Loading...
Agenda 10/23/2012 Item #11G 10/23/2012 Item 11.G. EXECUTIVE SUMMARY Recommendation to approve separate Work Orders to Kyle Construction Inc., Quality Enterprises USA, and Haskins Inc., under the Fixed-Term Underground Utilities Contract 08-5011,in the total amount of$2,052,336 for the replacement of air release valves under Project Number 70044,Force Main Technical Support. OBJECTIVE: The public purpose of this project is to reduce risk of sanitary sewer overflows, stay in regulatory compliance with the Florida Department of Environmental Protection, and enhance the performance of the county's wastewater collections system by replacing old, deteriorated Air Release Valves (ARVs) and raising them above ground on secure pedestals. CONSIDERATIONS: On June 24, 2008, as Agenda Item IOG, the Board of County Commissioners (Board) adopted the 2008 Wastewater Master Plan Update that identified the requirement for Force Main Technical Support. The proposed scope of work for Project 70044, "Force Main Technical Support - ARVs," is consistent with the 2010 Wastewater CIP Update (dated October 5, 2010),page 2 of 4, line 52, as identified in the 2011 User Fee Rate Study. Almost all of the county's wastewater ARVs are buried in vaults below grade. This is an inherently high-risk environment where isolation valves cannot be reached, there is exposure to internal and external corrosion, sewage releases may occur, and the ARVs are rendered difficult to service and perform functionality tests. To address these concerns, staff completed a pilot project in January 2012 in the Naples Heritage community (south of Davis Boulevard, west of Collier Boulevard) to replace below grade wastewater ARVs with above grade ARVs. Twenty- four wastewater ARVs were located within the community; six of those ARVs were reinstalled at existing locations above grade. Twelve ARVs were moved to more optimal locations and installed above grade, and six were eliminated. The successes of the pilot project led to a new Utilities Standard for placing ARVs above grade. This results in a safer working environment and a more reliable wastewater conveyance system. This ARV replacement program will be implemented over a five-year timeframe. Following are the project areas scheduled for ARV rehabilitation for Phase 1 this year based on field observations of worse case areas: Fiddlers Creek Area 2, Bayshore Area 3A, Rattlesnake Area 3B, Vanderbilt Area 4A and 4B, Pelican Bay Area 5, Quail Creek Area 6 and FDOT Area 7A & 7B. Request for Quotation number 08-5011-66 for eight project areas was posted on July 11, 2012, and distributed via email to all vendors of the Fixed-Term Underground Utilities Contract 08- 5011. Of the five vendors notified, five submitted quotations by the August 3, 2012, deadline. (Attachment 1). Note, these eight projects were solicited separately with the intent to award to multiple contractors. Two of the project areas were below the $200,000.00 threshold and Work Orders have been issued under the Fixed-Term Underground Utilities Contract. The quotations for the six project areas that exceeded the $200,000 purchase order threshold are summarized in the table below. Packet Page-796- 10/23/2012 Item 11.G. Project Kyle Quality Mitchell and Area Construction Ente SArises Stark Haskins Inc. DN Higgins Fiddler's Cr. $308,750.00 $258,531.25 $374,000.00 $295,500.00 $303,450.00 Area 2 Bayshore $301,500.00 - - $304,000.00 $309,950.00 Area 3A Rattlesnake $573,380.00 $451,250.00 - $488,920.00 $508,450.00 Area 3B Vanderbilt $329,900.00 $346,875.00 $326,000.00 $316,800.00 $319,200.00 Area 4A Pelican Bay $330,250.00 $247,854.75 $1,207,000.00 $312,350.00 $298,250.00 Area 5 Quail Cr. $549,100.00 $521,750.00 $690,000.00 $476,400.00 $486,968.00 Area 6 The quote specifications informed the bidders there may be unforeseen conditions associated with the project. The bids incorporate an allowance which includes,but is not limited to, additional underground piping, support equipment, personnel time and/or replacement materials as determined by staff that may be required during construction. The price for any additional work shall be negotiated prior to commencement. Staff determined the lowest, responsive quotes to be fair and reasonable and recommends awarding the project to Kyle Construction, Inc., Quality Enterprises USA, and Haskins, Inc., as shown below. Location Contractor Quote Amount Fiddlers Creek 2A Quality Enterprises $ 258,531.25 Bayshore 3A Kyle Construction $ 301,500.00 Rattlesnake 3B Quality Enterprises $ 451,250.00 Vanderbilt 4A Haskins $ 316,800.00 Pelican Bay 5A Quality Enterprises $ 247,854.75 Quail Creek 6 Haskins $ 476,400.00 Total $ 2,052,336.00 The quotations for the above six project areas were $514,396.73 - 25.06% - more than the engineer's cost estimate. (Attachment 2) The project design engineer, AECOM, in a letter dated August 21, 2012, recommends awarding the contract to Kyle Construction Inc., Quality Enterprises USA, and Haskins, Inc., (Attachment 3). These contractors have satisfactory performance and warranty records on previous similar wastewater utility-related projects. FISCAL IMPACT: Funding is available in and is consistent with the FY13 Capital Budget approved by the Board on September 20, 2012. The source of funding is the Wastewater User Fee Fund 414. mY� Packet Page-797- 10/23/2012 Item 11 .G. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval—SRT. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION:, That the Board of County Commissioners, as Ex-officio the Governing Board of the Collier County Water-Sewer District, • award Contract 08-5011, Area 2, to Quality Enterprises USA, in the amount of $258,531.25, which includes an allowance in the amount of$15,000.00 for unforeseen conditions; • award Contract 08-5011, Area 3A, to Kyle Construction, Inc., in the amount of$301,500.00, which includes an allowance in the amount of$15,000.00 for unforeseen conditions; • award Contract 08-5011, Area 3B, to Quality Enterprises USA, in the amount of$451,250.00, which includes an allowance in the amount of$30,000.00 for unforeseen conditions; • award Contract 08-5011, Area 4A, to Haskins Inc., in the amount of $316,800.00, which includes an allowance in the amount of$20,000.00 for unforeseen conditions; • award Contract 08-5011, Area 5, to Quality Enterprises USA, in the amount of $247,854.75, which includes an allowance in the amount of$15,000.00 for unforeseen conditions; • award Contract 08-5011, Area 6, to Haskins Inc., in the amount of $476,400.00, which includes an allowance in the amount of $30,000.00 for unforeseen conditions, and • authorize the Chairman to sign the attached Work Orders after final review by the County Attorney's Office. Prepared By: James Sainvilus, Associate Project Manager, Public Utilities Planning and Project Management Department. Attachments: 1) Work Orders, 2) Bid Tabulation, 3)Bid Analysis, 4) Engineer's Letter of Recommendation and 5) Budget Amendment Packet Page-798- 10/23/2012 Item 11.G. COLLIER COUNTY Board of County Commissioners Item Number: 11.G. Item Summary: Recommendation to approve separate Work Orders to Kyle Construction Inc., Quality Enterprises USA, and Haskins Inc., under the Fixed-Term Underground Utilities Contract 08-5011, in the total amount of$2,052,336 for the replacement of air release valves under Project Number 70044, Force Main Technical Support. (Tom Chmelik, Planning and Project Management Director) Meeting Date: 10/23/2012 Prepared By Name: SainvilusJames Title: Project Manager,Associate,Public Utilities Engineering 8/17/2012 11:33:20 AM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 8/22/2012 4:11:28 PM Name: Susan Jacobs Title: Operations Analyst,Public Utilities Date: 9/6/2012 1:33:54 PM Name: ParkerNicole Title: Contracts Specialist,Purchasing&General Services Date: 9/13/2012 3:27:18 PM Name:MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 9/13/2012 5:13:39 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 9/14/2012 5:03:45 PM Name: PajerCraig Packet Page-799- 10/23/2012 Item 11.G. Title: Project Manager, Senior,Public Utilities Engineering Date: 9/20/2012 5:59:22 PM Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 9/26/2012 4:34:36 PM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 10/5/2012 11:42:06 AM Name: YilmazGeorge Title: Administrator,Public Utilities Date: 10/9/2012 11:04:49 AM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities Finance Operations Date: 10/9/2012 1:50:51 PM Name: JohnssenBeth Date: 10/9/2012 4:50:09 PM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 10/9/2012 5:53:46 PM Name: KlatzkowJeff Title: County Attorney Date: 10/11/2012 11:03:52 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 10/12/2012 2:34:26 PM Name: OchsLeo Title: County Manager Date: 10/15/2012 2:07:25 PM AlOw Packet Page-800- 10/23/2012 Item 11 .G. a • N A W N r = m _ s o o E• 4 es N m D R, D S N• v A N a x g.w O n w e $ n LS tb N A.3FIT Oa A a ea a 9 d x 0 , 3 - A E e w o S „ v 9 c a,m ti a f I. e A t. < s T D § iuun d ... 5 7 V d �- P, s t y = "' 9 A 0 ' W N V 7 C G N N N . O 0 CD a ° -I D D D D D D Z • N J A 1 N A • 3 c m (2 ''' o o N "' o m 1 d co c4 a O O , 0. ., J in to an In to to n 2 p 8 8 8 8 88 B W O � Da ? � d Z m d £ Q. QN r Qm 4 z+ en c p n ell 91. tD y" § 8 § 8 § o S. 2 mo qE <' 8 88 8 8 8 88 x -. T° 9 p Q N Qp c ..t < to p D S 1 N w a gA m $ , c 9 = ' $ g s , 6 8 0 . aam. a m ' 5 88 8 , 8 8 8 8 = wag s .5 a.5 ? . nc + # r a . N to N in an N to T 2 N 1. A U1 . W N G a. a W U1 t/1 d in § § 8 8 a vi8 8 8 8 8 8 8 8 n z.