Loading...
Backup Documents 05/28/2013 Item #16C 5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP c r TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 6 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office SRT 5/28/13 4. BCC Office Board of County 5 c Commissioners �c- `,,: 'S'ZF1/4\\a7 5. Minutes and Records Clerk of Court's Office 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 Scott R. Teach,Deputy County Attorney Phone Number 252-8400 Contact/ Department Agenda Date Item was 5/28/13 J Agenda Item Number 16-C-5 Approved by the BCC Type of Document Work Order—Kyle Construction#08-5011- Number of Original One Attached 82 Documents Attached PO number or account n/a number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? SRT 2. Does the document need to be sent to another agency for additional signatures? If yes, SRT provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be SRT signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's SRT Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the SRT document or the final negotiated contract date whichever is applicable. 6, "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's SRT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip SRT should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwardin to Tallahassee within a certain time frame or the BCC's actions are nullified. Be awa e f your deadlines! 8. The document was approved by the BCC on 5/28/1 and all changes made during the SRT 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 SR BCC,all changes directed by the BCC have been made, and the document is ready for e b Chairman's signature. y / 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 1605 MEMORANDUM Date: May 30, 2013 To: Scott Teach, Deputy County Attorney County Attorney's Office From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order— Contract #08-5011 w/Kyle Construction Attached for your records is one (1) copy of the document referenced above, (Agenda Item #16C5) approved by the Board of County Commissioners on Tuesday, May 28, 2013. The original has been kept by the Minutes and Records Department as part of the Boards Official Records. If you have any questions feel free to contact me at 252-8411. Thank you WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-5011 6 t 5 Contract Date: March 11,2008 Fixed Term Contract Expires March 10, 2014 (RFQ#08-5011-82) BCC approval Date: May 28,2013 Item#16.C. 5, This Work Order is for Underground Utility Construction services for work known as: Project Name: PS312.25 Rehabilitation Project No: 70046 and 70051 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#08-501 1-82 dated March 27,2013,attached hereto a part of this Work Order is assigned to: Kyle Construction Scope of Work: Per quote form attached and the following: Existing valve vault, wet well piping and pumps shall be removed. The wet well shall be patched and coated. New wet well piping, pumps, guide bars, brackets, floats, etc. are proposed along with new above ground piping and valves,generator and electrical upgrades are also included. The Contractor is responsible for all required bypassing and shall provide power to pump station throughout construction. * Task I -From Item 1 to Item 43 of Quote. Supply and install pumps,control panels,piping in the wet well, generator installation,and above ground piping and other necessary materials to complete the work as intended by the plans. * Task I I - Item 44 of Quote. Owner—Directed Work for geological or Corrosion Unforeseen Conditions(Allowance) Schedule of Work: A limited NTP will be issued to Contractor to purchase materials and obtain permits. Another NTP will be issued to complete work within 220 days from the date of the Notice to Proceed. Compensation: In accordance with 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 (non-guaranteed, owner directed work); ECost Plus Fixed Fee, as provided in the attached proposal. Task I $294,180.00 (Lump Sum) Task II $ 43,095.00 (Time&Material) $337,275.00 TOTAL COST FOR TASKS I &II $337,275.00 PREPARED BY: CU.)