Loading...
Backup Documents 10/27/2015 Item #16C2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP C TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16 2THE 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 thanNlonday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#I 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 5fr7 id/2-e21,_5 4. BCC Office Board of County b Commissioners 4 lam/ A2.5\ 5. Minutes and Records Clerk of Court's Office 71Y\ to(79(t5 q!294 PRIMARY CONTACT INFORMATION 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 Phone Number Contact/ Department iN\--\C,1/4 � .'4. 2-31-25 Agenda Date Item was Agenda Item Number Approved by the BCC I 0!)\ate, t S 1(2.c. 2 Type of Document Number of Original Attached WG(tA. 00( N(' 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. (Initjal) -Apppllicable) I. Does the document require the chairman's original signature? < 3� CU__ `�IIJ�. K 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 cfr 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 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 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 N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the an option for Chairman's signature. this line. l: 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 16Cp MEMORANDUM Date: October 29, 2014 To: Alicia Abbott, Project Manager Collier County Public Utilities From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #14-6213 w/Quality Enterprises USA, Inc. Attached for your record is a copy of the document referenced above, (Item #16C2), approved by the Board of County Commissioners on October 27, 2015. The original document will be held in the Minutes & Records Department in the Board's Official Records. If you have any questions, please call me at 252-8411. Thank you. Attachment 16 (32 WORK OR/DER/PURCHASE ORDER ,/ Contract 14-6213 "Underground Utility Contra ting" Contract Expiration Date: July 7, 2016 This Work Order is for professional Underground Utility Contracting services for work known as: Project Name: SCRWTP Lime Slaker Replacement and Modifications ✓ Project No: 71065.17.1/ The work is specified in the proposal dated September 18, 2015 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above and Request for Quotation # 14-6213-434 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 request for quote (RFQ 14-6213-43R), and as listed on the attached quote form. Task II: Allowance. Schedule of Work: Complete work within 180 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 # 14-6213-43R/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 referencd above, the County will compensate the Firm in accordance with following metod(s): ®Negotiated Lump Sum (NLS) I '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 $ 414,800.00 NLS'/ h Task II $ 35,000.00 T&M \� TOTAL FEE $ 449,800.00 NLS & T&M \rye PREPARED BY: ()/• .- ta. \(9.0\S Alicia Abbott, Project Manager Date Plannin Project Management Department APPROVED BY: " , • ?/2 1/7A7-- Oscar 7A/' Oscar Martinez, P.E., Prroject Manager Date Planning& Project Man.: ment Department Page 1 of 3 16 02 APPROVED BY: A R. -.y Lew'., SCR TP Manager .te q APPROVED BY: ` I iJ Steve ess- - ,0 a er Director Date APPROVED BY: a .4110. Torn Chmelik, P.E., Director ate Planning& Project Management Department APPROVED BY: /, J.