Loading...
Backup Documents 06/26/2018 Item #16C 8 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP i 6 C 8 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. pzn,) t' .filler EP'io k56 642/ 2. 3. County Attorney Office County Attorney Office i,•)/ ) b o 411 4. BCC Office Board of County Commissioners -ala{ I 5. Minutes and Records Clerk of Court's Office ( -1 �$ PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Phone Number Contact/ Department &11 ccr�rh r • 1J v �' 2�9 Z 2683 Agenda Date Item was J�J 2 ��' 2--°1$ Agenda Item Number Approved by the BCC Type of Document Recow%M,e,ndocF;oN-}v cwt.,o.rt a `Blom,(oI d l✓ umber of Original Attached 4g.fit p4 vw ki aro. (4-W 13-nof Documents Attached I PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? N I +A 2. Does the document need to be sent to another agency for additional signatures? If yes, provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's ��1�\ fk Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the 64 document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. 14* Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 1)`24`r&nd all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. „ 9. Initials of attorneyverifying that the attached document is the version approved bythe �'� g pP ��i BCC,all changes directed by the BCC have been made, and the document is ready for the ° 'is Ej Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16C8 MEMORANDUM Date: June 27, 2018 To: Ben Bullert, Sr. Project Manager Public Utilities Engineering & Project Management From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Work Order for Contract #14-6212-119 "Gulf Shore Drive South Water Main Abandonment" Contractor: Quality Enterprises USA, Inc. Attached is a copy of the document referenced above, (Item #16C8) approved by the Board of County Commissioners on Tuesday, June 26, 2018. The original has been held by the Minutes and Records Department as part of the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment 1 6C8 MEMORANDUM Date: June 27, 2018 To: Stephanie Cales, Purchasing Technician Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Work Order for Contract #14-6212-119 "Gulf Shore South Water Main Abandonment" Contractor: Quality Enterprises USA, Inc. Attached for your records is a copy of the referenced document above, (Item #16C8) adopted by the Board of County Commissioners on Tuesday, June 12, 2018. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 16C8 WORK ORDER/PURCHASE ORDER Contract 14-62 V "Annual Contract for Underground Utilitiesan General Contractors" Contract Expiration Date: July 7, 2020 This Work Order is for professional water main replacement construction services for work known as: Project Name: Gulf Shore Drive South Water Main Abandonment Project No: 70172.41 The work is specified in RFQ #14-6212-114 from Quality Enterprises USA, Inc. dated May 9, 2018 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Quality) Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Water Main Construction, * Task II Water Main Construction Allowance Schedule of Work: Complete work within 12`0 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement# 14-62w will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum (NL( (Lump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T4) (established hourly rate — Schedule A) ❑Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $510,618.00 (NLS)/ Task II $ 50,000.00/ TOTAL FEE $560,618.00 PREPARED BY: Benjamin N. Bullert, Senior Project Manager Date 6\\ci Page 1 of 3 16C8 APPROVED BY: L v-7/e. /6' Oscar P. M ' z, Princ4 Project Manager Date APPROVED BY: 5Ai4 g To Chmelik, EPMD Director Date APPROVED BY: gajt., �/ 5-7(7``� Pamela Libby, Watery ribution and Wellfield Mgr Date �.Q APPROVED BY� " r .