Loading...
Backup Documents 09/09/2025 Item #16C 1 16C1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original dr.cuments are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. MI completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW**ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s)(List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office leT 11/9/Q:5 4. BCC Office Board of County Commissioners RS bY J '//' 5. Minutes and Records Clerk of Court's Office ( q/10 jaq PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summa . Primary contact information is neede in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff 7-4,0, cc' 5t i`t(,12-cr 1-1;0.3 Phone Number Contact/ Department 2_,.,r,,„«.,,drile.TOc(liei'a;iuvcp.Je✓ Z3�i- 2`H2 --4 2. j Agenda Date Item was Agenda Item Number Approved by the BCC q q—�Q 2-5 -, t : I6. L I Type of Document ,\ - Number of Original Attached V�L.,' ) G S Documents Attached I PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? 2. Does the document need to be sent to another agency for additional signatures? If yes, provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be a are of your deadlines! 8. The document was approved by the BCC on q 1and all changes made during N/A is not the meeting have been incorporated in the attached document. The County g I h ati option for;' Attorney's Office has reviewed the changes, if applicable. S /� this line] 9. Initials of attorney verifying that the attached document is the version approved by the N/A is nod BCC,all changes directed by the BCC have been made,and the document is ready for the '1 an option foti Chairman's signature. �!`'1 this line! 1:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26,05,Revised 2.24.05;Revised 11/30/12 16C1 WORK ORDER/PURCHASE ORDER Contract 20-7800 "Underground Utility Contractors" Contract Expiration Date: June 21, 2026 This Work Order is for professional underground utility services for work known as: Project Name: PS 309.30 Rehabilitation. Project No: 70240.4.13.1 and 70240.4.13.2 The work is specified in the proposal dated May 27, 2025 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Kyle Construction Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Bid Items 1 through 6, 12 through 25,and 27 through 28-General Pump Station Work—70240.4.13.I * Task II Bid Items 7 through 11, and Bid Item 26 -Demolition Work and Fence/Gate—70240.4.13.2 * Task III Bid Item 29 -Owner's FPL Allowance — 70240.4.13.1 * Task IV Bid Item 30 -Owner's Allowance — 70240.4.13.1 * Task V Bid Item 31 -Owner's Landscape Allowance—70240.4.13.1 Schedule of Work: Complete work within 580 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement#20-7800 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum (NLS) (Lump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate — Schedule A) , Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $ 448,800.00 NLS Task II $ 34,500.00 NLS Task 11I $ 25,000.00 T&M. Task IV $ 73,500.00 T&M Task V $ 15,000.00 T&M TOTAL FEE $ 596,800.00 Page 1 of 3 16C1 Digitally Ngneo by DeltoroZamrte ON E=tamrra.DeltoroGcobercountya.go,CN=0ol10,o7amira, D e I t o ro Z a m i ra OU�6ener.0 OU=PPM Uam Accrntnls OU=PUD Planning enq DC,c t Management,OU=PUD,OU=CNvi9tUn9,DC=ta:c, PREPARED BY: °D-C2025p07 11254 Date'2025.07.01 12 5a:27.0a'GO' Zamira Deltoro, Project Manager Date y,gNy tomtv,h9no KLA 7/1/25 ON E=Sx F,by