Loading...
Backup Documents 05/28/2013 Item #16C 3 ,-.,,ii iC��"[ �I r 1 I I IT� �'" I 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLI 6 C ," TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO TI-H BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. ttach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the tiate the item is I laced on the agenda. All completed g p eted routing slips and original documents must he received in the County Attorney Office no later than Monday precedint 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 Chairn4n's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addre'ssee(s) (List in routing order) Office Initials Date 1. i 2. i 3. C ounty Attorney Office County Attorney Office sZ- -' bLS\ \3\`- 4. BCC Offc Board of County V C :,2.-- ommissioners G}k k-Z,, 5. Minutes and Records Clerk of Court's Office I V coy I3 PRIMARY CONTACT INFORMATION Nor Wally 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, Nana of Primary Sect /e//vAJ Phone Number �5a_c�, Contact/ Departmeyt G - 7 33 Agenda g nda Date Item Was Agenda Item Number � �i_L'3 Approved by the Bqc 6/028.7/3 Gtr .1 61 Type o f Document I /) Number of Original Attached ' v"�� Documents Attached PO number or account jnumber if documentfis /l7/4 to b?recorded { INSTRUCTIONS & CHECKLIST Initial the Yes k 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? / � 2. Does the docuttnent need to be sent to another agency for additional signatures? If yes, '�'r,' N provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. /4 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the 4hairman,with the exception of most letters,must be reviewed and signed air by the Office Of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's 1 Office and all other parties except the BCC Chairman and the Clerk to the Board AJ/i4 5. The Chairmar's signature line date has been entered as the date of BCC approval of the �/^ document or the final negotiated contract date whichever is applicable. H 6. "Sign here"tips are placed on the appropriate pages indicating where the Chairman's signature and initials are required. Cer 7. Jr.most cases( ome 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. /\//4 i 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! j 8. The document(was approved by the BCC on enter date)and all changes made ti t during the meeting have been incorporated in the attached document. The County off s t3`' , l Attorney's Office has reviewed the changes, if applicable. R , ,.Ft,w 9. Initials of attorney verifying that the attached document is the version approved by the : . i' (.�� BCC, all changes directed by the BCC have been made, and the document is ready for the t,%%),•1'kilfa r Chairman's signature. ����jlL I:Forms/County Forms/I1'CC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 1 16C 3H MEMORANDUM Date: June 13, 2013 To: Corrine Trtan, Project Manager Public Utilities Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #08-5011 Mitchell & Stark Construction Company, Inc. Attached is an original copy of the document referenced above, (#16C3) approved by the Board of County Commissioners on Tuesday, May 28, 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 252-7240. Thank you. Attachment WORK ORDER/PURCHASE ORDER 1 6 C 3� Agreement for "Annual Underground Utility Contractors" - #08-5011 Contract Date: March 11, 2008 Fixed Term Contract Expires: March 10, 2014 (RFQ #08-5011-83) BCC approval Date: May 28, 2013 This Work Order is for Underground Utility Construction services for work known as: Project Name: Woodcrest Drive Utility Extension Phase 2 Project No(s).: 70044.11.2, 70071.7.3 The work is specified in the proposal page dated April 26, 2013 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above and Request for Quotation #08-5011-83 dated