Loading...
Agenda 05/11/2021 Item #16E 2 (Procurement Services Administrative Reports)05/11/2021 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: • Seven (7) change orders that in aggregate modify contracts by $39,236.49 and add 299 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 • Four (4) after the fact memos with a fiscal impact of $2,548.11 for additional services FISCAL IMPACT: The net total for the eleven (11) items is $41,784.60. 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. 0511 Change Order Report - FY21 (PDF) 2. 0511 Change Order Backup - FY21 (PDF) 3. 0511 After the Fact Report - FY21 (PDF) 4. 0511 After the Fact Backup - FY21 (PDF) 16.E.2 Packet Pg. 682 05/11/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.2 Doc ID: 15696 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: 05/11/2021 Prepared by: Title: Business Technology Analyst, Senior – Procurement Services Name: Sara Schneeberger 04/23/2021 3:16 PM Submitted by: Title: Manager - Procurement – Procurement Services Name: Sandra Herrera 04/23/2021 3:16 PM Approved By: Review: Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Completed 04/23/2021 3:25 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 04/23/2021 3:38 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/26/2021 10:22 AM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 04/26/2021 11:37 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 04/26/2021 3:56 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 04/26/2021 4:08 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 04/26/2021 5:00 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/29/2021 1:06 PM County Manager's Office Sean Callahan Level 4 County Manager Review Completed 05/02/2021 1:02 PM Board of County Commissioners Geoffrey Willig Meeting Pending 05/11/2021 9:00 AM 16.E.2 Packet Pg. 683 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 20-7683 1 4/8/2021Immokalee Airport Security EnhancementsDEC Contracting Group, Inc.Airport Authority - Andrew Bennett$584,082.37 $584,082.37 $1,306.49 $585,388.86 0.22% 210 0 210 0.00%2 5 20-7716 1 3/23/2021Pelican Ridge Water Main ReplacementKyle Construction, Inc. PUEPMD - Diana Dueri $667,658.00 $667,658.00 $0.00 $667,658.00 0.00% 210 16 226 7.62%3 17 19-7540 6 4/14/2021I-75 and Collier Blvd Utility RelocationQuality Enterprises USA, Inc. PUEPMD - Shon Fandrich $14,962,500.00 $12,284,781.30 $0.00 $12,284,781.30 0.00% 510 102 612 20.00%4 19 19-7601 1 4/8/2021SCWRF Filter Set 3-4 Rehabilitation and Filter Influent Channel ModificationsIntercounty Engineering, Inc. PUEPMD - Wayne Karlovich $1,893,990.00 $1,893,990.00 $0.00 $1,893,990.00 0.00% 490 21 511 4.29%5 27 18-7366 5 4/16/2021MKY Apron & Associated Safety ImprovementsQuality Enterprises USA, Inc.Airport Authority - Andrew Bennett$3,689,425.00 $4,157,327.20 $0.00 $4,157,327.20 0.00% 443 0 443 0.00%6 29 18-7366 6 4/16/2021MKY Apron & Associated Safety ImprovementsQuality Enterprises USA, Inc.Airport Authority - Andrew Bennett$3,689,425.00 $4,157,327.20 $37,930.00 $4,195,257.20 0.91% 443 70 513 15.80%7 32 17-7198 8 4/23/2021Collier County Sports Complex Phase 1BManhattan Construction Florida, Inc.Facilties Management - Margaret Bishop$19,665,469.00 $20,815,186.68 $0.00 $20,815,186.68 0.00% 481 90 571 18.71%Meeting Date Total number of Change OrdersTotal Dollar ChangeTotal Change in Days5/11/2021 7 $39,236.49 29916.E.2.aPacket Pg. 684Attachment: 0511 Change Order Report - FY21 (15696 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.04.09 10:06:12 -04'00' 1 116.E.2.b Packet Pg. 685 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 3/31/2021 Request For Change Order https://secure.constructware.com/Common/View/Document_Display.asp?DocumentType=3&ItemID=60642327 1/2 Request For Change Order Project [20-066] - Immokalee Regional Airport Security View Date 3/31/2021 Date 3/31/2021 DEC Contracting Group, Inc. 1560 Matthew Drive Suite B Fort Myers, FL 33907 Phone: (239) 332-4322 Fax: (239) 332-0180 RCO No. 001 Date 3/31/2021 Budget Status New Cost Event No. Description VIDEO CABINET UPGRADE From Douglas Masch, LEED® AP, BD+C DEC Contracting Group, Inc. 1560 Matthew Drive Suite B Fort Myers, FL 33907 Phone: (239) 332-4322 Fax: (239) 332-0180 To Kevin McCauley Atkins 1514 Broadway Suite 202 Fort Myers, FL 33901 Phone: (239) 271-3425 Fax: Long Description Furnish and Install Video Server Cabinet upgrade per owner specifications. Items No. Budget Code Contact Description Submitted 1 Douglas Masch, LEED® AP, BD+C (DEC Contracting Group, Inc.) VIDEO CABINET UPGRADE $1,251.74 Markups No. Budget Code Description Rate (%) Submitted 1 VIDEO CABINET UPGRADE 5.00 $54.75 Submitted Items $1,251.74 Markups $54.75 Total $1,306.49 DEC Contracting Group, Inc. Atkins Signed: Signed: By:Douglas Masch, LEED® AP, BD+C, Project Manager By:Kevin McCauley, Sr. Project Manager 2 16.E.2.b Packet Pg. 686 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 3/31/2021 Request For Change Order https://secure.constructware.com/Common/View/Document_Display.asp?DocumentType=3&ItemID=60642327 2/2 Date:Date: Supporting Documents Document Type Document Open Description Date Size (KB) File RCO 001 Breakdown.pdf RCO 001 Breakdown.pdf 3/31/2021 560 3 16.E.2.b Packet Pg. 687 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Contractors - Construction Managers - Design Builders MARCH 31, 2021 IMMOKALEE