Loading...
Backup Documents 10/27/2015 Item #16C1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 C 1 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 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 41 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??'205 4. BCC Office Board of County Commissioners \// kckackVC 5. Minutes and Records Clerk of Co 's Office 0 ,erre rArn e&e&fui - fi (o(2I(15 q Y CO PRIMARNTACT IN�rVIATION 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 Primary Staff �` n£ Phone Number Contactt// Department CEJie n r a� ,q502- 5a— V0233 Agenda Date Item was ate., 477�/S Agenda Item Number Approved by the BCC (/ `7*02& UDC__A— V Type of Document Nock__arie tom" Number of Original Attached 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. (Initial) Applicable) 1. Does the document require the chairman's original signature?cr `moi, c .6 freh'" c C 2. Does the document need to be sent to another agency for additional signatur ? If yes, "/'/t 4 provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. ,Y 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 /�Q�' by the Office of the County Attorney. `"'������ 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Ala) Office and all other parties except the BCC Chairman and the Clerk to the Board "f 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/41 document or the final negotiated contract date whichever is applicable. ��l 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's �yy� signature and initials are required. (�fj 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. 0,1- Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aw ire of your deadlines! 8. The document was approved by the BCC on/ t nter date)and all changes made during the meeting have been incorporated id the attached document. The County ., Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the ? BCC,all changes directed by the BCC have been made, and the document is ready for thi Vj''"0/ Chairman's signature. 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 MEMORANDUM Date: October 29, 2015 To: Corrine Trtan, Project Manager Public Utilities Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #14-6213-45 w/Quality Enterprises USA, Inc. Attached is a scanned copy of the document referenced above, (Item #16C1) approved by the Board of County Commissioners on Tuesday, October 27, 2015. The original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 1 r I / WORK ORDER/PURCHASE ORDER Contract 14-6213-45 "Annual Contract for Underground Utilities 8.� General Contractors" Contract Expiration Date: July 7, 2016 This Work Order is for professional Construction services for work known as: Project Name: Pump Station (PS) 302.09 Improvements Project No: 70046.43.1 1/ The work is specified in the proposal dated September 25, 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 Relocation of Pump Station 302.09 * Task II Mobilization/Demobilization * Task III Owner Directed Allowance / Schedule of Work: Complete work substantially within 70 days and final within 60 days a total of 130 days from the date of the Notice to Proceed which is accompanying this Work Order. The Vendor 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 Vendor 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), (define which method will be used for which tasks) as provided in the attached proposal. Task I $355,000.00 NLS/ Task II $ 17,000.00 NLS' Task III $ 30,000.00 T&M/ �( TOTAL FEE $402,000.00 PREPARED BY: • `05/�/5 Corinne Trtan, Project Manager Date APPROVED BY: iz 5 I) Craig Paj , rind ProjectManager Date Page 1 of 3 1 A r 1 APPROVED BY: d om Chmelik, PPMD Director Date APPROVED Y il "7/5 Beth J hnssen, astewater Director Date (APPROVED BY: �r-- --`-� cf/ 5/rj George Yilmaz, Division 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. ACCEPTED BY: Quality Enterprises USA, Inc. 5_Z --/>— Name & Title of Authorized Officer Date 40 C J. 6R✓o y' vacs` (Remainder of page intentionally left blank) Page 2 of 3 1601 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 v .ler • SBy: i , {Z Tim Nance, Chairman Dated L ( (l S (SEAL) ,est as to Chairman's iinfature only. Quality Enterprises USA, Inc. PI By: First Witnes / Signature ��- ,L.o uz 5 J 6'fl"ac� , V . 