// ///P Beth Jossen n-Ground Services Director Date APPROVED BY: �. IL dx,// Joe Bellone, Operations Support Director Date APPROVED BY: . ( Dr. George Yilmaz, Public Utilities Administrator /bate By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual,organizational, or otherwise)which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Quality Enterprises USA, Inc. S l6-13 Louis J. Gaudio, Vice President Date (Remainder of page intentionally left blank) 4\\s Page 2 of 3 16C8 IN WITNESS WHEREOF,the parties hereto, have each, respectively, by an authorized person or agent, have executed this Work Order on the date and year first written below. ATTEST: BOARD OFC► TY COMMI IONERS CRYSTAL K.KINZEL, COLLIER • , FLO' e INTERIM CLERK ,t < Q_OL.VL14.0i1 By: A dy Solis, Chair Dated: Cg (al-9?) (SEAL) :. itoC?airman's -- ;;cure only. Name of Firm Quality Enterprises USA, Inc. By: First itnes1 Signature JZS Avot ,Jnk 1,0En TType/p t witness neT TType/print signature and titleT Second Witness fY1,-,ff Cc-scy TType/print witness name A..roved % to Fe • an, egality: Assent County Attorney Print Name Page 3 of 3 16C8 Co ier County Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: April 23, 2018 From: Swainson Hall, Procurement Manager- Acquisitions 239-252-8935, Telephone Number 239-252-6334, Fax Number swainsonhall(c�collieroov.net To: Potential Quoters Subject: RFQ 14-6213-119 Gulf Shore Drive South Water Main Abandonment As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Wednesday, May 9, 2018 at 3:00 PM Wednesday, May 2, 2018 at 2:00 PM Procurement Services Conference Room 3295 Tamiami Trail East Pre-Quote Meeting: Naples, FL 34112 Q&A Deadline: Friday, May 4, 2018 at 5:00 PM Number of Days to Final Completion: 90 days to substantial + 30 days final = 120 days total Scope Provided Yes Plans and Specs: Yes Liquidated Damages: $1,584.00 per day Payment & Performance Bonds If over$200,000.00 Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 239-435-7202 Telephone Number/Fax Number Sign ur Vice President Title Louis J. Gaudio 5/9/18 Print Name Date C: Benjamin Bullert/ Project Manager 1 RFQ 14-6213-119 16C8 RFQ 14-6213-119 Gulf Shore Drive South Water Main Abandonment Quote Schedule 9790 Gulf Shore Dr.(Detail"A") Lump Sum $ 9,433.50 9790 Gulf Shore Dr.(Detail"B") Lump Sum $ 8,113.50 9700 Gulf Shore Dr.(Crossing#9) Lump Sum $ 29,811.90 9566 Gulf Shore Dr.(Crossing#10) Lump Sum $ 27,159.90 9485 Gulf Shore Dr.(Detail"C") Lump Sum $ 19,321.50 9467 Gulf Shore Dr.(Crossing#11) Lump Sum $ 30,051.90 9400 Gulf Shore Dr.(Crossing#12) Lump Sum $ 31,251.90 9380 Gulf Shore Dr.(Crossing#13) Lump Sum $ 32,031.90 9375 Gulf Shore Dr.(Detail"D") Lump Sum $ 9,469.50 9380 Gulf Shore Dr.(Crossing#14) Lump Sum $ 29,181.90 9318 Gulf Shore Dr.(Crossing#15) Lump Sum $ 26,961.90 9256 Gulf Shore Dr.(Crossing#16) Lump Sum $ 25,941.90 9155 Gulf Shore Dr.(Detail"E") Lump Sum $ 15,493.50 Southbay Dr.and Gulf Shore Dr.(Crossing#17) Lump Sum $ 32,961.90 10482 Gulf Shore Dr.(Detail"F") Lump Sum $ 9,043.50 155 Vanderbilt Beach Rd. Lump Sum $ 7,291.50 Southbay Dr.and Vanderbilt Beach Rd.(Detail"G") Lump Sum $ 9,649.50 325 Vanderbilt Beach Rd.(Detail"H") Lump Sum $ 19,891.50 377 Vanderbilt Beach Rd.(Crossing#18) Lump Sum $ 28,581.90 435 Launch Cir.(Crossing#19) Lump Sum $ 30,171.90 435 Launch Cir.(Crossing#20) Lump Sum $ 27,621.90 Vanderbilt Beach Rd.and Vanderbilt Dr. Lump Sum $ 8,569.50 Gulf Shore Dr.South Water Main Abandonment Lump Sum $ 30,500.70 Gulf Shore Dr.North Appurtenances Lump Sum $ 12,109.50 Allowance $ 50,000.001 TOTAL $ 560,618.001 Note: 1. Contractor shall be responsible to verify all quantities. Lump sum items shall include all items the contractor deems necessary for their bid. 2.County is responsible for right-of-way permit fees. 3.The Contractor shall be responsible for providing necessary fittings,appurtenances,and material not included in the County's list of pre- purchased materials. 