Loading...
Backup Documents 12/13/2016 Item #16C6 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO it 4 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNA CPrint on pink paper. Attach to original document. The completed routingslipand original documents are to be forwarded toCounty 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 Commissioners \ /c5/ 71.(AR 5. Minutes and Records Clerk of Court's Office "Tin � �i 2( 0 `1 14:25101,11 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 239-252-53 3 Contact/ Department Agenda Date Item was December 13,2016 Agenda Item Number 16C6 Approved by the BCC Type of Document Two Work Orders in the amounts of Number of Original One of Each Work Attached $386,351.52 and$604,338.68 under Annual Documents Attached Order Contract 13-6111 to Florida Service Painting, Inc., for specialized coatings for Oxidation Ditch Nos. 1 and 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 signatures 2. Does the document need to be sent to another agency for additional signatures? If 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 SCO 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 #13-6111 — NCWRF Oxidation Ditch #1 Rehab (Dated 8-18-2016) Contract #13-6111 — NCWRF Oxidation Ditch #2 Rehab (Dated 9-22-2016) Contractor: Florida Service Painting d/b/a Service Painting of Florida Attached for your records are signed copies of the work orders referenced above, (Item #16C6) approved by the Board of County Commissioners on December 13, 2016. The originals have 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 (2) loGo WORK ORDER/PURCHASE ORDER Contract 13-611 1"Painting Contractors" Contract Expiration Date:December 9,2016 This Work Order is for professional contracting services for work known as: Project Name:NCWRF oxidation Ditch No.l Rehabilitation&Specialized Coatings Project No:IMMIX [ 70148 The work is specified in the proposal dated August 18,2016 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced abo e. this Work Order/Purchase Order is assigned to:Service Painting of Florida. Scone of Work: As detailed in the attached proposal and the following: * Task 1: Labor,equipment and materials to perform all repairs as per Service Painting's quote dated August 18,2016. * Task 2: Performance and Payment Bonds // Schedule of Work; Complete work within 365 lays from the date of the purchase order which is accompanying this Work Order. The Consultant agrees that any Purchase Order that extends beyond the expiration date of Agreement # 13-6111 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with followin' method(s): ®NegotiIted Lump Sum(NLS)CLump Stan Plus Reimbursable Costs (LS+RC) [Time & Material (T&M) (established hourly rate-Schedule A)[.]Cost Plus Fixed Fee ICPFF).(define which method will be used for which tasks)as provided in the attached proposal. Task 1 5378,776.110 NLS' Task 2 $ 7.57532 NLS TOTAL FEE $386,351.52 NLS/ PREPARED BY: PIAA Sad-t- .__ (9130//6_. Peter Schalt,P"EPMD Senior Project Manager Date APPROVED BY: +...- r 11 /21162 Craig Pajer j PM` Principal Project Manager Date ,,Nue APPROVED BY: _ /7)4'0' may`1 o Chmelik,PUEPMD Director Date ( .' Pap lof3 1 6 4Q6 , APPROVED BY: , �/��. //// /,.° G' Robert onHo 11Manager e,NCWRF Plant Date ''APPROVED 1 :_-- a- 0 /1/ /A, , Beth n,Wast ter Director Date APPROVED BY: iw - �Y'" ye/IX Dr.�' 4 rgc Y' , Public Utilities Administrator Dat APPROVED BY: ./I2 i �/ (i Sw f nson Hall.Procurement Strategist to 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 Purchase Order and/or project duration. ACCEPTED BY: Florida Service Painting dba Service Painting of Florida t�"id , , 4 1 i I/0 izabeth Pe - =yin, President Date (Remainder of page intentionally left blank) Page 2 of 3 CZ 1 6 0 6 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: ( LLQç By: Dated: 61 �----I ) lq- Penny Taylor, airman dir (SEAL) Attest as-toViairman's signature only. Florida Service Painting dba Service Painting of ) Flo - - 2,_ 1: ILZ-ck ____ First Witness I ignature i31t-iiAVG 1 Elizabeth