AIRPORT SECURITY IMP. Contract No: 20-7683 RCO 001 IT / VIDEO CABINET ITEM NO. DESCRIPTION SUBCONTRACTOR MATERIAL LABOR EQUIP. TAX SUB-MARKUP SUBTOTAL 1 VIDEO CABINET UPGRADE PLUG SMART $675.00 $420.00 $0.00 $47.25 $109.50 $1,251.74 $0.00 $0.00 Item Sub Total:675.00 420.00 0.00 47.25 109.49 Sub Total Material, Labor &Equip: $1,095.00 5% GC Mark - Up Material, Labor & Equip.: $54.75 Sub Total Tax & Sub-Markup:$156.74 Total:$1,306.49 4 16.E.2.b Packet Pg. 688 Attachment: 0511 Change Order Backup - FY21 (15696 : 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 $ 667,658.00 6/23/20 16C2 Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 667,658.00 6/23/20 16C3 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 667,658.00 SAP Contract Expiration Date (Master) Dollar Amount of this Change $ 0.00 0.00% Total Change from Original Amount Revised Contract/Work Order Total $ 667,658.00 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. Procurement Services Change Order Form 70195.1 Kyle Construction, Inc. 4500204558 20-7716 1 Pelican Ridge Water Main Replacement Engineering and Project Management Diana Dueri 04/29/2024/13/2021 4/13/2021 16 days 9/15/2020 Additional Time – Exhibit A 1. Add an additional 16 days as a result of weather conditions and Collier County emergency repairs (7 days); WD#1 (Flowable Fill: 2 days); WD#2 (Waterline Deflection: 2 days); WD#3 (Inline Gate Valves: 5 days). Item Days Additional Days 7 WD#1 (Flowable Fill) 2 WD#2 (Waterline Deflection) 2 WD#3 (Inline Gate Valves) 5 WD#4 (Crosswalk Striping) 0 Total: 16 2. Descriptions for work directives that include additional days and additional contract amounts listed below. 3. Without the additional days, the contractor would not be able to achive substantial completion of the project and the utilities being placed would not be operational for Collier County and surrounding residents/customers. WD#1 Flowable Fill – Exhibit B 1. To restore the open cut at the intersection of Sandpine Dr and Pelican Ridge Blvd. using flowable fill. The purpose of this work directive is to instruct the contractor to use flowable fill to avoid settling of the road. 2. The design plans required the use limerock at the intersection; however, comments received from the County ROW application required flowable fill. 3. If flowable fill is not used, the road can settle to the point that the safety of the drivers can be compromised. Also, the project would not comply of the Right of Way Handbook and ROW permit specifications. This change is to use $10,650.00 from the contract allowance. This change increases the contract time by 2 calender days. This change DOES NOT increase the contract amount clude on sepa 03222021 5 216.E.2.b Packet Pg. 689 Attachment: 0511 Change Order Backup - FY21 (15696 : 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 WD#2 Waterline Deflection – Exhibit C 1. Deflect the 8” water line under the 4” ductile iron pipe found at station 18+30. It is not apparent whether the 4” line is live or not. 2. The unknown pipe was not identified during design phase of the project because it was not in the records drawings or in GIS system. 3. If the line were not defelcted the utility would not be able to be placed and would not be operational for collier County and surrounding residents/customers. This change is to use $8,020.00 from the contract allowance. This change increases the contract time by 2 calender days. This change DOES NOT increase the contract amount WD#3 Inline Gate Valves – Exhibit D 1. Install three inline 8-in gate valves along Meadowland Dr. per Collier County’s request. During construction, based on the information from the contractor, inline valves were needed for isolation. 2. During the design phase, Collier County did not have records of how many in-line valves there were to isolate the neighborhood. 3. If the gate valves were not installed it would eliminate the option of being able to isolate sections of the watermain to decrease shutdown on Pelican Ridge Blvd for businesses, residents and future maintenance. This change is to use $26,420.00 from the contract allowance. This change increases the contract time by 5 calender days. This change DOES NOT increase the contract amount. WD#4 Crosswalk Striping – Exhibit E 1. Install 8’ wide crosswalk with 12” stripes at vanderbuilt Beach Rd and Pelican Ridge Blvd. 2. During the design phase, a crosswalk at Vanderbilt Beach Road and Pelican Ridge Blvd was not included. The crosswalk was added per ROW permit review comments. 3. If there were no crosswalk striping at Pelican Rige Blvd and Vanderbily Beach Rd there would no be an alert for road users that there was a pedestrian crossing point; it would also decrease pedestrian safety. This change is to use $1,202.00 from the contract allowance. This change DOES NOT increase the contract amount. Beginning Allowance: $100,000.00 Allowance Draw WD#1 $ (10,650.00) Allowance Draw WD#2 $ (8,020.00) Allowance Draw WD#3 $ (26,420.00) Allowance Draw WD#4 $ (1,202.00) Remaining Allowance $ 53,708.00 6 16.E.2.b Packet Pg. 690 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY Admin BCC Rpt BCC ES Prepared by: ____________________________________________________ Date: Diana Dueri –EPMD 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 acc eptance. 