Dirg lWdsial purdu pruposl FOB : Iob Sitc Congrudion Iac. Collig 5+2020 Via:'P'Ccd Tghplgqo ForNumbcr Nceded FrBbht &ockFill Frdg,rf 80+38A1368 ContE Nme : eonbrronll sPl 7XL&od(tl.(Il.q i a0,. Fsld Cog: _ _Goryor lncludc Sales Unit Pricc Total Amoult lloe,!8e50 j,rn.6 Dclir,rrv D!t6 425.ftE-OO 51,16,708.60 ) Phono Numbcr : Projod Noc .-- o No.:Dno $broitt€d : 3000 Sbdng Ctrdc *1O2 CitylsrnAz '1U,370.q t 72,000.00 po(,! Ouantity ,@:lqXB Btaolovir! Rold ,t1 ---mt NOT TO D(CEED TOTALCOST t+@!0 Address ./ 6J,'^l# 11b" -l glbb' 25 16.E.3.b Packet Pg. 1584 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) 2020 6-May Collier County Estimating Cdlier County Sports Complex - Stadtum FieH 3851 Gty cab Evd, Naptes, F[ 34117 Project Pricing lnformation Part # B{octFdl 1 o-Yoar lvsrrsflty Made ln USA PIop 65 Cerlifed Erock UBA 3090 $edlne Clrch f,l0;l BDrrkhr, Ctl80301 FieU Stse es/sq.ft. Routtdd b lt{ no. Sr.tro6sd( Supersacl6102,765 o:t am0.oo e6 Price per Pound StE ToTAL . matenht oni1. . FOB Lumber Cfty, GA State Sales Tax on materlat only, ifapplicable Shipping Estimate . Rerun at time of shipment, nol guaranteed GRAiIDTOTAL -Resommonded Sand lo Order B ased on Turf Specificaflon Order Ouil0ty - lh. 72,000.00 10.38 125,920.00 $0.00 $4,000.00 129,920.00 lbs PURCHASE ORDER REQUIREMENTS lnr luda (lrrsl I i'1 be dlrca cop, of ti (uslona dlo B )ahus is Quolo, Credrt Applicalbo s onlyl and Payrmht Bond hen sendiog,ot,l Plrchase regarding this quor? shol8 al0/7.2?G2587or requett 'Bill I.' ry Oaleand,Strh Io, ,dress ,nd Site Cont r cellphofle n ment (i, epp( , ronditio[! liafl lhe !.roi di !q'.816r ,$r,:o(&ia,:l ,.I[- I Page 1 of 2 lssued To: Arh: Pro&rct Sita Address: !.13 lF. 26 16.E.3.b Packet Pg. 1585 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) 2020 6-May Page 1 012 bsusd To: Afln: ProJect: Sllo Add.sss: Collier County Coiior County Sports Complex - Stadiwn Fleld 3851 City Gale Blvd, ttaphs, FL 3/ilI7 Project Pricin g Information Psrl #SP17XL 1&Year Wananly Made ln USA Prop 65 Certfied GRAND TOTAI PURCHASE ORDER REQUIREMENTS BrDck U8A 9090 S1€rtU Chcla #102 Borllder, cO, 00301 lncl'de a ropy of this Ouots, Credir Application {,[sl lrn€ cuslomels onty] and Payment Bond lwhen rppticabb) wncn sendinq your pu.(,h.se Oder. Ali questions regardrng thB q,Jole !holld be direct.d ro 8.ocl at Bt?.Zt6?53l ot sales@,brockuse con Field Size Trim Rounded to Allowancs full palet" sq fl 1t2J65 1,028 104,370.00 Pdca per Sq. Ft. SUB TOTAL - matedal only . FOB Buuer, pA State Sahs Tax on materialonly,lf applicable no. pallets 71 Order Quanlity. sq. fl. 104,370.00 $1.05 sr09,588.50 t0.00 iTloo.oo $116,788.50 ll! i',i i :,|:. ,li'ri ... - rat:. ltl .cr I i ir l 'r'il ''-e I i ' r' ri ' :Sista G'' t. .,::., 1l :. . :.;ri r, I lr r.lel Ot, I I t,€s .0, n.uf Il; t"/ ' lcable' ' I i (::,pv 6r Bnol'"x.r .1 .r ^ Lisl lh€ matsriatas SPl IXL Tola-lSque,e f e€l ol Brocl requied lhrluding lrim and lullpa Cosl PGr Square Ioot afld ]olal l{aterial Cost land salpi ta, i, IoralEst,rnatad Shrpping Cost and Grand Toral Request€d 0et,very Dati and.,Ship To', Addresi fr (ci od) rp \, I.: : rt!3 l t. 7 F 27 16.E.3.b Packet Pg. 1586 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) *" W-9 it rr. O.oIlSrrOl{ fr.Flrrn d rr Irr.|I,gi*rrl ii{ri Srib - Requsst for Taxpay€r Irbntlllcatlon Number and Geillffcatton Gly. Form to $e rcquodat, Oo not s{id to th€ lBS. { Eiaflcdo€ 6od! eely orh Lo.rbtr tflt , noa ldibtilk i66hlludkla oo ,rg. aI Eldl|F pqr€ o.d.0(.l!!, _ EElndlwl lruF FATO riporthg c.d.Or,, _.litr.ldl,Erfirdaat u{, us& Ltc lrisfnrdqnr,, LLc t/orr/ lda r.!Jm. oanc€aEllotl ol nol rlqdrud b H*o G6neral lnstruct'lons Srdor rbrnca nla tlr h,rrl fur$,. Oodaur||.dlrt{h. i.rtEd FrllladerdoP,rEllL. lnkn !{5drd.ll.bDftl dbcbrcftnw.gtrDh aa l[btlon qrd.d a{t.' Ih ttb*. n b d wtyr&roy,t {a- - Ptrrpor6 d Form .lIIt E$ E6fl n $ 2 Undq pohrlu!! d pdilry, I oort fy lh6h t, ltanmbordl('wn6nt&6.tnbmylomolt,slrrkhfihrsonnrnbd(orl8nrdthgtu ! n!fi$.rb t brrsdto ruI lrd 2. I.rnnDl-rrtlEot to b{okDvJ nhokltto b.clld F} l .rt mryl lron blchrpdu*rglfig, q F} ltE$g nolbif,i noact d byth. hiltrlFcvlruc f;HflffiHtT"1ffiflfiffiff#*tu*r,x,ltdrrarodneotar,Lai&iiiic"ae-ii(o)dr.iustJ;tdffi;&il;ln 8. lsmr U.e dl4l orod[U.& F .!ai gdiad bGlorrg ud t. Ir FAICAoorhl4 adrrd oo lhl. Iorm [f ir], hdo{rE liaa I nn offitpt t!,n FA]CA r6podln0 b oarel O.rlr{oaton t[tfuouom, Yqr tt1usl clG. qlt trom 2 oboyq f yqu tanr b€lI OT orb,. 6;L -o-o noulH by lhe IRB tltl yoJ 116 oungDtly ouuGot Io bqolotD wltfihotdtro For rEAl .ehl€ UEnrrotlolls. llorn 2 do{i, ml aoDlv. For rn&tro€ drbl oonEhruonB to 6n hdrtdurt .stLwt6nt lidh€6ln&t (lhd, md sldn th. c6ll0o&!m, hrt you mult Drovids ftqrcomot IN; &fr tho A fidfutold or hUty Form W{ Gcu.otr) rdlo h rrqrhd to ilo $ hftrmdlcorrtfir |a[ lh. n0 m.J.t oh&Jn ]EU. c.fict bDcr H.r{nEarm ntlrOIM$ibn re, b.yo{r ao.fal .urfy rufib{ irsi0, fu,r{rnl td@ycr kLriltir{tinnr||b.t 0nr'0, Ldopih. b4.yi lfid{oroor iLjdtrr (4IU0, ; amdorvlllerubert nr,nb.t (E l',1). lo rp!.t on .r ltllqrlllnr dr{n 0l' .rrrn Ddd to l,our ar6ira&lor,rt nF.ltdL fi ah hLntdon rdrrL Efrn lG or ht&I'r.ndlr.fum Indn!, ht.ft mt hrdb,tr folhnlrE: . Fqttl l(#.$ll tHil.t ..md d p*r') ' ftiln lEolv tivldrlrx. hat dkl t!6r fror! d60frd nafud fir!.t ' eim lm.llEo (rahr.lyt-d hroi., prlfl, aud., q, fr{ p6a.dd . &al, ltEatl.*lr hldu.t hd.rl {!d o.rlh dlrr Hluaa&nt b,b'!E ).R lo{a€ fF...dr frlrn r!a.d.llarlFlEr) . Faafli to*x$ila,Crtta.rdadtttldputyn t$oi(E ftreol[t : Er4 I 0}r 0loo. rxt{9.r. htlE$, '(nA€ 0llldmt h! h]irS, tmT Fflonl . Fcn 1o|oo (oftd.dd.bo . hon 16FA (roC'ldlol or rnrl(orur* ol.