-A so ' 8 ° 8 8 0 8 8 8 8 8 8 8 8 $ f °° 2 8 c p§q 9 E. 0 N V A cn W 01 m Z 8M p 8W kI3 t+ 8G 8 in ry 0 p 8 8 O 8 O O O N• C $ ° g 8 8 8 8 8 N T aA G N w A Y) ....1 V SO 'Z.. $ 8 8 8 8 88 a_ iv Z g 8 8 8 8 8 8 g,in 72 p to ft in W N N A A v Fans In 11 IP W 4Q Vogt W Y. poQD N GOj " a O^ v v • O G § v $ 'R 8 88 8 8 8 8 8 7• N O 2, N to N {A N 2 m tow m to A A N 9 n Qum' 8 o w 1-■ p c 285 8 8 8 u, 8 r a w 4 N A a m S g, N iA (A (/s G N N an .4 N 11 N V1 V8~i lY v8�i to W 8O in W N R. 0 O O ono N O M in N 88 8 8 to O 8 Packet Page-801- 10/23/2012 Item 11 .G. s o N a w N r p ; • g o 'naa 3 9 a r m > 11 3 SS 4 8 Z a a ° a• g a § a at ? < 1 3 o e e 3 K x ills '% As U a < x o < E. Z c a ae a < t !, at o• * Q ; g 4 s ta a v� n 2 ' A S d 2 . E .. Y p : Y N a c a c ; a s s ; a N E• a a6 g E S •+ o •+ u v, N %J e� S N N N N N N 6. to N so *. tO lO 0" 8 8 8 8 8 8 8 E i E. 8 o i v v.Nqn B N ✓ , N b W .. y e CCCW • -!. In A 8 § § 8 8 § § § g o0 n w 6. 8 8 j 8 8 8 8 8 8 ' n E �q' N N N N N p w YI O Y1 00 �1 v C Z v g 8 "' 4 ; / £8a 8 8 8 8 8 8 8 ; Ii v S RO w < N�.+ N ,,..^ N N 2 3 i ^ 6 N E I C W U N V b N y, 8 8 $ § 8 § 8 11 811 w 8 8 8 8 8 8 8 0 O z E a N . V. N N N S ui ! a n o in _I v E g 8 8 0 8 pi 8 8 8 8 8 8 V i O 0, H S ~- r 1 o O O 10 § § C § g- N O■a 3 8 8 8 8 8 8 8 8 • 0 o Ho ;y 3 c T gg Ii U O O w' o it 3 mss§""" Packet Page-802- 10/23/2012 Item 11.G. 9 Z a L N P W N 1+ A e i R : _ T < 0 12, 1c F 33 'kg, . s o < � < v s 3a i e N lo r ° 2 2 g- x 4' 2 n F bIn '9. ' eLi 3I �� ra. A SUIg .. 51 1E ° D B i U : D !o� 8 S R E c 7 D x t E Y e a A R 02o. S PA g_ 3 T A m ysN Y ? N Y D 2 N O 3.g .-. CI Y R O R Y A Y ,p m 2 nc 'n a ' RS! a 10 a "° Y gEL• F tmo rmn tmo c Ii D D D . :1'12 s 8 C S a V 8 „",, -4 40 V7 N Z • d d R OQ • N V�+ V W W t S.g = 6 $ § 8 § V ON GO g 8 g g 8 8 8 8 8 yyy w $ N ' T C 9 8 8 8 8 g 8 g g s I 113 a o 0 ° G p, WNµ1 N to N N N ID f. o O w 8 O H O ,O • aX § 8 8 § § § 8 3 46a 8 8 8 g g N 1O an N p. T 2..i yW tll ! W8 p O8 § Np lD �i d S N ONO § - O § O O p g EDT g 8 8 g 8 8 8 8 d ✓ n• ° s `.4 4 O_ N N V. N N N N y O N O O O O O m g.a8 § 8 0 § § o „ s 8 8 • 8 8 8 v n = _ d a _ — E U N r N 1UD W N T O iG W J O a .,. S a § d c § 25 8 8 `V6' g 8 g 8 8 8 8 g o U , � R 5 a 7, E F K. °, T M ZW E..e . an an .F.1. O W- 1~ ~.'' •tD F p A -"— EL §8 8. 8 g g 8 g il 5 �0 T S £ V W N 8 $ N N W s § o , § 8 ` g 8 8 g 8 g 8 8 . Packet Page-803- 10/23/2012 Item 11 .G. N • W %., r • ; 5 Z 5 O e A Y C 9 s • C Y I n s S 2 3 m a m a fl 3• ¢ &R E I _ a — z k gegil z a a 3 3 o < r 3 m 8 i El S e 2 ill ' i.'C o_ o m g OW 3. 1. 20. i g3g' i f i a a } i s a g w 3 ;.. RR.x E v B y 5 3 g < y yon < y5. -. ••9 Q j 6. e i fVmm b t K E L= C C C S A 8 Y E H P G X ' Y ee4 Y coaw � � 3 ° $ Ski 0 a e g. n E C ' D; D T D T D > S $ a O G C & n D E 3m g1 m N O N N N N N U O N m NJ O A n T a : 8 § E 8 8 E E E g. a _. g.< g 8 8 g 8 8 8 8 0. ; o n el Ea p ; a+. .• 0.. N 4 n D Z G N P. m �ONi �tNi+ -I, 7 C mad x $ 8 § 0 8 8 p �S ° ' g 8 8 8 8 8 - � ; � O V g d ,Ng tae '` a E l i- W W N N O, r - 1" �.co w g g § § § 8 8 § 8 S m 3 d 4c g 8 8 g' 8 8 8 8 eiL a 3. a. 0 2 ] N 3 • 8 o • - s _ § p § 8 y e 8 8 O t- t-: g 8 8 8 8 8 8 . 0'. A = N m A = T Ei S G W N N N N N e A p mm 2 O n b O P N �' V L N S g 8 8 g 8 8 8 8 n a3 2. n N in C N a e v m . a $ s 8 § 8 8 8 8 8 8 8 8 8 3 ;. 3 R. T e F. A T B. g. N NO W co P 0' p N 5 s.. s $ 8 8 8 8 g 8 8 n �. 8 8 8 a,V, .a.ta ^ ^-, W ,ONO ONi Dp, -...1 ONO W A m m 5� v N V 0p V, N m ° 25 an v, ¶n o v, 00 A 8 g 8 8 o 8 8 = • . E I 73 3 CA s V V § O. O 8 8 i N- ' a g 8 8 g 8 8 9 8 a O m c '6 Packet Page-804- _ 10/23/2012 I m 11.G. # $ % I gTi 1F 3 , P Pi ` \ i | ,$ , & « E g ■ D — » < o ' § i ! i § 1 5 dII ii77 . % | ) . f g m at : & ill 3• \ g { i _ § K. | § k | if § \ eg tli | ! , . 2 U © i .ct �{ 2 | i � § \ \ ( ii § - i | � | a 0. , . . - 7 a . . . c § 2 £ ; ; ; ; ; ; § - 3 (| . © I. � o o w % gs . ; 2 # I. k 8 8 { 8 I •! § B �• � k ' k / k i a § £1 g B e B B g ill $ $ f §, 8 § P P vs \ { . ■ \ § 8 g b b 8 8 a § § \ \ m at | § \ ) ) § / 2 ) \ - 2g. $ @ai g ( , , _ » E k \ k 8 8 \ \ f ( 8� 8 ■ 8 8 f ( z U ; k k g k / 7 k k ƒ B a ® k ■ ■ 2 if U K. ƒ \ k \ k k § i \ f 8 8 8 8 B 8 & § . e a. ! § , !: 2 « _ _ § ¥ r. r. § a 8 § k k k | ) 9 - [i § + E a a B \ i . , .\ f 7 $ - { i $.ri( < : § 8c %/ • $[ . till ' . .§ Packet Page-805- 10/23/2012 Item 11 .G. g 0 ui a NO no — " ; N A I O Y T • 71 < O ° a -' o O a7 P m D e 3 s g 3 i1. 111 ,= . $ U U g < U E o < � o H an. �5 li U 1g 7 P ` C g C ^ ; 'i s. o g 3 R e < ( 5 . Y ffaa ° ffaa Y a 3 Z 3 S 1 i ea aC ' A u " 0 a = q € QN a a- 8 3: W 3 a UU $ n A -•u g R. a -a �n C 2- at b D D D D D 7 o '^ 8 , a E ' "" c N p w o - g G ^ N 01 Ol O O. T an < 0 8 8 8 8 8 8 8 2 E a Nm W E U Y N N N pN� ^i1 XI ? O IIN+ N 8° 40 00 s co ° ° ^+ § 8 8 § 8 § o" a a-2 o 8 8 8 8 8 8 8 5 a E, c z -0 A�' ' u, yNi m mm5� an n3 n to 8 8 8 8 25 0 cQi ' °' 8 $ 8 8 8 8 t E i 9 1 g i R 9 d W W N VV N pNq� . t an R G N �! .- W NO A ° 3T .1 ygg § § 8 § Rg g $ 8 8 8 8 8 8 0 11, D m r to mp Np p�pp ,vim+ 7�i, Y CO a a�pp^ NN 8 8 O o O x p § 8 $ a 8 8 8 8 8 8 8 jti E- FS R g. 111 O U o° 88 Q ( O a =— p $ 8 H 8 8 o 1" N 1/1 N O U N W W N l0 O. N N e a3 § 8 U 8 8 8 8 8 8 • g W- T N 7'a F N •N SNg1 A v. N CO �g gA 4 6.�°^ 0 ..-v, $ $ § § §C S2 § 8 8 8 8 8 8 8 8 .o O F W9j 8 m N N N N N N V. O — V. ? v V7 tr P N m p O 0v1 N N 8 C� pO Op w ,n 8 Z"4 o 8 8 8 8 ;., VI 8 s; as m 5 G N N N .N+ .N+ N 7" ANIN g g: V ['pp �Pn A8 N �pO F. g i O o O 8 ,.% t o O Sm g 8 8 8 N 8 8 N 4 0 N Packet Page-806- 10/23/2012 Item 11 .G. Z N A . W N N P S a Co ^ Y ,c, z a. • C 16 5 � a 1' a p e S Q °. as x� ° ' Eli ° try iA s la I. 3' d . �', a < ua ° < u ; 1. s o i A 2 z 3 A ' d • ? A d z a. F g i a 1 �o x C c 5. t o k g n o v a $ D o �. ° 3 t v B. 3' T g. S s p S $ A m 8gg a = § 1 § lip lit Y Y Fx R Y N y. no._. �II ; a a ; a a n r 8 m '6' V N A gt o v, 1 o a a tre. an D2 g 8 8 8 8 8 8 a Q 8 M E V = G Vl N N Y Nom. T c D A O N, A to rA N D (j aa `�° $ g' § § § 8 g Z : 8 g g $i, g g $ g e s g a2-8 g a o 5 Q E 3 ; � . . N N N N N 9 C 8 $ 8 8 8 8 - 8 p $ .. Q $ 8 8 8 8 8 8cc o 0 p i it en ve § W .Q•' N "' 171 i A 3 ; 'go 8 8 8 g 8 8 8 a o o O I•$ N s Y v, A P N N W Y C as 8 8 $ 8 8 8 f N 8 pp ' XC ° 6 9 fi C P 4+ p� N ... N T Z O ■ tt § �' N t R CO § g g g g g g 8 8 8 � 2 6 ryry . . N an an 8 8 8 8 8 8 a s R. 8 8 8 g g 8 S E. n m tn. T N w C Q1 U t1A H H v N tp y C O W W J O a e. D o § g § § § § 8 rse E. g 8 8 8 $ w NA gi W W M u id 8 x $ 8 8 8 8 g $ 8 8 8 8 8 c »S o G n f fi IT to In in V' V N N C < N III N ti N 9 V $ $ $ $' a "'og g g 8 Packet Page-807- Y . 0 10/23/2012 Item 11.G. E. m N A w n n p Y C �y T < 3 O M E. x_ 3 m D p ? E S g N y ' Ili II m a., 3 ; Y a ° T a<i m= t * F.' 7 S ° n esz i 1. m rA ? ° Y 7 m - e5o ? A * 1 e E aa� Act A pp m Zp 5. N' S A Cy O T m = Y D 7 Y ? Y g K. = A ; Q N .�.. S x i R s . p �e 5 ' S -A a Y D . Y x Y f <' > o. a• a Ea o n ° C 74- �. M D A D D D D w a D a w °» - se yG II1-.. o 0 0 w I I / i 1 i n m o c » ° . 8 n A mg, p f Xi n A n ■P1 a c < 3 E O. n$ z s E. N = . N F8+ 8N y pep n OT §' W O O O O O T O C S d k 8 8 8 8 8 8 8 a ; a w n a °° Xi 5. O Y+ Nj N N N n A $. yQ s o o N. W ,n E y °- g o 18 8 8 g a • < g O 81 8 8 8 � � 8 Aa d a = n N z C of - XI N�. N N o W E. 's g 8 8 8 8 § e. a 8 $ 8 8 z " F 2 rc . N -s, m `tlnn N p T N.Y. s• ` $ 8 8 $ 2- 5 g 8 8 8 8 N N N N N 1 a VI: W W N :p V A H ■8' 8 8 8 8 8 8 a N 1.1.* tn § § 8 8 $ T II , o ° = N N a N5 N V to to l~n tNn » r 2S `^ o o w § § G d " 8 $ 8 8 8 $ >. dg n R = N N N N N T s a o 8 o 8 8 8 8 8 2 w Packet Page -808- 10/23/2012 Item 11.G. AECOMAECOM 407-843-6552 tel /'ls 150 N.Orange Ave.,Suite 200 407-839.1789 fax Orlando,Fl 32801 www.aecom.com August 31,2012 Mr.James Sainvilus Collier County Public Utilities 3339 Tamiami Trail East, Suite 303 Naples,Florida 34112-5361 Re: Air Release Valve(ARV)Replacement Program—Phase I (Areas 2,3A,3B,4A,4B,5,6,and 7) Collier County RFQ#08-5011-66 Letter of Recommendation to Award Contract Dear Mr. Sainvilus: Pursuant to your request, AECOM Technical Services, Inc. (AECOM) is pleased to write you this Letter of Recommendation for Award on the above referenced project. We have reviewed the quotes received for the eight (8) bid packages on July 31-August 3, 2012 from the Annual Underground Contractors. A follow-up conversation and email with the County and Contractors indicated that they were in concurrence with their quotes. Quality Enterprises, Kyle Construction, and Haskins Construction have submitted all of the required documents with their bid(s) and are all deemed responsive. Quality Enterprises, Kyle Construction, and Haskins Construction has an annual contract for underground utilities and a successful work history for Collier County Public Utilities. Based on the above, AECOM considers Quality Enterprises, Kyle Construction,and Haskins Construction to be qualified to perform the work. Based on the information provided to the County with the bid, and evaluation of the bids, AECOM recommends the award of the various areas as listed below by area: • Project#1 (Fiddlers Creek Area 2)to Quality Enterprises in the amount of 8258,531.25. • Project#2 (Bayshore Area 3A) to Kyle Construction in the amount of$301,500.00. • Project#3 (Rattlesnake Area 3B)to Quality Enterprises in the amount of$451,250.00. • Project#4(Vanderbilt Area 