Loading...
Backup Documents 12/13/2016 Item #16C7 IGINAL ZI/0E/f l PasiAa21•OS0?ZfVstaeo1V1Kinfd�uO' AL DdCUkivik SEN l to P o t... :l THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNAS CHECJCLIST & ROUTING RE 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. 2. 3. County Attorney Office County Attorney Office SRT 2-10-17 4. BCC Office Board of County ' ?--d Commissioners \C‘NIA/ 21 )kl-"l 5. Minutes and Records Clerk of Court's Office 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 Pete Schalt Contact Information 239-252- 343 Contact/ Department Agenda Date Item was December 13,2016 Agenda Item Number 16C7 Approved by the BCC Type of Document $245,000 Work Order under Request for Number of Original One Attached Quotation 14-6213-78 to Quality Documents Attached Enterprises USA, Inc., for the structural expansion joint repairs to Oxidation Ditch No. 2 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 2. Does the document need to be sent to another agency for additional signatures? 11 yes, SRT 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 SRT 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 SRT 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 SRT 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 SRT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip SRT 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 12/13/16 and all changes made during SRT 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. 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 1 6 61 MEMORANDUM Date: February 13, 2017 To: Peter Schalt, Senior Project Manager Public Utilities Engineering Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re Contract #14-6213 (78) Contractor: Quality Enterprises USA, Inc. Attached for your records is a copy of the work order referenced above, (Item #16C7) approved by the Board of County Commissioners on December 13, 2016. The original has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 1607 7 WORK ORDER/PURCHASE ORDER Contract 14-6213 "Underground Utilities Contractor" Contract Expiration Date: July 7,2018 ✓ This Work Order is for professional contracting services for work known as: Project Name: NCWRF Oxidation Ditch No.2 Expansion Joint Structural Repairs and Related Work Project No: 70148.1.2 The work is specified in the proposal dated September 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: Labor, equipment and materials to perform all repairs as per Collier County quote 14- 6213-78. * Task II: Allowance for Owner's Use by Owner's approval Schedule of Work: Complete work within 270 days from the date of the Notice to Proceed which is accompanying this Work Order. The Cooultant 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 followin method(s): ®Negotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) NTime & 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 $224,070.68 NLS 4/- Task -Task II $20.929.32 T&M NTE TOTAL FEE $245,000.00 PREPARED BY: P.i;X.� Sale 1 t i/7 7//� Peter Schalt, PMP, PUEPMD Senior Project Manager /Date 111W - bI' APPROVED BY: - 71f to, Crai_ Pair'* ' '► °' -ncipal Project Manager Date tiglO, APPROVED BY: /1 ' / tp1/711G To hmelik, PUEPMD Director Date i Page 1 of 3 \� 1b 1� � 1,A ,g. IÔC ? APPROVED BY:/fg n �G/� ,/ Robert VonHol e,NCW Plant Manager Date • 'PROVED aft/"---'-i-- d•--1� /O/// B i"�ohnssen W tewater Director Date ' �� APPROVED BY: --y 2 11()/1//‘ • `� Dr. GI.,/,- e Yilm ublic Utilities Administrator te �� APPROVED BY: to//7/ G ai I•n Hall, rocurement Strategist Datil 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.. ftQ1A4- 1, 6 fl/L U4,1 „/it.. Allison B.Murrell,Corporate Officer Date (Remainder of page intentionally left blank) Page 2 of 3 160 7 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 COLLI ' • • ,FLORIDA By: ' A , By: $ Penny Tayl.'hairman Dated: of 'L �1�_ f sed' aso Chairman's signature only, r'` Quality Enterprises USA. Inc. VIALA,10,,,1441 first Witness i Isa Carreras .. • I r TType/print witness namet TType/print signature and titlet Second Witness Marcie Cohen tType/print witness namet • ppm -• • o : ,d Legality: Or. 4 item# County Attorney 0e l_ Agenda 1 '49 3 u 14-4e Date Print Name Date a 10 Recd Nit DeputyCfeal Page 3 of 3 C ) c E w NO 2 > w A)l0 > oo CC 10 E CO00 N.0 d aa N ,2 C O L VI vl _ C iv 0 0 0 0 • 0 ca E * C l00 LL0 LO LO r/ w al 01 is' O O N N N N CC 0 v V). •(,)- l" U.