&llnd prop.i9 ti!. FoI,l l,y{ ody l, yq, rr I U,8. Fqlor 0nddlrg . rddglt dt'r* r. FEd{tr lntaa{rrdIN. fyr,J btrot nbn M W4ar frrlf.rfuyrM. Trlt rDtrn&r{ 6../tk b ad? r*lrrolgE, A. t{td i ti.ei ${rrrol*rDz orl Frga 2 ry ltltE lh. E6d.ott loir. Fn tLHryt*t*- tsMuLottt.t(o'Fo.,tn Hr{rc! t;t|$ir e O.rty bat yo{ m mt ubr.ct tr t{rhD r'tnhouM, oqclana r!.loo Loh boll|D r,trfioblr I you ra r UA E dDO.- al.rd.rfrh, yllJ !t rhcr !,tl! tltat {a r U3. rfotc[ ttir,Lorua{r.]i !t.ry Fl{rr{p I'E fbflruA,hd.ahdll.! 5idi4Ettotho$llnouru ts ar lqJE! rfi|llft' .tr. C dr..{idy lo.rnt{it l,laara qd 4, O. VIr|rFATC ood.0 .a*.d on !& hri O .r!d hdhctm lt{t rEu d o ohol.Igtro$llc tol tor b(M U trOr,lCultol rop,fbr o. - *tbln.ntc L-Lcl/ thfrtd l.bmy oortliy. E{.r 15( ch.tltEh.U drot qq .llu ol lhEHk lE lirlttq*B o ci!..lt .r E eoo,porllor tr tbE.tr E nuUrrrnc tllrra(d lio{fn (l{}6rpq*D S€ !.A.,!ior, 'ile.n l.drb}> p il:tBf;Htrhftl#ilg"5*ffi,#'& n'rc,crLLq d,'*!n'p,ro, trr'Dort'ruor;€b'*r16' O{lE 3lt0 sterllng Clrolo Sle ,02 strt Eouldor, CO. 80301 I SE hlloollllly numb.t t-l Part I $,l 1 4 7 G 3 E 6 Parl ll l{n{ftlol lr.g p.rfirr> FcfltW{@r. rzada} I Pan lloli.-ll lt. rooolt Ia h l|qr lhrn ons nsm. .rs [F lrCrl&tlon. St hr I .td th. ohqt o.l FgD4 foagrld n.s on wtote numbea lo 6rk, ll you do Bt6 tD llEn y.r] c.t, No, l@8$( 28 16.E.3.b Packet Pg. 1587 Attachment: 0609 Change Order Backup - FY20 (12480 : Procurement Services administrative reports) Item page #Contract or Purchase OrderDateDescription of Project Vendor Name Division ‐ DirectorFiscal Impact for Additional ServicesOutstanding InvoicesDescription1113-6164-AR 45001877575/8/2020EMS #25 Hacienda Lakes DesignBSSW Architects, Inc. Facilities Management - Damon Grant $0 $2,294.00Division staff did not submit a change order to add additional time needed as required by contract.2417-7054 45002029785/19/2020Clam Pass and Marco Island Beach TillingEastman Aggregate Enterprises, LLCCapital Project Planning - Amy Patterson $0 $13,286.00 Vendor started work prior to the issuance of a purchase order.Meeting DateTotal number of After the Fact MemosFiscal Impact for Additional ServicesOutstanding Invoices6/9/20202$0$15,580.0016.E.3.cPacket Pg. 1588Attachment: 0609 After the Fact Report - FY20 (12480 : 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 Tony Barone Facilities Management Damon Grant BSSW Architects 16,387.77 13-6164(AR)45001877757 ✔ Construction administration related to design services by BSSW Architects have been utilized beyond the date of validity of their previous contract 13-6164(AR) and work order (PO45001877757). Continued services from the Architect of Record and Engineer of Record are needed on the project as it progresses through the construction phase. The designers of