Loading...
Agenda 03/23/2021 Item #16E2 (Procurement Services Administrative Reports - Contractual Modifications)03/23/2021 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 -$553,198.00 and add 0 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 • One (1) after the fact memo with a fiscal impact of $2,821.50 for additional services FISCAL IMPACT: The net total for the three (3) items is -$550,376.50 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. 0323 Change Order Report - FY21 (PDF) 2. 0323 Change Order Backup - FY21 (PDF) 3. 0323 After the Fact Report - FY21 (PDF) 4. 0323 After the Fact Backup - FY21 (PDF) 16.E.2 Packet Pg. 1260 03/23/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.2 Doc ID: 15181 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: 03/23/2021 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 03/04/2021 10:00 AM Submitted by: Title: Manager - Procurement – Procurement Services Name: Sandra Herrera 03/04/2021 10:00 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/04/2021 10:15 AM Procurement Services Catherine Bigelow Additional Reviewer Completed 03/04/2021 10:17 AM Procurement Services Sandra Herrera Additional Reviewer Completed 03/04/2021 3:15 PM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 03/05/2021 10:10 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 03/08/2021 10:15 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 03/08/2021 12:43 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/10/2021 8:27 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 03/10/2021 3:41 PM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 03/12/2021 11:28 AM Board of County Commissioners MaryJo Brock Meeting Pending 03/23/2021 9:00 AM 16.E.2 Packet Pg. 1261 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 20-7684 4 2/18/2021Thomasson Drive Beautification Wright Construction GroupBayshore Gateway Triangle - Tami Scott$6,022,618.68 $6,022,618.68 ($566,125.00) $5,456,493.68 -9.40% 396 0 396 0.00%2 3 20-7680 2 2/19/2021Pelican Bay Sidewalk ImprovementsAgnoli Barber & BrundagePelican Bay Services - Darren Duprey$314,894.00 $325,651.00 $12,927.00 $338,578.00 3.97% 765 0 765 0.00%Meeting Date Total number of Change OrdersTotal Dollar ChangeTotal Change in Days3/23/2021 2 -$553,198.00 016.E.2.aPacket Pg. 1262Attachment: 0323 Change Order Report - FY21 (15181 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.03.01 10:30:33 -05'00' 1 116.E.2.b Packet Pg. 1263 Attachment: 0323 Change Order Backup - FY21 (15181 : Procurement Services administrative reports) Project Manager:Procurement: Bid Tabulation# and NameNotifications Sent:Downloaded:Submissions:No Bids:700-1-11 SIGN SINGLE POST (LESS THAN 12 SF)AS52 $275.00 $14,300.00$450.00 $23,400.00$426.00 $22,152.00$366.00 $19,032.00$400.00 $20,800.00523-1-3PATTERNED PAVEMENT, VEHICULAR AREAS- GREEN BIKESY 6470 $87.50 $566,125.00$100.00 $647,000.00$100.00 $647,000.00$94.60 $612,062.00$65.00 $420,550.00706-3 RETRO REFLECTIVE PAVEMENT MARKERSEA344$3.50 $1,204.00$5.00 $1,720.00 $5.00 $1,720.00 $3.90 $1,341.60$4.00 $1,376.00711-15-131 THERMOPLASTIC, STANDARD OP, WHITE, SKIP, 6"GM 0.20 $7,350.00 $1,470.00 $1,250.00 $250.00 $1,210.00 $242.00 $1,040.00 $208.00$1,550.00 $310.00711-15-101 THERMOPLASTIC, STANDARD OP, WHITE, SOLID, 6"GM 2.20 $4,200.00 $9,240.00 $5,000.00 $11,000.00$4,838.00 $10,643.60$4,160.00 $9,152.00$3,800.00 $8,360.00711-11-123THERMOPLASTIC, STANDARD, WHITE, SOLID, 12"LF 1436$3.00 $4,308.00$4.00 $5,744.00 $3.25 $4,667.00 $2.70 $3,877.20$3.00 $4,308.00711-11-124THERMOPLASTIC, STANDARD, WHITE, SOLID, 