( 4.0C a` +9 O O 0 O W N C t7 Ct ,,:r C c CIO z 'Nat T vt CF v G "' a L tn. tn. if? IA C Z (3 M0 C u W • > z z z z LU N C• O.-+ Zv+'i 0 f0 N NC W a > Z z Z z CCO. u Q Q s. C 0 > 3 N0 Om7 G � N 4.. 0 01 01 il 00 6 LLI CD Q E. 1:1 M M OD e�-I N N C .-1 13 .i VT V► W M? •X O O 'm 0 0 0 II II C. to cP 1 IA coo > N N N ▪ 1.4 N Y V LU Z00 1. I. w 1414, m = o Dom o 1 00 a N N M > V1 N N J N l"i i" N + 1.01 ▪ 8 o 0 O rV i 1 03 v N V1 .1 E Q Q i.4 N 111 VT 1./1• i/? i? 7 C L 0 W N i N Immo ,y, G. 0a II fl CO yca 44. Z 11 Gl a) Lu Lij = > re 4. C 0 N 7,3 G rl 7 V1 + d .-1 1 6 CO ler 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 6, 2016 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number swainsonhall tix-col ierQov.net To: Potential Quoters Subject: RFQ 14-6213-78 NCWRF Oxidation Ditch No.2 Repairs As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Friday,September 16,2016 at 3:00 PM Monday,September 12,2016 at 1:00 PM Pre-Quote Meeting: Procurement Services Conference Room Q&A Deadline: Wednesday,September 14, 2016 at 5:00 PM Number of Days to Final Completion: 210 days to substantial+60 days final=270 days total Scope Provided Yes Plans and Specs: Yes Liquidated Damages: $680.00 per day 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 egal Name 239-4 •, 7 oy 239-435-7202 Tela •er/Fax Number `! Sir ure Pr siden Title Howard J. Murrell 9/23/16 Print Name Date C: Pete Schalt/ Project Manager RFQ 14-6213-78 joCl TRC Worldwide Engineering,Inc. 119Fort Fairway Lakes Drive —1 R C Fort Myers,FL 33913 Phone: (239)939-1414 F: (239)278-4289 WORLDWiDE ENGINEERING wwW.tr'owW,com C.O.A.No. 27322 Peter Schalt, PMP October 6, 2016 Senior Project Manager Public Utilities Engineering&Project Management Division Collier County 10500 Goodlette Road Naples, Florida 34109 I RE: BID REVIEW& RECOMMENDATION COLLIER COUNTY QUOTE NO. 14-6213-78 North County Water Reclamation Facility Oxidation Ditch#2 Expansion Joint Repairs & Related Work Dear Mr. Schalt Per your request, TRC Worldwide Engineering, Inc. (TRC) has received and reviewed the project quotations from responding contractors that were submitted to Purchasing of Collier County Administrative Services Division for the Oxidation Ditch #2 Expansion Joint Repairs & Related Work located at North County Water Reclamation Facility (NCWRF) under RFQ 14-6213-78. Bids were based upon drawings and specifications prepared by TRC entitled "North County Water Reclamation Facility Oxidation Ditch #2 Expansion Joint Repairs & Related Work" with Project Manual dated August 22, 2016. The work primarily includes the replacement of the perimeter wall expansion joints by demolishing concrete on either side, installing slip-dowels, additional reinforcing steel, waterstop replacement and new joint material. TRC is providing this recommendation for consideration in awarding this project. Please see below bid tab for the contractors submitted: Bid l Contractor° Tote i Cid 1 Quality Enterprises USA, Inc. $ 245,000.00 2 Mitchell& Stark Construction Co., Inc. $ 284,000.00 ' Based upon TRC's review of the bid packages and bid tabulations provided by Collier County and as summarized above, Quality Enterprises USA, Inc. (Quality) is the lowest bidder. Quality's bid of $245,000.00 includes a $20,929.32 allowance for unforeseen project conditions such as additional concrete repairs above the allowances provided on the bid forms. In consideration of the above, TRC would recommend that Collier County proceed with the award of the NCWRF Oxidation Ditch #2 Expansion Joint Repairs as solicited under RFQ 14-6213-78 be awarded to Quality in the amount of$245.000,00. Please contact Paul Moerschel or Robert Algoo with TRC with any questions or concerns regarding this award recommendation. Sincerely, TRC Wordwide Engineering, Inc. ilit ill -/: "2. Robert K.Algoo, El. Paul S. Moerschel, P.E. Project Manager Structural Division Principal Florida Registration No. 60487 SERVICE INNOVATION QUALITY INft Cr) 8 o g" 8 o 0 H N N N N H gramill ," 1 §g2 8. 