= Be !r •, Ut. 'tie Operations Support Director Date APPROVED BY: ,.. .3 nso-Hall, Procurement Strategist Da e APPROVED BY: George Yilmaz, Public Utilities Administrator Da 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: Name of Firm q1._ Name & Title of Authorized Officer Date ! ti AZ-1 ao zL✓T \ (Remainder of page intentionally left blank) Page 2 of 3 1. 6 0 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, Clerk of Courts COLLIER COUNTY, FLORIDA l ems' ,. Tim Nance, Chairman Dated: l D (2 "-- ( kt.VS to Clialmian's �tnt? .lrar� n� Name of Firm (0A,.Z�1� CNr,-t rr� O 4 5 �:,,c 9 4, ... By: irst Witnes: ure A 1.. - _ _ r TType/print signature and titleT Type/print witness nameT Second Witness TType/print witness nameT ire ed as rm nd Legality: . # ..,e0.7._/1" • County Attorney K s4 2 /;R Gt-, Print Name `‘ \P Page 3 of 3 C Cot, 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 8, 2015 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number swainsonhallCa7colliergov.net To: Potential Proppsers Subject: RFQ 14-6213-43R,3- SCRWTP Lime Slaker Replacement As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 9/18/2015 Q&A Deadline: 5:00 PM 9/16/2015 Non-Mandatory 11:00 AM 9/14/2015 Pre-Quote Meeting SCRWTP- 3851 City Gate Drive, Naples, FL 34117 _ Number of Days to Final Completion: 150 Substantial + 30 Final = 180 Total Scope Provided Yes Plans and Specs: Yes Estimated Value $600,000.00 Liquidated Damages: $1,072.00 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 239-435-7200 239-435-7202 Telep s,),e 1.0-rrr FF"aNumber Sig&to Vice President Title Louis J. Gaudio 9/18/15 Print Name Date C:Alicia Abbott/Project Manager 1 RFQ 14-6213-43R 16 C2 PROJECT NAME:SCRWTP LIME SLAKER(LS-2 WEST)REPLACEMENT AND LIME SLAKER(15-1 EAST)MODIFICATIONS PROJECT MANAGER:ALICIA ABBOTT DEPARTMENT: PUPPMD SCRWTP Lime Slaker Replacement and Modifications COLLIER COUNTY QUOTE NO. QUOTATION OPENING DATE: ITEM NO (DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL BASE BID(and ALTERNATE BID): Includes all items described in the attached General Information, Technical Specifications,and the Construction Drawings with no substitutions or limitations. 1 General Conditions,Mobilization,Demobilization(15%maximum Items 2-11) 1 Lump Sum $32,850.00 $32,850.00 / Furnish 304 Stainless Steel Lime Slaker,L5-2 West(includes all lime slaker equipment 2 costs through lime slaker supplier,e.g.lime slaker,associated pipe,valves,and 1 Lump Sum $261,000.00 $261,000.00 appurtenances control panel,and manufacturer's submittals and startup services). Install 304 Stainless Steel Lime Slaker(or 316 SST if Bid Alternate is selected by County), L5-2 West(includes all labor,equipment,tools to install lime slaker,additional piping, 3 1 Lump Sum $25,500.00 $25,500.00 V valves,and appurtenances to connect new unit,demolition of the existing unit,all coatings,labels,startup services,and all other services required for a working system). 