4A)to Haskins Construciton in the amount of$316,800.00. • Project#5 (Vanderbilt Area 4B)to Haskins Construction in the amount of$141,270.00. • Project#6 (Pelican Bay Area 5)to Quality Enterprises in the amount of$247,854.75. • Project#7(Quail Creek Area 6)to Haskins Construction in the amount of$476,400.00. • Project#8(FDOT Area 7A&7B)to Haskins Construction in the amount of$114,000.00. The engineer's estimate for the above projects were as follows: • Project#1 (Fiddlers Creek Area 2) in the amount of$195,456.26. • Project#2(Bayshore Area 3A) in the amount of$196,183.64. • Project#3 (Rattlesnake Area 3B) in the amount of$372,139.51. • Project#4(Vanderbilt Area 4A)in the amount of$242,086.38. • Project#5 (Vanderbilt Area 4B) in the amount of$71,891.19. • Project#6(Pelican Bay Area 5) in the amount of$174,848.00. • Project#7 (Quail Creek Area 6) in the amount of$359,949.57. • Project#8 (FDOT Area 7A&7B)in the amount of$64,755.00. Packet Page-809- ARV Replacement Phase 1,Recommendation Letter Page 1 10/23/2012 Item 11.G. AECOM Amok The engineer's estimates were low for each area. The enginer's estimates were based upon the unit cost ` ` amounts provided by the low bidder for the ARV Replacement Program in Naples Heritage Area 1 and a detailed cost analysis for each ARV site. We believe the estimates were low for the following reasons: (1) the Contractor's assumed risks for this project are high if there are delays(e.g.pipe break, shut downs of lift stations), which could greatly increase their labor and equipment costs; and (2)the Naples Heritage Area l was not as profitable as expected,and therefore this project was not an accurate basis for the subsequent bids for this project. We appreciate the opportunity to assist the County on this important project. If you have any questions, or if you require any additional information please contact me. Very truly yours, AECOM Technical Services,Inc. Natalie A.Urick,P.E. Project Engineer Aismk Packet Page-810- ARV Replacement Phase 1,Recommendation Letter Page 2 10/23/2012 Item 11 .G. ter Comity Administrative Services Division Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: July 11, 2012 From: Nicole Parker, Contract Specialist 239-252-4270, Telephone Number 239-252-6549, Fax Number nicoleparker a( colliergov.net To: Prospective Vendors Subject: RFQ#08-5011-66 Air Release Valve Replacement Program Phase I As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. Your response must be received in the Purchasing Department, 3327 E. Tamiami Trail Naples, Florida 34112 or via email to nicoleparker a(�collieroov.net no later than the dates specified below. Any response received after that time shall not be considered. Due Dates for Individual ARV Projects: PROJECT#1 -Fiddlers Creek Area 2 July 23, 2012 at 2:30 pm. PROJECT#2-Bayshore Area 3A July 23, 2012 at 2:30 pm. PROJECT#3-Rattlesnake Area 3B July 24, 2012 at 2:30 pm. PROJECT#4-Vanderbilt Area 4A July 24, 2012 at 2:30 pm. PROJECT#5-Vanderbilt Area 4B July 25, 2012 at 2:30 pm. PROJECT#6-Pelican Bay Area 5 July 25, 2012 at 2:30 pm. PROJECT#7-Quail Creek Area 6 July 26, 2012 at 2:30 pm. PROJECT#8-FDOT Area 7A&7B July 26, 2012 at 2:30 pm. All quotations for individual projects shall be in accordance with the terms, conditions, and specifications stated herein and in accordance with the terms and conditions of Contract #08-5011 of which your firm was an awardee. NO OTHER FIRMS ARE ELIGIBLE TO SUBMIT OR RECEIVE AN AWARD FOR THIS PROJECT. If you have any questions regarding the specifications or intended scope of work, you must make those inquiries no later than two(2) business days before the due date. For general questions, you may contact the Purchasing staff member noted above. Your quotation response for individual projects 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. No late quotation responses will be accepted. We look forward to your participation in this request for information/quotation process. cc: James Sainvilus, Project Manager RFQ_ContractDriven_RevisedSeptembe r2009 1 Packet Page-811- 10/23/2012 Item 11.G. I. General Information Each bid package generally consists of demolition of existing wastewater Air Release Valves (ARVs) and a portion of the existing concrete valve vaults, installation of new service saddles, plug for service saddle, magnetic locator ball and compacted fill material; installation of new ARVs in above-ground enclosures; and coordination of all work with the appropriate Home Owner's Association, the County (Utility Division, Right of Way, and Landscaping), and the FDOT(for Area 7 only). The proposed projects will be quoted and awarded to the contractor with the lowest cost. Each project will be awarded separately. A non-mandatory pre-bid meeting is scheduled for Tuesday, July 17,2012 at 11:00 AM at the Purchasing Conference Room A.Although this is not a mandatory meeting, it is advisable that all bidders attend. II. Specifications and Plans Specifications-See separate denoted downloadable file in PDF format. Plans — at the pre-quote meeting the data will be distributed on disk and will also be available at purchasing front desk. III. Schedule Days to substantial and final completion from notice to proceed for each individual stand-alone project: PROJECT#1 -Fiddlers Creek Area 2-150 days to Substantial + 30 Days to Final = 180 Days Total PROJECT#2 -Bayshore Area 3A- 150 days to Substantial+30 Days to Final = 180 Days Total PROJECT#3 -Rattlesnake Area 3B- 150 days to Substantial +30 Days to Final = 180 Days Total PROJECT#4 -Vanderbilt Area 4A- 150 days to Substantial + 30 Days to Final= 180 Days Total PROJECT#5-Vanderbilt Area 4B- 150 days to Substantial + 30 Days to Final= 180 Days Total PROJECT#6 -Pelican Bay Area 5- 150 days to Substantial+ 30 Days to Final = 180 Days Total Amok PROJECT#7-Quail Creek Area 6-240 days to Substantial + 30 Days to Final = 270 Days Total PROJECT#8 -FDOT Area 7A&7B-90 days to Substantial + 30 Days to Final = 120 Days Total IV. Instructions 1. Complete Vendor's name,sign and date on all pages where so indicated. This will constitute your acceptance of the specifications, terms and conditions as listed. If taking exception to any part or section of this request for information/quotation, please indicate such exceptions on a separate sheet entitled "Exceptions." 2. Your quote may not be accepted unless all requested information is furnished. 3. The Collier County Purchasing Department reserves the right to reject any and all quotes. 4. All quotations for each individual stand-alone project must be made on the quotation form furnished by the County. No quote will be considered unless the quotation form is properly signed. 5. All work completed shall be under the terms and conditions of the above referenced contract. 6. Liquidated Damages Owner and Contractor recognize that, since time is of the essence for this agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified above. Should Contractor fail to substantially complete the Work within the number of calendar days for substantial completion established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, $1,002.50 for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the contractor fails to reach Final Completion, Owner shall also be entitled to assess, as liquidated damages, but not as a penalty, a sum certain per day, in the amount of$501.25 for each day after the time set for Final Completion. 7. Performance and payment bonds shall be required if the lowest responsive quote exceeds $200,000. RFQ_ContractDrive n_Revised September2009 2 Packet Page-812- 10/23/2012 Item 11 .G. Coiter County Administrative Service Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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: See separate Bid Schedules in Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 -Fiddlers Creek Area 2 PROJECT#2-Bayshore Area 3A PROJECT#3-Rattlesnake Area 3B PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B PROJECT#6-Pelican Bay Area 5 PROJECT#7-Quail Creek Area 6 PROJECT#8-FDOT Area 7A&7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 2012 in the County of , in the state of Firm's Complete Legal Name Telephone Number Email Address Address City State Zip Florida Certificate of Authority Document Number(www.sunbiz.orq/search/html) Signature Title Print Name Date RFQ_ContractD riven_RevisedSeptem ber2009 3 Packet Page -813- 10/23/2012 Item 11 .G. ev-1 ParkerNicole Alook From: ParkerNicole Sent: Thursday, July 12, 2012 2:28 PM To: ParkerNicole; Ryan; Belweii; Mike Westhafer; Brian Penner; Tammy Ludwig; Brandy Bartolone (brandyb @dnhiggins.com); Lou Gaudio; Marcie Cohen; Kyle Construction Inc; HHASKINS©HASKINSINC.NET Cc: SainvilusJames Subject: ADDENDUM#1 -RFQ#08-5011-66 ARV Replacement-Multiple Projects Attachments: QUOTE SCHEDULE FOR 08-5011-66 ARV REPLACEMENT.xlsx • Good afternoon—the disks are now ready at the purchasing front desk(sorry for the delay).Also the Quote Schedule has been revised—please see the attached excel document.Thanks! Nicole Parker Procurement Strategist Collier County Purchasing Department • 3327 Tamiami Trail East Naples, FL 34112 Tel: 239-252-4270 . Fax: 239-252-6549 • Email: nicoleparkerPcolliergov.net Under Florida Law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public records request,do not send • electronic mail to this entity.Instead,contact this office by telephone or in writing. ' 1 Packet Page -814- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#1-Fiddlers Creek Area A2 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 EA 16 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 EA 10 $0.00 ARV in enclosure in same location (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 17 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 10 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $15,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping,installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page-815- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#2 Bayshore Area 3A RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 7 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 2 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 1 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 1 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance _ to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $15,000.