April 18th, attached hereto a part of this Work Order is assigned to: Mitchell & Stark Construction Company, Inc. Scope of Work: As detailed in the Quote Tabulation form and the following: Task 1 Installation of an 8-inch and 4-inch wastewater force main Task 2 Allowance fund (wastewater) Task 3 Installation of a 12-inch potable water main Task 4 Allowance fund (water) Schedule of Work: Complete Wastewater work substantially 60 days after issuance of the Notice to Proceed, with an additional 14 days to Final completion for a total of 74 days. Complete Water work substantially 90 days after issuance of the Notice to Proceed, with an additional 14 days to Final completion for a total of 104 days. The Notice to Proceed which is accompanying this Work Order. Compensation: In Accordance with Numbered Paragraph Four 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, as provided in the attached proposal. Task 1 $ 278,405.00 (LS) Task 2 $ 28,000.00 (T&M) Task 3 $ 135,115.00 (LS) Task 4 $ 28,000.00 (T&M) Total Fee: $ 469,520.00 Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule "A" of the original Contract Agreement. Prepared By: _e , S2//3 Corinne Trtan, Project Manager Date Approved By: • _ SA, fI 3 Craig P. , PD, Principal Project Manager Date 71 Approved By: 4 3 Mark Su -k, PE, Principal Project Manager Date Authorized By: ��'°`' ? j.3 To Chmelik, PE, PPMD Director Date 16C 3 144,,-" RFQ #08-5011-83 Page 2 Approved B � ---- .510S—. Beth ohnssen, Int im Wastewater Director Date Approved By: ■1N2 i S e Messner, Water Director ate Authorized By:C --- ' , to 1 Dr. George Yilmaz, Public Utilities Administrator Date Approved By: 06 ZIP1 i )1+1i3 5710/13 Evelyn Col n, Purchasing Agent Date ATTEST` „ •. ,., BOAR+ OF Col) 'TY COMMISSIONERS DwighA. Firs ci'd.k VIerlc:x Colli- ju t F orida B I � , By D. utyeCer 3 Geo rVA. i r, Esq., Chairwoman Attesta1�aGhat i an c:,., :' � " .L signature WY. i M tchell Stark nst uction Co., Inc. ,-- "---. By:N diewid_ C. S;-P-1-,/c/i. , VP (Print Name/Title) . .roved as to form and e, al Suff. .en y: ATTEST: IIP it- (.Gc•. B y V Ars-sistarrrt County Attorney S, CO, -- 74 'Der+, (Print Name/Title) COIL ant. 16C 3 Administrative Spices Division Purchasing REQUEST FOR QUOTATIONS UNDER CONTRACT #08-5011 "Annual Contract for Underground Utilities" Date: April 18, 2013 From: Nicole Parker, Procurement Strategist 239-252-4270, Telephone Number 239-252-6549, Fax Number nicoleparker(a�colliergov.net To: Prospective Vendors Subject: RFQ #08-5011-83 Woodcrest Drive Utility Extension Phase 2 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: April 26, 2013 at 3:00 P.M. Non Mandatory Pre-Quote Meeting Date/Time: April 22, 2013 at 3:30 P.M. Pre-Quote Meeting Location: Purchasing Bldg G, Conference Room A Q&A Deadline: April 24, 2013 at 3:00 P.M. Wastewater: 60 days to Substantial + 2 Number of Days to Completion: weeks to Final Completion = 74 days total Water: 90 days to Substantial + 2 weeks to Final Completion = 104 days total Liquidated Damages: _ $1,271.50 per day Plans and Specifications: By Johnson Engineering dated March 2013 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. 16C 3 4 Co er County Public Utilities Planning and Project Management FACT SHEET FOR: Project Name: Woodcrest Drive Utility Extension Phase 2 Project Manager Name: Craig Pajer/Corinne Trtan Project Manager Department: PUPPMD Contract#: 08-5011 RFQ #: 83 Contract Title: Fixed Term Underground Utilities Project Number(s): 70044 (Wastewater) and 70071 (Water) General Information The plans and specifications are intended to provide the information by which prospective contractors may understand the requirements of Collier County relative to installing piping, valves, fittings, appurtenances and other items associated with Phase 2 of the referenced project. Project Description