Loading...
Backup Documents 09/08/2015 Item #16C2 c 2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP! 6 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 documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must he 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#I 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 S k ..-c \(11- / \OkbVS 4. BCC Office Board of County '1 Commissioners \f7� ickio\ 5. Minutes and Records Clerk of Court's Office 1111 k°[005. r is 21 PRIMARY CONTACT INFORMATION `F Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary StaffD �j Phone Number Contact/ Department S ev / ioetA erf..J 2-Z—6 27 Agenda Date Item was / Agenda Item Number Approved by the BCC ` 48///S V lG e " 2 Type of Document Number of Original Attached GC©Ltc &,rSci- Documents Attached -3 PO number or account Qv‹.-\.L.• .J\ 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. (Inst 1) Applicable) I. Does the document require the chairman's original signature? S 2. Does the document need to be sent to another agency for additional signatures? f yes, (/J provide the Contact Information (Name; Agency; Address; Phone)on an attached sheet. Q�/� 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 /J�j by the Office of the County Attorney. !(// 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Af/,/ 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 ,/���s signature and initials are required. 1011-e 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 aware of your deadlines! 8. The document was approved by the BCC on (enter date)and all changes made AA N/A is not during the meeting have been incorporated in the attached document. The County .4/,(J an option for Attorney's Office has reviewed the changes,if applicable. 7,) this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for th PIO an option for Chairman's signature. this line. I: 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 16C 2 WORK ORDER/PURCHASE ORDER Contract 14-6213-36 "Annual Underground Utility Contractors" Contract Expiration Date: July 7, 2016 This Work Order is for utility contractor services for work known as: Project Name: NRO Well Meter Replacement Project No: 70085.16.1 The work is specified in the proposal dated July 7, 2015 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: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Perform all work as described in the RFQ and as listed on the quote form * Task II Allowance Schedule of Work: Complete work within 210 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 # 14-6213 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) n Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task I $300,248.15 NLS Task II $ 25000.00 TM TOTAL FEE $325,248.15 , Prepared by: WA§ ,,, -7 i -rt, PE Senior Project Manager, PPMD Date Page 1 of 3 16C 2 -_, APPROVED BY: f "1" . 77/,(//V— Oscar Martinez, P. ., PMD ' . i.oa 'roject Manager Date APPROVED BY: (Pcir1,7 ' ; —71/72 Pam Libb , Distribution / . ._er Date APPROVED BY: !,,Uki(-• ) Ai. ?)/ 71.s Steve Messner, -tee Di ector D e APPROVED BY: , A./) 7 �1SJ'1� Tom C ,P.E �' ''MD Director Date APPROVED BY: ir l q i 0 Zit Swai 1, •urchasing Procurement Strategist Dale 1111111111! APPROVED BY: ' '/ "' ' 47/.5 Joe Belie,U'ilit' -s Operations Support Director Date APPROVED BY:�--- ? 