4P4 ( H ri e TType/print signature and titleT TType/print witness nameT (Aik::---- in iC,G-4‘41 Secon&Witness (.4ck-k.,n:c, r1, k ok-rd) o✓;u) TType/print witness namet A: prove as t7land Legality: ,i,,,\ ..\ S ;tt R. each, Deputy Attorney Cp)1- gTk . -r,„,b._ Print Name Page 3 of 3 1 6 C 1 Olt County Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: September 16, 2015 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number swainsonhaMcolliergov.net To: Potential Proposers Subject: RFQ 14-6213-45 Pump Station 302.09 As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 9/25/2015 Q&A Deadline: 5:00 PM 9/23/2015 Mandatory 11:00 AM 9/18/2015 Pre-Quote Meeting Procurement Services Department Conference Room Number of Days to Final Completion: 70 Substantial + 60 Final = 130 Total Scope Provided Yes Estimated Value $378,330.00 Liquidated Damages: $1,501.00 per day Payment & Performance Bonds Yes, if project value exceeds $200,000 Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Quality Enterprises USA, Inc. Firm's Complete Legal Name •— — of •— — 202 T Number Number rgmtife Vice President Title Louis J. Gaudio 9/25/15 Print Name Date C: Corinne Trtan/Project Manager 1 RFQ 14-6213-45 I C Bid Form Collier County,Florida PS 302.09 Relocation Collier County PPMD Project#70046.43.1 BID DESCRIPTION ' UNIT QTY UNIT PRICE EXTENSION ITEM . 1 Relocation of Pump Station 302.09 LS 1 $ 355,000.00 $ 355,000.00 Subtotal Bid Item 1 (Base Bid) $ 355,000.00 2 Mobilization/Demobilization(5%Base Bid) LS 1 $ 17,000.00 I $ 17,000.00 Subtotal Bid Items 1 &2 $ 372,000.00 3 Owner Directed Allowance T&M 1 $ 30,000.00 $ 30,000.00 Total Bid Price $ 402,000.00 TOTAL BID PRICE $402,000.00 TOTAL BID PRICE(WRITTEN IN WORDS:) Four Hundred Two Thousand Dollars and Zero Cents THIS BID MADE BY AND ON BEHALF OF: Com an Quality Enterprises USA,Inc. A y: y - Address: 3894 Mannix Drive,Suite 216 Naples,FL 34114-5406 . . (SEAL) Fax#: 239.435-7200 -- LGAUDION'QFUSA.COM Address:Email BY: 3--• Authorized Signature PRINT: Louis J.Gaudio TITLE: Vice President ea 7eY County Email: DianaDeLeon@colliergov.net .. _, . . ..,. Telephone: (239) 252-8935 Administrative Services Department FAX: (239) 252-6597 Procurement Services Division ADDENDUM #1 Date: September 24, 2015 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 — RFQ 14-6213-45 Pump Station 302.09 The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Posting Questions and Answer, Permits, and clarifications from engineer If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Corinne Trtan, Project Manager 1 RFQ 14-6213-45 C 1 CO W N -a m.: .. 3 o 0 Cl) o c cof o 5. a c o o = o ki v F, A A W N -+ j n �' v W M W N a O aT d o " a 3 a S.,' my c) " 3 = Q 'm a m o A v o N m � � � y 3 3 3 3 m g 2 O c p A 0 - 7 'O d m 4 t__ ., O 0 90 N. W fn d :...° 3 y N M CA °o ` p CD O O v ` a' 3 COW 3 p 3 (a m N a O cn 3 » � N. ° N C) N°: a N CO w R y d 1 cD N co z =a 3 A: a o0 m = 0 d CD4 m 0 0. CD a sCD C) 0 H r r C -, (n o c -0C) _... -0 O a N n EA EA EA 0 c a c 0 0- '4— c„. y m O A M -.o �* 0 a _, GJ 0 J 0 01 O J (n : O A o O O O =CA A O O O CDD W O O O ,2 EA EA N'/ .03 69 EA cn o C co b a co co p O CO V CT 01 N CD N -.I C71 (T O O O O O O O O O O O O EA EA EA c) S (D' 90 O Cn O6) A p O O 7C O O O 0 O 0 O O y 1 EA EA EA EA iii co co co co ti co O oO a) soOO O O O O O O O O O O O