Loading...
Backup Documents 04/23/2013 Item #16C 3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGN 1[' 3 Routed by Purchasing Department to Office Initials Date the Following Addressee(s) (In routing order) 1. Ri Ma geryIe I,s l 2. County Attorney Office ounty Attorney Office 3. BCC Office Board of County �/ '� y Commissioners bri Idg /s/ 5il?/13 4. Minutes and Records Clerk of Court's Office �cn 51200 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Jereme Shaidle, April Phone Number 252-8375 Purchasing Staff 29, 2013 Contact and Date Agenda Date Item was April 23,2013 Agenda Item Number 16.C.3 Approved by the BCC Type of Document Work Order Number of Original 1 Attached Documents Attached PO number or account N/A Solicitation/Contract 08-5011-80 Kyle number if document is Number/Vendor Name Construction 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? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A 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 0'V by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A 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 N/A 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 DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for t e Chairman's signature. 16C3 MEMORANDUM Date: May 20, 2013 To: Diana DeLeon, Contract Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: A Work Order under Contract #08-5011-80 FY13 2nd-4th Quarter Backflow Retrofits for the Cross Connection Control Program (Project #70019) Contractor: Kyle Construction, Inc. Attached is a copy of the work order referenced above, (#16C3) approved by the Board of County Commissioners on Tuesday, April 23, 2013. The original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please feel free to contact me at 252-8406. Thank you. Attachment WORK ORDER Agreement for Fixed Term Underground Utility Contract#08-5011 16 C 3 Contract Date: March 11,2008 Fixed Term Contract Expires March 19,2014 (RFQ#08-501 1-80) This Work Order is for Underground Utility Construction services for work known as: Project Name: FY 13 2nd-4th Quarter Backflow Retrofits Project No: 70019.4.2 The Work is specified in the Request for Quotation, dated February 13,2013 and 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 is assigned to: Kyle Construction,Inc. Scope of Work: Per Quote Tabulation form attached and the following: * Task I Install 3/4" BFP's and relocation of services less than 20ft from the existing meter * Task 2 Install 1" BFP's and relocation of services less than 20ft from the existing meter * Task 3 Install 1.5" BFP's and relocation of services less than 20ft from the existing meter * Task 4 Relocation of services more than 20ft from the existing meter Schedule of Work: Complete work within 365 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Section 2—Statement of Work for Agreement#08-5011,the County will compensate the Firm in accordance with following method(s): Negotiated Lump Sum; ❑Lump Sum Plus Reimbursable Costs; Time& Material; Cost Plus Fixed Fee, as provided in the attached proposal. Task I $ 216,819.90(TM) Task 2 $ 8,362.20(TM) Task 3 $ 6,450.84(TM) Task 4 $ 10,000.00(TM) TOTAL FEE $ 241,632.94 PREPARED BY: //2.-7/..? ereme Shaidle, P.E., Project Manager Date Planning and Projec Management Dept. APPROVED BY: I 4 qJ2 / i3 Mark Sunya ' I:., Principal Project Manager Date Plannin and Pr./ - .y men Dept. / / APPROVED BY: zoi 3 T Chmelik, P.E., Director Date Planning and Project Management Dept. APPROVED BY: O¢.0/Zv/3 aul Mattaus Water Department Director Date RFQ#08-501 I-80 Page I WORK ORDER f Agreement for Fixed Term Underground Utility Contract#08-5011 Contract Date: March 11,2008 Fixed Term Contract Expires March 19,2014 16 C3 (RFQ#08-5011-80) APPROVED BY: 77 ✓L 0/0 Nicole arker, Procurement Strategist Date APPROVED BY: �w_ 4/4/3 George Yilmaz, Public Utilities Administrator/JP 41j3 Date ATTEST: `','+ ,,p;" BOARD OF I DU I l TY COMMISSIONERS Dwight E. Brock,Ctefk r i Collier Iount r, Florid, BY t. >-..I •a"C . By D , '11r. :,.": Georgia A. Hiller, Esq. Attests • airm 'x T Chairwoman signature only . ,:�N ATTEST ° " By: , Kyle Coo: ru j�n,�r/. / (Print Name/Tit e) nG- /� �� / / Cha/k$/`161A4/17/fiiCG ®/ff/Cre,ri (Print Name/Title) Approved as to Form and L gal 'uffi iency: .._ _ ► �l 44■... ounty Attorney Del, 7 i :1,, .