18"LF84$4.00 $336.00$4.80 $403.20 $5.00 $420.00 $4.10 $344.40$4.00 $336.00711-11-125THERMOPLASTIC, STANDARD, WHITE, SOLID, 24"LF 422$5.00 $2,110.00$7.00 $2,954.00 $6.50 $2,743.00 $5.40 $2,278.80$5.00 $2,110.00711-15-231 THERMOPLASTIC, STANDARD OP, YELLOW, SKIP, 6"GM 0.50 $1,600.00 $800.00 $1,250.00 $625.00 $1,210.00 $605.00 $1,040.00 $520.00$1,600.00 $800.00711-15-201 THERMOPLASTIC, STANDARD OP, YELLOW, SOLID, 6"GM 2.40 $4,200.00 $10,080.00$5,000.00 $12,000.00$4,838.00 $11,611.20$4,160.00 $9,984.00$3,800.00 $9,120.00711-11-224THERMOPLASTIC, STANDARD OP, YELLOW, SOLID, 18" LF 296$4.00 $1,184.00$4.80 $1,420.80 $5.00 $1,480.00 $4.10 $1,213.60$4.00 $1,184.00711-14-170THERMOPLASTIC, PREFORMED, WHITE, ARROWEA62 $125.00 $7,750.00 $170.00 $10,540.00$161.00 $9,982.00 $138.00 $8,556.00$65.00 $4,030.00711-11-160THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBEA41 $150.00 $6,150.00 $350.00 $14,350.00$216.00 $8,856.00 $185.00 $7,585.00$130.00 $5,330.00700-1-50SIGN SINGLE POST, RELOCATEAS21 $125.00 $2,625.00 $350.00 $7,350.00 $471.00 $9,891.00 $301.00 $6,321.00$350.00 $7,350.00700-1-60SIGN SINGLE POST, REMOVEAS14 $25.00 $350.00 $300.00 $4,200.00 $35.50 $497.00 $30.20 $422.80$35.00 $490.00SIGNING AND PAVEMENT MARKINGS SUB-TOTAL = $628,032.00$742,957.00$732,509.80$682,898.40$486,454.00LIGHTING630-2-11 Conduit (Furnish and Install) (Open TrenchLF 9232$5.25 $48,468.00$6.00 $55,392.00$6.35 $58,623.20$4.90 $45,236.80$6.50 $60,008.00630-2-12Conduit (Furnish and Install) (Directional BoreLF 1726 $14.00 $24,164.00$19.00 $32,794.00$17.00 $29,342.00$15.70 $27,098.20$16.50 $28,479.00635-2-11 Pull and Splice Box (Furnish and InstallEA78 $320.00 $24,960.00$400.00 $31,200.00$387.10 $30,193.80$406.00 $31,668.00$581.00 $45,318.00639-1-121 Electrical Power Service, F&I Underground. Furnish byAS2 $1,600.00 $3,200.00 $2,200.00 $4,400.00 $1,935.10 $3,870.20 $4,330.00 $8,660.00$1,712.09$3,424.18Power Company$0.00639-2-1 Electric Power Service Wire, (Furnish and Install LF 100 $3.00 $300.00 $5.00 $500.00 $4.00 $400.00 $3.40 $340.00 $6.30 $630.00715-1-12Lighting Conductor (Furnish and Install) Insulated No.8-LF 32874$1.10 $36,161.40$1.40 $46,023.60$1.33 $43,722.42$1.30 $42,736.20$1.30 $42,736.20715-4-11 Light Pole Complete, (Furnish and InstallEA80 $5,785.00 $462,800.00$6,500.00 $520,000.00$6,997.00 $559,760.00$7,250.00 $580,000.00$5,500.00 $440,000.00715-7-12Load Center (Furnish and Install) Primary VoltageEA2 $11,700.00$23,400.00$14,500.00$29,000.00$14,150.20$28,300.40$9,550.00 $19,100.00$10,000.00$20,000.00715-4-11- SPLight Pole Receptacle (One High and one Low MountEA80 $480.00 $38,400.00$600.00 $48,000.00$581.00 $46,480.00$471.00 $37,680.00$200.00 $16,000.00715-4-11- SPAdditional Lighting ConductorsLF 32874$0.55 $18,080.70$1.00 $32,874.00$0.75 $24,655.50$1.30 $42,736.20$1.30 $42,736.20715-4-11-A SpLoad Center Modification (Per Circuit RunEA5 $100.00 $500.00 $150.00 $750.00 $121.00 $605.00 $158.00 $790.00$200.00 $1,000.00LIGHTING SUB-TOTAL =$680,434.10$800,933.60$825,952.52$836,045.40$700,331.58LANDSCAPING110-1-1 CLEARING AND GRUBBING (SPECIAL)SY 2500$3.70 $9,250.00$4.50 $11,250.00$15.50 $38,750.00$14.60 $36,500.00$1.00 $2,500.00162-1-33PREPARED SOIL LAYER ( MEDIAN RAISED PLANTER CY25 $32.00 $800.00 $40.00 $1,000.00 $39.00 $975.00 $229.00 $5,725.00$45.00 $1,125.00548-20 RETAINING WALL SYSTEM, GRAVITY WALL/SEGMENTAL B SF 806 $96.34$77,650.04$22.00 $17,732.00$58.00 $46,748.00$46.80 $37,720.80$65.00 $52,390.00580-1-1 LANDSCAPE COMPLETE-SMALL PLANTS (SEE QUANTITY SLS1 $51,148.00$51,148.00$47,500.00$47,500.00$61,859.00$61,859.00$27,560.00$27,560.00$35,867.00$35,867.00580-1-2 