2 144,/, George Yilmaz, Public Utilities Administrator 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. (Remainder of page intentionally left blank) Page 2 of 3 16C 2 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. ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock, auk of Courts COLLIER COUNTY, FLORIDA ,t1.mss, By. 1:10 �A - By. / el rc� .. Tim Nance, Chairman Dated: yLi' ..° k _ ) (SEAL Mast to Chairman's Quality Enterprises USA Inc. ii9Nata thy, / ( By: / First Witness Signature L ;Lcwss J 6"ivoc.o , ✓ Tom. -7- /5.'/i ill NW(e, £l6'(?1s TType/print signature and fillet TTy l e/print witness name r , /4 / econd it, :ss ,4.c�s ,o J . ?iii( TType/print witness name r d o Fo and Legality: 11 � `� County Attorney cpustait y scAit i2,—retiti___ Print Name Page 3 of 3 0 16C Z Schlumberger Water Services USA Inc. Scblumberger 1567 Hayley Lane,Suite 202 Fort Myers,FL 33907 Phone 1 239 4816494 Water SeniCOS Fax 1 2399 481 6393 July 9, 2015 Mr. Tom Sivert, P.E. Senior Project Manager Public Utilities Planning &Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Re: RFQ 15-14-6213-36 NRO wellfield flow meter replacements—Letter of Recommendation for Award Dear Mr. Sivert: The bids due on July 7, 2015 for the above referenced project were reviewed by Schlumberger Water Services USA Inc. (SWS). Each of the three responsive bidders appears to be qualified and properly equipped to complete the proposed meter replacements. The low bid of approximately$325,248 was received from Quality Enterprises USA Inc. The bid tabulation provided by Quality Enterprises was reviewed by SWS and found to be accurate.The next lowest bid was received from Douglas N, Higgins, Inc. Their bid total was$439,390 or approximately$114,142 higher than the low bid. Quality Enterprises is the apparent low bidder for the project. It is recommended that Quality Enterprises be awarded the project based on their previous experience with the County, their pre-approved contractor status, and by virtue of the fact they are the low bidder on the project. Please let us know if you have any questions or comments. Very truly yours, ' m. Sco�nahan P.E. Operations Manager 1 6C 2 N - O O O O O O O O O O O O0n00000000O 0 $1 .J O O O O 0 OOO , , O O t o a N1 1 V1 V' N N Vco. to .-m N . N ,0V N rn• }: ?BA O O O O O O O O ^,; -* O WOOOOOWO.0 O Co CO t ' NHm Tr N m M m N 4 I z," O OOi coI C O O O O O O O O rOO O O O O O O O O Oy,„ o0 OOO ,0 0 0 enf' ; ai ryia o i v ti o Nv vo v a N io N N ry N N N Lr 1 N in N N N in N N) N N V) 1" O O O O O O O O O OZ ' O O O O O O O O O O� a m N CO N O N m H~: ' NNR O V N NO V) V) V) V) to V) N V) V) N ,?5O) CO Co O N O O CO O O O CO N to V d' N 0 O O O V1 O r7 CO .... Co o CON tO O O N N N Co OO N- QCON CO m CO N O, WN N m co vi vOQi H -1 v m o n .N-i N oON N. N Mw .$ 0 . VN) VoF to V) VT V) V) N V) V1) V) U)i 1I,g 0) N N O N O O CO O OVN Co •yCO COV i vO O O N N mN io fe N - 0) '-i rTN of •j N N N, : ' ! E! uunmEww C .. 7 N V V N N N N N N 'O. u 2,-Ty.iP& 30 m �w_ °i'd C N ° 1,2 wv E8 .C) -j @3 .0 - OwY n C y a .F., fO v,-" .v u o a *':_„•'' I Rn 'D 't N - N '� C VrN VH NN a CW ,11,t 1 O ` E a 8 o A E r u N x A E 0 '. r c u c , c o E s n w w A i. r m u '^ N ,27 N C% m N Z c -o Z'' 1O c Y > v a z 3 O 3 a O.. m m w 2 o z c m ° w F-'.. Y _ w m O m p Q c .a c rcT. 2 c v ON oa 4C H w ° o 0n ° C °5 C) a ' NaM ON ._ • 5 OOwn c n•c Nv t70 ct «.SE m c3 a g E o: E w a o c ` 7 v111 na2 CO •E ; vw ° EY vi NN =v u NOE E> C '° o v, + r C dW o0 nq u C O t Gl mW C c t0 c "° o m x Ou o v '02 . v 1 c . E . 