8 g 8 Q N *N 6N NNo V! v> .0 R0. 8 6 m y�yF, N O^ m n f ~ O N n ? O N n N W N ft " 8 01 N8 8 mt Q m NN g °t°5 � D p NN yNN .�" ' N ce y R H i ,. . 0 ✓ LL N o O :: 2 2 c a 0 O J J J U 3 Zo o O. N f . " rl N N fta z o m m « , m u .r. v P `o V 3 r m1 C 14 -"271 v a= iCo >1HhI p c rc 2cmoOmg E A c NU Ril vccAme o ' N A G .. - R ou _ ti = v ° ° 2 ° ° c dr aO n av aow a ° ° 01 ocumm . 2a m4 d atc a' ac m 01z :,?.. .., 47~ wuut aa v .. A ` _No > avxvB•`' °u $a ° pg w v = o c _ u ` s m a E c am .0 c c c vLL v . EH= Ymm w - r. Sco.2 Ec Ea „ ° E e ; Ya = _ r+ E aF.4 °moffEE N c 2 ' , oc , ANaw o a NaQEm >w ,. u3 m « m c ° w aCN VGCeL0f aa G > E . CO ` B x t, L- m4 ° = 3ZV .Xma2UqGGyo ° Em—IE . E .ac ,., m3 55a3v c2q iii 11jiAgu` lm e y ° Sig :9 a mTEn w O y n 2 N - fOw Z > ° IN : .E, g0 „ . - ,4 ,0 •.; 0 . .,...' W O — CO L': g . 0 % ° y $ 47. 0 ii, ,r0r « ` U 3 umd ° 0 E cy� a. ° ., ' c E uYu o ro , E E A m 1a wAmc > muw w �°, o o. vti= o ` m LEv yc ,2a ,� M vcYV. ' 3ta ` ,, • `" ... e .45 mco E a ` w Ei vca cC ` ° ; HtE .50Ecuu « � ° C « ry — - « _ . `o a3 Y ° « d -g , Ca✓ ° mo° 7 hpoCmH w N c BwE ` ` ° •$ u cZ c 7° 13 CC SuNN8A af ` C No` no E 1Y �N c1y7C ONNcdoN Htpuaw O3 C ' C ° ti Ya L a aOD ZC W C cpu Eahm O ° E a v O . d > Ec w E m u . g.2 3 '- ° d o Qc dcY Z x 8 am Go ._ o ., § E ...,Ii' N � d -▪ ° u w E Noomo 7,2 '° am3 N d.E ° cpEw E1-.; g `. ac ¢ vg& E a iiiti; c mv a« v Cho° aAo gaa FCf— c3uc .c a = 2 N . ci ° � r ' 'LL '° - cm ;▪ ° E a Zm a° 2 . '^am E m 'w ° aNw — c � RIwUm Ig 0. E U2 � m•opY ' C. F ; ® ov o • v LI) 3 N w ad m01H n yV_ 13 aN ' u ° , oc ° c ,. ° m ° ` ^ yAu °' . E € >$ Lm C C rRV tM0 a2 O® ' Z a -gw EmT ° o ` ° oat, $ ._ -DE o uionnE eo OO v 3a ` c : ° ° zog aw u Ar ° 3o — EP, ? n aQ zOz " 4 0 m To CI L2: Z o m a u O � n - u a 4—q ..dm ., N N m -,:.-\ 0 ° 8 02 m o Mn N g m o m o gti p N O N O I N aA of N N H N Ndui N V 0 Et co 1- I I I I N Z D Ah CCW p C m yyy O Z Ion ✓7i H 1L N 0 5 f f f I a C. 3 u J O 4 8 K O p C . t U ... Y F J •}0q9 O g 42 _ J ° 8 -.. gfo ll w r 1 1 5F �' 8 2 w ~ N C Y .Rs 6 c Xj z• 2N y S w Y FZ ° R - E O AttY To Yyw ` m o aN .i > § E Ncts' g ` au N 8 g mISI v °ntoamg w = mQ CE E ocvwm2 J a. � d $ t - nu .2.g22ut 8 = S z ° � Epw ` Y CCRu SS ° JmdUCQNNC c ' . a SD Lw 3E NwRt1— V cu ZwO � N c 4a8 gEt W Q , ZT i 4 u `m E r• t $E " u Y = : h E 352 .82 ',i7-3 v -.v 'B c 4 D n. i 1111“01E m ii 8 c E r a q '3 y z p Z `^ = fl 't° E a 3 p o c s 1151 o r Z a o o .2 a 8 g A `o a d tc� q 3� 3 v ° S 6 O .- w Z'�- ° 3;c •-• ! t -8 ::. ,.; yYy 'c y s E — 'r g}s; ° u t 6 g Eta 0 ! a £ E E x 0 . c A N u .t`� n, « 1 " 7- e8 C4 N ai C. 3 N o` 6c"� r EE 7i V t2 �° C I :.$2. I, li t a E , E 2 c p ° 2 .i 5 g g P ° •. 4, c o . v § n v Lw 881 O �3 ti72 Y p 83 n • 2 .• 1 2 c18 - .4 « N • Y "Ar.; o iu �i -0 ,.. o .. « E a Z Caad'$YA ,t �i6I -Si " ti ~ rY5 00 $ t, zE M 'Sg F t 3 g c t m .. ._ -8 NcN7ti r 0 5 o .4 ; N E "' > Po a s$ l o a 7 5 t E / 0 ` o a 3uvnc „ ZNm5E -22 0;2 v cq .5 = w '« YYaEH Qyp " YN22 u 9 3 ` 3 rO v t y • t 1 . it & viN -,, :f°, 79,61,< v_ «a ` NoM= I a EmcYOc EE Foc $ZNvv iOOY c1 s$-0Ow CnE ' A2v'arcCw E5oE c10c0 omc g Zy3i` 43 . _ ' w ;rOYaw _ ° ypcw « g ' s mci.; pccc Qu ZBE2 yv y Vs Sm • LL o = _ $• m «- n « aunE pe8W ° a w Sg2 O Qf ` - @2i• F j2NZ ! C = c uOELt Oc a ° c_ pvgmEE W °EoY % a a v rt ` zY cg °• UFmE . KaK= Y 4322 33ams , BJz „xO g g w a u N m m H 0 d 3 o E x .-. .+ •+ N N m 8 O O H 'z.