\- �� 1 2 3 Zamira DelToro, Project Manager Date Planning& Project Management Department APPROVED BY: c' v 5 71 I� Craig Pajer Princi al Project Manager Date Planning : •, ct Management Department APPROVED BY: T6 5 I / €i Tom Chmelik, P.E., Director Date Planning&Project Management Department RFQ#08-5011-82 16 C 5 Page 2 / /..t.,//__3 APPROVED ►1 t�C�`— eth Johnsse , Director Da e Wastewater epartment APPROVED BY: 40i / LN faI �J %/-1 -' 15 /4/ Evelyn Co on ,Procurement Specialist Date Purchasing Department APPROVED BY: -- - /Z // George Yilmaz, Administrator Date Public Utilities Division ATTEST , BOARD OF COUNTY C11 MISSIONERS Dw":. t E Brack,Llerk Collier Count lorid. ft.:.a 4t:.►L1L By 6:4"---- Ar peputy cleA •- . - - � •' . ..... P t.;;;;'11'141:1 S '-' Jri.,1, r / .' • A• -d as to Form and Kyle Censtr .,t L-;al Su fici- cy: t ' By: i `� alk a— _ " e. "g44 49r/e/itiedie Assista -County Attorney (Print Name/Title) Depa r/ ATTEST: By: `-L ' (Print Name/Ti e) Item !' 6e_ Agenda Date ag 1 Date Lk_ . 1••:;r: 4 Ld...1fy C!ci 16C5 i County 4di - nom Services Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-82 Pump Station 312.25 Rehabilitation PROPOSAL PAGE DUE DATE: Thursday, April 25, 2013 at 11:00 a.m. 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 This firm has submitted a quote for Pump Station PS312.25 Rehabilitation: IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 25M-day of /9/0ri/ , 2013 in the County of Ca//e,- , in the state of F/oridu. . Kyle. Crns}rvc.-Viors -Enc.. Firm s Complete Legal Name 239 - 1043- r7059 Telephone Number 239 -6143- 14619 FAX Number Kyttconsi-inc.0 oto\. Lorin Email Address 3b 3b Prosper#- Ave.. Address r.1°` City F/oriciQ State 314/ay Zip • v.... ��,:11Y.i�•Flo .:- j r -te • -,•T /- Docur��nt Number(www.sunbiz.orq/search/html) Signature 1/tc.e. tPres■der* Title C icit-les Abra_narri 14/2 03 Print Name Date RFQ_Co nt ract Drive n_RevisedSeptem be r2009 3 M Page 1 of 1 16C5 Good afternoon, please see the attached revised quote schedule - also please see the info below: This Addendum consists of the following changes/comments: CLARIFICATIONS TO DRAWINGS The air release valve (ARV) shown on the drawing is called out as an "H-TEC 986 ARV", please note that the stainless steel model is required. The model number for the ARV is "H-TEC 986-SS" REVISIONS TO THE BID SHEET A revised bid sheet is included in this addendum. Please note that the units for item #44 have been changed to Time and Materials, and a value of $43,095 has been inserted for this line item. ADDITIONS The Contractor shall provide a fire extinguisher and placard in accordance with NFPA 110 and NFPA 10 to be mounted on the side of the electrical rack in a readily accessible area. QUESTIONS 1. On drawing M-401 the drawings indicate the wet well, valve vault, and pumps are being removed to be replaced. Drawing E-101 note #1 calls for the lift station to be powered throughout the construction period with a 30 minute shutdown for change over to the new service. How can the existing remain powered if it is being removed? Contractor shall minimize electrical downtime while the pumps are being replaced. Contractor shall coordinate all shutdowns with the County. 