# ‘.... -5 i 1 ,,,,,,166 c4-23-t3 L Date '—t-)—13 Rec'd I -11W oepf/� RFQ#08-5011-80 Page 2 16C3 Go`�ier Ca1y Administrative Services Division Purchasing REQUEST FOR QUOTATIONS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: February 13,2013 From: Nicole Parker,Procurement Strategist 239-252-4270,Telephone Number 239-252-6549, Fax Number nicoleoarker(c�colliergov net To: Prospective Vendors Subject: RFQ#08-5011-80 FY13 2nd-4th Quarter Backflow Retrofits As provided in the referenced contract,the Collier County Purchasing Department is soliciting quotes for the referenced project. 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. RFQ Due Date: March 8,2013 at 3:00 P.M. Non Mandatory Pre-Quote Meeting Date/Time: February 21,2013 at 2:00 P.M. Pre-Quote Meeting Location: Distribution Office-4425 Progress Ave Q&A Deadline: March 1,2013 at 3:00 P.M. Number of Days to Final Completion: 365 days to Final Completion Plans and Specs: Scope of Work,Address List and Parts Form Description Size Quantity UOM Price Total Install of BFP's and relocation of services less than 20 ft from the existing meter 3/4 1815 Each $119.44o $z(6rc�(Ci 90 Install of BFP's and relocation of services less than 20 ft from the existing meter 1 70 Each $(19.46 $ g 362.2o Install of BFP's and relocation of services less than 20 ft from the existing meter 1 5 54 Each $119.146 $ 6r45O 74 Allowance for Relocation of services more than 20 ft from the existing meter Varies Varies TM $10,000 $10,000 TOTAL $ - • 2.94 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.We look forward to your participation in this request for information/quotation process. Performance and payment bonds shall be required if the lowest responsive quote exceeds$200,000. K {e n Firm's Comp1 7.-Legal Name e3-- a/0 i 2. -239- I 3- - Title C •ale. G • 3 8 /3 Print Name D-te RFQ#08-5011-80 1 ORIGINAL DOCUMENTS CHECKLIST& ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE16 C 3 , , Routed by Purchasing Department to Office Initials Date the FollowiII Addressees);(In routing order) 1. R/i4 Man ement 7Ak/ 2. County Attorney Office County Attorney Office S1_ r 1'610 3. BCC Office Board of County 6 / Commissioners bt, l,oR is/ SI�)J13 4. Minutes and Records Clerk of Court's Office 574)63 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Jereme Shaidle, April Phone Number 252-8375 Purchasing Staff 29,2013 Contact and Date Agenda Date Item was April 23,2013 Agenda Item Number 16.C.3 Approved by the BCC Type of Document Work Order Number of Original 1 Attached Documents Attached PO number or account N/A Solicitation/Contract 08-5011-76 Kyle number if document is NumberNendor Name Construction 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? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A 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 vie, by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A 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 N/A 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 DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for t Chairman's signature. 16C3 MEMORANDUM Date: May 20, 2013 To: Diana DeLeon, Contract Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: A Work Order under Contract #08-5011-76 FY13 1st Quarter Backflows for the Cross Connection Control Program (Project #70019) Contractor: Kyle Construction, Inc. Attached is a copy of the work order referenced above, (#16C3) approved by the Board of County Commissioners on Tuesday, April 23, 2013. The original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please feel free to contact me at 252-8406. Thank you. Attachment WORK ORDER Agreement for Fixed Term Underground Utility Contract#08-501 1 1 6 C 3 Contract Date: March 11,2008 Fixed Term Contract Expires March 19,2014 (RFQ#08-501 1-76) This Work Order is for Underground Utility Construction services for work known as: Project Name: FY13 First Quarter Backflows Project