Loading...
Backup Documents 10/10/2017 Item #16C 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 C 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 1. 2. 3. County Attorney Office County Attorney Office SRT 11/06/17 4. BCC Office Board of County Commissioners J / ll � n 5. Minutes and Records Clerk of Court's Office tc 100? 3+� PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the vent one of the addressees above,may need to contact staff for additional or issing information. Name of Primary Staff Michael Stevenson,P Contact Information 239-252-258 Contact/ Department Engineering and Pro' ct Management Agenda Date Item was October 10,2017 3 Agenda Item Number 16C1 Approved by the BCC Type of Document Work Order Request for Quotation#14-621 - Number of Original 1 Attached 104 to Quality Enterprises USA,Inc. 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 ./TAMP OK SRT 2. Does the document need to be sent to another agency for addition atures? 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 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 10/10/2017 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 1� BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. 16C 1 MEMORANDUM Date: November 7, 2017 To: Michael Stevenson, Property Acquisition Specialist Engineering & Project Management From: Martha Vergara, Deputy Clerk Boards Minutes & Records Department Re: Work Order Request for Contract #14-6214-104 to Quality Enterprises USA, Inc. Attached is one (1) scanned copy of the original agreement referenced above (Item #16C1), approved by the Board of County Commissioners on Tuesday, October 10, 2017. The Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please contact me at 252-7240. Thank you. Attachment 16C 1 WORK ORDER/PURCHASE ORDER Contract 14-6213 "Annual Contract for Underground Utilities and General Contractors" Contract Expiration Date: July 7,2018/ This Work Order is for professional pump station upgrade construction services for work known as: Project Name: MPS 302 Diesel Bypass Project No: 70050.23. The work is specified in RFQ #14-6213-104 from Quality Enterprises US/, Inc., dated August lb, 2017 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: Phase A Task 1A MPS 302 Diesel Bypass Construction Task 2A MPS 302 Diesel Bypass Allowance Phase B Task 1B MPS 302 Diesel Bypass Construction Task 2B MPS 302 Diesel Bypass Electrical and Control Allowance Task 3B MPS 302 Diesel Bypass Allowance Schedule of Work: Complete work within 180 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 # 14-62131vill 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): ®Unit Price❑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 1 A $166,973.40 Unit Price Task 2A $ 10,000.00 T&M Task 1 B $129,589.05 Unit Price Task 2B $ 10,000.00 T&M Task 3B $ 20,000.00 T&M TOTAL FEE $336,562.45,;' Page 1 of 3 16C I PREPARED BY: F/21111417 Michael P. Stevens, Senior Project Manager Date APPROVED BY: J. } 8/3C)111 Craig 1. Pajpr, Itincipal Noject Manager Date APPROVED BY: 61,51P Tom Chmelik, EPMD Director f bate APPROVED BY: Beth Johnssen, Wastewater Director Date APPROVED BY: _ , .'+ /rA Joe,f3ellonej{Operations Support Director Date APPROVED BY: ,;' �,� _ ! . /7(44— Dr.George Yilmaz,Public Utilities Administrator 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. Louis J. Gaudio, Vice-President Date Page 2 of 3 16C J. 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. Broc rcjeikof Courts COLLIER 0 . FLORIDA nil•s 6, / By• mo, - et / By' w� n0 Penny Taylor, Chaim'!n ' Dated' \t O ti VA t(`' 4 i (SEAL) Attestas to �hatiman'I Name of Firm Quality Enterprises USA, Inc. signature only. Marcie CBben By: '--- First Witness Signature Louis J. Gaudio, Vice President TType/print witness nameT TType/print signature and titleT Second Witness Margarita Negron TType/print witness nameT Ap d as to Fo d Legality: 11---- / il.../.44_L--- , Deputy Count , Attorney cif— .7.—r#2 ,t_e...A__ 0 . Print Name j p` Page 3 of 3 6r 16C 1 Co ler County Administrative Services Departrlent Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities &General Contractors" Date: July 31, 2017 From: Kristofer Lopez, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number kristoferlopezt colliergov.net To: Potential Quoters Subject: RFQ 14-6213-104 MPS 302 Diesel Bypass As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Wednesday August 16, 2017 at 3:00 PM Monday August 7, 2017 at 10:00 AM 3295 Tamiami Trail East, Naples Fl Pre-Quote Meeting: Procurement Services Q&A Deadline: Thursday August 10, 2017 at 5:00 PM Number of Days to Final Completion: 150 days to substantial+30 days final = 180 days total Scope Provided _ Yes Plans and Specs: Yes Liquidated Damages: $1,099.00 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 Legal Name 239-435-7200 239-435-7202 Tel-.• •- < . ax Number ignature Vice President Title Louis J. Gaudio 8/16/17x• Print Name Date C: Michael Stevens/ Project Manager RFQ 14-6213-104 16C 1 Co err County 11/ZI GradyMinor Quote Tabulation 14-6213-104 Master Pump Station 302 Diesel Bypass Pump Phase A Quote Scheduk Quality Enterprises,Inc. Mitchell&Stark Construction,Inc. Item iDescription I Quantity I Unit Unit Price 'Amount Unit Price .Amount Phase A • 1 Mobilization/Demobilization I LS $42,435.00 $42,435.00 $25,000.00 $25,000.00 2 Diesel Pump Concrete Pad I LS $9,930.00 $9.930.00 $50,000.00 $50.000.00 3 20"Valve Replacement(below grade existing piping) I EA $41,402.80 $41,402.80 $102,000.00 $102.000.00 4 20"Valve Installation w/handwheel(above grade on existing piping) 1 EA $36,602.80 $36,602.80 $93,000.00 $93,000.00 5 30"Valve Installation w/handwheel(above grade on existing piping) I EA $36,602.80 $36,602.80 $95.000.00 $95,000.00 6 Allowance i T&NI S 10,000.00 $ 10.000.00.1S 10.000.00 $ 10,000.00 Total $ 176.973 40 , $ 375,000.00 Note: 1.All utility work shall conform to Collier County standards. 2.The County retains the right to award all or any portion of the above Master Pump Station 302 Diesel Bypass Pump Phase B Quote Schedule Item Description Quantity Unit Unit Price Amount Unit Price Amount 1 Mobilization.Demobilization 1 LS S14.14500 $14,145.00 $25,000.00 $25,000.00 2 Diesel Pump Installation/Connection I LS $6.942 00 $6,942.00 $38,000.00 $38.000.00 3 Bypass Piping(Above and Below Grade) I LS $94,630.80 $94,630.80 $380,000.00 S380,000.00 4 2-inch ARV 3 EA $1,800.00 $5,400.00 $2,500.00 $7.500.00 5 Stormwater Improvements 1 LS $4,200.00 $4,200.00 $30,000.00 $30,000.00 6 #57 Stone and Weed Barrier 375 SF SI 1.39 54,271.25 $50.00 S18.750.00 Electrical and Control Allowance I T&M $10,000.00 $10,000.00! $10,000.00 $10,000.00 8 Allowance I T&M $20.000.00 520,000.00/ $20.000.00 $20,000.00 Total $159,589.05 $529,250 I AWARD TOTAL $336,562.45 / $904,250 Note: Vendors not submitting quotes: 1.Southwest Utility 2.DN Higgins 3.Kyle Construction 4.Haskins Opened by-Kristofer Lope:,Procurement Strategist Witnessed by:Swain Hall,Procurement Strategist \%\ ( 1-.vrarethxMmArrnna l�aI MicrunatWind"xcINettachctunlemttntlml>N':1 MJIR Quoit l abulaboo