'w uyZ ° cs6u c Ac ' as Ems . o ° i ° Q oo ° ° m v ` c ,, Wo '±-j = c cu2C-O 3 c LL . a. E `o_ °.-. N ' ,0 Y 0 w O E c m w cc -° h c V w C o c =*: IE oc = = Cn° CC '5 K -'6, 72- C uo 0 on 3 , mCO �n tox E -oE_N= iTn00 N vT�of m ` 0 .- 'oV>I c • z, " - vH = CO m 2 ° H OW CC)., ooLL5 j O aa', a N u V ' '3 2N0 a um0. Q ''C' E oz Q -0 a` Y c . c'� —c c 0 3'. = E u N a NyyY ° 2Cy .--1 N m N PN = N m w 3 0 16C 2 _ " 01 - > C C i C i m m O -a ,+„ O O (9 LY '6 iJ O N 2 - d a v 73 o ' C C WD O H W N r-i > 4., NO . W , [0 +' , 1+ L C Y D Q 0 + O 0 + N 0 OU C CU E a) U _co O. , a) CC i CD m C./ v CU I tto1 te OC I I Z I I cu o' tp I ao M I a° v M N I I a`, c0 I I w V I I II 76 a I I cf LL Ce S. 0 H •6.N eti • C a a) O "' W O O O O O O t� O 0 0 0 0 0 o O 0 O O O VI. t/} t/} t/} t/} t/} 1 6 C 2 0) 00 00 O N O O 00 O O O L 1- tD ct N- Ln O O O v) O c-r -J WlD N d O h: v) ,-iv) N O 00 Q 00 00 00 v) v) O N N 1- LC) O d' < <-1 <-1 M v) N- cn 00 N M 00 O N O ,-i M O N ri N- 00 Ln v) H c-i dr v) .--i N ,--1 -1 c-1 N N rl Cr) t/} t/} t ). •1 y/} t!? t/} t/} t/} to v5- L N- LLD N d - - � O � O I J (...) lD lD v) 01 0) 1- v) O v) N ' oo O W Oi COi co m co H r-i 0i .--i ).4 N Di ri r-1 N <--1 Z D N VI I— E E E E E E U F- w H co t -c - -= cn cn cn cn cn 0 Z Q cu0 ruo a a a a a CC Lu Q E L W W L E E E E E I V gym H Q lJ J J _J J J J <-1Ja cn Lu 2 cc L ce H H H , c-1 ct ct <-I N ,--1 <-1 , 0 n w v O cc LL +� a) = a - 4-n c = -C Q 00 L - I— vvc co c M CO - CO 3 . 00 0 0 N C +-, r_ CO •l6 u t C N L a) -o co u RS v) • O a O Oc u a -O O Y l0 Q) Cl) i � C co a co c Z c0 a L E a `o a) v C CE 0 c 0) 0 a) a) +� L L -0 COc r-I-I > 0 m Eco v'�i •3 '� o a) N c a U c Cl) o E cc a w f° Q ca N co N -0 Q = z 0 = ECC L" _C L U y u a--+ COc 7.-:z .� •E •> a) < z 3 a, n 0 - " a) co p CC 0 ° < c O ou L CO u °A on oA cn � I— v 0 c}L- _, a 4- aa)) a) .L U) w a) Z C c c m o o a E 0 0 c n O 0 a 0 -0 •N 0 a N O +, c CO c0 O L L C vOi Cl) c cCL L L a) •L • a) ro L O ._ V h 0 CO E c -0 o -a Cl) cn ON ,-, Cl) a) a ' z E v o ccc E 0 co > ro 0 E C a O ul V o L T Cl) CO C +-' 0 cc c v, g N L.L. N 4- a) a� L O v co c y- 4, .c o E .0 a) cc a, 0 v 3 v) o c v rcsL -O 'a J +� ro 73 LL c �t v +-„ co •E o Uc0 c c cc c • c C CO >� X y v- O v- -1 CQ -co •- v- c CO •c .E ro •C E -o C O I a 0 - c c COu CU _ _ CC u a) C o a) c 0 EO > in Ou Z m) 'u6 ~ 0 co co 0 17 c a a < v .0 a` ,_ 0 L7 o a O o CO O c _o co z 0 Cl) 0 v O — a Q CO o r1 n a, t -, 4- v) Q c u C u ^ c 3 3 c u L = .0) a) `n c 0 c co cc _ CO `c 0 C C co Cl) - = L O u C C O o C cd .CC C on t C O L z, +� +' o?S 0 c„6 .0 0 O +-) O N c u O O z a) O — N N C co c f CO T E a c TCO - MI c ,n o -0 '0 C CO C c co c a , > a, a m a .F 2O 0 i + Oc c 0 o L L I. a 0 +' 0. 0. C cn J C ci .- a ci .- 'a cn Z aL .� cn E cn U CC Q 3 U co U C N Z 2 m X ' N m •t• v) lD N 00 cn O c-1 L L L Q C 00 CO 1 6 C 2 Project Manager: Tom Sivert Quality Enterprise $325,248.15 BCC DATE: _ 9/8/2015 NRO Well Meter Replacement WBS: 70085.16.1 Reviewer Notes OK Kelly Arnold Approvers Notes OK Pam Libby - Distribution Manager Steve Messner - Water Director Joe Bellone, Finance Director George Yilmaz, PhD, Administrator Swainson Hall, Procurement Specialist