tyA.u'. FandrichShon Z;r oZa� p„_,„` APPROVED BY: °"" "� ' Da.20vh.el.0 .43 ei.M tHl Shon Fandrich, Supervisor of Project Management Date 0101 ngnnb I,V McleanMaohew DN E=Matthew.MclepnacolhercounN.Mv,GN=nklea.ataewMcLean Matthew =� : M°ya'''' APPROVED BY: Dnta 20)5.02.P?5,0 9 oaeo SSMSar Matthew McLean,EPM Division Director Date Von H o l l e Ro b e rt Digitally signed by VonHolleRobert APPROVED BY: �l IJ Date 2025.07.0914:21:33 04'00' Robert VonHolle, Wastewater Division Director Date Digitally signed by BelloneJoseph BelloneJoseph APPROVED BY: Date:2025.07.09,5:41:oa 04'00' Joseph Bellone, Utilities Finance Division Director Date D e Lo n Jim Digitally signed by DeLonylim APPROVED BY: Y Date:2025.07,10 10:18:23-04'00' Jim DeLony, Public Utilities Department Head Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual,organizational, or otherwise) which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director,in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Kyle C nstr ction Inc. �� I y Abr am, Project Manager Datc (Remainder of page intentionally left blank) Page 2 of 3 16C1 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Work Order on the date and year first written below. AT PEST: BOARD OF COUNTY COMNIISSIONERS Crystal IC-Kirizel,Clerk of Courts COLLIER COUNTY, FLORIDA il ®1I It By: ,.. By: derdspoia- 49u ,Sanan Dated: e , hairm 1V ;116 (L EAL) ,.. Attest as to dhairman's signture only 1 Kyle Construction Inc. s / a By: ist Witness ign c 4 A6Q,�i AM _Aylt A) ream,_ ?r _1�(1>a� sr'- T'Type/print signature and titlee TTyp pri t witness namct cc d Witn 's 40r + btt> Type/print witness namet Ap as to Fcil. and Legality: 6ezi c.tit /( /fe.,,,...,4 l e pi,elif Ass t County Attorney Ste/ L ��� L Print Name Pagc 3 of ,, 16C1 Collier County Public Utilities Engineering & Project Management Date: May 8t", 2025 From: Zamira Deltoro, Project Manager III Zamira.Deltoro(a�colliercountyfl.aov To: Potential Quoters Subject: Request for Quotes — RFQ 20-7800 PS 309.30 Rehabilitation Project: Pump Station 309.30 Rehabilitation RFQ Due Date: Thursday, May 29u', 2025, at 5:00 PM Pre-Quote MeetingJNon-Mandatory N/A Q&A Deadline: Thursday, May 22"d, 2025, at 5:00 PM Number of Days to Final Completion: 550 days to substantial + 30 days final = 580 days Documents Provided: 1. RFQ Cover Letter 2. Bid Schedule 3. Supplemental Specifications 4. Bidding Construction Plans 5. Photos 6. Easement documents. Li•uidated Damages: $256.00 per day Pa ment and Performance Bonds: Required if quote exceeds $200,000 Your quotation response for this project is due electronically to the Email address listed above no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. We look forward to your participation In this request for information/quotation process. Please return the following documents with your quote; • This RFQ Letter signed by an officer of the Firm. • Bid Schedule Form with quote costs. • Any and all Bid Addendums signed by an officer of the Firm, Firm s AQmpiete Legal Name C239) -lay3 -'7os9 (239) 614A- 1-1b19 Telepho ,N mber 1 Fax umber g ure Title Abrakin.m Print Name Date •- 16C1 COLLIER COUNTY PUBIC UTILITIES PUMP STATION 309.30 REHABILITATION CONTRACTOR QUOTATION SECTION 1-GENERAL CONDITIONS MAY 2025 ITEM NO. DESCRIPTION QUANTITY U 1 Moblizat ion/Demobilization(NOT TO EXCEED 1035 810( NIT UNIT PRICE EXTENDED PRICE 2 Maintenance of traffic(Vehkle&Pedestrian) 1 LS $40,000.00 