Loading...
Backup Documents 07/12/2016 Item #16C1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 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 arc 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. 2. 3. County Attorney Office County Attorney Office _Tr )3 )) 4. BCC Office Board of County Commissioners \f5 ,se 5. Minutes and Records Clerk of Court's Office /41 (VA /� , 135a 54' o r .,Zm4,i ( y © Irl dOC.ck ED `7 (,Jo.zc ku io i / PRIMA#Yr 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 �r�.�n t Gtr 1 o u;c:}) Agenda Date Item was Agenda Item Number Approved by the BCC -7// g1/6 C j V Type of Document // s Number of Original Attached Work p(',./( _f` `��3 1O a Documents Attached 1 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? ST-\."7 2. 2. Does the document need to be sent to another agency for additional signaturs? If yes, provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. AU/A- 3. Original document has been signed/initialed for legal sufficiency. (All documents to be 4 signed by the Chairman,with the exception of most letters,must be reviewed and signed will 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 N/� 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 A1`A- time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on-i/la/f6 (enter date)and all changes made during 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 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 16 C MEMORANDUM Date: July 18, 2016 To: Wayne Karlovich, Senior Project Manager Public Utilities Engineering From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #14-6213 "Underground Utility Contractors" Contractor: Douglas N. Higgins, Inc. Attached for your records is a copy of the document referenced above (Item #16C1) approved by the Board of County Commissioners on Tuesday, July 12, 2016. The original document has been held for the Official Record in the Board's Minutes and Records Department. If you have any questions, P lease feel free to contact me at 252-8411. Thank you. Attachment 1 6 C WORK ORDER/PURCHASE ORDER Contract 14-6213/"Underground Utility Contraptors" Contract Expiration Date: July 7, 2018 This Work Order is for professional construction services for work known as: Project Name: SCWRF EQ`Overflow Gates Project No: 73969.39.3 The work is specified in the proposal dated May 13, 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: Douglas N. Higgins, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Perform all Work as described in the Proposal * Task II Allowance for Flow Bypassing * Task III Allowance for Owners Use as Directed Schedule of Work: Complete work within 280 days from the date of the Notice to Proceed which is accompanying this Work Order. The Contractor 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(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), as provided in the attached proposal. Task I $265,198.00 NLS Task II $25,000.00 T&M Task III $49,000.00 T&M 1 TOTAL FEE $339,198.00 PREPARED BY: Wayne rlo for Project Manager Dat V APPROVED BY: �.O �� /) (o Craig Pa' s 1,•a s'roject Manager Date APPROVED BY: )��1� _ ' Wi6 To Chmelik, PPMD Department Director Date Nt Page 1 of 3 16C1 APPROVED BY: �_+ /7/1/ 'obert Edge, SCW Plant Manager Date APPROVED Y �g '.,`�-_ 4/7//6 Be Johnssen, Wastewater Director Date APPROVED BY: — �/ VI4 Dr. : rge Yi . ublic Utilities Administrator Date APPROVED BY: //.46 /y/ 6 wai �on Hall, Procurement Strategist 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: Dou•1. ► •. •_ A 7/ 4 Brandy Bartolone, Vice President Date (Remainder of page intentionally left blank) Page 2 of 3 rti �xd 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: I Do a Fiala, Chairwoman Dated: I tb t ss to Chairman's signature only. Douglas N. Higgins, Inc. irst Wit ess Signature 144, � 4 ��n�� `, B��;Q , c ,,o, Type/priitness name T TType/print signature and titleT 1'b1Li,'l rI L Second Witness afilayk tutAU TType/print witness n eT A,,pr i ved as to Fe nd Legality: trCounty Attorney O+�p Swft 4��. Print Name Page 3 of 3 I Co ger 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: April 14, 2016 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6597, Fax Number swainsonhall(c colliergov.net To: Potential Quoters Subject: RFQ 14-6213-63 SCWRF EQ Overflow Gates Replacement As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Wednesday, May 4, 2016 at 3:00 PM Q&A Deadline: Monday, May 2, 2016 at 5:00 PM Number of Days to Final Completion: 250 days to substantial+30 days final = 280 days total Scope Provided Yes (included on the plans) Plans and Specs: Yes Liquidated Damages: $956.00 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. Douglas N. Higgins, Inc. Firm's Complete Legal Name 239-774-3130/239-774-4266 Telephone o.