Loading...
Backup Documents 04/26/2016 Item #16C 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 c 1 A TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO j. 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#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.� Curk 'Pct PP Irl i t (Z...5 2. 3. County Attorney Office County Attorney Office 9 ti 4 �� 4. BCC Office Board of County 1 b o`(� Commissioners CA•i/S1 AZG,��b 5. Minutes and Records Clerk of Court's Office i Aj +kat c cs 3*.qOPIL 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 � )rtyPhone Number 2 5 2 ^4 2 Contact/ Department c N Qiek J-Q� 23 Agenda Date Item was Agenda Item Number �� Approved by the BCC Ae('i Z Type of Document Number of Original Attached O('iVI a WC < 0Ida- Documents Attached ICC) PO number or account number if document is to be recorded /dL_ 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? J3 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 o_D 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 ID time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on y- t. 40 and all changes made during N/A is pit the meeting have been incorporated in the attached document. The County 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 apt option for Chairman's signature. his.1u e•, 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 16 C 1 WORK ORDER/PURCHASE ORDER Contract 14-6213 `Annual Contract for Underground Utilities and General Contractors" Contract Expiration Date: July 7, 20'16 This Work Order is for professional water main replacement construction services for work known as: Project Name: Backflow Retro-fit Change Out—Phase 1/ Project No: 70019.8 / The work is specified in the proposal dated February 8, 2016 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: Haskins, Inc. Scope of Work: As detailed in the attached proposal and the following: 1/ * Task I Water Main Replacement Construction Services * Task II Water Main Replacement Construction Allowance Schedule of Work: Complete work within 12Q 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 # 14-6244 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): ®Unit Price (Lump Sum Plus Reimbursable Costs (LS+RC) NTime & Material (T&M) (established hourly rate — Schedule A) ❑Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $205,595.00 Unit Prie'e Task II $ 50,000.00 T&NV TOTAL FEE $255,595.00 ✓ PREPARED BY: ,/ 3((5 (2.0 lG Diana C. Dueri, Project Manager Date APPROVED BY: Al'` 3//v7/4, Oscar P. Martinez, ' in. pal Project Manager Date APPROVED BY: it3. is. I Tom . elik, PPMD Director Date4-0 `�` 3\ Page 1 of 3 16C1 APPROVED BYE >> / ? = c- 3/516 < Jesse Komorny, Meter Manger , Date APPROVED BY: i eve essn , Water Director D to APPROVED BY: � 3/45� Joe/ello'e, "4 perations Support Director Date APPROVED BY: - 7 -3/4A) George Yilmaz, Department 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: Haskins, Inc. q11111P- 3ale, 4 Name and Title of Authorized Company Officer Date (Remainder of page intentionally left blank) Vv Page 2 of 3 16 C I. 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. Bro&l ,: k of Courts COLLIER COUNTY, FLORIDA 4. / By. tik,... AIRY l - B A ,--/—/e�. y' `r y' Donna Fula, Chairman Dated: 'l t .2- I.A !' Attest( !airman's signature only. Haskisn, Inc. By: W //i F itness Signature 4opi J%Phet Sen EitAkiI o1171 Print Type/Print Signature and Title �L Second Witness Print Ap ove as to Form a d Legality: t /Ps 4-4-et.--- Scott R. Teach, Deputy County Attorney Page 3 of 3 16C 1 County sniinistratrve Servic s Department irernent Services D,V S on REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: January 28, 2016 From: Diana De Leon, CPPB, Contracts Technician 239-252-8375, Telephone Number 239-252-6597, Fax Number dianadeleon(a colliergov.net To: Potential Quoters Subject: RFQ 14-6213-57"Backflow Retro-fit Change Out— Phase 1" As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Monday, February 8, Q&A Deadline: Thursday, February 4, _it 5: Non-Mandatory Wednesday, February 3, 2016 at 10:00 AM Pre-Quote Meeting Procurement Services Division, Conference Room A Number of Days to Final Completion: 120 days total Scope Provided Yes Plans and Specs: No Liquidated Damages: None Payment& Performance Bonds None 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. Haskins Inc. Firm's Complete Legal Name 239-947-1846/ 239-947-3857 Telephone NumberFax Sig re • Estimator Title Ryan MacPhee Print Name Date C: Diana Dueri/ Project Manager 1 RFQ 14-6213-57 1 6 C 1 .i. .N 000 O o r -• — ok M O O `r krk n O O K O MO v) O ,O O M E 6kn 49 69 4s 600 h CoCan V J O o G O _ W a a - 0 0 0 0 Ems.' 