Loading...
Backup Documents 10/28/2014 Item #16A18 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT T THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIG T 1' i Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarde the ou A rnee nice 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. 2. County Attorney Office County Attorney Office / Pi /�Scott Teach 3. BCC Office Board of County Z `� Commissioners \N/S,1 `c>\moo\\ 4. Minutes and Records Clerk of Court's Office rpm (O( iLI 3=34, 5. Executed COPY only returned to: josephdelate@colliergov.net Joseph F. Delate Transportation Engineering 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 ' Joseph F.Delate Phone Number 252-5821 Contact/ Department Transportation gineering Agenda Date Item was 10-28-2014 Agenda Item Number 16A18 Approved by the BCC Type of Document Work Order Number of Original 1 Attached Documents Attached PO number or account N/A 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? JFD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A 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. JFD 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A 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 N/A 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 JFD signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A 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 10-28-2014and all changes made during JFD the meeting have been incorporated in 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 the h Chairman's signature. jp I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Re ised 2.%'05;Revised 11/30/12 1 6A 1 8 MEMORANDUM Date: October 31, 2014 To: Joseph Delate, Senior Project Manager Transportation Engineering/Construction Mgmt. From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Work Order #14-6213-7 with Douglas N. Higgins for Golden Gate City Stormwater Improvement Project 51029 Attached for your records is a copy of the document referenced above (Item #16A18) approved by the Board of County Commissioners on Tuesday, October 28, 2014. The original document has been held for the Official Record in the Board's Minutes and Records Department. If you have any questions, please feel free to contact me at 252-8406. Thank you. Attachment RFP#14-6213-7 1 6 A 1 8 WORK ORDER/PURCHASE ORDER Contract 14-6213 "Underground Utility Contractors" Contract Expiration Date: July 7, 2016 This Work Order is for General Utility Contracting services for work known as: Project Name: RFQ #14-6213-7 Golden Gate City Stormwater Drainae Improvements In Conjunction With Sidewalk Improvements, 20th CT. SW, 46th TERR. SW&48' ST. SW Project No: 51029.4 The work is specified in the proposal dated September 29, 2014 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, Request for Quotation #14-6213-7 and Addenda 1-4, this Work Order/Purchase Order is assigned to: Douglas N. Higgins, Inc. Scope of Work: As detailed in the attached proposal and the following: * Golden Gate City Stormwater Drainage Improvements In Conjunction With Sidewalk Improvements, 20th CT. SW, 46th TERR. SW & 48t11 ST. SW as described in the plans, bid form, specifications, and Addenda 1- 4 of RFQ #14-6213-7 as provided to all six contractors on annual Contract#14-6213. Schedule of Work: Complete work (Substantial Completion) within 90 days from the date of the Notice to Proceed which is accompanying this Work Order. Complete final completion (Final Completion) within 120 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: Quotation as provided in the attached proposal. TOTAL FEE $ 546,837.00 Page 1 of 3 RFP#14-6213-7 16 n 1 8 PREPARED BY: V(64Ai id�/ /�Delate, Senior Project Manager ate Transportation Engineering Department APPROVED BY: - _ ' - /6/1//(74 Gary Putaansuu, P.E., Principal Project Manager Date .nsp: ration En tin ering De:.rtm- t APPROVED BY: =' P : 2ij' (90 (1r Jay Ahmad, P . ., Director Date Tr. •• atio, •ineering !i apartment ,,I ,o����APPROVED BY: �. ck Casalanguida,Administrator Date /// Growth Management Division 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: Douglas N. Higgins, Inc. /0 — / — / Brandy Bartolone, Wee-President/Regional Manager Date (Remainder of page intentionally left blank) Page 2 of 3 RFP#14-6.213-7 16 A 18 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: 1,,.._'. ` _r►-..._•�AP._, . •� By LIM 110,z . Lk Tom Henning, Ch. man Dated _� (SE esti gOimian'S Name of Firm: Douglas N. Higgins, Inc. signatureOfly. • Ctirna114cekt- - :y: First WitnessSignature ff � V Oro + y-10f , P If a r / TType/stint signature and titleT TType/print ness name Sec',tic' Witness la a rC- Lea it- TType/print witness nameT App : ,-. as to Fd Legality:an 4i INO -- ii- €4 1----- 2rn A �ounty Attorney i- .epw mit 0, /€4 Lt-t Print Name Item# t� �F Agenda tV0_ 4.------- Date Redd k0it)--t' L ifit Page 3 of 3 1 6A 1 8 BID SCHEDULE ,)N) Hiar:asAr.is, rML, RFQ#14-6213-7 GOLDEN GATE CITY STORMWATER DRAINAGE IMPROVEMENTS IN CONJUNCTION WITH SIDEWALK IMPROVEMENTS 20TH COURT SW,46TH TERRACE SW&48TH STREET SW DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 Mobilization/Demobilization 1 LS $50,655.00 $50,655.00 2 Survey Layout/Signed and Sealed Asbuilts 1 LS $14,091.00 $14,091.00 3 Stormwater Pollution Plan 1 LS $1,830.00 $1,830.00 4 Maintenance of Traffic 1 LS $6,442.00 $6,442.00 5 Project Sign 2 EA $563.00 $1,126.00 6 Misc.Storm Structure Demolition 45 EA $232.00 $10,440.00 7 Misc.Culvert Demolition 2800 LF $5.00 $14,000.00 8 Ditch Bottom-C-Box 14 EA $1,255.00 $17,570.00 9 Ditch Bottom-D-Box 8 EA $2,011.00 $16,088.00 10 Ditch Bottom-E-Box 3 EA $2,005.00 $6,015.00 11 Type P Bottom Type C Inlet 8 EA $2,865.00 $22,920.00 12 Type P Bottom Type III Cover 1 EA $2,335.00 $2,335.00 13 15" RCP Culvert 0 LF $0.00 $0.00 14 18" RCP Culvert 312 LF $44.00 $13,728.00 15 24" RCP Culvert 592 LF $54.00 $31,968.00 16 42"RCP Culvert 754 LF $128.00 $96,512.00 17 48"RCP Culvert 43 LF $151.00 $6,493.00 18 12 X 18 ERCP 264 LF $51.00 $13,464.00 19 14 X 23 ERCP 161 LF $54.00 $8,694.00 20 19 X 30 ERCP 211 LF $79.00 $16,669.00 21 24 X 38 ERCP 135 LF $119.00 $16,065.00 22 16"PVC(Dir. Drill) 0 LF $0.00 $0.00 23 Ditch Bottom (Type X) 0 EA $0.00 $0.00 24 MES 48" RCP 1 EA $1,512.00 $1,512.00 25 Pipe Connection Exist. 10 EA $1,403.00 $14,030.00 26 Pavement Removal/Replacement 600 LF $5.00 $3,000.00 27 Sidewalk Removal/Replacement 30 SY $43.00 $1,290.00 28 Driveway Removal/Replacement 420 SY $111.00 $46,620.00 29 Asphalt Overlay 3400 SY $23.00 $78,200.00 30 6" Double Yellow(Temp/Perm) 550 LF $5.00 $2,750.00 31 12"White(Temp/Perm) 125 LF $6.00 $750.00 32 24"White(Temp/Perm) 150 LF $10.00 $1,500.00 33 4"Water Main Deflection 1 EA $1,295.00 $1,295.00 34 6"Water Main Deflection 1 EA $1,469.00 $1,469.00 35 8"Water Main Deflection 1 EA $1,744.00 $1,744.00 36 4"Force Main Deflection 1 EA $2,040.00 $2,040.00 37 10"Force Main Deflection 1 EA $3,532.00 $3,532.00 38 Miscellaneous Contingencies Allowance 1 EA $20,000.00 $20,000.00 Total Bid $546,837.00 REVISED 9/19/14 1 6 A 1 8 Colter. County Administra1 ve Services Division Purchasing COLLIER COUNTY FLORIDA REQUEST Quote/Contract 14-6213-7 Due Date: September 22, 2014 PROPOSAL PAGE DUE DATE: 9/010//q The undersigned, as quoter, hereby declares that the firm has examined the specifications and is informed fully in regard to all terms and conditions pertaining to the project and, if this Proposal is accepted, to furnish same in full, according to the following: IN WITNESS WHEREOF, WE have hereunto subscribed our names on