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: ________________ (Kyle Abraham, Kyle Construction Inc.) Approved by: ___________________________________________________________________________ Date: ________________ (Kellie Fissinger, P.E., Agnoli, Barber & Brundage Inc.) Approved by: ___________________________________________________________________________ Date: ________________ (Ben Bullert, P.E., Principal Project Manager - EPMD) Accepted by: ___________________________________________________________________________ Date: ________________ (Tom Chmelik, P.E., Director –EPMD) Approved by: ___________________________________________________________________________ Date: ________________ (Joseph Bellone, Operations Director PUD) Approved by: ___________________________________________________________________________ Date: ________________ (Procurement Professional) _________________________________ i D i EPMD 3/12/2021 onal arising out of or related to the ____________________________ Kyle Abraham Kyle Construction I 3/12/2021 BullertBenjamin Digitally signed by BullertBenjamin DN: E=Benjamin.Bullert@colliercountyfl.gov, CN=BullertBenjamin, OU=General, OU=PPM User Accounts, OU=PUD Planning and Project Management, OU=PUD, OU=Divisions, DC=bcc, DC=colliergov, DC=net Date: 2021.03.22 15:07:45-04'00' ChmelikTom Digitally signed by ChmelikTom Date: 2021.03.23 10:27:52 -04'00' Joseph Bellone Digitally signed by Joseph Bellone Date: 2021.03.23 10:42:42 -04'00' SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.04.09 10:27:07 -04'00' 7 16.E.2.b Packet Pg. 691 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 8 16.E.2.b Packet Pg. 692 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: Pelican Ridge Blvd WORK DIRECTIVE # 1 Water Main Replacement PURCHASE ORDER #: 4500204558 DATE OF ISSUANCE: 12/09/2020 OWNER: Collier County Board of Commissioners PROJECT#: 70195.1 CONTRACTOR: Kyle Construction Inc. ENGINEER/DESIGN PROFESSIONAL: ABB You are directed to proceed promptly with the following change(s): Description: To restore the open cut at the intersection of Sandpine Dr and Pelican Ridge Blvd. using flowable fill. Purpose of Work Directive Change: The purpose of this work directive is to instruct the contractor to use flowable fill to avoid settling of the road. If flowable fill is not used, the road can settle to the point that the safety of the drivers can be compromised. Also, the project would not comply of the Right of Way Handbook and ROW permit specifications. Reason/Justification: The design plans required the use limerock at the intersection; however, comments received from the County ROW application required flowable fill. See attachment for estimates from Kyle Construction. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Method of determining change in Contract Times: Contract/Allowance Price: Unit Prices Contractor’s records Lump Sum Engineer’s record Time & Material Other Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $ 10,650.00 Increase by 2 calendar days. RECOMMENDED: AUTHORIZED: By: Kellie Fissinger, P.E. By: Diana Dueri Engineer Owner’s Representative 9 16.E.2.b Packet Pg. 693 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) .</(&216758&7,21,1& 35263(&7$9(1$3/(6)/3K)D[ &2//,(5&2817<7 0(VWLPDWH -2%6DQGSLQH)ORZDEOH)LOO&URVVLQJ'$7(6 +2856 +2856 +2856 +2856 +2856 727$/ (48,30(17 /$%25 +2856 5$7( 727$/ -'(;&$9$725   -'(;&$9$725:+$00(5   &$7(;&$9$725   -'(;&$9$725   &$7(;&$9$725   &$775$&725%$&.+2(  &$7/2$'(5   &$7/2$'(5   %522075$&725   9,%5$725<52//(5   $,5&2035(6625:+$00(5'$<  :(//32,176<67(0'$<  9$&8803803'$<  9$&8803803'$<  +<'5$8/,&3803'$<  F\'803758&.  721/2:%2<  *$//21:$7(5758&.  OE)/$7%('758&.  32:(56&5((1   +'3()86,1*0$&+,1(  /,*+772:(5'$<  683(59,625758&.  )25(0$1 758&.722/6   3,3(/$<(5   7$,/0$1   6.,//('/$%25   727$/(48,3/$%25  0$7(5,$/3/8668%647< 81,7 35,&( 727$/ )/2:$%/(),// /6   6721( /6    /6    /6    /6    /6   FUHDWHG.\OH$EUDKDP 727$/0$7(5,$/ *5$1'727$/3DJH 10 16.E.2.b Packet Pg. 694 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: Pelican Ridge Blvd WORK DIRECTIVE # 2 Water Main Replacement PURCHASE ORDER #: 4500204558 DATE OF ISSUANCE: 11/17/2020 OWNER: Collier County Board of Commissioners PROJECT#: 70195.1 CONTRACTOR: Kyle Construction Inc. ENGINEER/DESIGN PROFESSIONAL: ABB You are directed to proceed promptly with the following change(s): Description: Deflect the 8” water line under the 4” ductile iron pipe found at station 18+30. It is not apparent whether the 4” line is live or not. Purpose of Work Directive Change: To deflect the 8” water main under an unknown 4” ductile line and provide the required separation between the two lines. Reason/Justification: The unknown pipe was not identified during design phase of the project because it was not in the records drawings or in GIS system. See attachment for estimate from Kyle Construction. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Method of determining change in Contract Times: Contract/Allowance Price: Unit Prices Contractor’s records Lump Sum Engineer’s record Time & Material Other Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $ 8,020.00 Increase by 2 calendar days. RECOMMENDED: AUTHORIZED: By: Kellie Fissinger, P.E. By: Diana Dueri Engineer Owner’s Representative 11 16.E.2.b Packet Pg. 695 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) .