'O0 vol ' 0 r o cn t� O E `° M o— = o . b09 69 69 6R 69 f 00 OO O O `rL." U O O O O o ` Z 41 .-. Vi 00 O m = 7 - v10- 0 0 - O O.)CA = O VI el Q 69 69 b4 b4 hl A. 1, co ob+ a O O O O 00 co O F 'O N ON O O VI N V O n ut 69 O� tkp 4469 4n a z A el 4 O O U o 0 0 0 0 E ' Q c a `&-. r N O Ca Fly (V N M o 14 H O • 69 69 69 69 6R cg -• t=o F U U U U v O W WW W H R r� as a NMo o © rl 00 N - ,. 00 O N d 6' 00 h ❑ G N �' 0+ g tC 04 O 4 .F3 to N O ° -N 'a, E V] • O 4+ NtC w N U N ti ."O. .O � c� 0 o y 7 O 00 v E NCN of .= -4., ° ' to o PYN a. N E 4 c4 n, a - C M vU g 0.' C • .0 4" ° 0 p N o ' 0 3 a g a wb W b 7 . . UF Q Uq ❑ O " E YTc g OWC N ,E ca W .4r '0 W .� 4a aaN W C w U O ° O >''C a g C O U Oy '� n � U 4 oU � ❑ ❑ E g .5• • N• • '0 y O 0 q0 Ow P — O o o o . 0“..) o O ° s c g - 3 yoa0 030 0 0 o2g _ :, w ' a2 e n t . wis AC 11 C 3 0 4J o � :- Z ,. 16 C ± WORK ORDER/PURCHASE ORDER Contract 14-6213 "Annual Contract for Underground Utilities and General Contractors" Contract Expiration Date: July 7, 2016 This Work Order is for professional water main replacement construction services for work known as: Project Name: Backflow Retro-fit Change Out—Phase 1/ Project No: 70019.8 ,/ The work is specified in the proposal dated February 8, 2(116 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: Haskins, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Water Main Replacement Construction Services * Task II Water Main Replacement Construction Allowance Schedule of Work: Complete work within 120II 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 # 14-6214 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): NUnit Price ❑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 $205,595.00 Unit Price Task II $ 50,000.00 T&IN.0 TOTAL FEE $255,595.00 ✓ PREPARED BY: 31(5 I/2.0 i6 Diana C. Dueri,Project Manager Date APPROVED BY: 60,-) - ~l y 3/7,2, Oscar P. Martinez, ' 'n•'pa1 Project Manager Date ' APPROVED BY: Tom elik,PPMD Director Date � 7761-13 Page 1 of 3 Ob 16C 1 APPROVED BY: /�. Jesse\Komorny, Meter Manager I Date APPROVED BY: / ,�.. ��,� ✓l.._ 2-j)1571 Steve +essn; Water Director Date ' APPROVED BY: Joe f ello e, Aerations Support Director Date APPROVED BY: ,i I;ve.. George Yilmaz,Department 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: Haskins, Inc. //Y 3 h6dee Name and Title of Authorized Company Officer Date (Remainder of page intentionally left blank) / Jig Page 2 of 3 (670 16 C 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 By: By: Donna Fiala, Chairman Dated: (SEAL) Haskisn, Inc. A ,r;;;/7 9 ;' / First Witness Signature +yQri itacKna Ben E1Lk/ l Print Type/Print Signature and Title Second Witness Print A. .ro e too Fo / Legality: Ott R. Teach, Deputy County Attorney Page 3 of 3 16 - , . REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities&General Contractors" Date: January 28, 2016 From: Diana De Leon, CPPB, Contracts Technician 239-252-8375, Telephone Number 239-252-6597, Fax Number dianadeleon( c_olliergov.net To: Potential Quoters Subject: RFQ 14-6213-57"Backflow Retro-fit Change Out—Phase 1" As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project, RFQ Due Date: Q&A Deadline: Pre-Quote Meeting Number of Days to Final Completion: Scope Provided Plans and Specs: Liquidated Damages: Payment& Performance Bonds 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. Haskins Inc. Firm's Complete Legal Name 239-947-1846/239-947-3857 Telephone Number/Fa/x?N ber Sig re Estimator Title Ryan MacPhee Print Name Date C: Diana Dueri/ Project Manager 1 RFQ 1.1-6213-57 16 C 1 ., o n o 0 00 0 0 7 n P 0. Q h 0 ,O O ui M 664 64 644 VI t I.....' U o 0 a ya rn 0,0 0 T P. v c a 8 0 a a a 0 -: 0- e P 64 n a 8 8 8 8 0 • 0 0tri o � o 00 64 6A 44 69 an 0 8 0 8 o z 0 a o o ,..4 .y Q+ 7 7 , i0 00 V 60 O U • Q 44 4, 44 4, 4, 4 a 88 .: a . 8 8 8 8 O 0vi V 40 8 N 8 bD of bn ~ 44 b z 0 U r t 8 8 8 8 8 '' A a • Ri r N § r.., 4 0 4, 4,• F H UC 4. U 0 V Cr) 6 w w , co a ti . - N W N �' 'O h g pp V a _ m N N _ a _ w �, a c 7 4 _ En' ,T, R m 3 8 o ; R m @ 0 v z m a , 8 s VI= a T 0 y o a O si E. v U r3 o 3 e u v v 1`o ❑ Y ' c z c` �y �O[ /�O[1 y L a 8 ,Q ` .O y p W U o o - A U �C Yn m 3 _ q 'v 0 n - a U o o F^ 0O 0 U !' .. Q 0 - ... 3' W ai c, to a 0 w � 0 Co 6. v . U .5 ,4 0� ' v ft 0 G t C C �° o a .o 0 3zH °� o � < 3 03 .8 -s B O 0 w o n 9. o 0 H .: .4 2 _I J v LY. H3 g 47. 'L g O E. Y `o O 3 z 4' X - C 0 v, W z < , 4