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping,installation of new ARV piping and valves,unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. Packet Page-816- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#3-Rattlesnake Area 3B RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 EA 12 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA S $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 9 $0.00 ARV in enclosure in same location A. Install New ARV in Enclosure (no offset from existing force main) EA 7 $0.00 3 B. Install New ARV in Enclosure(Offset from existing forcemain) EA 12 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $30,000.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping,installation of new ARV piping and valves,unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. Packet Page-817- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#4-Vanderbilt Area 4A RFQ#08-5011-66 QUOTE SCHEDULE ITEM NO. ITEM DESCRIPTION UNITS QUANTITY PRICE • Demolish existing Air Release Valves and 1 Vaults EA 14 Per-Unit Extended A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 10 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 4 $0.00 ARV in enclosure in same location (Offset from existing forcemain) Amok A. Install New ARV in Enclosure (no offset from existing force main) EA 1 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 18 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $20,000.00 $20,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $20,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page-818- 10/23/2012 Item 11.G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#5-Vanderbilt Area 4B RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 3 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 13 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 0 $0.00 ARV in enclosure in same location (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 0 $0.00 3 B. Install New ARV in Enclosure(Offset from existing forcemain) EA 4 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $6,000.00 $6,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $6,000.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs,unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page-819- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#6-Pelican Bay Area 5 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 11 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 20 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 3 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 14 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 2 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $15,000.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves,unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. Packet Page-820- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#7-Quail Creek Area 6 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 Vaults EA 14 $0.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 22 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 7 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 34 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 26 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $30,000.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page -821- 10/23/2012 Item 11.G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#8-FDOT Areas 7A and 7B RFQ#08-5011-66 QUOTE SCHEDULE ITEM NO. ITEM DESCRIPTION UNITS QUANTITY PRICE 1 Demolish existing Air Release Valves and Vaults EA 4 $0.00 A. Demolish existing Air Release 2 Valves and Vaults and install a new EA 1 ARV in enclosure in same location $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 0 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 0 $0.00 3 B. Install New ARV in Enclosure(Offset existing forcemain) EA 0 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $5,000.00 $5,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $5,000.00 Note: Includes Areas 7A& 7B. * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs,unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page -822- 10/23/2012 Item 11 .G. 4\-\- ParkerNicole From: ParkerNicole Sent: Thursday, July 19, 2012 9:41 AM To: ParkerNicole; Ryan; Belwell; Mike Westhafer; Brian Penner; Tammy Ludwig; Brandy Bartolone (brandyb @dnhiggins.com); Lou Gaudio; Marcie Cohen; Kyle Construction Inc; HHASKINS @HASKINSINC.NET Cc: SainvilusJames Subject: ADDENDUM#2-RFQ#08-5011-66 ARV Replacement- Multiple Projects Good morning-The due dates have been extended to: PROJECT#1 -Fiddlers Creek Area 2 July 31, 2012 at 2:30 pm. PROJECT#2-Bayshore Area 3A July 31, 2012 at 2:30 pm. PROJECT#3-Rattlesnake Area 3B August 1, 2012 at 2:30 pm. PROJECT#4-Vanderbilt Area 4A August 1, 2012 at 2:30 pm. PROJECT#5-Vanderbilt Area 4B August 2,2012 at 2:30 pm. PROJECT#6-Pelican Bay Area 5 August 2,2012 at 2:30 pm. PROJECT#7-Quail Creek Area 6 August 3, 2012 at 2:30 pm. PROJECT#8-FDOT Area 7A&7B August 3,2012 at 2:30 pm. Nicole Parker Procurement Strategist Collier County Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Tel: 239-252-4270 Fax:239-252-6549 Email: nicoleparker@colliergov.net Under Florida Law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public records request,do not send electronic mail to this entity.Instead,contact this office by telephone or in writing. • 1 Packet Page-823- • 10/23/2012 Item 11 .G. CI n ParkerNicole ' 4101k From: ParkerNicole Sent: Thursday, July 26,2012 12:45 PM To: ParkerNicole; Ryan; Belwell; Mike Westhafer; Brian Penner; Tammy Ludwig; Brandy Bartoione(brandyb @dnhiggins.com); Lou Gaudio; Marcie Cohen; Kyle Construction Inc; HHASKINS @HASKINSINC.NET Cc: SainvilusJames Subject: ADDENDUM#3-RFQ#08-5011-66 ARV Replacement-Multiple Projects Good afternoon—please see the Addendum#3 information below: To prospective bidders and others concerned: This addendum sets forth changes and/or information as referenced and is hereby made a part of and should be attached to the subject Contract Documents. General 1. The bid opening dates for RFQ #08-5011-66 remain unchanged and are to be submitted as listed in ADDENDUM #2 - RFQ #08-5011-66. 2. The pre-purchased air release valves for this project will be the same outlet diameter as what is currently shown, and the connection type (threaded and flanged) will remain unchanged. However, the manufacturer and model listed in the Owner Furnished Equipment section may vary from what is currently shown. In addition the base elbow of all offset ARVs shall be concrete encased with 3000 psi Quikrete or equal, with a dimension of 12" x 12" x 12". ARV's located directly above the force main pipe do not require concrete encasement. Amok 3. The County will provide the necessary vacuum pumper trucks for the removal of wastewater flows for all taps that require a force main shutdown (i.e. wet taps). Wet taps shall be required at all locations where existing service saddles are removed and either a plug or ball valve shall be installed at the service saddle. New ARV sites shall be hot tapped (force main to remain in service) and will not require draining of the force mian. The Contractor shall provide pumper trucks for any needs (e.g. excavation dewatering) not related to wet tap connections. The Contractor shall submit to the County for review and approval a Contingency Plan or Work Plan at least 2 weeks prior to beginning construction for all planned wet taps. The work plan for wet taps shall include the following information: • Location of force main isolation valves • Estimated number of pumper trucks required • Estimated duration that the County's pumper trucks will be required at each ARV site. Explanation of how the Contractor determined the pumper truck duration shall also be submitted to the County for their review and approval 4. Provide a 4.5 ft tall, Type 1 Aickenstrut Fiberglass Strut channel structure with two support legs and two cross bars and all connecting channel fittings and hardware by Aickenstrut. Provide two Aickinstrut Adjustable pipe clamps (one per cross bar) adjustable pipe clamps. The base of the Aickenstrut structure shall be encased in approximately 12" x 12" x 12" concrete (3000 psi minimum) below grade. Protect the new ARV outlet piping so that it is not encased in concrete. The legs of the Aickenstrut structure shall be approximately 5" apart from centerline to centerline. The legs shall be buried approximately 3'-0" below finished grade and shall extend approximately 18" above grade into the enclosure. Support structure shall be capable of supporting a weight of up to 75 lb. , 1 Packet Page-824- 10/23/2012 Item 11 .G. Questions Received During Pre-Bid Meeting: 1. Q: Who will be required to apply for and obtain the dewatering permits? A: The Contractor is responsible for obtaining and paying for all necessary dewatering permits following the Notice of Award. The Contractor will not be given a Notice to Proceed construction until the dewatering permits are obtained. The fees are not expected to be waived by the South Florida Water Management District for this project. 