this ?l% day of September , 2014 in the County of Collier , in the state of Florida Douglas N. Higgins, Inc. Firm's Complete Legal Name 239-774-3130 Telephone Number 239-774-4266 FAX Number BrandyBt dnhiggins.com Email Address 4485 Enterprise Ave. Address Naples City Florida State 34104 Zip 830666 Florida Certificate of Authority Document Number(www.sunbiz.org/search/html) 38-1807765 Federal Tax Identification OVD: CCR • AGE-Ge e- Signature Vice President/Regional Mgr. Title f i / 4/ Brandy Bartolone 6' / Print Name Date RFQ ContractDriven 01012013 • 1 6 A 1 8 it* Email: joedelate@colliergov.net County Telephone: (239)252-5821 Adrrilsbaiiva Setvices Division FAX: (239)252-5885 Porch i e ADDENDUM#1 Memorandum • • Date: September 17, 2014 • From: Joseph Delate, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum#1 —RFQ#14-6213-7, Golden Gate City Drainage Project The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: -Deadline for RFQ(Quotes) has been extended to Monday, September 29 at 8a.m. -In response to questions from several vendors, please see the following responses: 1.) Is laser profiling or videoing of the new storm drain pipe required? Yes to both, per FDOT standards. 2.) Can a pay item for sod restoration be added? No, that is Contractor's responsibility. 3.) Cana pay item for utility pole holding or relocation be added? No. If in R.O.W. or County easement, it's on utility company. 4.) Can the directional drills be changed to open cut if rock is encountered?Will you create an alternate pay item for this? If so, how are we to be paid for the installation and restoration?We are looking at this now. Our Engineer is determining whether the work associated with these directional drills is necessary. Addendum #2,which is forthcoming,will address this issue. 5.) Can the material for the directional drills be HDPE pipe or fusible PVC pipe? See answer for#4 above. 6.)The Technical Specs require that the permits are the responsibility of the contractor. Will the contract time start once all permits are received or can additional contract time be added for the time it will take to get the permits? Goal is to have low bidder begin permit process immediately once bids are open and low bidder identified. Work Order has to go to BCC for award so it will take some time for that process. Contractor can get started on dewatering permit, ROW permit, and any other necessary permits during that process. Time can be added by Change Order, or beginning of project delayed,to account for time expended to acquire permits. -The following note is hereby added to the project: ROCK NOTE: IT HAS BEEN THE EXPERIENCE OF THE DEPARTMENT WITH PROJECTS CONSTRUCTED WITHIN THIS GENERAL GEOGRAPHIC AREA THAT, ALTHOUGH PRELIMINARY BORINGS DID NOT INDICATE A CONTSTANT PRESENCE OF ROCK, ROCK WAS ENCOUNTERED WHILE PERFORMING UNDERGROUND INSTALLATIONS. THEREFORE, THE CONTRACTOR SHOULD CONSIDER THE INCREASED COST OF ALL UNDERGROUND WORK ACTIVITIES WHILE PERPARING THEIR BID. ALL COSTS OF ROCK EXCAVATION SHALL BE INCLUDED IN THE 1 \k`‘ . . 16A18 APPROPRIATE ITEMS OF WORK CONTAINED WITHIN THE CONTRACT. NO EXTRA COMPENSATION OR TIME EXTENSION WILL BE ALLOWED FOR ADDITIONAL WORK DIRECTLY ASSOCIATED WITH THE SPLITTING, EXCAVATION, CRUSHING, DISPOSAL, REPLACEMENT OF DISPLACED VOLUME OF EXTRACTED ROCK WITH FILL MATERIAL, OR SPECIAL HANDLIONG OF ROCK. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Evelyn Colon, Purchasing 2 16A18 ler county Email: joedelate@colliergov.net Telephone: (239)252-5821 Administrative Senrices Division FAX: (239)252-5885 Purchasing ADDENDUM #2 Memorandum Date: September 18, 2014 From: Joseph Delate, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum #2—RFQ#14-6213-7, Golden Gate City Drainage Project The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: -Directional drilling (16" PVC pipe) and Ditch Bottom type "x" boxes have been removed from the bid (Bid items # 21 and 22). This work associated with these items will not be performed with this project. -Quantities in the bid schedule have been revised to reflect correct quantities of materials for Bid Items#10, 12, 13, 15, 16, 17, 18, 19, 20, 21, and 22. -Bid form has been revised to reflect these changes (see attachment). Please only use this revised bid schedule, and not the original bid schedule or the bid schedule in the specifications that were previously emailed. -Revised plans will not be issued until after bid opening -Submittal deadline is still Monday, September 29 at 8a.m. due to the BCC Agenda deadline for award. -Bid may be submitted via email, or dropped off at 2885 South Horseshoe Drive office of Transportation Engineering, prior to the bid deadline. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Evelyn Colon, Purchasing A\A 1 R, 16A18 Cote-r County Email: joedelate@colliergov.net Telephone: (239)252-5821 Administrative Services Division FAX: (239)252-5885 Purchasing ADDENDUM#3 Memorandum Date: September 19, 2014 From: Joseph Delate, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum #3—RFQ#14-6213-7, Golden Gate City Drainage Project The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: -Bid schedule (bid form) has been revised to reflect that Bid item (Pay item) #2 includes: Construction Survey Layout, and Signed and Sealed As-builts(see attachment). -Please only use this revised bid schedule (bid form), and not the original bid schedule or the bid schedule in the specifications or those that were previously emailed. -In response to Proposer's question concerning swales: Could we put a line item in this bid for swales per LF? Also a detail of the swale? No. Please see PROJECT DESCRIPTION in the Technical Specifications where Site Restoration is defined and is the responsibility of the Contractor and is included in his bid. Following final completion of this drainage project, the County will begin a separate sidewalk project that includes in its scope the regrading of the entire swale. -Submittal deadline is still Monday, September 29 at 8 a.m. due to the BCC Agenda deadline for award. -Bid may be submitted via email, or dropped off at 2885 South Horseshoe Drive office of Transportation Engineering, prior to the bid submittal deadline. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Evelyn Colon, Purchasing ) at 1 6A18 r COMAY Email: joedelate@colliergov.net Telephone: (239)252-5821 AdrrirOsfrative Setvices DIVIsion;` FAX (239)252-5885 .tc;aitg ADDENDUM #4 Memorandum Date: September 23, 2014 From: Joseph Delete, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum#4—RFQ#14-6213-7, Golden Gate City Drainage Project The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: -In response to Proposer's question concerning road crossings (open cut restoration): Are we to be using flowable fill on these road crossings? The open cut road restoration design detail in the plan set calls for a conventional road crossing restoration utilizing compacted backfill and compacted limerock with an asphalt overlay on local roads,which this project entails. However, the contractor may use flowable fill for the open cut restoration in accordance with the design detail in the plan set if he desires. -Submittal deadline is still Monday, September 29 at 8 a.m. due to the BCC Agenda deadline for award. -Bid may be submitted via email, or dropped off at 2885 South Horseshoe Drive office of Transportation Engineering, prior to the bid submittal deadline. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Evelyn Colon, Purchasing �3t1� 1 (A'