</(&216758&7,21,1& 35263(&7$9(1$3/(6)/3K)D[ &2//,(5&2817<7 0(VWLPDWH -2%'()/(&7,2181'(581.12:1'$7(6 +2856 +2856 +2856 +2856 +2856 727$/ (48,30(17 /$%25 +2856 5$7( 727$/ -'(;&$9$725   -'(;&$9$725:+$00(5   &$7(;&$9$725   -'(;&$9$725   &$7(;&$9$725   &$775$&725%$&.+2(  &$7/2$'(5   &$7/2$'(5   %522075$&725   9,%5$725<52//(5   $,5&2035(6625:+$00(5'$<  :(//32,176<67(0'$<  9$&8803803'$<  9$&8803803'$<  +<'5$8/,&3803'$<  F\'803758&.  721/2:%2<  *$//21:$7(5758&.  OE)/$7%('758&.  32:(56&5((1   +'3()86,1*0$&+,1(  /,*+772:(5'$<  683(59,625758&.  )25(0$1 758&.722/6   3,3(/$<(5   7$,/0$1   6.,//('/$%25   727$/(48,3/$%25  0$7(5,$/3/8668%647< 81,7 35,&( 727$/ 3$576 /6    /6    /6    /6    /6    /6   FUHDWHGE\.\OH$EUDKDP 727$/0$7(5,$/ *5$1'727$/3DJH 12 16.E.2.b Packet Pg. 696 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: Pelican Ridge Blvd WORK DIRECTIVE # 3 Water Main Replacement PURCHASE ORDER #: 4500204558 DATE OF ISSUANCE: 01/13/2021 OWNER: Collier County Board of Commissioners PROJECT#: 70195.1 CONTRACTOR: Kyle Construction Inc. ENGINEER/DESIGN PROFESSIONAL: ABB You are directed to proceed promptly with the following change(s): Description: Install three inline 8-in gate valves along Meadowland Dr. per Collier County’s request. See attached picture for valve locations. Purpose of work directive change: During the design phase, Collier County did not have records of how many in-line valves there were to isolate the neighborhood. During construction, based on the information from the contractor, inline valves were needed for isolation. Reason/Justification: To provide the option to isolate sections of the watermain to decrease shutdowns on Pelican Ridge Blvd for businesses, residents, and for future maintenance. See attached estimate from Kyle Construction. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Method of determining change in Contract Times: Contract/Allowance Price: Unit Prices Contractor’s records Lump Sum Engineer’s record Time & Material Other Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $ 26,420.00 Increase by 5 calendar days. RECOMMENDED: AUTHORIZED: By: Kellie Fissinger, P.E. By: Diana Dueri Engineer Owner’s Representative 13 16.E.2.b Packet Pg. 697 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) .</(&216758&7,21,1& 35263(&7$9(1$3/(6)/3K)D[ &2//,(5&2817<7 0(67,0$7( -2%0HDGRZ/DQGV9DOYH'$7(66((%(/2: +2856 +2856 +2856 +2856 +2856 727$/ (48,30(17 /$%25 +2856 5$7( 727$/ -'(;&$9$725    -'(;&$9$725:+$00(5   &$7(;&$9$725   -'(;&$9$725   &$7(;&$9$725   &$775$&725%$&.+2(  &$7/2$'(5    &$7/2$'(5   %522075$&725   9,%5$725<52//(5   $,5&2035(6625:+$00(5'$<  :(//32,176<67(0'$<  9$&8803803'$<  9$&8803803'$<  +<'5$8/,&3803'$<  F\'803758&.   721/2:%2<  *$//21:$7(5758&.  OE)/$7%('758&.  32:(56&5((1   +'3()86,1*0$&+,1(  /,*+772:(5'$<  683(59,625758&.   )25(0$1 758&.722/6    3,3(/$<(5    7$,/0$1    6.,//('/$%25   727$/(48,3/$%25  0$7(5,$/3/8668%647< 81,7 35,&( 727$/ $VSKDOW /6   /LPHURFN /6    /6    /6    /6    /6   &UHDWHGE\.\OH$EUDKDP 727$/0$7(5,$/ *5$1'727$/3DJH 14 16.E.2.b Packet Pg. 698 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Collier County Engineering & Project Management Division WORK DIRECTIVE CHANGE CONTRACT # /PROJECT NAME: Pelican Ridge Blvd WORK DIRECTIVE # 4 Water Main Replacement PURCHASE ORDER #: 4500204558 DATE OF ISSUANCE: 03/01/2021 OWNER: Collier County Board of Commissioners PROJECT#: 70195.1 CONTRACTOR:Kyle Construction Inc.ENGINEER/DESIGN PROFESSIONAL: ABB You are directed to proceed promptly with the following change(s): Description:Install 8’ wide crosswalk with 12” stripes at Vanderbilt Beach Rd and Pelican Ridge Blvd. Purpose of work directive change:During the design phase, a crosswalk at Vanderbilt Beach Road and Pelican Ridge Blvd was not included. The crosswalk was added per ROW permit review comments. Reason/Justification:To alert road users of a pedestrian crossing point across a roadway and increase pedestrian safety. See attached estimate from Kyle Construction. If a claim is made that the above change(s) have affected Contract/Allowance Price or Contract Times any claim for a Change Order based thereon will involve one or more of the following methods of determining the effect of the changes(s). Method of determining change in Method of determining change in Contract Times: Contract/Allowance Price: Unit Prices Contractor’s records Lump Sum Engineer’s record Time & Material Other Other Estimated increase (decrease) in Allowance: Estimated change in Contract Time: $ 1,202.00 Increase by 0 calendar days. RECOMMENDED:AUTHORIZED: By: Kellie Fissinger, P.E.By: Diana Dueri Engineer Owner’s Representative ORRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRRIZIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIED: B Di D i 15 16.E.2.b Packet Pg. 699 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) .</(&216758&7,21,1& 35263(&7$9(1$3/(6)/3K)D[ &2//,(5&2817<7 0%$&.83 -2%3HOLFDQ$GGLWLRQDO7KHUPR'$7(67%' +2856 +2856 +2856 +2856 +2856 727$/ (48,30(17 /$%25 +2856 5$7( 727$/ -'(;&$9$725   -'(;&$9$725:+$00(5   &$7(;&$9$725   -'(;&$9$725   &$7(;&$9$725   &$775$&725%$&.+2(  &$7/2$'(5   &$7/2$'(5   %522075$&725   9,%5$725<52//(5   $,5&2035(6625:+$00(5'$<  :(//32,176<67(0'$<  9$&8803803'$<  9$&8803803'$<  +<'5$8/,&3803'$<  F\'803758&.  721/2:%2<  *$//21:$7(5758&.  OE)/$7%('758&.  32:(56&5((1   +'3()86,1*0$&+,1(  /,*+772:(5'$<  683(59,625758&.  )25(0$1 758&.722/6   3,3(/$<(5   7$,/0$1  6.,//('/$%25  727$/(48,3/$%25  0$7(5,$/3/8668%647< 81,7 35,&( 727$/ 7KHUPR /6    /6    /6    /6    /6    /6   727$/0$7(5,$/ *5$1'727$/3DJH 16 16.E.2.b Packet Pg. 700 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 17 316.E.2.b Packet Pg. 701 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.04.14 09:57:34 -04'00' 18 16.E.2.b Packet Pg. 702 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.04.15 11:19:09 -04'00' 19 416.E.2.b Packet Pg. 703 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) PajerCraig Digitally signed by PajerCraig Date: 2021.04.12 15:47:02 -04'00' ChmelikTom Digitally signed by ChmelikTom Date: 2021.04.13 13:54:31 -04'00' messner_s Digitally signed by messner_s Date: 2021.04.14 09:27:53 -04'00' Joseph Bellone Digitally signed by Joseph Bellone Date: 2021.04.14 10:16:16 -04'00' 20 16.E.2.b Packet Pg. 704 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) KarlovichWayne Digitally signed by KarlovichWayne Date: 2020.08.04 10:19:34 -04'00' 21 16.E.2.b Packet Pg. 705 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 22 16.E.2.b Packet Pg. 706 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 23 16.E.2.b Packet Pg. 707 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 24 16.E.2.b Packet Pg. 708 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 25 16.E.2.b Packet Pg. 709 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 26 16.E.2.b Packet Pg. 710 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.04.20 09:14:12 -04'00' 27 516.E.2.b Packet Pg. 711 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 28 16.E.2.b Packet Pg. 712 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) SchneebergerSara Digitally signed by SchneebergerSara Date: 2021.04.20 09:16:16 -04'00' 29 616.E.2.b Packet Pg. 713 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 30 16.E.2.b Packet Pg. 714 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) 31 16.E.2.b Packet Pg. 715 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) this exhibit is not applicable EXHIBIT F CHANGE ORDER Contract Modification Work Order Modification Contract #: Change #: Purchase Order #: Project #: Contractor/Firm Name: Project Name: Project Manager Name: r: Department: Original Contract/Work Order Amount $ 19,665,469.00 12/10/19, 11.D Original BCC Approval Date; Agenda Item # Current BCC Approved Amount $ 20,815,186.68 11/10/20,16E6 Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount $ 20,815,186.68 6/7/2022 SAP Contract Expiration Date (Master) Dollar Amount of this Change $0.00 5.85% Total Change from Original Amount Revised Contract/Work Order Total $ 20,815,186.68 0.00% Change from Current BCC Approved Amount Cumulative Changes $ 1,149,717.68 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. “The above costs are all related to the Collier County Sports Complex project. All cost break downs, fee break outs, and detailed back up are included with the AR documents within this change order package. Notwithstanding anything to the contrary above, Construction Manager does not release and expressly reserves the right to pursue claims for time extensions and additional compensation that arise out of or result from the COVID-19 outbreak and the responses to this outbreak including implementation of any instructions, restrictions, and/or requirements by any federal, state, or local governmental or public health entity resulting from this outbreak and which claims may include, but are not limited to, additional time and costs due to labor or material shortages, quarantines, and implantation of other safety and health protocols.” 1)This change order is requesting a time extension for 90 days due to design changes and material delivery delays. Final completion will be met on July 30, 2021. 2) These changes were not included in the original contract because design revisions with the HVAC system and concession in the Stadium and material delivery schedule delays have extended the completion date. 3) If this change order is not processed the most efficient HVAC system and concession will not be installed at the Stadium and final completion with close out documents will not be met. Prepared by: ________________________________________________________________________ Date: ________________ (Margaret A. Bishop, PE, Facilities Management Division) Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this accepta nce. 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: ________________ (Manhattan Construction Florida, Inc.) 50156 17-7198 1B.8 4500185615 Manhattan Construction Florida Inc. Phase 1B Collier County Sports Complex Facilites Management Margaret Bishop 1-6-2020 90 1-5-2021 5-1-2021 7-30-2021          32 716.E.2.b Packet Pg. 716 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Approved by: _________________________________________________________________________ Date: ________________ (Davidson Engineering) Approved by: _________________________________________________________________________ Date: ________________ (Damon Grant, Division Director) Approved by: _________________________________________________________________________ Date: ________________ (Procurement Professional)           33 16.E.2.b Packet Pg. 717 Attachment: 0511 Change Order Backup - FY21 (15696 : Procurement Services administrative reports) Item Page #Contract or Purchase OrderDate Description of Project Vendor Name Division ‐ DirectorFiscal Impact for