4 Non Metallic Pipe Supports(floor) 10 Each $335.00 $3,350.00 V 5 Non Metallic Pipe Supports(wall) 10 Each $300.00 $3,000.00 v 6 Non Metallic Pipe Hanger(Transverse) 10 Each $500.00 $5,000.00 7 Non Metallic Pipe Hanger(Lateral) 10 Each $500.00 $5,000.00 ,/ 8 Non Metallic Pipe Hanger(vertical style) 40 Each $320.00 $12,800.00 Electrical Improvements(exluding material costs of lime slaker LS-2 West control panel, 9 1 Lump Sum $37,600.00 $37,600.00 which is included in Item No.2) V 10 HMI/Instrumentation 1 Lump Sum $21,100.00 $21,100.00 V ALLOWANCE FUND: This fund may be used only at OWNER'S direction to accomplish 11 work due to unforeseen conditions. Inclusion of the Allowance Fund as part of the $35,000✓ Contract Price is not a guarantee that the Contractor will be paid any portion of the full amount of the Allowance fund. TOTAL BASE BID PRICE(Includes Items 1-11)1 I $442,200.00 Furnish 316 Stainless Steel Lime Slaker,L5-2 West(includes all lime slaker equipment 2A costs through lime slaker supplier,e.g.lime slaker,associated pipe,valves,and 1 Lump Sum $268,600.00 $268,600.00 yet appurtenances control panel,and manufacturer's submittals and startup services). TOTAL ALTERNATE BID PRICE(Includes Items 1,2A,3-11) $449,800.00 / Determination of the low Bidder shall be based on one of the following calculations: Y a.Total Base Bid Price. b.Total Alternate Bid Price. It is the County's sole discretion to determine which calculation method is used to constitute as the low bid. 1C2.? 10 0 E 8 8 8 88888 8 8 8 8 s og 8 o e v8 u8o 0 0 00 0 0 'Eo. ti n e 'vi CO r, m p., a+ u, mo ` N N N N N N N N , N V N N C s P, d 8 8 8 00000 8 8 8 .a a o 8 0 00000 a O O 8 8 0 5), 8 8 8 8 1,- .0 8 O O O N O O O O 0 Z 9 N tZ N m n O n vi p N N N � N N N N N N .S/� 8 8 8 88888 8 8 o o8 $ r/ o 0 8 0 0 0 o m ro o o -§ 00 •00 /c< a N N N N _ 0 N N 0 N N n N N N N N N N N N N Z° . —7 ! m O ° 8 8 8 0U O O 8 O O O O O 8 p 8 0 8 8 8 8 8 8 O 8 0 0 N N N N p, N m N N N N N in N N N N \ \\\\1 s\ o \� 8 0 8 88888 8 8 a o 0 o d d a 0 8 o 0 0 S 2 N O N _ 8 0 0 0 _ oo m O H ry N a �0 1�ryp 8 N N N ..0,—..,-,—.N N N N h U U d . 7 8. O N O£ • pzV 8 O 8 O O p 8 8 __ d N 8 p 'A O NN sF NmN m a E Z N VN N N N 8 dpN N N N N ,,, 0 9 0 0 m N 8 m N V a N E E E E E E ,y E ,n m m� L H N N N L L VI a VI m V z a a a a a E a ry m 3¢ O E E EL.) w w . w E E °1 w r°-o v 3 3 3 3 7 N q .6 �. ,, 0 0 0 0 0 .i N ,, ~ m a V 0 3 Z I- o U Z V y a 0 _ L O_ Q = v V 0 p C d V V a O O a+ O Q ~ ° C d e —>- _ w m , E m 3 Lilj ¢ E °' o c m a a , O E d Q O c E N ar t� .a.�.. o E v 1- a� w O `o_ 'a a s 8 8 8 v = a o U 0 — ' m « w D• t U c .� w y 10 m y v d w o .-°' v m $ q m« N G $ o w 0 0 — . E E ' w 'w . E N i w m '-- E > v 7 w o E ,, u Z c Y N m x V v a o ,7 p 'c% x _a N y ' y .E- a 0 _a N z r « E -ta a Q 0 « - H Z c % a s ¢ w 9 N ' v C -0 E 3 3 E 3 .2. -2 t ' 'eo Ii- 2 « C A p m = = 0 3 6 _ m j Ba ad+ o LJ c — N , c o o o m ,. o .0 ,,10, u q a - `0 0 � .- e � t','„' >a — v n E v, g w 2 3 N " H w ° E 8 8 0 ,z, 3 3 m a 31 ,t c AJ o " m .x 8 p U Q 8 w o o t.' Y p h E . 2 v 3 0 „ E o° > w w "o t�° J E c °' w o p _ E y d 3 E S-38 Ev > 'o mc 1. A :0-9 E 8 — E 0 `� w G '" 0 3 0 0r -ON 9 • « E y v i. o ai g r5 0 0w N m . yaro ? ae ,,, .0 om 0 ' 0U w a% p 0 Oo 3 E kil ry a2222 ,= = '70 - . C 0 a Nxxx E . p -o ` E § mur al N .. 2 0 v3 @c 'J.,' r. s fwmpae Oo mq Kc _ vs0z 2Q _ ._ � _ ° - uaa °' 7 _ =¢ a w z ~a c Am ra V j E �= p z vi — m Z .0 . .a ._ .0 a 2o qc O Q 0 sa Ec z ,F3 m E n a YmNy ij ¢ a O 7 n mE8 ` a $ Smmfmm _ Q o y x aa0 z D.Nw 0z j m y m o my 'aa2 g 2 g = 3 $ .� ¢ Q ¢ w u ¢ v ° ` S a r ooo ` o u = ~ ` c u O t7 wo m zzzzzW3x ¢ an ¢ 223 3o3aQmg Z a « zi' Z O p O 10 �n o o > - N m .y _w m o �n �0 n m o+ 9 O O a J O w h 7 a a o O 8 I-