LANDSCAPE COMPLETE-LARGE PLANTS (SEE QUANTITY SLS1 $97,055.00$97,055.00$115,000.00$115,000.00$117,458.00$117,458.00$176,590.00$176,590.00$76,310.00$76,310.00580-1-2 (A)LANDSCAPE COMPLETE-LARGE PLANTS-ROOT BARRIEREA58 $118.00 $6,844.00 $155.00 $8,990.00 $143.00 $8,294.00 $442.00 $25,636.00$240.00 $13,920.00LANDSCAPING SUB-TOTAL = $242,747.04 $201,472.00 $274,084.00 $309,731.80 $182,112.00IRRIGATION590-70 IRRIGATION SYSTEM (SEE QUANTITY SCHEDULE FOR BRE LS1 $124,577.00$124,577.00$145,000.00$145,000.00$151,985.00$151,985.00$171,600.00$171,600.00$118,064.50$118,064.50630-2-12DIRECTIONAL BORE (LESS THAN 6 IN. HDPE)LF 156 $36.00 $5,616.00 $40.00 $6,240.00 $44.00 $6,864.00 $98.80 $15,412.80$26.00 $4,056.00630-2-12DIRECTIONAL BORE (LESS THAN 6 IN. PVC)LF 777 $32.00 $24,864.00$36.00 $27,972.00$39.00 $30,303.00$98.80 $76,767.60$20.00 $15,540.00635-2-11 ELECTRICAL PULL & SPLICE BOXEA11 $483.00 $5,313.00 $250.00 $2,750.00 $388.00 $4,268.00 $406.00 $4,466.00$475.00 $5,225.00IRRIGATION SUB-TOTAL = $160,370.00$181,962.00$193,420.00$268,246.40$142,885.50HARDSCAPINGHD-1 HARDSCAPE AMINETIESEA1 $10,547.09$10,547.09$12,500.00$12,500.00$16,581.00$16,581.00$9,250.00 $9,250.00$1,200.00 $1,200.00HD-2 HARDSCAPE AMINETIES EA3 $2,055.00 $6,165.00 $2,500.00 $7,500.00 $2,486.00 $7,458.00 $2,140.00 $6,420.00$800.00 $2,400.00HD-3 HARDSCAPE AMINETIES (SPECIAL LIGHTINGEA12 $1,683.00 $20,196.00$2,500.00 $30,000.00$2,036.00 $24,432.00$1,750.00 $21,000.00$1,200.00 $14,400.00HD-4 HARDSCAPE AMINETIES (URN PLANTERS)EA8 $200.00 $1,600.00 $850.00 $6,800.00 $1,210.00 $9,680.00 $572.00 $4,576.00$800.00 $6,400.00HD-5 HARDSCAPE AMINETIES (POT PLANTERS)EA12 $500.00 $6,000.00 $450.00 $5,400.00 $1,210.00 $14,520.00$520.00 $6,240.00$250.00 $3,000.00HD-6 HARDSCAPE AMINETIES (SPECIAL SIGNAGE)EA4 $3,550.00 $14,200.00$1,200.00 $4,800.00 $4,570.00 $18,280.00$7,800.00 $31,200.00$3,500.00 $14,000.00HARDSCAPING SUB-TOTAL =$58,708.09 $67,000.00 $90,951.00 $78,686.00 $41,400.00OTHER751-35-12 SP BUS SHELTER LS 1 $23,682.14 $23,682.14 $35,000.00 $35,000.00 $24,000.00 $24,000.00 $11,440.01 $11,440.01 $50,000.00 $50,000.00000700-1 UTILITY ADJUSTMENTS LS 1 $14,238.71 $14,238.71 $35,000.00 $35,000.00 $79,000.00 $79,000.00 $143,464.00 $143,464.00 $25,000.00 $25,000.000000300-1 RESTORATION OF EXISTING DRIVEWAYS IN KINDLS1 $78,964.20 $78,964.20 $30,000.00 $30,000.00 $71,000.00 $71,000.00 $64,060.00 $64,060.00$75,000.00 $75,000.000000300-2 RESTORATION OF EXISTING LAWNS ADJACENT TO RESIDELS1 $8,347.50 $8,347.50 $30,000.00 $30,000.00 $35,500.00 $35,500.00 $21,280.00 $21,280.00$20,000.00 $20,000.00WM-1 BY MSTU / COUNTY - CITY OF NAPLES POTABLE WATER M EA1 $2,000.00 $2,000.00 $1,250.00 $1,250.00 $2,253.00 $2,253.00 $568.00 $568.00$1,652.00 $1,652.00WMB-1 BY MSTU / COUNTY - POTABLE WATER BACKFLOWS DEVICEA1 $2,500.00 $2,500.00 $1,250.00 $1,250.00 $2,253.00 $2,253.00 $569.00 $569.00$500.00 $500.00OTHER SUB-TOTAL =$129,732.55$132,500.00$214,006.00$241,381.01$172,152.00BASE CONSTRUCTION COSTA. SUB TOTAL * $5,475,107.90 $5,999,506.60 $6,404,707.97 $6,699,090.91 $4,584,608.27B. ALLOWANCE 10% (A x 0.10)$547,510.79$599,950.66$640,470.80$669,909.09$458,460.83C. TOTAL WITH ALLOWANCE (A + B) *$6,022,618.68$6,599,457.26$7,045,178.77$7,369,000.00$5,043,069.10PAY ITEMDESCRIPTIONUNITQUANTITYUNIT COSTS COSTS UNIT COSTS COSTS UNIT COSTS COSTS UNIT COSTS COSTSNIT COSTCOSTSUNIT COSTS COSTSGENERAL101-1 MOBILIZATIONLS1 $120,440.28 $120,440.28 $85,000.00 $85,000.00 $170,000.00 $170,000.00 $109,930.00 $109,930.00$67,312.90 $67,312.90NO BID*The total