Additional ServicesOutstanding Invoices Description1119-7527 45002007344/12/2021SCRWTP Lightning Protection, Bonding, Grounding, and Surge Suppression Phase IISimmonds Electrical of Naples, Inc.PUEPMD - Tom Chmelik $1,118.11 $3,250.63Division staff did not complete a change order for the required additional work prior to the expiration of the project.2417-7227 45001865124/19/2021Remove and Replace Bldg G RoofTarget Roofing & Sheet Metal, Inc.Facilities Management - Damon Grant $0.00 $6,127.50 Division staff did not complete the final payment checklist required per the contract.3814-6213 45002078824/21/2021Golden Gate Blvd Water ServiceD.N. Higgins, Inc. PUD Water - Beth Johnssen $1,430.00 $12,091.06Division staff did not complete a change order for the required additional work prior to the expiration of the work order.41119-7615 45002002884/23/2021Big Corkscrew Island Regional Park Phase IAstra Construction Services, LLCFacilities Management - Damon Grant $0.00 $804,885.00Division staff did not extend the final completion date for the North Phase and work has been done past that date. Meeting DateTotal number of After the Fact MemosFiscal Impact for Additional ServicesOutstanding Invoices5/11/2021 4 $2,548.11 $826,354.1916.E.2.cPacket Pg. 718Attachment: 0511 After the Fact Report - FY21 (15696 : 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 Alicia Abbott Engineering & Project Management Tom Chmelik Simmonds Electrical of Naples, Inc. $1,118.11 19-7527 4500200734 ✔ This after the fact request is needed to request approval for payment to Simmonds Electrical, for work completed under Work Directive # 4. The contractor submitted an estimated cost for the work. Since this was a purchase order driven contract, a purchase order modification was requested and approved by Procurement, and the purchase order was increased. The contractor completed the work before the purchase order expired. It was not realized, until after the purchase order expired, that this contract required a formal change order for the increased amount. Staff requests payment of $1,118.11 for the work completed, and as defined and directed by staff in work directive #4, for the SCRWTP Lightning Protection Phase 2 project. Staff will ensure, for future projects, that a change order is issued for additional work performed under contract 19-7527, prior to the purchase order expiration date. Alicia Abbott abbott_a Digitally signed by abbott_a Date: 2021.04.08 14:03:34 -04'00' Tom Chmelik ChmelikTom Digitally signed by ChmelikTom Date: 2021.04.12 15:54:31 -04'00' 1 116.E.2.d Packet Pg. 719 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) 2 16.E.2.d Packet Pg. 720 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) 316.E.2.dPacket Pg. 721Attachment: 0511 After the Fact Backup - FY21 (15696 : 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 Margaret Bishop Facilities Management Damon Grant Target Roofing & Sheet Metal, Inc. $6,127.50 17-7227 4500186512 ✔ Target Roofing was awarded contract 17-7227 to remove and replace the Collier County Building G Roof. The work was completed on July 24, 2018, but the final payment check list was never submitted to receive the remaining retainage. The original Project Manager is no longer with the County and the Design Professional is no longer able to sign off on the required final documents. This is a request to allow payment to Target Roofing more than six months after the project was completed and requesting permission to release the remaining $6,127.50 retainage without the contract exhibit documentation, approvals, etc. as required per the contract. The Public Utilities Department has a close out process in place to ensure that all close out documents are received before the project is closed. All project managers have been instructed to follow the procedures to prevent this from reoccurring. Margaret Bishop BishopMargaret Digitally signed by BishopMargaret Date: 2021.04.19 07:58:26 -04'00' Damon Grant GrantDamon Digitally signed by GrantDamon Date: 2021.04.19 09:45:14 -04'00' 4 216.E.2.d Packet Pg. 722 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) INVOICE #6120 Invoice Date – 0/2/2021 To: Collier County Purchasing 3327 Tamiami Trail East Naples, FL 34112 Remit Payment to:Target Roofing and Sheet Metal Inc. 1841 Ortiz Ave Fort Myers, FL 33905 admin@targetroofers.com www.targetroofers.com CCC# 1330834 JOB SITE: Collier County "G", 3327 Tamiami Trail E Naples, FL WORK PERFORMED: Retainage ITEM TYPE DESCRIPTION QTY UNIT COST TOTAL COST Other Retainage 1.0 $ $ STATEMENT BALANCE $ TOTAL BALANCE $,1.0 Balance Due Upon Receipt Credit Card Fees do apply at the following rates: 1. Visa, MasterCard & Discover 3.99 % 2. American Express 3.99 % Thank you for your business! 