•- /Fax Number Vice President Title / # I Brandy Bartolone = , Print Name Date C: Wayne Karlovich/ Project Manager 1 RFQ 14-6213-63 COLLIER COUNTY QUOTE NO.14-6213-63 (REVISED) QUOTATION OPENING DATE: 5/13/16 SOUTH COUNTY WATER RECLAMATION FACILITY REPLACEMENT OF EQ OVERFLOW GATES W-2,W-3&W-3A COLLIER COUNTY PUBLIC UTILITIES DIVISION Item Estimated Unit Extended No. Description Units Quantity Price Price 1 Mobilization/Demobilization LS 1 $23,767.00 $ 23,767.00 2 Demolition of Existing Gates LS 1 $13,613.00 $ 13,613.00 3 Installation of New Gates&Actuators LS 1 $116,685.00 $ 116,685.00 4 Electrical LS 1 $45,728.00 $ 45,728.00 5 Temporary Bulk Head&Bypass Pumping LS 1 $4,055.00 $ 4,055.00 6 Additional Overhead and/or Wall Concrete Repairs SF 5 $2,790.00 $ 13,950.00 7 Formed Wall Concrete Wall Repairs SF 2.5 $4,200.00 $ 10,500.00 8 Cleaning,Surface Preparation and Coating w/Epoxytech CPP(Note:Two separate mobilizations will be required for coating at each location. SF 25 $1,476.00 $ 36,900.00 9 Allowance Fund for Owners Use as Directed for Bypass.This fund will be used only at the Owner's direction to accomplish work to allow bypassing of flows as needed for the gates replacement.This may include,but not be limited to, additional bulkheads,remedial repairs to isolation valves or gates as needed and other unforeseen conditions. $25,000 10 Allowance Fund for Owners Use as Directed. This fund will be used only at the Owner's direction to accomplish work due to unforeseen conditions. Inclusion of the Allowance Fund as part of the Contract Price is not a guarantee that the — Contractor will be paid any portion or the full amount of the Allowance Fund. $49,000 TOTAL PRICE FOR ITEMS 1 thru 10 $ 339,198.00 Email: SwainsonHall@colliergov.net I6 ,. Co ger County C 1 Telephone: (239)252-8935 Administrative Services Division FAX: (239) 252-6334 Purchasing ADDENDUM #1 Memorandum Date: April 26, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 - RFQ 14-6213-63 SCWRF EQ Overflow Gates Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Posting Updated Plans, Specifications, and Quote Schedule If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Wayne Karlovich, Project Manager n4N-' 1 °\a Co ley, County Email: SwainsonHall@colliergov.net 1 6 C Telephone: (239)252-8935 Administrative Services Division FAX: (239) 252-6334 Purchasing ADDENDUM #2 Memorandum Date: May 3, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #2— RFQ 14-6213-63 SCWRF EQ Overflow Gates Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Current Due Date—Wednesday, May 4, 2016 at 3:00PM Updated Due Date—Wednesday, May 11, 2016 at 3:00PM If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Wayne Karlovich, Project Manager 1 Co 6 C ler Comity Email: SwainsonHall@colliergov.net 1 Telephone: (239)252-8935 Administrative Services Division FAX: (239)252-6334 Purchasing ADDENDUM #3 Memorandum Date: May 10, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #3—RFQ 14-6213-63 SCWRF EQ Overflow Gates Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE 1: Current Due Date—Wednesday, May 11, 2016 at 3:00PM Updated Due Date—Friday, May 13, 2016 at 3:00PM CHANGE 2: Specification Section 11292— SLIDE AND WEIR GATES Revise Paragraph 2.02 B. to read as follows: B. The weir gate manufacturer shall be Golden Harvest, Hydrogate, Waterman Industries, Whipps, Inc. or approved equal as manufactured. CHANGE 3: Updating Bid Schedule, Plans, and Specifications (See Attached) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Wayne Karlovich, Project Manager 3 41 -,,X\" 1 ��