5/14/2018 12:58 PM 16 C8 F192 00 o < L_ F N \ , N 'N Di5 Z a) EE E E E E E E E E E E E E E E E E E E E E E E > N > N N N N N N N N > > N, N N > N N, N I9 N N, N a a a aa aa a aa a a a a a a a a a a a a a a E E E E E E E E E E E E E E E E E E E E E E E E 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 W ? O N Z 0) r E E E E E E E E E E E E E E E E E E E E E E E E 0 V1 N to N N V1 V1 .n to to N 3, to 3 VI Vf Vt 3, V Vf to to V1 V o a a a aa a a a aa a a a a a a a a a a a a a a 'I FEE E E E E E E E E E E E E E E E E E E E E E 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 c F 0 r 00 at , z c 0 ✓ E E E E E E E E E E E E E E E E E E E E E E E E N N N N VI N N N VI VI N VI N N N V1 N N N N V1 N N V1 T a a a a a a a a a a a a a a a a a a a a a a a a EEEEEEEEE EEEEEEEEEEEEEEE 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 W I- 0 O 4-4 N , , , r , , , , , , , , , a OJ C 0 E �cZ O I FEE E E E E E E E E E E E E E E E E E E E E E 'V 3 3 3 D D D D J 3 J 0 D 7 7 D 0 D D D D D D J 7 C VI N VI VI VI N VI VI VI N N VI N VI VI N VI VI VI VI VI N N N CO a a a aa a a a aa a a a a a a a a a a a a a a .0 EEE EEEEEEEEEE EEEEEEEEEEE Q 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 •� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 $ 0 0 0 o o g o 0 0 0 0 0 0 0 pO r"1 '._;, O 10 W 00 r W N VD n C N 00 ti r 1D ID a m m O W a O m V CO ti 01 ul Lb N of N CO O O 16 1D N a6 N 0, of .-I N a Ol DI 00 N O 00 CM a N - N o a a m o a .i N N VI N N N .-I 00 N f6 -0 VT N VT V` Vf to N ) VT N Vl N N Vf N Vl VT VT Vf N V? N N an Vf N 1�..4�/ ,v, FEE E E E E E E E E E E E E E E E E E E E E E V 7 0 „--„ ,,, „—„ , ,„ ,,, , „, , , , ,,, ,,— „ , ,m0oo Nv , VV a a a aa a a a a a a a a a a a a a a a a a a a ce V) Cf FEE E E E E E E E E E E E E E E E E E E E E E w 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 .r- Si0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o S N N Ol O1 N o, 01 01 N CP Ol O1 N CT N N N N Ol 01 D, N n N O 0 rt1 N .ti O rl .i N .-I of N ..1 M M oaf ri .y .•i .-3 Oi Ot O 00 O) N N N 00 N M O N O V of N O1 N l0 00 N N lD V1 O 4~O a) o1 00 of N O1 O - N Oi Ol 10 N ul N O N 01 cri 00 O IS 00 O N O O O N N .-i en M en N N N HI M N m N en - N CO �' Q N 4.1) V_ N 3 C VI LU▪ N V? N N N N in N N in in in in. in V1 in V1 n in N in in. in in in in T z FEE E E E E E E E E E E E E E E E E E E E E E 3 N > > N, N > N> N N N N N N 3 > > > N, N > > N N a a a aa a a a aa a a a a a a a a a a a a a a FEE E E E E E E E E E E E E E E E E E E E E E 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 1- 0 O o R = w Fiia ., c 0o c O 0 m LLE o z " u $ o .i N m .N. v1 .a. v ,, Lc c a ¢ u o c c # aR u 30 , = w - 2 0/ a m 00 00 LI 00 00 00 O 00 00 00 O - m w o o, o = c c = c c c = c c c w o m 3 O v R tt v C y N o O y O O O N O O .7', y N 73w V T oc0 a O O 0 0 O V V Li O V Li Li O w - L 2L L 1a 3 Q O O ' O> O O O O O O O O O O O O v N a w a0v v r Lao tp aaOlgagNa) aaamvn O0] n 0m N NZ L L L L L L L L L L L L L N o JmvN N N N N N N N N N N N N 0 w ,T). w.. aaL L T C a 0 5 3 5J 5J J J 0 0 J 0 C CO C -E 0 0 C l0l7 l7 00 0 0 4.7 U l7 0 t ry s a., -0 CO0 0 0 0 1D N h O to o O N O 03 10 N cocn L.n> > > '03 .= w I) m On N 00 a O M M M M.4 N .N'I O O N O N N M IN+1 16 > 7 O m m rn rn m m m rn rn m rn m m N .-1 .e N m M v a > l7 0 Q 16C8 a)C Y V. m Ws N C7 w . '3 'C C7 -p L N ft.Q N N to } to I.° t, CO w f6 > c 0 < 0 + 0 1 I I I I I aa I • I C II I 4) I 1 E 1 1 C o I I 1 'a C I I • C1 .� I I I I I II I I m1 1 tC C I I CUII � I I I I.I. > I N T 4.1 00I 1111.11.111111101111.111111111. +.0 N I I 0 IN .— I To Q •CIJ - = 0o '414 w CU s- 0 0 t 0 w to w IIIIII!IMIIIIII!O O O O O O O O O O O O O O 0 0 0 O O O O O O OO O O O O O O O' O' O O O' 0 oo O O Or O O