5 16.E.2.d Packet Pg. 723 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer Owner’s Project Manager’s Name: Bid No. Project No. County’s Division Name Purchase Order No. Submitted by Contractor Representative: Name Application Date: Contractor’s Name & Address: Payment Application No. Original Contract Time:Original Contract Price:$ Revised Contract Time:Total Change Orders to Date: $ Revised Contract Amount:$ Total Value of Work Completed & Stored to Date: $ Retainage @10% through [Insert Date] ______ $ Retainage @ 10% through [Insert date] ______ $ Retainage @ _____% after [Insert date] ______ $ Less Retainage $ Total Earned Less Retainage $ Less previous payment(s) Percent Work Completed to Date: % AMOUNT DUE THIS APPLICATION: $ Percent Contract Time Completed to Date: % Liquidated Damages to Be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR’S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through _____ inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor’s Name Contractor’s Signature:Date: Type Title:Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Design Professional’s Name: Signature:Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by: Owner’s Project Manager Name: Signature:Date:     'LGQRWXVH'1(    'DWH   GrantD amon Digitally signed by GrantDamon Date: 2021.04.19 09:48:42 -04'00' 6 16.E.2.d Packet Pg. 724 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) EXHIBIT D (Continued)SCHEDULE OF VALUESProject Name: Remove and Replace Collier County Building G RoofProject Number: 17-7227Date: 0..2021Period To: ITEMDESCRIPTIONSCHEDULED STORED TOTAL PERCENT BALANCE 10% __% TOTALNUMBERVALUEMATERIALS COMPLETED COMPLETE TO FINISH RETAINAGE RETAINAGE RETAINAGETHIS & STORED(reduced rate)WITHHELDTHRU DATE SINCE DATEPERIODTO DATEDemolition - Main Roof26,000.00$ 26,000.00$ -$ -$ -$ 26,000.00$ 100.0% -$ 2,600.00$ 0.00 2,600.00$ Roofing - Flat Roof40,000.00$ 40,000.00$ -$ -$ -$ 40,000.00$ 100.0% -$ 4,000.00$ 0.00 4,000.00$ Metal Flashing - Flat Roof5,000.00$ 5,000.00$ -$ -$ -$ 5,000.00$ 100.0% -$ 500.00$ 0.00 500.00$ Gutters and Downspouts20,427.00$ 20,427.00$ -$ -$ -$ 20,427.00$ 100.0% -$ 2,042.70$ 0.00 2,042.70$ Painting - Touch Up1,000.00$ 1,000.00$ -$ -$ -$ 1,000.00$ 100.0% -$ 100.00$ 0.00 100.00$ Aluminum Ladder8,879.00$ 8,879.00$ -$ -$ -$ 8,879.00$ 100.0% -$ 887.90$ 0.00 887.90$ Lightning Protection-$ -$ -$ -$ -$ -$ 100.0% -$ -$ 0.00 -$ DNE Wood Blocking; Lightweight Repair 15,000.00$ -$ -$ -$ -$ -$ 0.0% -$ -$ 0.00 -$ 116,306.00$ 101,306.00$ -$ -$ -$ 101,306.00$ 100.0%0.00 10,130.60 0.00 10,130.60what has happened since the change in retainage.into play. If this happens, all information up to the date of the % change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column. This states WORK COMPLETEDPREVIOUS APPLICATIONSTOTALS* Explanation for the two columns under Previous Applications: The Thru Date is where you will place all information until the contract is complete unless a release or reduction of retainage issue comes716.E.2.dPacket Pg. 725Attachment: 0511 After the Fact Backup - FY21 (15696 : 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 D.N. Higgins $1,430.00 14-6213 4500207882 ✔ D.N. Higgins was provided a work order to complete a service under Golden Gate Blvd. After the work order was issued, it was determined that a survey was required. However, a change order to add the additional work was not complete prior to the expiration of the work order. Requesting approval to pay the final invoice #5013 in the amount of $12,091.06. Project dates will be monitored closely to ensure that change orders are completed in a timely manner. Pamela Libby libby_p Digitally signed by libby_p Date: 2021.04.21 09:44:15 -04'00' Beth Johnssen Beth Johnssen Digitally signed by Beth Johnssen Date: 2021.04.21 09:51:39 -04'00' 8 316.E.2.d Packet Pg. 726 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) 916.E.2.dPacket Pg. 727Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) 1016.E.2.dPacket Pg. 728Attachment: 0511 After the Fact Backup - FY21 (15696 : 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 Ayoub Al-bahou, PE Facilities Management Damon Grant Astra $804,885.00 19-7615 4500200288 ✔ Background: Astra Construction is currently working towards completion of the North scope of work for the Big Corkscrew Island Regional Park Phase 1 project but did not meet the substantial nor final completion dates of the North. The contractor is now susceptible to liquidated damages per Section 5 of the contract. However, as required by Part A of this section, the contractor continues to work past the originally required date to provide a complete/usable park until accepted by the County. Pay Application 17 for the work completed (2/26/2021-3/31/2021) on the North scope has been verified/approved by the County's 3rd party Construction Engineering Inspection (CEI) consultant, the Engineer-of-Record and the County's Project Management team. Staff asks the Board to approve Astra Construction's Pay Application 17 for services received from 2/26/2021 - 3/31/2021 for the North scope of work in the amount of $804,885 because the contractor has passed the required North final completion date of 2/25/2021 and further requests that the Board provide authorization for staff to review and approve subsequent future pay applications for the North scope through completion of the project utilizing the typical approval process. Pay Application 17 includes work completed in the South Scope of the project which has been approved and is not affected by this action. The contractor failed to meet the required substantial and final completion dates and is now susceptible to liquidated damages per the contract. Project Management will continue to evaluate any claims for time from contractors and issue change orders for additional time when the claims are legitimate . When they are not, contractors who exceed the expected timelines will be susceptible to liquidated damages. The Facilities Management