2. Q: What date does the County expect Notice to Proceed to be given: A: Notice of Award will be done as quickly as possible if the bid is less than $200,000. If the bid is greater than $200,000, then Notice of Award is expected to be given after BOCC meeting on September 1 ltH 3. Q: Will the County provide a plan for flow diversion and isolation valves for the force mains along Goodlette Frank Rd. south of the wastewater treatment facility? It is difficult for the Contractor to estimate the number of pumper trucks that will be required unless a plan is provided. A: Refer to the General Addendum comment#3 above. 4. Q: Is the Contractor responsible for Maintenance of Traffic? A: The County is obtaining the FDOT ROW permit for this project. The Contractor shall be required to meet standard FDOT MOT requirements within FDOT right of ways. The Contractor shall be required for obtaining the Collier County right of way permits, which have been pre-reviewed with Collier County Transportation Services Division. The draft applications have been prepared by AECOM and will be provided to the successful bidder. The Contractor shall submit the necessary right of way applications to Collier County Right of Way Division and the fees will be paid for the Collier County Public Utilities Division. Maintenance of Traffic shall be provided along all County roads in accordance to Collier County's standards. Maintenance of Traffic along private roads shall meet the criteria required by the local Home Owners Association. Nicole Parker Procurement Strategist Collier County Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Tel: 239-252-4270 Fax: 239-252-6549 Email:nicoleparker@colliergov.net Under Florida Law,e-mail addresses are public records.If you do not want your e-mail address released in response to a public records request,do not send electronic mail to this entity.Instead,contact this office by telephone or in writing. 2 Packet Page-825- 10/23/2012 Item 11 .G. WORK ORDER Agreement for Fixed Term Underground Utilities Contract 408-5011 Contract Date:March 11,2008 oak Fixed Term Contract Expires:March 10,2013 (RFQ 408-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name: Project 4t -Fiddler's Creek Area 2—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated July 31. 2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation 408-5011-66 dated July 11,2012,as modified by Addendums 1,2 and 3 attached hereto a part of this Work Order# (please fill out once received)is assigned to: Quality Enterprises USA,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install anew ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) • F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to Avow relocating ARV, unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): [Negotiated Lump Sum; Lump Sum Plus Reimbursable Costs; ❑ Time & Material (established hourly rate — Schedule A); ECost Plus Fixed Fee, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $243,531.25 (LS) Task II: Owner Directed Allowance $ 15.000.00 (T&M) TOTAL FEE $258,531.25 tr) < PREPARED BY: S/2,9//e `James Sainvilus,PUPPPMD Project Manager Associate Date APPROVED BY: 1Z4-)1112. Craig Pajer, . .,Pli1D Principal Project Manager Date Packet Page-826- 10/23/2012 Item 11 .G. r �j APPROVED BY: p A. 01 0 911 Torn C elik,P.E. PUPPMD Director Date gypt . APPROVED BY: , / Steve Nagy,Wastewater Collection Manager Date APPRO '4 `: 't,—' � -'` '°° 8/-&/h Beth Jonssen,Was water Operation Manager Date APPROVED BY: ✓'`"" — ,, r Steve `►essner,Interim Director,Wastewater Department at APPROVED BY: /7 Nicole Par er,Contract Specialist,Purchasing 11 (11412. Date APPROVED BY: George Yilmaz,Administrator Date Public Utilities ACCEPTED BY: QUALITY ENTERPRISES USA, INC. Lou Gaudio,Vice President Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock, Clerk Collier County,Florida By: By: Deputy Clerk Fred W. Coyle,Chairman Approved as to Form and Legal Sufficiency: Assistant County Attorney Page 2 of 2 Work Order for RFQ#08-5011-66 Packet Page-827- -,.« ..< ,.. s� mow. ,. ..._....—,.....,:.e.....w...v.,-aa.�e.,rse.+�. �..e...,n.».:m,._m.:.. .rw.rw... _.. I_.1„..,.,.a.,...«-._..»..�a..�....�.......... ....._.>._....,.,«<.=s.._..eaw.ar .m.:...u.-..:,,. 10/23/2012 Item 11 .G. CM- County Adrrinistrative Servicea Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Alr Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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: See separate Bid Schedules In Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): X PROJECT#1 Fiddlers Creek Area 2 X PROJECT#2-Bayshore Area 3A PROJECT#3- Rattlesnake Area 3B PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B _ PROJECT#6-Pelican Bay Area 5 PROJECT#7-Quail Creek Area 6 'PROJECT#8- FDOT Area 7A&7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 31st day of July 2012 in the County of Collier , in the state of Florida Quality Enterprises USA, Inc. Firm's Complete Legal Name 2.19=111=2220 Telephone Number LGAUDIO @QE-USA.COM Email Address 3894 Mannix Drive, Suite 216 Address Naptps FLy State 34114-5406 Zip F95000002550 F-Isrida- tfreete-of Authority Document Number(www,sunbiz.orq/search/html) Stg-rrattie Vice President Title Louis J. Gaudio 7/31/12 Print Name Date Amok RFQ_ContractDri ven_RevisedSep tember2009 3 Packet Page-828- 10/23/2012 Item 11.G. Quality Enterprises USA, Inc. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#1-Fiddlers Creek Area A2 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 Vaults EA 16 $1,250.00 $20,000.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 EA 10 $4,181.25 $41,812.50 ARV in enclosure in same location (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 $4,743.75 $23,718.75 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 17 $5,250.00 $89,250.00 3 B. Install New ARV in Enclosure(Offset from existing forcemain) EA 10 $6,500.00 $65,000.00 4 Furnish and Install Pipe Bollards EA 10 $375.00 $3,750.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE _ $258,531.25 tY tN `h�x.�i�y.�,t ."vim �E72.+k.,rM��.�sl i �.ti�6� >a ..�. �uNs y�,,� y1 v�,.� sy[��wt?.?`+�yuh �t ar�,a+t ef'�d�. Xd,v..,��u,,snX'.eul��tp,.,� ,�:-e..x 6 ., m«"� .�s,r.�, m rk�::33 P 6� qir .'1'ket! C.�ie�'ry T` a yy a/?e'''yniT4.r*.yls i l Y a ark" '� �t al4�ix7 -1.�'a'cl c�S w kg;" r. A .aa �{r...,io at"i...r:..'Y x�.r..,:..Ln,., s3!:r.ri:a4„wi..s"3 ,.�.,...Y"nu,,P Yl,er..a�,d$ ,.. ��5.;'e�. ,t �nL� x4,�s�:-i`'a aki�.4x'y:+ti,C7a�F?`.,e.Y..— i4; ..k�v:?rttw) .. * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves,unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs,unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page-829- 10/23/2012 Item 11 .G. 8 E: n .� 8 Q8 g $ `uZ $ mm 'r.' TJ § in 5 �ifi O. CC h a N co N N N ii •S VP Q CO n N pp n 8 C N 0 W as v/ H Ni .f t0 lA .�'1 r d ur o w o 1 $ Q$ Q8 8 $ g g gg o . x S 2��5 0 8 g g I Y vi M W N N a a N N, ; ...§ V eS c E g g g 8 8 g g d -2 2 § 8 8 8 8 g §Az so V! C 9 8 CC CC z P O g 8 8 8 8 o c - . N' § § 4 , § 8gR ag. p Z. i w ., v vi mO C O O. V Vi V1 N N N IA t/} N C C V r tyy o pQ8 8 8 8 , pa8 g $ o ' O O N e-1 ra. 611 O L7 C C Vf t0 tO V V K U K VF V1 N V} O g „ H 2 L 8 C A z o o _V1 a 8 8 8g 8 2 0 u 0 o 8 $ p p S g g g to C W m 1 0 „ C N N N m H N N 4L W N K h b C V la S do g g S S $ co 'tq u ` S 8P. 8 § g 8 8 D o c m 0 G V>. V) to V1 Vt• ,�~ O O 2 C N O. N > C O O p C q C W pc $ g 8 8 8• 0 Z z Q G $ . ` _ V W E o n • 4 O N u = n T V1 y 3 VI.U N N N V H tP. t a a TZ LiJ/ 8 8 8 8 8 8 g 8 o 84 8 8 8 g8 s Al ar; £ V) H N. aan N VI K .0 C v 2.,/ C C L O I t”. O 0 N ti I. 0 ri ''.,,1 C m C C F W W W W W W 3 C C d o u -2 c d d .n O v w 1 [ • ▪ C N y > r 3 > w • m d Q Q C E -.Q 'D 3 c 0 O Z A m m C a d h O V 0 C;� C ^ V c ? p d c c m 3 E .2 > c o >:d m p [ '.. N N d G r d ix `'" C E m m v p, ;,6 �- Q 00 6 a d d 3 . i c axi u 2 m c E 3 y 3 a o w a at r > e = d n F. A m do m c iii i u a f � E E d -c O u .. , f u c it; u n d [ w E'r o o ¢ v d z C d E d ci d m' c d ; 0 3 0 o LL • p c a; o ci o m ? WORK ORDER 10/23/2012 Item 11 .G. Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date: March 11, 2008 Fixed Term Contract Expires: March 10,2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name: Project#2–Bayshore Area 3A–Force Main Technical Support–ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page, dated July 31, 2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11, 2012, as modified by Addendums 1, 2 and 3 attached hereto a part of this Work Order# (please fill out once received) is assigned to: Kyle Construction Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location (Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance: to cover unanticipated costs including but not limited to relocating ARV, unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): ❑Negotiated Lump Sum; Lump Sum Plus Reimbursable Costs; ❑ Time & Material (established hourly rate – Schedule A); [Cost Plus Fixed Fee, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $286,500 (LS) Task II: Owner Directed Allowance $ 15,000.00 (T&M) TOTAL FEE $301,500 PREPARED BY: — 11/2' ames Sainvilus, PUPPMD Project Manager Associate Date l (� , E 2 12 , APPROVED BY: 1� Craig Pajer . PD Principal Project Manager Date Packet Page-831- 10/23/2012 Item 11.G. APPROVED BY: GZ4k mo ZOT-1.