for this bid reflects a rounding down of a half cent fractional amount in Bidder’s Unit Cost for Pay Item 110-1-1 which carries through to the total. ALTERNATE 12 of 4216.E.2.bPacket Pg. 1264Attachment: 0323 Change Order Backup - FY21 (15181 : 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 $ 314,894.00 4/28/20;16.F.3 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 325,651.00 4/28/20;16.F.3 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 325,651.00 6/1/2022 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 12,927.00 7.52% Total Change from Original Amount Revised Contract/Work Order Total $ 338,578.00 3.97% Change from Current BCC Approved Amount Cumulative Changes $ 23,684.00 3.97% 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: ________________ (Project Manager Name and Division) Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: ___________________________________________________________________________ Date: ________________ (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: ___________________________________________________________________________ Date: ________________ (Design Professional and Name of Firm, if project applicable) Approved by: ___________________________________________________________________________ Date: ________________ (Procurement Professional) Procurement Services Change Order Form 50178.1 Agnoli Barber & Bundage, Inc. 4500203324 20-7680 2 20-7680 Pelican Bay Sidewalk Improvements Pelican Bay Service Division Darren Duprey 6/17/2022 6/17/2022 6/17/2022 0 5/13/2020 1) This is a request to a) additional services to Task # 11 required from contractor because of two separate contractor bidding processes; b) add the services of a different certified arborist, increasing the contract by $12,927.00 or 7.52%, for expert advice on removal, relocation, identification and evaluation of trees adjacent to the sidewalk for Phase 1 & 2; 2) These changes were not included in the original contract because a) The requirement for two separate contractor bidding processes, were unknown; b) the importance of needing a certified arborist to evaluate existing trees was overlooked. The arborist requirement was identified during the landscape design phase of the project. The landscape architect requires the specialized skills of a certified arborist, to evaluate the health and viability of mature trees located adjacent to the sidewalks and to determine whether the tree needs to be removed or if the roots can be cut safely without compromising the integrity of the trees; 3) If these changes are not processed, a) the contractor would not be compensated for the additional work required for the two separate bidding processes; b) the existing trees would not be evaluated by an expert, which could create a public safety hazard and increase future maintenance of the sidewalks; DupreyDarren Digitally signed by DupreyDarren Date: 2021.03.01 16:08:54 -05'00' James A. Carr, P.E.Digitally signed by James A. Carr, P.E. DN: CN="James A. Carr, P.E." + E=jim.carr@abbinc.com, OU="Agnoli, Barber & Brundage", O="Agnoli, Barber & Brundage", L=Naples, S=Florida, C=US Date: 2021.03.01 15:39:08-05'00' SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.03.02 09:06:56 -05'00' 3 216.E.2.b Packet Pg. 1265 Attachment: 0323 Change Order Backup - FY21 (15181 : Procurement Services administrative reports) Page 1 of 4 K:\2020\20-0022 Pelican Bay Sidewalks Improvements Design\Correspondences\Proposal\CO #2\Request for Change Order #2 2.18.21.docx February 18, 2021 Via email to