Division will follow process to issue a change order to extend final completion date. Ayoub Al-bahou, PE Al-bahouAyoub Digitally signed by Al- bahouAyoub Date: 2021.04.23 11:03:38 -04'00' Damon Grant GrantDamon Digitally signed by GrantDamon Date: 2021.04.23 12:00:05 -04'00' 11 416.E.2.d Packet Pg. 729 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) 12 16.E.2.d Packet Pg. 730 Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) 2/26/211316.E.2.dPacket Pg. 731Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) /PSUI8PSL0OMZ 1416.E.2.dPacket Pg. 732Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) CONTINUATION SHEETAIA DOCUMENT G703AIA DOCUMENT G702, APPLICATION AND CERTIFICATE FOR PAYMENT, containingAPPLICATION NUMBER: 17Contractor's signed certification is attached.APPLICATION DATE: 3/31/2021In tabulations below, amounts are stated to the nearest dollar.PERIOD TO: 3/31/2021Use Column I on Contracts where variable retainage for line items may apply.ARCHITECT PROJECT NO: 19-7615ABCDEFGHIITEMSCHEDULED WORK COMPLETEDMATERIALS TOTAL% BALANCE RETAINAGENO.VALUE FROM PREVIOUS THIS PERIOD PRESENTLY COMPLETED (G/C) TO FINISHAPPLICATIONSTOREDAND STORED(C-G)(D+E)(NOT IN D OR E) TO DATEDESCRIPTION OF WORKt^(D+E+F)37/$1'6&$3,1*ϴϬϬϯϵ͘ϰ͘ϭ$820,776.00 $157,000.00 $95,000.00 $0.00 $252,000.00 31% $568,776.00 $25,200.0038,55,*$7,21ϴϬϬϯϵ͘ϰ͘ϭ$679,950.00 $407,200.00 $0.00 $0.00 $407,200.00 60% $272,750.00 $40,720.00396,7()851,6+,1*6ϴϬϬϯϵ͘ϰ͘ϭ͘Ϯ$273,136.00 $0.00 $0.00 $81,934.00 $81,934.00 30% $191,202.00 $8,193.40406,7(6,*1$*(ϴϬϬϯϵ͘ϰ͘ϭ$163,991.00 $0.00 $0.00 $0.00$0.00 0% $163,991.00 $0.0041/,*+71,1*:$51,1*6<67(0ϴϬϬϯϵ͘ϰ͘ϭ͘ϭ$131,871.00 $0.00 $0.00 $0.00$0.00 0% $131,871.00 $0.00426,7((/(&75,&$/ϴϬϬϯϵ͘ϰ͘ϭ$659,353.00 $659,353.00 $0.00 $0.00 $659,353.00 100%$0.00 $65,935.30436,7(/,*+7,1*632576),(/'/,*+7,1*ϴϬϬϯϵ͘ϰ͘ϭ$461,547.00 $380,547.00 $30,000.00$0.00 $410,547.00 89%$51,000.00 $41,054.70446,7(/,*+7,1*3$5.,1*/27/,*+7,1*ϴϬϬϯϵ͘ϰ͘ϭ$395,612.00 $395,612.00 $0.00$0.00 $395,612.00 100%$0.00 $39,561.20456,7(/,*+7,1*52$':$</,*+7,1*ϴϬϬϯϵ͘ϰ͘ϭ$197,806.00 $197,806.00 $0.00$0.00 $197,806.00 100%$0.00 $19,780.60466,7(/,*+7,1*3$7+:$</,*+7,1*ϴϬϬϯϵ͘ϰ͘ϭ$197,806.00 $197,806.00 $0.00$0.00 $197,806.00 100%$0.00 $19,780.6047%XLOGLQJ&RPPXQLW\&HQWHUϴϬϬϯϵ͘ϰ͘Ϯ$3,921,804.00 $385,145.00 $101,515.00 $715,298.44 $1,201,958.44 31% $2,719,845.56 $120,195.8448%XLOGLQJ&RPPXQLW\&HQWHU'LYLVLRQ)XUQLVKLQJVϴϬϬϯϵ͘ϰ͘Ϯ͘ϭ$174,009.00 $15,000.00 $0.00$0.00 $15,000.00 9%$159,009.00 $1,500.0049%XLOGLQJ0DLQWHQDQFH%XLOGLQJϴϬϬϯϵ͘ϰ͘ϯ$1,039,678.00 $100,338.00 $10,000.00 $78,361.08 $188,699.08 18% $850,978.92 $18,869.9150%XLOGLQJ0DLQWHQDQFH%XLOGLQJ'LYLVLRQ)XUQLVKLQJVϴϬϬϯϵ͘ϰ͘ϯ͘ϭ$61,039.00$0.00 $0.00$0.00$0.00 0%$61,039.00$0.0051%XLOGLQJ6RXWK&RQFHVVLRQVϴϬϬϯϵ͘ϰ͘ϰ$880,596.00 $148,310.00 $20,250.00 $71,642.00 $240,202.00 27% $640,394.00 $24,020.2052%XLOGLQJ6RXWK&RQFHVVLRQV'LYLVLRQ)XUQLVKLQJVϴϬϬϯϵ͘ϰ͘ϰ͘ϭ$54,664.00$0.00 $0.00$0.00$0.00 0%$54,664.00$0.0053%XLOGLQJ7\SH3LFQLF3DYLOLRQV6RXWK&RQWUDFϴϬϬϯϵ͘ϰ͘ϱ$288,016.00 $163,500.00 $57,016.00 $15,000.00 $235,516.00 82%$52,500.00 $23,551.6054%XLOGLQJ$TXDWLF&HQWHUϴϬϬϯϵ͘ϰ͘ϲ$1,919,888.00 $272,761.00 $173,300.00 $94,961.60 $541,022.60 28% $1,378,865.40 $54,102.2655%XLOGLQJ$TXDWLF&HQWHU'LYLVLRQ)XUQLVKLQJVϴϬϬϯϵ͘ϰ͘ϲ͘ϭ$61,039.00$6,000.00 $0.00$0.00 $6,000.00 10%$55,039.00 $600.0056%XLOGLQJ3RRO(TXLSPHQW%XLOGLQJϴϬϬϯϵ͘ϰ͘ϳ$1,021,483.00 $54,239.00 $51,192.00 $46,850.00 $152,281.00 15% $869,202.00 $15,228.1057%XLOGLQJ3RRO3DYLOLRQϴϬϬϯϵ͘ϰ͘ϴ$181,163.00 $61,520.00 $54,101.00 $2,509.00 $118,130.00 65%$63,033.00 $11,813.00583RRO6KDGH6DLOVϴϬϬϯϵ͘ϰ͘ϵ$196,166.00 $40,000.00 $0.00 $102,613.50 $142,613.50 73%$53,552.50 $14,261.35593OD\JURXQGϴϬϬϯϵ͘ϰ͘ϭϬ$1,156,994.00 $1,156,994.00 $0.00$0.00 $1,156,994.00 100%$0.00 $115,699.4060/$3322/ϴϬϬϯϵ͘ϰ͘ϭϭ͘ϭ$1,202,120.00 $864,917.52 $0.00 $11,974.17 $876,891.69 73% $325,228.31 $87,689.1761)$0,/<322/ϴϬϬϯϵ͘ϰ͘ϭϭ͘Ϯ$690,493.00 $482,275.11 $70,000.00 $6,000.00 $558,275.11 81% $132,217.89 $55,827.5162.,'',(322/ϴϬϬϯϵ͘ϰ͘ϭϭ͘ϯ$115,035.00 $79,847.23 $11,000.00$0.00 $90,847.23 79%$24,187.77 $9,084.7263:$7(56/,'()($785(ϴϬϬϯϵ͘ϰ͘ϭϭ͘ϰ$1,097,567.00 $175,531.42 $120,907.42 $61,912.10 $358,350.94 33% $739,216.06 $35,835.0964322/3,3,1*$1'(48,30(17ϴϬϬϯϵ͘ϰ͘ϭϭ͘ϱ$1,341,495.00 $633,886.82 $0.00 $157,645.44 $791,532.26 59% $549,962.74 $79,153.2365322/'(&.ϴϬϬϯϵ͘ϰ͘ϭϭ͘ϭ$414,441.00$0.00 $0.00 $81,063.71 $81,063.71 20% $333,377.29 $8,106.37667(11,6&28576ϴϬϬϯϵ͘ϰ͘ϭϮ͘ϭ$139,898.00 $12,000.00 $16,000.00$0.00 $28,000.00 20% $111,898.00 $2,800.00673,&./(%$//&28576ϴϬϬϯϵ͘ϰ͘ϭϮ͘Ϯ$181,083.00 $18,000.00 $22,000.00$0.00 $40,000.00 22% $141,083.00 $4,000.0068%$6.(7%$//&28576ϴϬϬϯϵ͘ϰ͘ϭϮ͘ϯ$108,040.00 $9,000.00 $12,000.00$0.00 $21,000.00 19%$87,040.00 $2,100.0069'80367(50$7(5,$/%,'0$,17(1$1&(<$5'ϴϬϬϯϵ͘ϰ͘ϭϯ$39,921.00 $15,000.00 $0.00$0.00 $15,000.00 38%$24,921.00 $1,500.00700,6&27+(56758&785(6ϴϬϬϯϵ͘ϰ͘ϭϰ$121,263.00 $10,000.00 $0.00$0.00 $10,000.00 8%$111,263.00 $1,000.00712ZQHUV$OORZDQFHϴϬϬϯϵ͘ϰ͘ϭϱ$2,500,000.00$0.00 $0.00$0.00$0.00 0% $2,500,000.00$0.0072$OWHUQDWH&UHGLW1RUWKϴϬϬϯϵ͘ϯ-$219,200.85 -$127,500.00 $0.00$0.00 -$127,500.00 58%-$91,700.85 -$12,750.0073$OWHUQDWH&UHGLW6RXWKϴϬϬϯϵ͘ϰ-$380,799.15 -$221,000.00 $0.00$0.00 -$221,000.00 58% -$159,799.15 -$22,100.00743DJHRI1516.E.2.dPacket Pg. 733Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports) 1616.E.2.dPacket Pg. 734Attachment: 0511 After the Fact Backup - FY21 (15696 : Procurement Services administrative reports)