This project consists of the installation of 1) a 12-inch potable water main and an 8-inch wastewater force main along Woodcrest Drive and an easement within the Calusa Pines development and 2) an fl- inch wastewater force main along the undeveloped portion of Tree Farm Road. The project is located north of Vanderbilt Beach Road (Extension), east of Collier Boulevard (CR 951), and south of Immokalee Road. Scope of Work: Install components as shown on the plans and specifications provided for each of the two segments. One work order will be executed for the complete project. Collier County will be pre-purchasing piping, valves, fittings, etc. from Ferguson for use by the successful contractor. A list of county-supplied materials will be distributed at the pre-bid meeting. Contractor shall provide all materials not included on the list. Successful contractor shall be responsible for pressure testing the complete project, including the potable water main and wastewater force mains constructed in Phase 1 of the project. Successful contractor shall be responsible for chlorination and successful bacteriological testing of both Phase 2 and the existing Phase 1 potable water mains. 16C 3 Pricing: • The contractor shall offer a lump sum proposal for each of the four categories as follows: 1. Woodcrest Drive Potable Water 2. Woodcrest Drive Wastewater 3. Tree Farm Road Wastewater 4. Miscellaneous • "Allowance for Owner's Use as Directed" included on the quote schedule. Special Conditions The Bent Creek developer is responsible for construction of paving, drainage, and utilities in the Woodcrest Drive right-of-way immediately north of this project. The successful contractor will be required to interface with the Bent Creek roadway contractor in order to coordinate site access, maintenance of traffic, utility connections, et cetera. Soil borings along Tree Farm Road were performed by Forge Engineering. The geotechnical report is included in the quotation package. FDEP water and wastewater permits and an US Army Corps of Engineers (ACOE) Nationwide Permit have been issued for the project. At the pre-bid meeting we will supply a copy of the ACOE permit. Contractor is responsible for complying with the conditions of the permit. The Contractor is responsible for obtaining a dewatering permit should one be needed. Liquidated Damages Should Contractor fail to complete the Work by the Final Completion date, liquidated damages shall be $1,271.50 for each calendar day thereafter until Final Completion is achieved. 16C3 8 S 8 888°0°0°0°o 8888 g° dooArAgmcg�m oo C N N N W HHHHVSHHHHVI.... HHH _ _ =Z 8 8 8 8888 88888p 888 O«O O "g0,0g4 ' NAT {{00 f 'Al N C N N r L C D 8 Q U 1 H H N ............. °o S- °o 88888888888888 888 o 00. 0° 00 N N O O S 8 0Y00 V N ' N NSN „/ p .............. H H H 8 8888888888888 °op "0 ° ..00 00 00 0 0 8 0 8 0 800 d d _N« 8 O p 0 0 0 O NOON N A V(o�:. ;4 Ip U d W'N ''N W° L 5 0 O N �f Na(9 N H H V1...........H 8 8 8 88888888888888 S S O S§S§S O S O O O g N gtp C o p O NOW 0 0 0 0 N N W A W h r'1 O M O< O rvN pYf YYYYNN W W' a$g 2 0N � V W C w w w w w w w w H w w N w p H H H =O 8 S H 8 w 0 8 8 8 8 8 8 8 8 rig g O 0 0O O O O 0 8 8N ^ -E3 1� o F N 1 5 2 8-15 H H H H H H H H H w H H H 8 2 88888888888882 N r 8 O588 O ° NbbOYY 000 s W 00 mp nd g1 H H .............. w H w W — d O 0 888888888.88 t2 8 S V 0 88 W°W 18888.-'- O yYy VVY 00W0NN .0 O N r O d N(V m 3o C N H H ............. 8 8 8 88888888888888 888 d S OOOOOOSOOg'g y U v3,1 W N .............. N H H W O 8 8 8888888888888 p p g z O t N N z OS O ONe°Ne°-- :011 .• 2 8 C NrN.Nrf mod.-N•- S C w — ww'HHf4HHHHHH • SG 11 'C N- W- J ;55513555959555: N S _ _ i* 6 0 w d 2 ' 'd c °ct o K p N t N v C€ @ g 5 g d"E !�30 as �e 88 a `�q 1 1 ta' ByULL a Nm N v_ 5> > N . :;,%-f4,5111 .22 _ 0 € , ,ii°0W2 =�' q r 608NON0P&4 I 3 3 2 Z