lisa.jacob@colliercountyfl.gov Lisa Jacob, Project Manager Collier County Pelican Bay Services Division 801 Laurel Oak Drive, Suite 302 Naples, FL 34108 Re: Pelican Bay Sidewalk Improvements Design Request for Change Order #2 to PO #4500203324 ABB PN 20-0022 Dear Ms. Jacob: At your request, Agnoli, Barber & Brundage, Inc. (hereinafter referred to as ABB) is submitting this Request for Change Order #2 to PO #4500203324 for the modification of existing professional services on the above-referenced project. ABB proposes to provide Collier County the professional services outlined in Exhibit A attached. This proposal is under the Terms and Conditions of Contract #20-7680, Pelican Bay Sidewalk Improvements Design. A copy of Schedule B – Attachment 1, Consultant’s Hourly Rate Schedule, is also attached. We hope that this proposal satisfactorily responds to your request. Sincerely, AGNOLI, BARBER & BRUNDAGE, INC. James A. Carr, P.E. Senior Vice President JAC/drr Attachments 4 16.E.2.b Packet Pg. 1266 Attachment: 0323 Change Order Backup - FY21 (15181 : Procurement Services administrative reports) Page 2 of 4 K:\2020\20-0022 Pelican Bay Sidewalks Improvements Design\Correspondences\Proposal\CO #2\Request for Change Order #2 2.18.21.docx EXHIBIT A Estimated Budget Pelican Bay Sidewalk Improvements Design Change Order #2 to PO #4500194071 February 18, 2021 SCOPE OF SERVICES: Collier County (Client) selected ABB to design the Pelican Bay sidewalk replacement project for the following public roadways within Pelican Bay: Crayton Road, Green Tree Drive, Gulf Park Drive, Hammock Oak Drive, Laurel Oak Drive, Myra Janco Daniels Boulevard, North Pointe Drive, Oakmont Parkway, Pelican Bay Boulevard, Ridgewood Drive, Seagate Drive, Vanderbilt Beach Road. Services include the preparation of engineered construction drawings that show specific details as necessary for permitting, bidding and construction to replace exist ing asphalt sidewalks with concrete and widen to 6’ to current Collier County Land Development Code (LDC), Florida Department of Transportation (FDOT) and American Disabilities Act (ADA) design standards. As a result of splitting the project into two phases, it is necessary to conduct two separate contractor bidding processes. Project scope and specifications will be prepared and submitted to Collier County Procurement for Phase 2 to include the following services: Contractor Pricing – Phase 2 •Coordinate with PBSD and Collier County Procurement in bidding process. •Attend pre-bid conference. •Respond to contractor/subcontractor questions. •Prepare written Addenda, if applicable. •Review construction bids, check references, and make recommendation for award. Arborist Services The original arborist (Signature Tree Service) selected under CO #1 was acquired by another company and is unable to accept the County contract terms. Therefore, a new arborist (Davey Institute) was selected. Davey Institute has reviewed the scope of the project and their services and fees revised those approved under CO #1. Following is their scope: •Initial health assessment of 80 MOL pines and hardwood trees and health assessment report preparation for Phase 1. •Initial health assessment of 950 MOL pines and hardwood trees and health assessment report preparation for Phase 2. •Miscellaneous meetings and services, as needed. 