Loading...
Backup Documents 05/24/2016 Item #16C2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 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#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 2. 3. County Attorney Office County Attorney Office 'SC" Not-\ ‘,NA51 Z: \. ... 4. BCC Office Board of County -1C-.)7. Commissioners �7S/ 5.\z4Ak6 5. Minutes and Records Clerk of Court's Office Sl a-th 3;2-1 144/1 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 2.361 - 2tJ2_1-1 Z(b Contact/ Department U nom` �` `-�� !^6 Agenda Date Item was 5 /Z / / 1 6 /. Agenda Item Number t 6P C2. I A / 755" ,/ Approved by the BCC `1 ✓✓✓✓ i4Y V Type of Document1 Number of Original Attached war X60 Documents Attached t A. et s C14 e} PO number or account number if document is qA 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? .iD 2. Does the document need to be sent to another agency for additional signatures? If yes, 11/ 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 �''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 �3 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. .J 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 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. 44 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 ,S/24 Nand all changes made duringNSgQi the meeting have been incorporated in the attached document. The County j3 as sl q Attorney's Office has reviewed the changes, if applicable. tAillN +, 9. hiitials of attorney verifying that the attached document is the version approved by the NISIo p BCC, all changes directed by the BCC have been made,and the document is ready for % 4 13pTt5} ,for Chairman's signature. i is lint;. '‘.---?\ --01C31.7a.,—..S ---01/41 ,\ Q-)(Q.S..,c) .,,.& ,..5::;• ..1K.(- \dr , C4Az v 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 1602 MEMORANDUM Date: May 25, 2016 To: Diana Dueri, Project Manager Public Utilities Engineering Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #14-6213: Work Order w/Quality Enterprises USA, Inc. For "Lely Barefoot Fire Hydrants Replacement" Project #70023.6 Attached for your records is a copy of the document(s) referenced above, (Item #16C2) approved by the Board of County Commissioners on Tuesday, May 24, 2016. The original(s) will be kept in the Board's Minutes & Records Department for the Board's Official Record. If you have any questions, please call me at 252-8411. Thank you. 1 6 02 MEMORANDUM Date: May 25, 2016 To: Diana De Leon, Contracts Technician Purchasing & General Services Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Worker Order for Contract #14-6213 "Lely Barefoot Fire Hydrants Replacement" Contractor: Quality Enterprises USA, Inc. Attached is a copy of the document referenced above, (Item #16C2) approved by the Board of County Commissioners on Tuesday, May 24, 2016. The second original has been held by the Minutes and Records Department as part of the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment � v n... „ WORK ORDER/PURCHASE ORDER Contract 14-6213/``Annual Contract for Underground Utilities and General Contractors" Contract Expiration Date: July 7, 206 This Work Order is for professional water main replacement construction services for work known as: Project Name: Lely Barefoot Fire Hydrants Replacement Project No: 70023.6/ The work is specified in the proposal dated March 23, 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: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Remove and Replace 61 Fire Hydrants and Gate Valves Assemblies * Task II Construction 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# 14-6213Jwill 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 refererced above, the County will compensate the Firm in accordance with following methodV): NNegotiated Lump Sum (NLS) (Lump Sum Plus Reimbursable Costs (LS+RC) FITime & Material (T&M) (established hourly rate— Schedule A) ❑ Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $320,020.03 NLS '/ Task II $ 50,000.00 T&M TOTAL FEE $370,020.03 CI v / PREPARED BY: i 1 ! 5 ( 2.o rG Diana C. Dueri, Project Manager Date APPROVED BY: �� �� _, 4/6A 6- Oscar Oscar P. Martin- , P.E., Pf`• l Project Manager Date APPROVED BY: -111 /___.TOm CChmelik, P.E., PPMD Director ate (94\1 it Page 1 of 3 1 1 6 0 2 ' s /�� APPROVED BY: ,a‘ !' q / Pamela Libby, Distributionger Date APPROVED BY: l kfly_ S eve ess er, Water Director D e 411 _ / .�� APPROVED BY: ,,.`., �.� d/06 Jo ft ello e, Operations Support Director Date APPROVED BY: �---+4,---- ? 4..------2 1/x/1` George Yilmaz, Department Head 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. 4/6/16 Na'm anTitle o Authorized Company Officer Date How d J. Murrell, President (Remainder of page intentionally left blank) Page 2 of 3 16C2 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 B kBy: 67 4 Donna Fi la, Chairman Dated: S1 C 1 k, 'Attest asio C irman's (SEAL) ;ia iattikonly Quality Enterprises USA, Inc. gut irk (si By: la/ First Witness ig►Cture Matthew Casey Howard J. Murrell, President Print (/// 1-1_-- Type/Print Signature and Title )f( Second Witness Marcie Cohen Print s ro ed s to ; ► and Legality: 4 c• R. Teach, Deputy ty Attorney A Page 3 of 3 1602 Collier County Solicitation:Lely Barefoot Fire Hydrants Replacement Bid Opening Date BASE BID:Includes all items deseibed in the Scope of Work as shown on the attached Invitation to Bid(ITB) .**..Please fill in:. :it Price highlighted in Yellow***** :' M t hell A St kC t action 1' E t B LSA In D glas\N k ,Inc H kiosl u Com pa n.,Inc. I Remove and Replace Fire Hydrant and Gate Valve 61 EACH $ 5,24G23 $320,020.03 S 6,472.00 $394,792.00 $ 5,200.00 $500,200.00 - - Assemblies(Labor Only) ALLOWANCE FUND'This fund may be used only at OWNER'S direction to accomplish work due to unforeseen conditions.Inclusion of the Allowance Fund as part of the 2 Contract Price is not a guarantee that the Contractor will be I Time&Material $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 - - paid any portion of the full amount of the Allowance fond. Any payment from allowance must he Time and Mateeol Basis TOTAL PRICE FOR ITEMS $370,020.03 $414,792.00 $$50,200.00 Incorrect Bid Were there any Contractors that did not submit a quote? I.Kyle Consruction 2.Southwest Utility Opened By;Swaineon Hall,Procurement Strategist Witnessed By;Matthew Catne,Procurement Strategist i 1 6C --)c..., Co fler 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: March 3, 2016 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6597, Fax Number swainsonhall(a)colliergov.net To: Potential Quoters Subject: RFQ 14-6213-60 Fire Hydrants for Lely Barefoot As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Wednesday, March 23,2016 at 3:00 PM Q&A Deadline: Monday, March 21, 2016 at 5:00 PM Non-Mandatory Thursday, March 10, 2016 at 10:30 AM Pre-Quote Meeting Procurement Services Conference Room A Number of Days to Final Completion: 180 days to substantial +30 days final =210 days total Scope Provided Yes Plans and.Specs: Specs Liquidated Damages: None Payment & Performance Bonds If over$200,000.00 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 4 ..-7)“) 239-435-7202 Tele ,, : ir tuber/Fax Number Si n. r- Pres'ient Title Howard J. Murrell 3/23/16 j Print Name Date C: Diana Dueri/Project Manager 1 ii RFQ 14-6213-60