S40,000.00 3 PreeOnstrucUOn Audio/video Recording 1 LS 51,500.00 $1,500.00 4 Survey layout and Record Survey 1 LS $1,500,00 51 SDO t'7(1 5 Stormwater Pollution Plan 1 LS $5,500.00 $5,500.13(1 6 Bypass Pumping During Constn,ction 1 L5 $500,00 $500.00 1 LS $60,000.00 S60,000.00 SECTION 7-DEMOLITION SECTION 1 SUBTOTAL $109,000,00 ITEM NO. DESCRIPTION QUANTITY UNIT UNITPRICE 7 General Site Clearing&Grubbing EXTENDED PRICE fl Wetwell Lid Demolition I LS $1,500.00 $1,500.00 9 Electrical Service/Components Demolition 1 LS $6,o00,00 $1,0W.Uu 10 Wetwell Below Grade Component Demolition 1 l5 ,000.Ix $6,000.00 11 Valve Vault and Piping Demolition 1 LS $1,500.00 $1,500.00 1 LS $4,500,00 $9,500.00 SECTION 3-PUMP STATION SECTION 2-SUBTOTAL $14,500.00 ITEM NO. DESCRIPTION t2 furnish and Install Submersible Pumps QUANTITY UNIT UNIT PRICE EXTENDED PRICE 13 Furnish and Install Discharge Piping and Valves 1 LS 550000.00 $50,000.00 19 Furnish and Install Concrete Wetwell Top Slab with Notch 1 l5 $4S,000.0p 54$,00D,pq l5 Furnish aria install vent/Pump out Piping 1 L6 $S,500.Ho $5,500.00 16 Wetwell Bottom Sepalr I LS $S•(J00. 55,000.00 17 Furnish and Instal Wetwell Liner LS $4,500.00 54,500,00 18 Furnish and Install Concrete Cortroi Panel Pad LS S24,OOD.00 524,0000 19 Furnish and Install Discharge Piping Pad LS $5,000.00 55,000. 20 Connect to ExISting Force Main 1 LS 55,000,00 S5,000.0O 21 Furnish and Install Equipment Mounting Rack(Located by Wetwell) 1 LS S6,500.00 $6,500.00 22 Furnish and Install Electrical Components 1 1S $8,800,00 $8,800.00 23 Furnish and Install Antenna 1 LS 593,000.00 $93,000.00 24 Furnish and Install New Electrical Service to Site — 1 LS 535.000.00 535 0P0 n0 25 Pumpstation Startup and Testing I IS 5 00 $28,500.00 1 L5 $9,500,SfX1 CO $9,500.00 SECTION 4•SITEWORK SECTION 3•SUBTOTAL $325,300,00 ITEM NO, DESCRIPTION 26 Furnish and Install Site fence&Gates -QUANTITY UNIT UNIT PRICE fkTEN0E0 PRICE 27 Furish and Install Concrete Access Drive 1 I S 510$70,000 00 $20.00D.CO 28 Furnish and Install Stone Surface 1 LS $10,000.OE7 S10,OOo,00 I LS $4,500.00 - $4,SOO,DO ALLOWANCES SECTION 4.SUBTOTAL 634,500.00 ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 29 Owner Directed Allowance for FPL Upgrades 30 Owner Directed Allowance for Unforeseen Wn I rk 7�g0 2otS TM/i4.. $25,o0D.00 673,500.00 31 Owner Directed Allowance for landscaping gg 1 TMµF_ $15,000.00 73, 00. 0 I PAPA... $15,000.00 515.000.00� SUBTOTAL $113,500.00 COST SUMMARY SECr:OeI 1-GENERAL CONDITIONS 5109,000.00 SECTION 2-DEMOLITION S19,500.00 SECTION 3•PUMP STATION 5325,300.00 SECTION 4-SUE WORK S34,S00 OD CONSTRUCTION TOTAL 5483,300.00 ALLOWANCES $113,500.00 PROJECT TOTAL $596,800.00 Stall has allocated$113,500.00(S73,500 for Unforeseen Work,$15,000 for Landscaping,&S25,000 for FPL work)In Owner's Allowance for Owner's Use as Directed.This Allowance will be used may at the Owner's direction to accomplish work due to unforeseen conditions and/or us directed by the Owner.Inclusion of the Allowance as part of the Contract Price is eel a guarantee that the Contractor will be paid any portion or the full amount of the Allowance.Expenditures of Owner's Allowance will lee made through Change Order with proper documentation of Tlma and Materials supporting the lhange. NOTE:The scheduled value for mobilization/demobilization shall not exceed 10 portent of the total Old Amount, Kyle. A & ,v -Peter nasxacuirtA- • 11 SO1ZbaS