Perez-Lavin. President TType/ Tint witness namet TType/print signature and titlee Secon fitness 'J('` a+ C Cc. dbi- (—A- TType/print witness nameT c,APPid4iod as o"Fdr1n and gelity: Item# L @C \ c / /-e, Agenda 1f _� D Date a-10-0 _ _a /-ta-LL____ _ Reed Print Name •eputy Cl Page 3 of 3 i c _�E a V t C e ►AtNTING Quotation 12149 Metro Parkway Salle K DATE: Aapst 18,3916 Fort Myers,FL 33966 Pinta(239)939-7622 Fax (239)939-1543 Quote Includes a full 10 year warrantvgn matedal4 and workmanship mdudina leaks To:Cather Century Projects Osldatloa Ditch II Rehab Locales:NCWRF I),.rt lipuria \tnuunt Service Painting of Florida Is pleased to provide a quotation for the following. 1.Surface Preparation:Interior and exterior of perimeter tank wall including top of wall and interior separation walls from 4'below top of wall including top surface of wall. -Abrasive hlasung of concrete to ramose all uisung wallop and prspere surfaces to NACE 6 standards:Includes removal of existing wins matenals -Includes cranes.Iyh.and all necessary easement,materials,labor and debris removal from she.Includes portable restroowa far project iteration 2.Interim&f.sienor('oncrete Repair&Resurfacing of Pamela Wall with Epoxy Atonal. -Apply Epoxytec Silicate up to 4'within all damaged or spelled concrete areas.All exposed steel in concrete shall be blasted and coated with Euclid Uuralprep AC prior to making concrete repairs and resurfacing. -Apply Epoxytec Ceramloo Epoxy Mortar to 1A"to all vertical and tap of wall surfaces prior to coating 3.Prior to We CPP spoliation.The Warier surface of the exterior perimeter vortical wail expansion joints shell receive a 6•Sika Combine%SO joint system. 4.Apply Epoxytec CPP to all intertest concrete surfaces of perimeter wall Including top of wall and both aides of interior separation walls from 4'below top of wall including lop surface of wall. -('PP application stall be installed ata minimum of 80 Mils Ul"1 -After the CPP liner application is complete remaining expansion joints shall tooled,sealed and finished with Sika 2c.This includes all expansion joints within the entire tank no receiving the Sika C ombiRea SG System -Enn r Sala*to be High Voltaire Spark Tested with Epasyter technical representative -Service Painting is a cernfledapplipror for lb year warranty applications. S.Apply eaMrior soatlttp&sealants to all exterior concrete from 6'below existing grade. grade.This includes all mechanical nems associated with tank. -Prior to applying the exterior concrete cootie.all vertical expansion joints shall be tooled,sealed and finished with Silo Ia. -Ettterier ooecrete shall be primed with PPO Perms Crete 4-808®200 sq.R.per pilon -Exterior concrete shall be finish coated with(2)full was of PPO Pitt-Teem 90-474®200 sq.It per Oleo per cost -AU walkway and stir surfaces shall be pressure charted and all existing joint natariala removed prior lo faalslling Sika 2e within all walkway joints. -AU medienlcal alms attached to the aafarim of tie Monne shall be hand and power tool clamed followed by soloist wiping pier to applying -AU meehnical hens shall be primed with a fall coat of PPO Am.dock 2 Epoxy @ 4.0 so 6.0 mils OFT aid Finish eared with(2)WI cow of PPO PSX 700®3.0 Mob OPT per cost. TOTAL BID S 378.776.00 -Add4f?>X/I••P&P Sowl S 7,575.52 TOTAL laeledlej PIP Bond: $_316,381.52 SERVICE PAINTING OF FLORIDA Brad IL Ervana Heavy industrial&Petrochemical Manager E-mail:bradorvanagtrearvlceoaIntlnanct Web Sits:www.aervicepalntin0.net (!) 