- Tom hmelik,P.E. PUPPMD Director Date Auk APPROVED BY: `/ / ' I Steve Nagy,Wastewater Collection Manager Date APPROVED B �G e.__. f •`�7, Z-'' Beth Johnisen, Wastew er Operation Manager Date APPROVED BY: *1)_ '2.....- Steve Messn r, Interim Director, Wastewater Department ate APPROVED BY: Nicole Parker,Contract Specialist, Purchasing ti? `+141,1- Date APPROVED BY: �°'J =►l George Yilmaz,Administrator �'�' Date Public Utilities ACCEPTED BY: 01111RY,d0 400" arlie Abraham, ice President Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock,Clerk Collier County,Florida By: By: Deputy Clerk Fred W. Coyle, Chairman Approved as to Form and Legal Sufficiency: Assistant County Attorney Page 2 of 2 Work Order for RFQ 408-5011-66 Packet Page-832- 10/23/2012 Item 11 .G. • Cott- y Adrrinistadve Sei s Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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: See separate Bid Schedules in Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 -Fiddlers Creek Area 2 PROJECT#2-Bayshore Area 3A PROJECT#3-Rattlesnake Area 3B PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B PROJECT#6-Pelican Bay Area 5 PROJECT#7-Quail Creek Area 6 PROJECT#8-FDOT Area 7A &7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 5) day of Y%1L'1 , 2012 in the County of C.ULLI R. , in the state of FLORIDA( K1 LE CONS-MK-MN TNC Firm's Complete Legal Name 2 1-ta13--7059 Telephone Number K ILFCCAS-t—Nc.@ 0121.MM Email33bs^RpGCT � Address_„Ctrz City 71 OR Dh State Zip "[ its/V4 i 1►►{ y Florid , ic- g- Ze o cument Number(www.sunbiz.orq/search/html) • -ture ICa PRESIDENT Title C.IiAgLES E pvikkA A J .1 31)'2i:117,., Print Name Date RFQ_Co ntractDriven_RevisedSeptember2009 3 Packet Page-833- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION Auk ARV REPLACEMENT PROGRAM-Project#2 Bayshore Area 3A RFQ#08-5011-66 q�d•:7� sN �$ "k]{ w" ..�# ', " r1�x �`t }�� §�i{�pp � n §t�� nr� �e.,r1 " k F '�� v... , QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and pp 1 Vaults EA 7 110, 115 r.5094 nd A. Demolish existing Air Release Valves and Vaults and install a new 3$ �, ,� 2 EA 2 �q 0�ARV in enclosure in same location (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 )Q 2, Q10,�,�� (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 1 lb,Ca l 00 i�,C O 00 3 B. Install New ARV in Enclosure(Offset ($ I from existing forcemain) EA 1 4 Furnish and Install Pipe Bollards EA 10 OQ 9500 co * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 t 1 5,000 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = � �i ,w * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves,unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. Packet Page-834- 10/23/2012 Item 11.G. p � 3 g$ g g u o g I : D ; / a..e . < g i o II I i % I I I I I E y 1 8 8 8 8 8 8 8 8 t . N h h H v H N c c N k A9 E a E s 8 s s s g ; s 22 ° ° 8 e R ti ti H N ' A N N N N N y ; 5 9 Q Iii L r $ A n ar $ 8 8 Sp 5S� 8 8 0 ` s _ yob a 8 S g § o $ . 0 88 L E o 0. W N H N N N N N S 9 F a t N N 7 ail ^2 Y Q C g O ° C a a a 0 8 8I a e 8 8 8 § °0 8; o $ ° e o v o N K H N N h; N S " S « 2> F >o ; i ^ e 8 Q I a 8 a 8 8 g� a 8 Is o S § § S S §1 8 R m 6 pe N N N N N N i N N d o r F c p s 8 8 8 0 8 I 8 ; ' 8 § 8 °i §. 59 • N N E §N N N N H Y 1 « " o•; C N N r H I. e� Y F I C i W LL Q W W LZ G Yn m ao d ; Y O 'O C C A C C E 'd d Y C A A E �o w o d Q E C 8 m ? t — g T_C l _ = d v8 K 9 E C ' E w C C C N q C j o C .E C W W y C vC O e 6 Q IC C Q g C m j < T 2 0 t W C b d C a d 71 — d i ; E C � g a . m N A b m a E " a = .z a 8 Q dCLdvZ 6 g < `e ' AaO C ' c " f N m �d N c � .E ; d .0 ` :: o c o y S a z e c d W E m " o > f u f E 1. c v G g c J N. c > E Y A an d c e > d m d O1 3.. . o g l A o r 8 g O N N M Q N Z - D t Z > c Packet Page-835- 10/23/2012 Item 11.G. WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-501 1 Contract Date: March 11,2008 Fixed Term Contract Expires: March 10, 2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name: Project#3–Rattlesnake Area 3B–Force Main Technical Support–ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated August I.2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11, 2012, as modified by Addendums 1,2 and 3 attached hereto a part of this Work Order# (please fill out once received) is assigned to:Quality Enterprises USA.Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to relocating ARV,unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): :Negotiated Lump Sum; Lump Sum Plus Reimbursable Costs; ❑ Time & Material (established hourly rate – Schedule A); Cost Plus Fixed Fee, (define which compensation . method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $421,250 (LS) Task II: Owner Directed Allowance $ 30,000,00 (T&M) TOTAL FEE $451,250 •. PREPARED BY: _ ;—..= _ gfz /'f„�, (..fames Sainvilus,P/UPPMD Project Manager Associate Date ‘‘2APPROVED BY: 1Z 1!2_ Craig Pajer,P.e PPMl rincipal Project Manager Date Packet Page-836- 10/23/2012 Item 11.G. APPROVED BY: ilftlat-41"' Tom elik,P.E.PUPPMD Director Date APPROVED BY: (f 31" 1 2` Steve Nagy, Wast water Collection Manager Date //a/z APPROVED Bit.Gw-,---- i JoWnssen,Was water Operation Manager Date APPROVED BY: ` I �" 3(1 r7 Steve ess er,Inter' Director,Wastewater Department Date APPROVED BY: 71)a--- .1- fi Nicole Parker,Contract Specialist,Purchasing Nf a 0c)r- Date APPROVED BY: ,,,,&//;2.___ George Yilmaz,Administrator it ate Public Utilities ACCEPTED BY: QUALITY ENTERPRISES USA, INC. .,. q/i7' Lou Gaudio,Vice President Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock,Clerk Collier County, Florida By: By: Deputy Clerk Fred W.Coyle,Chairman Approved as to Form and Legal Sufficiency: Assistant County Attorney Page2of2 Work Order for RFQ#08-5011-66 Packet Page-837- 10/23/2012 Item 11 .G. ler County Administrative Sennves Cession Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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: See separate Bid Schedules in Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 -Fiddlers Creek Area 2 PROJECT#2-Bayshore Area 3A X PROJECT#3-Rattlesnake Area 3B X PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B PROJECT#6-Pelican Bay Area 5 PROJECT#7-Quail Creek Area 6 PROJECT#8-FDOT Area 7A&7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 1st day of August , 2012 in the County of Collier , in the state of Florida • Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 Telephone Number LGAUDIO@QE-USA.COM Email Address 3894 Mannix Drive. Suite 216 Address Naplss City State 34114-5406 Zip F95000002550 FIG!' •' ate of Authority Document Number(www.sunbiz.orq/search/html) S nature Vice President Title Louis J. Gaudio 8/1/12 Print Name Date RFQ_ContractDriven_RevisedSeptember2009 3 Packet Page-838- 10/23/2012 Item 11 .G. Quality Enterprises USA, Inc. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#3-Rattlesnake Area 38 RFQ#08-5011-66 �N � • l QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. • • Demolish existing Air Release Valves and 1 EA 12 $4,375.00 $52,500.00 • Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 5 $10,000.00 $50,000.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 9 $11,875.00 $106,875.00 ARV in enclosure in same location • A. Install New ARV in Enclosure (no offset from existing force main) EA 7 $9,375.00 $65,625.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 12 $11,875.00 $142,500.00 4 Furnish and Install Pipe Bollards EA 10 $375.00 $3,750.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $451,250.00 roy k 1^r:t' r"5.1`'',v55� bsv�',Itj�'�S ,y rr'm. y tr 3 °tn rN'6 � -i �n,Rl' ty'r:.f+r .Y';*e'y a �j V i3. 4.. d�ais,4v�do-� rS 'r : i ?:�ttF ?sc .n rri 4',o- rs fi?.m as- ��� 3u. a. .. : * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves,unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page-839- 10/23/2012 Item 11.G. IL z a AN A W N c ; Y rCi O p G d 1� D M3k s = rr - n. =a 2 S. C 0 = 6 Y N D S Y N 2. 