No: 70019.4.1 The Work is specified in the Request for Quotation, dated November 15, 2012 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 is assigned to: Kyle Construction, Inc. Scope of Work: Per Quote Tabulation form attached and the following: * Task 1 Install 3/4"BFP's and relocation of services less than 20ft from the existing meter * Task 2 Install 1"BFP's and relocation of services less than 20ft from the existing meter * Task 3 Install 1.5" BFP's and relocation of services less than 20ft from the existing meter * Task 4 Install 2" BFP's and relocation of services less than 20ft from the existing meter * Task 5 Relocation of services more than 20ft from the existing meter Schedule of Work: Complete work within 210 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Section 2—Statement of Work for Agreement#08-5011,the County will compensate the Firm in accordance with following method(s): ['Negotiated Lump Sum; ❑Lump Sum Plus Reimbursable Costs; Time& Material; ❑Cost Plus Fixed Fee,as provided in the attached proposal. Task 1 $ 11 1,668.48(TM) Task 2 $ 18,062.08 (TM) Task 3 $ 6,876.42 (TM) Task 4 $ 3,327.30(TM) Task 5 $ 15.00(TM) TOTAL FEE $ 139,949.28 1 0//3 PREPARED BY: creme Shaidle,'. ., Project Manager Date Planning and Proj•, Management Dept. APPROVED BY: Mark Sunya, ' ., Principal Project Manager Date Planning and Project Man••eme't Dept. APPROVED BY: � i 1 To Chmelik, P.E., Director Date Planning and Project Management Dept. RFQ#08-5011-76 Page 1 16C3 WORK ORDER Agreement for Fixed Term Underground Utility Contract#08-5011 Contract Date: March 1 l,2008 Fixed Term Contract Expires March 19,2014 (RFQ#08-5011-76) aS11/45 APPROVED BY: 11110 �0/ a 50/3 '.ul Mattausch, W.ter De I tment Director Date APPROVED BY: /% y l Nicole Parker, Procurement Strategist Date APPROVED BY: - 1 • • / 3 George Yilmaz,Public Utilities Administrator PP/N t3 I•te ATTE$ ,$t: BOARD OF CO Y VOMMISSIONERS Dwig it E Broek;clerk Collier 1 ounty Flo ida By: �i�.i :� .® By: Deputy as/ Georgia A. Hiller, Esq. - Attest as trI, Ira's Chairwoman signature only. ATTE ; BY Kyle Cons s/, . , 44.4/akI,7 !/ 4644/fled. By: (Print Name/Title) Charles Abraham / vise, hreaie ,nh- (Print Name/Title) Approved as to Form and I Suf ien • ounty Attorney AL �..+-J Dept4>. Item# Agenda Date Date 5-n--13 Rec'd RFQ#08-5011-76 •De. Page 2 clak 16C3 Administrable Seivites Division Purchasing REQUEST FOR QUOTATIONS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities"' Date: November 15,2012 From: Nicole Parker,Contract Specialist 239-252-4270,Telephone Number 239-252-6549, Fax Number nicoleparker(c�colliergov.net To: Prospective Vendors Subject: RFQ#08-5011-76 FY13 First Quarter Backflow Installation As provided in the referenced contract,the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: December 7,2012 at 3:00 P.M. Non Mandatory Pre-Quote Meeting DateTme: November 27,2012 at 3:00 P.M. _ Pre-Quote Meeting Location: Distribution Office-4425 Progress Ave Q&A Deadline: ' November 30,2012 at 3:00 P.M. Number of Days to Final Completion: 210 days to Final Completion _ Liquidated Damages: N/A Plans and Specs: Scope of Work,Address List and Parts Form Description Size Quantity UOM Price Total Install of BFP's and relocation of services less 3/4" 847 Each $t31,iy Sul,biog.48 than 20 ft from the existing meter Install of BFP's and relocation of services less 1" 137 Each $131. $ t obZ.o$ than 20 it from the existing meter Install of BFP's and relocation of services less 1.5" 31 Each $ZZI.BZ $6 811..4Z than 20 ft from the existing meter Install of BFP's and relocation of services less 2" 15 Each $22i 8z $ 3,32'1 so than 20 ft from the existing meter Relocation of services more than 20 ft from Varies 15 Each $/.00 $ i,5 Co the existing meter TOTAL $139,9W;Z8 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. Performance and payment bonds shall be required if-the lowest responsive quote exceeds$200,000: - - - KYLE ODNSTRUC I`IorJ 2njC F'rm's Complete Legal Name Q3/AA - OS - , 3- ,710 Wig um r/F ; Sig - PREs If C.I Tide AA ATM-1-b1114 VCEM 17 7, Zo/2 Print Name Date RFQ_ContractDnven_RevisedSeptember2009 1