1 6 c 6 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 #13-6111 — NCWRF Oxidation Ditch #1 Rehab (Dated 8-18-2016) Contract #13-6111 — NCWRF Oxidation Ditch #2 Rehab (Dated 9-22-2016) Contractor: Florida Service Painting d/b/a Service Painting of Florida Attached for your records are signed copies of the work orders referenced above, (Item #16C6) approved by the Board of County Commissioners on December 13, 2016. The originals have 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 (2) 1616. WORK ORDER/PURCHASE ORDER Contract 13-6111"Painting Contractors" Contract Expiration Date: December 9,2016 This Work Order is for professional contracting services for work known as: Project Name:NCWRF Oxidation Ditch No.2 Rehabilitation&CPP Epoxytec Castings Project No:70148.1.4 The work is specified in the proposal dated September 22,2016 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:ServicpPalnting of Florida. Scone of Nark: As detailed in the attached proposal and the following: * Task 1: Labor, equipment and materials to perform all repairs as per Service Painting's quote dated September 22,2b16. • Task 2: Performance and Payment Bonds Schedule of Work: Complete work within 365 days from the date of the purchase order which is accompanying this Work Order. The Consultant agrees that any Purchase Order that extends beyond the expiration date of Agreement # 13-6111 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase 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) OLump Sum Plus Reimbursable Costs (LS+RC) [ Time & Material (T&M) (established hourly rate—Schedule A)OCost Plus Fixed Fee(CPFF),(define which method will be used for which tasks)as provided in the attached proposal. Task 1 5592,488.90 NLS Task 2 S 11.849,78 NLS TOTAL FEE $604,338.68 NLS PREPARED BY: _ fb 4, Peter Schutt,P ,PUEPMD Senior Project Manager Date APPROVED BY: it - fo Craig Paj , UE D Principal Project Matte Date APPROVED BY: /ilt!/i ToM Chmelrlc,PUEPMD Director Date Page!of 3 J. o c APPROVED BY: ;(..'AVIZ Robert VonHo II e. F Plant Manager Date 1 f 1%,"\\:);\W" APPROVED BY:' --. . �`911k Beth JOhnssen., 'astewater Director Date APPROVED BY: . _.- -ki ') /2 f 7 / Dr. 0 rgc Yi I m:-.. Public Utilities Administrator / D e APPROVED BY: y..,..47,1 _ 1. 'orf',tion Hall, 'rocurement Strategist ate 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 Purchase Order and/or project duration. ACCEPTED BY: Florida Service Painting dba Service Painting of Florida ' �. ttg.4 A !I o21(P0 I: izabeth Perez ,n.President Date (Remainder of page intentionally left blank) Page 2 of 3 0 16C6 ' 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 IF a Y COMMISSIONERS Dwight E Brock,Clerleof Courts COLLI i ' I ,FLORIDA t / BY Dam: --i l s I Penny Taylor,6irman )11141i10 Chairman's signature only. Florida Service Painting dba Service Painting of Florida „ fp First Witness . ignature /A-LA 3t i4Avt-'( Elizabeth Perez-Lavin. President TTypelprint witness namet TType!print signature and title1' Seco itness e 5510 £(. P'hr -A TType/print witness nameT PI jai 31 SP A. . slit as /Ind PlitY: • \Assistant-County Attorney Item# �(a 4-et—_ Agenda 1 3 � Print Name a (71 Date ►—�� Rec'd Ar ' deputy CI'' of 3 4, � I 1oc6 PAINTIN(", Quotation 12140 Metro Parkway Suite K DATE: 9/22/2016 Fort Myers,FL 33966 Phone(239)939-7622 Fax (239)939-1543 Quote includes a full 10-year warranty on materials and workmanship including leaks. Service Painting is a To:Collier County PPMD certified Epoxytec CPP 10-year tank applicator. Attention:Peter Schott,PMP �v Project:NCWRF Ox Ditch N2 Rehab Location:Naples,Fl I11,111111 I Service Painting of Florida is pleased to provide a quotation for the following per specification sections: SPECIFICATION SECTIONS: 03290 - Joints in concrete 03312-Concrete Repair Work 09960-High Performance Coatings 09900-High Performance Coatings PRICING BREAKDOWN: •BID ITEM NO. 1.a-Mobilintion/Demobiiization $3,000.00 •BID ITEM NO. 1.d-Exterior Coatings $133.931.00 •BID ITEM NO. 1.e-Interior Coatings(Perimeter Wall Only)CPP $272.830.00 •BID ITEM NO. 1.e-Interior Walls Blast,Resurface,&CPP 12"to 6"below water line and u1 $129,138.00 including the top of the wall. •I311)I I EM NO. 3 - 10%Allowance fund for the sum of Tasks Ic, Id and le. 553,589.90 SUM TOTAL BID $592,488.90 -Add 2%for P&P Bond S 11,849.78 Best Regards, SERVICE PAINTING OF FLORIDA • • Brad R. Ervans Heavy Industrial&Petrochemical Manager 12140 Metro Parkway,Suite IC Fon Myers,FL 33966 239-939-7622 PH 239-939-1543 FAX F-mail: bradervansc servicopaintinctnot Web Site: www.servicepalnting.net