3 o D ;. . a 3 D R a < <3 p < < 3 1. Y m D D R Y A O A > > S > > S a 3 n n 1.1 Q Y a S 'm 1.. < .F. Es. s a - s o R " rimadp 7 's e° 21 5 ° 3 c R m m, g_ ^�a1 pg_p t o d E. ; m S - n c R O D A R 3 3 R 3m Y 2 • 8 $ °D. v ° 3 Fa: o r, N E. 9 .e Y m II P. E o 0 U D D D D H 5 a o a I- p Z .4 3312 VI N 11 W I io N u 3t53 31/1 S O 8 to O� 1, W N 8 $ 8 8 a 9 o a 8 8 8 1 8 8 8 8 8 . z W w N m w T $ C E e' ° g $ 8 g 8 $ o 0 5 8 8 E. i n o o -I p 2 J vl. 33 S to is 8 8 8 8 8 8 8 erg. ! T W j' 0 O Pp O N b 0 � o p 8 8 8 8 8 8 8 8 a 5 W 'i N I D a Y A N N N N N •N�+.r. y 0 0 8O O O O O SO m �i O ° O O 0 O O s 8 8 8 8 8 8 0 E E. °a j=am if 6 �^ W N N N N N y m y' W V W A m p b C N ad 8 § 8 8 o S 8 8 8 $ 8 8 8 e a n I I • n O ; o g t e 4 IIIN 10 H ∎ N 4o 0O pp0 p O p l��n t�lVi O = 8 • O 8 8 8 8 8 A▪ 3 a W ! ' N N Npp YNi 5 E 1+ § N yj 01 pp N 0 6. pO g 8 Ipn in pO O N K. g 8 8 8 8 e 8 8 • • Packet Page-840- 10/23/2012 Item 11 .G. WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date:March 11,2008 Fixed Term Contract Expires:March 10,2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name:Project#4—Vanderbilt Area 4A—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated August 1,2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11,2012,as modified by Addendums 1,2 and 3 attached hereto a part of this Work Order# (please fill out once received)is assigned to:Haskins,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to relocating ARV,unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): :Negotiated Lump Sum; Lump Sum Plus Reimbursable Costs; ❑ Time & Material (established hourly rate- Schedule A); OCost Plus Fixed Fee, (define which compensation method will be used for which tasks)as provided in the attached proposal. • Task I: Demolish and Install New ARVs $296,800 (LS) Task II: Owner Directed Allowance $ 20.000.00 (T&M) TOTAL FEE $316,800 PREPARED BY: r `. ? p1/42 James Sainvilus,PUPPMD Project Manager Associate Date APPROVED BY: _ 2 I Craig Pajer,y,........Li UPP Principal Project Manager Date Packet Page-841- 10/23/2012 Item 11 .G. 5/3 APPROVED BY: 'r jcp_ALL 4512- Tom Chmelik,P.E.PUPPMD Director Date APPROVED BY: � t- )— Steve Nagy,Wastewater Collection Manager Date APPROVED 13IffiTif, t-' -'"_-� c5,f�S/ Beth Jolm sen,Waste t Manager j er Operation Mana l g Date APPROVED BY: 8 3.1 Steve - rer,Interim ector,Wastewater Department Date 44"/ / 4'd APPROVED BY: 7 0 Nicole Paiker,Contract Specialist,Purchasing Pr '11 12' ,/Date APPROVED BY: ....-,.__-r' r. ,° J2� George Yilmaz,Administrator ate Public Utilities ACCEPTED BY: HAS 1' . INC. (67;001 Ben :elwell,Operation Manager Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock,Clerk Collier County,Florida By By: Deputy Clerk Fred W. Coyle,Chairman Approved as to Form and Legal Sufficiency: Assistant County Attorney Page 2 of 2 Work Order for RFQ#08-5011-66 Packet Page -842- 10/23/2012 Item 11 .G. CAlper Co14nty Administrative Services Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see ease one of this RFQ 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: See separate Bid Schedules in Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 - Fiddlers Creek Area 2 PROJECT#2- Bayshore Area 3A PROJECT#3-Rattlesnake Area 3B PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B PROJECT#6-Pelican Ba Area 5 PROJECT#7-Quail Creek Area 6 PROJECT#8-FOOT Area 7A &7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this (sr day of f 2012 in the County of , in the state of FL 01'L I Haskins, Inc. Firm's Complete Legal Name 239-947-18. Telephone Number Ac -air (dh G1 'ncin r nar Email Address 10956 Enterprise Avenue Address Bonita Springs City Florida State 34135 Zip 57415' Flori•: ertifi :rof Autho ' ;ocu e er(www.sunbiz.orq/search/html) • - ure Title Harlan Hag,• . Print Name Date RFC!_ COnVractDrlven_RevisedSepfember200G 5 Packet Page-843- 10/23/2012 Item 11.G. COLUER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#4-Vanderbilt Area 4A . RFQ#08-5011-66 QUOTE SCHEDULE ITEM NO. ITEM DESCRIPTION UNITS QUANTITY PRICE 1 Demolish existing Air Release Valves and Vaults EA 14 $5,800.00 $81,200.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 EA ARV in enclosure in same location 10 $6,900.00 $69,000.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA ARV in enclosure in same location 4 $6,950.00 $27,800.00 (Offset from existine forcemaini A. Install New ARV in Enclosure (no offset from existing force main) EA 1 $6,000.00 $6,000.00 3 B. Install New ARV in Enclosure(Offset from existing forcemain) EA 18 $6,100.00 $109,800.00 4 Furnish and Install Pipe Bollards EA 10 $300.00 $3,000.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV,unlocated TM 1 $20,000.00 $20,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE _ $316,800.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping,installation of new ARV piping and valves,unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. Packet Page-844- 10/23/2012 Item 11 .G. p S 8 8 8 8 8 S °� g 8 q a o pN, KyK u: m gyp' up Cx^ W W N N N 'y. N N ; 0 '.c.'_') Sg r 8 8 9 8 '8N 8 8 8 ; N N b W •N n LA 8 A ° Vm■ N N H h ON In = ah C_ 1 8 8 8 8 i8 g 8 8 G - 8 8 8 �5 qt g W m e O W 8 N = tol d E t yV Z 0 j f E 8 8 8 8 8 8 $ 8 8 8 8 8 8 8 0 D c . .t i E c 8 8 8 $ 8 S 8 8 g 0 8 8 8 :8 8 8 $ N O ° 4 W N N N 4.41 W u N H 8 tl 2 cc C x n $ O ! 8 8 8 e $ 8 8 1 § § S 8 e o e tD 1G LG 10 ..G a N ° VF in in N h {n c a m 0 •2 8 i ° A 11 v T. N N 8> ° g $ 8 E § 8 ,, a g .4 ai i444: 0 N W i in as N Y1 {V = p U 6 h S F. p l g Cn t {��� ? S O S p8 O 6 W •i8E c 8 8 a 8 a 8 8 " rpp 0 E ° N N N an N C > g u . .s C W o L° o. 13 C. o O a N C Y. Y Y Q E W OF n N e Y N O 3 z E 8 p p p p j 8 8 8 8 , 8 8 8 .c79 8 o S F4 !$ 8 8 8 8 0. b r r b b N N y O` N to N 4/1. N y. ' N 8 3 r E c C __ « t a 6 a ,g, W 6 f z W 01 • 1- S 0 sd W A e t c ° = - ry W O C u o c c R p E Y $ 3, - o o E . S . o c S 3 > an d a R d t »g u c m z > g = E s E E .c-8 m fl o w ? o m ig ° 2 o Q R Q R =c „ ie °C E - a E c u e eA ex x o + d 3 E¢ > o > o E E E a _ d g m u o N y W = N R d w R W £Z W L O I L :9.c. ` p o E I 3 m e a t E m c g o g c g v c 2 v o > a8 0 > a $ cc R d 8 -v E 3 d m d m E O o o = = 8 g a > ' = i o t f O .. N m • O N > Z Packet Page -845- 10/23/2012 Item 11 .G. WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date: March 11,2008 Fixed Term Contract Expires: March 10,2013. • (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name: Project#6—Pelican Bay Area 5—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated August 2. 2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and.Request for Quotation#08-501I-66 dated July 11, 2012,as modified by Addendums 1, 2 and 3 attached hereto a part of this Work Order# (please fill out once received) is assigned to: Quality Enterprises USA.Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to relocating ARV,unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): ❑Negotiated Lump Sum; ®Lump Sum Plus Reimbursable Costs; ❑ Time & Material (established hourly rate— Schedule A); Cost Plus Fixed Fee, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task 1: Demolish and Install New ARVs $232,854.75 (LS) Task II: Owner Directed Allowance $ 15.000.00 (T&M) TOTAL FEE $247,854.75 PREPARED BY: It ..�.__._� e/2 '//a James Sainvilus,PUPPMD Project Manager Associate Date APPROVED BY: --�- - /24 ift? Craig Pajer, P. ., UP�A�I.D Principal Project Manager Date Packet Page -846- 10/23/2012 Item 11.G. 4 / _5130 2__ ______ APPROVED BY: To i hmelik, P.E.PUPPMD Director Date APPROVED BY: ' (-3 ;— l 2--Steve Nagy,Wast water Collection Manager Date f —' /gj/ APPROVED '.: �"� f��c..,...tt,, -'`"' th Johc sen,Wastew er Operation Manager Date APPROVED BY: \ ...—�-,.. & 31) Steve Messn rd,Interim Director,Wastewater Department • Date APPROVED BY: ()) 9/41/;z., Nicole Parker,Contract Specialist, Purchasing fit °iI Ail- Date APPROVED BY: c-"` _*-... .;. ! ,, a12� George Yilmaz,Administrator ate Public Utilities ACCEPTED BY: QUALITY ENTERPRISES USA,INC. _ x/07"'ha Lou Gaudio,Vice President Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock, Clerk Collier County,Florida By: By: Deputy Clerk Fred W. Coyle,Chairman Approved as to Form and Legal Sufficiency: Assistant County Attorney Page 2 of 2 Work Order for RFQ#08-5011-66 Packet Page-847- 10/23/2012 Item 11 .G. AftC Cgrer COUntY Administrative Services,Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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: See separate Bid Schedules in Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 -Fiddlers Creek Area 2 PROJECT#2-Bayshore Area 3A PROJECT#3-Rattlesnake Area 3B PROJECT#4-Vanderbilt Area 4A X PROJECT#5-Vanderbilt Area 4B X PROJECT#6-Pelican Bay Area 5 PROJECT#7-Quail Creek Area 6 AMIE PROJECT#8-FOOT Area 7A&7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2nd day ofAugust 2012 in the County of Collier , in the state of Florida Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 Telephone Number LGAUDIO @QE—USA.COM Email Address 3894 Mannix Drive, Suite 216 Address Nnp1PS City State 34114-5406 Zip F95000002550 Florida Cer' - f Authority Document Number(www.sunbiz.org/search/html) .5'. -., e Vice President Title Louis J. Gaudio 8/2/12 Print Name Date RFQ_Co ntractD ri v en_Revi sed Sept em b er2009 3 Packet Page -848- � - 10/23/2012 n1�� Item 11 .G. Quality: Enterprises USA,Inc. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#6-Pelican Bay Area 5 RFQ#08'SO11-68 � QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE MO. Demolish existing Air Release Valves and 1 EA 11 $2,700.00 $29,700.00 Vaults A. Demolish existing Air Release Valves and Vaults and Install a new 2 EA 20 �451575 �9D31SDO ARV}nendosure in same location - ' ' ' ' (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure In same location EA 3 $6,123.25 $15,369.75 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 14 $5,670.00 $79'380.00 3 B. |mstaU ��evx&RVinEn�msure<�f�et � EA 2 �7D�D0} $14,040.00 fronmexisting forcemain) -�' ' ' 4 Furnish and Install Pipe Bollards EA 10 $405.00 $4050.00 * Owner Directed Allowance to cover unanticipated costs including but 1 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,00000 utilities, fill material, customize conection and additional offsets TOTAL QUOTE-^ $247,85475 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive { any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs,unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. Packet Page-849- 10/23/2012 Item 11.G. 8 8 r. 8 8 8 8 A Q 8 m m S g o' 4 C Opf a v n g 'VV. W N V� h N N N N h > o; In K t a 8 N 8 8 .6g 8 o 8 NNp .1 O 0 2 5 f e g 62 8 8 8 8 8 8 8 8 g e N § § s §. § § § $ 7a 0 NN N N N N� ~ 9 V C N N j. 6 4 O 1 8 8 § 88 58� 8 58�'; p g 0 § § § g §. . N N N N N N 4 o N VF N V' N VF E 9 I • 8 8 8 8 8 Eg yu 8 $ § N m ri 00 n Oi HI N V N N L 6 7 R 3 a O O O 8 F. 0 8 ° 8 8 O 5 d o " R S S O 8 S g 5 V1 V1 A 0 N y a N N N N N VI. u C t U C 8 0 o w °$ 8 8 8 8 8 8 a § x u 0 d rt<PPp' $ Q g $ g �8 m u u 0 In 1Wp W '4 N N N N 4 V� y7' Y ,Qt�' .y N uMi C 6 6 g i4� ° - 4 .a ; g ; , g ° S 8 ° g . :8 g t C O , {� an N N t ti p 8 D • a 8 8 8 8 8 8 p8 go aA °i 0 8 °w o $ g FS. N E 1 ul Q S N N $ N vNi M u u u vt 8 8 8 8 8 8 8 � � N on V. N V` an N N 4A m t 7 ss 8 Q N N .Y N O .!1 C C R r it Q Q ro Z 5 W 47 W W W L Q z ~ Y C c O £ L 3 Y s u o —° c o L c o S'• m N A ?A 9 o A o E ' E 1 il .2 6 ' ° c u> E ' = E P O u S 6 y u p 8 7 N 9 .0 W p W R V 5 i 1 C W Q R 5 Q N ^N M C C E y m O Q E > U d C q G p 7 C w 4 O i 1 6 . C G ° ¢ a 7 a E C a a a . • u u , 0 u 3 E 3 ` .6 z # ° 4 E z > . E 2 > .R c 1 c c .. u a31E ° H 5 0 Ex- s v u # 4 d d o J '" 9 E a ee d rd ; o k�. o w �,_ ° > Q LL w .G 7 R 8 ; ui O .-• N wl a no i - 1- 2 • i Packet Page-850- 10/23/2012 Item 11 .G. WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date:March 11,2008 Fixed Term Contract Expires:March 10,2013 (RFQ#08-501 1-66) This Work Order is for Underground Utility Construction services for work known as: Project Name:Project#7—Quail Creek Area 6—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated August 3,2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11,2012,as modified by Addendums 1,2 and 3 attached hereto a part of this Work Order# (please fill out once received)is assigned to:Haskins,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to relocating ARV,unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 270 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): :Negotiated Lump Sum; Lump Sum Plus Reimbursable Costs; ❑ Time & Material (established hourly rate— Schedule A); ❑Cost Plus Fixed Fee, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $446,400 (LS) Task 11: Owner Directed Allowance $ 30,000.00 (T&M) TOTAL FEE $476,400 PREPARED BY:_ --r r �? ?/f2 Tames Sainvilus,PUPPMD Project Manager Associate Date APPROVED BY: 2s/I 2. Craig Pajer,P ., 'UPPIcipal Project Manager Date Packet Page-851- Cica 10/23/2012 Item 11.G. APPROVED BY: Tom elik,P.E.PUPPMD Director ate APPROVED BY: .414/7/ / -71 -h-- Steve Nagy,Wastewater Collection Manager Date APPROVED BY: �?� i eth Johns -. Wastewat?Operation Manager ate APPROVED BY: ei j Z_... Stev- sn ,Interim Director,Wastewater Department Date APPROVED BY: 72, Nicole Parker,Contract Specialist,Purchasing r i 11a.te APPROVED BY: — - as' =1 - . ..� 4.of9 George Yihnaz,Administrator Date Public Utilities ACCEPTED BY: HAS I _ INC. r Ben :elwell,Operation Manager Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock,Clerk Collier County,Florida By: By: Deputy Clerk Fred W.Coyle,Chairman Approved as to Form and Legal Sufficiency: Assistant County Attorney Page 2 of 2 Work Order for RFQ#08-5011-66 Packet Page-852- 10/23/2012 Item 11 .G. Colter Com.vrty Administrative Services Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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: See separate Bid Schedules in Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 -Fiddlers Creek Area 2 PROJECT#2- Bayshore Area 3A PROJECT#3-Rattlesnake Area 38 PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B PROJECT#6- Pelican Bay Area 5 PROJECT#7-Quail Creek Area 6 PROJECT#8- FDOT Area 7A & 7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 32:C' day of (.7,g{- 2012 in the County of LEE , in the state of Haskins, Inc. Firm's Complete Legal Name 239-941-1846 Telephone Number rmarphpp@hakimcine- nar Email Address 10956 Enterprise Avenue Address Bonita Springs City Florida State 34135 Zip 574159 Author. *' ;„/N ber(www.sunbiz.org/search/html) Si6nature - Pres i_den t Title Harlan Ras. '. a A Print Name Date RFC),_ConiractDnvei_.RevisedSeptemher=009 3 Packet Page -853- 10/23/2012 Item 11 .G. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#7-Quail Creek Area 6 RFQ#08-5011-66 QUOTE SCHEDULE ITEM N0. ITEM DESCRIPTION UNITS QUANTITY PRICE 1 Demolish existing Air Release Valves and Vaults EA 14 $3,700.00 $51,800.00 A. Demolish existing Air Release 2 Valves and Vaults and install a new ARV in enclosure in same location EA 22 $5,000.00 $110,000.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 7 $5,200.00 $36,400.00 (Offset from existing forcemain) oak A. Install New ARV in Enclosure (no offset from existing force main) EA 34 $4,000.00 $136,000.00 3 B. Install New ARV in Enclosure(Offset from existing forcemain) EA 26 $4,200.00 $109,200.00 4 Furnish and Install Pipe Bollards EA 10 $300.00 $3,000.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $476,400.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. Packet Page-854- 10/23/2012 Item 11 .G. g 8 8 8 $ 8 8 d ro yZ� 8 N n b. N a m N IA N c u C 2 r A 8 8 8 8 $ 8 8q 8 . m � s N N N N C N N . u E TE g 8 8 8 8 $ 8 J be § § § § § § § ; m ti H N �^ v^ tD m 6 O 5 G G E 8 8 0 8 8 8 y s § 8 §. § 8 A § 2 w N N tel. N N Y 8 E • g 8 $ 8 8. g 8 $ Z O b 1f1 a) y V J S G c V Y 0. 8 2 f 0 O 8 8 p 8 g u 06 C $p O 8 N . C, O y y VI {Nh VNi V/ VT 1/' N d 0 C Qv $ 8 8 8 $ o c9 Go z �s g g $ N $ $ °a "= � 3 J =ti G N N N N N v. W 7 Y g g r,y e p p gm q m 8 8 8 G S o � 8 N § N 8 § g 8 d N Vim/ N N N . N O o y, W O 9 E g N °5 1 � o g 8. 8 g 8 g 8 O p g § g §Z �, g E.0 g N N T VV g N N 5 IN N N N N U t- , 4 7 u N 1y, d 8 a O T 9 8 8 g $8, 8 I8 g S o C 8 S 8 d 3g 4. Z 3 m c 'o g » u a 0 313 p .... v c c m e = a 9 0 0 1 8 c o 'e ° a E A 6325 p Si A fl N E .� w 9 2 8 ‘,7, 31, S d 9 E 5 � E E 4 A m o o f d V Y w ` V C ° w 3 2 d c E C c E „Q u v r _ o p m . .. c Ig m c w W E .E u .o. z E ° c 0 d 4 A c a ∎o e c c c c aV m A a « - i mp „ d 8m 'z I E c is > 7, ° o. a d p u. v 5 V C N A 1 t_n' A § E a d a ! • Y N 0! 0' U G A Z c C r A m ? o 0c r o E d r k c o S d73' ; A o O 0 m N G > Q = O > a S C - t a ° E v 7. ° o c $ = =o 4 3 y E e 6 m 6 m O o o •- c O >c a u o i Z v t Z Packet Page-855- 10/23/2012 Item 11.G. VI ilF UN t/l. IA. if). I Al ilk UN )-, NJ NJ W W 4N Ul 0 t.J1-' 0 1.11 0 V 0 P p P p p o o o o o o 0 8 8 8 0 0 8 8 0 8 i , 1 1 I . 1 1 1 I I 1 , i I i I 0:1 1 , 1 , , 1 I 7:1 1 I 0 in 1 1 , C ...=7 I 0 p§ rT1 . , 1 , I ! mo I I • 1 . 0 : 1 1 • 00 ; • 1 : I • CU • . I 7nr I 1 1 1 CT:: cz,u1 ,.,, • I 1 I ! vi - cn ,.„. cn .4aw. 1 . , ....... • -I : CD > o 1 . 1 I i i tp 72 . . I ail' I an. 5 I I • > XI 0 " I (1) m + I 1 I I,jai 1:5,1) a 1 1 • n ..‹ tp (I, r 1 i • CD i 1 i = e+ K .w 1 n 1 I I I 'TO z- • ro 1 na R. I IA fD (.,, i , 0, 1 1 I ';'c- I I ....... n = (1) + 0 0 + C) > CI 1 0 0 _,tr■ "..-- 0 —Is "...., 0) < aj frl M --I L.Z. ' ,I• M (n 75 gr7.1. 3 Is-) ,-I- . I-' tn (T) 4., tD C c-= ,..1. * '...- 0- •"" O. n e.g. tz —, .... 0_ ,-,- GI „ ,-•• cu 0 (D Ct_ cl. _•-• rri u i 0 0 CD CU CO /h./ cro Aosio,,, Packet Page-856- 10/23/2012 Item 11 .G. Ui o Ui o Ui o U P 0 P 0 0 0 P v� O O O O 0 O 0 0 0 0 0 0 0 Co I ! ( I m . l I I ? I{ a 1 i T 1 CD N * 1 1 C i ; r7.• I Vf 1 1 0 i 0 E CO V I i � N II ? 01 rt .1 0 CC 5 • I ffD 1 I, n xi 1 W m m n 1 p II rc I s ,� 3 I C i ph 1 _ s I N M I i 3 p D p Im o rD + 0 oa +\ m ..0 , - o oi N v■,T N j O N W w > 2)1 n N \ d 1S a Q +n Q. q a, rD o ro o. rn G1 01 1 I Packet Page-857- 10/23/2012 Item 11.G. A Ln pl V O O O O O O C O O O O O O O p C O I 1 m ao m � .' f i 1 i I t cc ^ i 1 j I CD i 1 U, I C I 1 y A - ( O II 00 !T1 ' i I Pa U7 I j. 1 03 O I I N N i I I y I-, I I C1 �. M 01 I DJ 5IA� � II fD D I. I I al o ! iI I W � CC; I A N 4 I I I 3 I j 1 I II 1 Z I I I — m 03 p Vf CD N r) m- rD + 0 0 ,_-1- 0 Dv IA ' -, N ,.... C �.a S m .r (D >" S cIM rte* n CP o m Q a ? m fi7 a W m Aollok Packet Page-858- 10/23/2012 Item 11 .G. 1 o 0 0 0 0 0 (II 0 .tn 00 00 00 00 0 00 00 0 0 0 0 C 0 0 0 0 0 i 1 1 3 } 1 1 ■ I CO ^• t t i...l 1 i N a 1 0) 1 I N I 0 p 1 _ :'I: Ii o i . pp I CD i I 1 1 I I I I I I C EU O = I = 11 tro • I Q. 1'1 I I '° °' I I cr �1 1 • I _. 3 • 1 ' r•r m .. I D C I I 01 = 1 CD • # 1 I • I A I CD 3 p I fD 1 # 1 . 1 er f I 1 A . I I a a) y fD m 1 I I'1 0 0 + v nv IA = ort o \ " m H 75 ''* 0 0 CD CO to CD CD n lD \ Q Q' Q +n Q rf DJ a) O CD Q. Q 0- T ni I I Packet Page -859- 10/23/2012 Item 11.G. N A Q1 00 O N A O O O O p p o O O O O O O O O m o 00 m 1 i 1 i I 1 o0 t � i { i 72 + j fD N A H m I I I ...p,1 • i • I I co • I { 1 (J7 z I 1 ( -a C ? 1 N• A ao I I D1 co ••• I I G I� I I I ! I C c su CD I I;' , I � !y 7C , 1 i A ' I I I E 3 • I • I fD I I I I I r3•r co Iy Vi M I I N i S m + p o + p > 0 IX 0 o rt \ o \ a) C N '<es. tu ry+ N N (,D < 1--, z- C 7 \ a' 04 h Q n C. Q oCU o o m a °. M Gf ca. 1 Packet Page-860- 10/23/2012 Item 11 .G. V,. V,_ Vf V* 1/1- V1 V} VT O O O O O O O O P P P P PP PP O O O O O O O O ( O O O O O 0 O O O I I I 3 ( [ 1 I m ', v,:, a�x� 6 t 1i i 1 i 1 i 12- ; H i E C a an WI ' I I I 0 • 1 • 1 00 i 1 1 I V'.1 j o f I € I 1 p p z C N A . 1 0) 1-1 i e 3. I i t A O O I II -I I I CD �•. E ' CD D A I < ' , I • C a, cD I i I I i I 01 *.121' I I A 1 CD I ( ' • i 1 fD + I 1 - I I I I ; I I o a) = to 1 N ... s p p in \ 0 Oh \ D d T = -, —. ' Ort 01 ' v+ m CA -< N N M < F, S S O 00 u fD '� fD n "'t e fl a. r, a. ,c), 0 (p o - a a Cr m M b -1 ° < ^ W eo cra i E f l Packet Page-861-