5 16.E.2.b Packet Pg. 1267 Attachment: 0323 Change Order Backup - FY21 (15181 : Procurement Services administrative reports) Page 3 of 4 K:\2020\20-0022 Pelican Bay Sidewalks Improvements Design\Correspondences\Proposal\CO #2\Request for Change Order #2 2.18.21.docx Below is a breakdown of the additional fees needed for this Change Order: Category Hours Rate Total Additional Fees - Task 11 - Contractor Pricing - Phase 2 Principal 8 $ 238 $ 1,904 T/M Senior Engineer 4 $ 175 $ 700 T/M Engineer 6 $ 136 $ 816 T/M Landscape Architect - $ 150 $ - T/M Senior Designer 4 $ 128 $ 512 T/M Designer - $ 109 $ - T/M Senior Technician 6 $ 102 $ 612 T/M Technician 4 $ 83 $ 332 T/M CADD Technician - $ 95 $ - T/M Clerical/Admin 6 $ 73 $ 438 T/M Surveyor & Mapper - $ 142 $ - T/M Survey Crew 2-Man - $ 152 $ - T/M Senior Inspector - $ 117 $ - T/M Total - Additional Fees - Task 11 – Contractor Pricing - Phase 2 38 $ 5,314 T/M Arborist - Subconsultant, Davey Institute Arborist Services $ 22,250 T/M 5% Subconsultant Markup $ 1,113 Total Subconsultant Fees $ 23,363 T/M Subtotal CO #2 $ 28,677 T/M Less Arborist Fees Approved by CO #1 ($ 15,750) T/M Total Estimated Budget for CO #2 $ 12,927 T/M T/M = Time and Materials. Billings will be based on actual time and materials expended in accordance with our rate schedule. Budgets given are an approximate amount and will not exceed without prior authorization. Billings will be made on a percent of budget basis. Estimating Note: The hours and rates given above are provided for estimating purposes only. Actual time and materials may vary based on conditions encountered and the qualified personnel available at the time services need to be rendered. 6 16.E.2.b Packet Pg. 1268 Attachment: 0323 Change Order Backup - FY21 (15181 : Procurement Services administrative reports) Page 4 of 4 K:\2020\20-0022 Pelican Bay Sidewalks Improvements Design\Correspondences\Proposal\CO #2\Request for Change Order #2 2.18.21.docx 7 16.E.2.b Packet Pg. 1269 Attachment: 0323 Change Order Backup - FY21 (15181 : Procurement Services administrative reports) Item Page #Contract or Purchase OrderDate Description of Project Vendor Name Division ‐ DirectorFiscal Impact for Additional ServicesOutstanding InvoicesDescription1 1 4500208641 3/2/2021 Purchase of PlantsNaples Fertilizer & Garden CenterPUD Water - Beth Johnssen $2,821.50 $2,821.50 Division staff purchased plants from a vendor not listed on their purchase order.Meeting DateTotal number of After the Fact MemosFiscal Impact for Additional ServicesOutstanding Invoices3/23/2021 1 $2,821.50 $2,821.5016.E.2.cPacket Pg. 1270Attachment: 0323 After the Fact Report - FY21 (15181 : 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 Pamela Libby Water - Distribution Beth Johnssen Naples Fertilizer & Garden Center $2,821.50 n/a 4500208641 ✔ Staff obtained three quotes to purchase plants for use at our Remote Station landscaping project. The lowest vendor was Clark's Plant Services and purchase order 4500208641 was issued. Staff went to Naples Fertilizer and Garden Center by mistake; they were not the lowest quoter nor the vendor named on the Purchase Order. Requesting payment to Naples Fertilizer and Garden Center for invoice # 572054; dated 1-11-21 in the amount of $2,821.50. Staff was counseled that they must only go to the vendor indicted on the purchase order. Pamela Libby libby_p Digitally signed by libby_p Date: 2021.02.25 15:54:54 -05'00' Beth Johnssen Beth Johnssen Digitally signed by Beth Johnssen Date: 2021.03.02 14:08:55 -05'00' 1 116.E.2.d Packet Pg. 1271 Attachment: 0323 After the Fact Backup - FY21 (15181 : Procurement Services administrative reports) 2 16.E.2.d Packet Pg. 1272 Attachment: 0323 After the Fact Backup - FY21 (15181 : Procurement Services administrative reports)