Loading...
Backup Documents 09/08/2015 Item #16C4 ORIGINAL DOCUMENTS CHECKLIST & ROUTING Skit' TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TC 6tfan; THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGN1- i v><cr 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 41 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 /4 r/ 4. BCC Office Board of County ► Commissioners /�5-, Io\(,o\Lc 5. Minutes and Records Clerk of Court's Office 10(05 r�s :2�1�, PRIMARY CONTACT INFORMATION t 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 Staff `,pp// Phone Number Contact/ Department Debt �"/�Ci is -� 2.f Z -L Z f¢/ Agenda Date Item wasAgenda Item Number it a _4 Approved by the BCC ?/B / 1-- YYY f ype of Document Number of Original Attached Ge,' f1 ,4Aa L Documents Attached 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. (Ini'al) Applicable) I. Does the document require the chairman's original signature? cr G� d. al 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 ill 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 i/J/) ,n signature and initials are required. L(/ t� 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 N/A is not during the meeting have been incorporated in the attached document. The County ,d3' an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the /A is not BCC,all changes directed by the BCC have been made,and the document is ready for e option for Chairman's signature. is 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 1 6 C 4 WORK ORDER/PURCHASE ORDER Contract 14-6213 "Annual Underground Utility Contractors" Contract Expiration Date: July 7, 2016 This Work Order is for professional utility contracting services for work known as: Project Name: Pump Replacement Isle of Capri Water Pump Station Project No: 71067.8.2 The work is specified in the proposal dated July 16, 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: Douglas N. Higgins, 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 365 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 $592,900.00 NLS Task II $ 80,000.00 TM TOTAL FEE $672,900.00 PREPARED BY: 4' om Sive �, PE Senior Project Manager, PPMD Date Page 1 of 3� 16C4 /- APPROVED BY: C—(� / 7/2 8/' 1 Oscar Martinez, P. ., PMD Pfpal Project Manager Date Xi / // / 13`1/vAPPROVED BY: Pam L ,Distribution : '::er Date APPROVED BY: —11-5/1/ Steve Messner,W• -r dor Da APPROVED BY: ' ' i / T f',' Tom C j , P.E,P t D Director Date / g/6 APPROVED BY: 4`0A i /5 Swain Ala• - Pur asing Procurement Strategist ate APPROVED BY: ��• �. ,r, r/d7fr Joe Bell.1,Uti tti-. Operations Support Director Date APPROVED BY: f . ----2fl//t /cr George Yilmaz, Public Utilities Administrator D e 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 0 16C4 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, Clerk of Courts COLLIER COUNTY, FLORIDA i.,��^ it BY: LL— iiAlara By: / Tim Nance, Chairman Dated: 6 ; v (SEAL) Attest as to Chairman's Douglas N. Higgins, Inc. signature only. 194444-A--ei :Mob. First Witness Signature CI'✓vka,e_- L&4tuTType/p 'nt signature and titleT 7,47/ s TType/print witness name Second Witness TType/print witness nameT .p ov-d as . o and Legality: 'A L__ ounty Attorney bt - F P Print Name Page 3 of 3 1 6 C 4 HOLE MONTES ENGINEERS•PLANNERS•SURVEYORS 950 Encore Way•Naples,Florida 34110•Phone 239.254.2000•Fax:239.2542099 July 20, 2015 Tom Sivert, P.E., Senior Project Manager Collier County Public Utilities 3339 Tamiami Trail East Suite 303 Naples FL 34112 RE: EVALUATION OF QUOTATIONS ISLE OF CAPRI WATER PUMP STATION PUMP REPLACEMENT HM File No. 2015.031 Dear Tom, We have reviewed the three quotes received by the County for the Isle of Capri Water Pump Station Pump Replacement for County Quote No. 14-6213-37. The bidders and their quoted price are identified below as provided by the County Purchasing Department. The apparent low quote is from D.N. Higgins, Inc. in the amount of$672,900.00. Bidder Bid 1 D.N. Higgins, Inc. $672,900.00 2 Quality Enterprises $698,872.85 3 Mitchell & Stark Const. Co. Inc. $949,845.00 D.N. Higgins, Inc. has successfully completed other construction projects in Collier County and has completed other pump station projects. The engineer's estimate is $631,000.00. Therefore, we recommend award of this construction contract to D.N. Higgins, Inc. in the amount of $672,900.00 subject to a final review by the Purchasing Department of the quotation documents. Please contact us if there are any questions about this quote evaluation. Thank you, Hi E MON ES, IN Jk r 1 'aricska, Ph.D., P.E., B.C.E.E. Environmental Engineering Manager/Associate JRT:dlh H:\2015\2015031\EN\C Correspondence\C 1 Client Corrspondence\20150720 TS Award Letter JRT.doc l � 4 1 c C , an CU u > v C L °� ra a) -a ,� O O LY -0 -0 2 o N +f6+ U .c a) Ln (10 5. W r-I (13 � rV E .O H WI r+ O D Q 0 + O 0 + N s u .1-I f+ C a) E a) V raa a) cc cc N _oc E Om .i 0. • I aU I 1 I 14.. I I 4.4Zr. GJ I • o C H I ...+ I I I r N I I M 1 iiLao N I 0 t0 Cr 11 Cr L r -= t V aJ +, w 0 Cao 3 W Cf 111.1111.11 O O O 0 0 0 0 0 0 0 0 oOOOOOOOOOt/? OOO O O OO O O O 001 co co Lr M N e-1 ei V} V). V} V? L? V? V? V? V} V} 1 6 C <4 0 8 2 I. c $ oin o = 0 7 tn � 6 6 0.1 L. / co k 00 - 2J ■ ■ \ q @ cNi id e6 \ co L b co ttO CD fD a o 8 o � k a) 17- to c / N. (nz /k § '1 ol 2 2 el n q 5 a — G 2 Z. E e ƒ < To' a p �� ■_ Q 41 J ) m 2 I- ct. k w « 0 oa Ce W 0 c I 1 0 a z o D 0 z a. � I J 0 § o $ k Ce f 2 ° 2777k 0 LU < ' j § / $ / I- ...1 I kq E / $ / \ a 0 a 0- o 2 2 / § f 0. Ce a k \/{ 0 0 a § ERa » G 7 $ 7 § o � ) � f ) �£ a . - a. c , $ « E2 ) E 4::,§ Sb / ± g i % Q = moo _ , § O - R f b a k § O � /\ ) $ / k o o § § 0 \ SO ; \ Sa. � _ ; � £ � . 22 ) c k � $ f 2 - 0 \ 7 § 7 '\ %J ogg = a / ) « ) q / 2 55 Z3 = f £ 7 = ed92 § 2 o ) { Ti 2 ) c - ° \ 2 t w ° ; / S # 0c ƒ / a $ [ @o - g § C QQ { ) / \ / \ m 2 o_ ka _ao w ¥ 7 ; IS ■ ; )) - ® § [2 o £