record are required to support the project, sign off on equipment submittals, review contractor requests and certify the completion of the work. In this case, services continued past the expiration date listed on the work order and underlying contract, resulting in a hold on payment issuance for services beyond the date listed. Please authorize payment of invoice #11824 in the amount of $2,294 and approve the use of BSSW Architects through the remaining construction phase of this project as these services are integral to the proper completion of the project. The costs associated with this work are based on the original underlying contract 13-6164 (AR) and a continuation of pre-negotiated scope, rates and total costs to support the project. This action results in no additional costs to the County beyond the terms of the original work order and underlying contract. We have created a shared team calendar to effectively notify team members of expiration dates on work orders to ensure time extensions are executed prior to end dates ensuring project continuity. Tony Barone BaroneTony Digitally signed by BaroneTony Date: 2020.05.08 09:31:52 -04'00' Damon Grant GrantDamon Digitally signed by GrantDamon Date: 2020.05.08 12:17:28 -04'00'5/8/20 1 1 PO Balance 16.E.3.d Packet Pg. 1589 Attachment: 0609 After the Fact Backup - FY20 (12480 : Procurement Services administrative reports) 2 16.E.3.d Packet Pg. 1590 Attachment: 0609 After the Fact Backup - FY20 (12480 : Procurement Services administrative reports) 3 16.E.3.d Packet Pg. 1591 Attachment: 0609 After the Fact Backup - FY20 (12480 : Procurement Services administrative reports) 4 216.E.3.d Packet Pg. 1592 Attachment: 0609 After the Fact Backup - FY20 (12480 : Procurement Services administrative reports) Invoice Date 4/21/2020 Invoice # 21580 Bill To COLLIER COUNTY BOARD OF COUNTY COMMISSION ATTN: ACCOUNTS PAYABLE 3299 TAMIAMI TRAIL EAST STE. 700 NAPLES, FL. 34112-5749 Ship To CLAM PASS & MARCO ISLAND BEACH TILLING 2020 PO #4500202978 Eastman Aggregate Enterprises, LLC 3705 Bellevue Ave Lake Worth, FL. 33461 P.O. No. 4500202978 Terms Net 30 Due Date 5/21/2020 Material Type TILLING Total Balance Due Subtotal Sales Tax (7.0%) Payments/Credits ServicedItemDescriptionTruck #QtyTicket #Rate Amount MOBILIZATON TILLING MOBILIZATION 2 1,000.00 2,000.00 TILLING TILLING R146 TO G2 (2500 LF)5.74 330.00 1,894.20 TILLING TILLING R42 TO R43 + 500 (1500 LF) 3.44 330.00 1,135.20 TILLING TILLING R43 + 500 TO R48 + 500 (5000 LF) 11.48 330.00 3,788.40 TILLING TILLING R48 + 500 TO R54 + 400 (5900 LF) 13.54 330.00 4,468.20 **DATES OF SERVICE 4/20/20-4/21/20** $13,286.00 $13,286.00 $13,286.00 $0.00 $0.00 5 16.E.3.d Packet Pg. 1593 Attachment: 0609 After the Fact Backup - FY20 (12480 : Procurement Services administrative reports)