2. Is the LE/LIT shown at the wet well on Drawing E-101 a transducer or is this item Roto-Floats per the, specification Mark "2" as indicated on D::: :o2Lodel i S40-N0 /'/ END OF ADDENDUM •d /.r http://mail.aol.com/37655-111/ao1-6/en-us/suite.aspx 4/23/2013 ADDENDUM#2 - RFQ 08-5011-82 Pump Station 312.25 Rehabilitation Page 1 of 1 1 6 CFrom: ParkerNicole<NicoleParker collier v. @ go net> To: ParkerNicole<NicoleParker @colliergov.net>; Ryan<rmacphee @haskinsinc.net>; Belwell <belwell @haskinsinc.net>; Mike Westhafer<mwesthafer @mitchellstark.com>; Brian Penner <bpenner @mitchellstark.com>;Tammy Ludwig<tammyl @dnhiggins.com>; Brandy Bartolone (brandyb @dnhiggins.com)<brandyb @dnhiggins.com>; Lou Gaudio<Igaudio @qe-usa.com>; Marcie Cohen <mcohen @qe-usa.com>; Kyle Construction Inc<kyleconstinc @aol.com>; HHASKINS <HHASKINS @HASKINSINC.NET>; Mitchell Penner<mpenner @mitchellstark.com> Cc: DeltoroZamira<ZamiraDeltoro @colliergov.net> Subject: ADDENDUM#2-RFQ 08-5011-82 Pump Station 312.25 Rehabilitation Date: Thu,Apr 25,2013 7:47 am Good morning—the deadline for this solicitation has been changed to: Friday,April 26,2013 at 10:30 AM. Nicole Parker Procurement Strategist x A' 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. http://mail.aol.com/3 7655-111/aol-6/en-us/mail/PrintMessage.aspx 4/25/2013 16C5 QUOTE FORM COLLIER COUNTY PS 312.25 IMPROVEMENTS Kyle c ons*IVC ton Inc.. Item Estimated No DESCRIPTION uanti U Q ty Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS 9,700.00 9,700.00 2 Pre-Construction Video and Post Construction Video 1 LS 1,800.00 1,800.00 3 Record Drawings 1 LS 1,800.00 1,800.00 Demolition,.Relocation,and Temporary Facilities 4 Demolition of Existing Wetwell Concrete Top,Valve Vault,Piping and Slab 1 LS 2,800.00 2,800.00 5 Clearing and Grubbing 1 LS 300.00 300.00 6 Demolition of Electrical Panel,Main Breaker Panel,and Meter 1 LS 350.00 350.00 7 Temporary Bypass Piping and Pumping Operations 1 LS 15,900.00 15,900.00 Mechanical Flygt NP 3102-464 Impeller Submerisble Pumps and Appurtenances 8 (Equipment Only) 3 EA 13,250.00 39,750.00 9 Installation of Pumps and Appurtenances 1 LS 5,600.00 5,600.00 10 4-inch Tee Fitting(Fused) 2 EA 650.00 1,300.00 11 4-inch Tee Fitting(FL) 1 EA 440.00 440.00 12 4-Inch 90°Bend(Fused) 4 EA 350.00 1,400.00 13 4-inch Plug Valve(FL) 4 EA 800.00 3,200.00 14 4-inch Check Valve(FL) 2 EA 1,440.00 2,880.00 15 H-Tec 986 ARV I EA 4,500.00 4,500.00 16 4-inch HDPE Above Ground Piping 1 LS 1,000.00 1,000.00 17 4-inch HDPE Risers 1 LS 4,500.00 4,500.00 18 Pipe Supports 5 EA 300.00 1,500.00 19 Stainless Steel Pressure Gauges 2 EA 435.00 870.00 20 4-inch Bypass Connection(DI Riser,3"Camlock,and Plastic Valve Box) I LS 1,400.00 1,400.00 21 Link Seals 3 EA 450.00 1,350.00 22 4-inch x 6-inch Increaser 1 EA 370.00 370.00 23 4-Inch 90°Bend(FL) I EA 390.00 390.00 24 Roto-Float S4ONO Floats 1 LS _ 900.00 900.00 25 Clean and Re-Coat the Wet Well 1 LS 9,000.00 9,000.00 Civil 26 6'Vinyl Coated Chain-Link Fence with Slide Gate-Color black 1 LS 4,100.00 4,100.00 27 Acoustiblok Sound Attenuating Fence-Color black 1 LS 4,700.00 4,700.00 28 Dewatering,Excavation,and Backfill 1 LS 500.00 500.00 29 Site Work(Concrete Slabs,Replace Sidewalk,etc.) I LS 2,340.00 2,340.00 30 New Concrete Wet Well Top and Hatch 1 LS 3,300.00 3,300.00 31 Compacted Sub-base for Entry Way 1 LS 1,200.00 1,200.00 Electrical 32 Counterpoise 1 LS 5,520.00 5,520.00 33 TCU Panel(Equipment Only) 1 LS 12,000.00 12,000.00 34 Installation of TCU Panel 1 LS 600.00 600.00 35 Antenna I LS 8,200.00 8,200.00 36 Flygt Control Panel and Electrical Rack(Equipment Only) 1 LS 23,000.00 23,000.00 37 Installation of Flygt Control Panel and Electrical Rack 1 LS 5,600.00 5,600.00 38 Conduit&Wire 1 LS 22,000.00 22,000.00 39 240/120V Panelboard 1 LS 4,720.00 4,720.00 Cummins 40 kW Generator and ATS With LVL III Sound Enclosure,304 SS 40 Fuel Tank(Equipment Only) 1 LS 71,000.00 71,000.00 41 Installation of Cummins 40kW Generator and ATS 1 LS 5,900.00 5,900.00 Site Restoration 42 Clean,Fill,and Sod Installation,Re-Grade,Weed Control,etc. 1 LS 2,900.00 2,900.00 43 Site Landscaping 1 LS 3,600.00 3,600.00 TOTAL BID 294,180.00 1605 Owner Directed Allowance for Geological or Corrosion Unforeseen 44 Conditions 1 TM 43,095.00 Notes: (1)Contractor will be responsible for any items required during the installation and system start up that are excluded in manufacturer's quotations. Contractor to coordinate with the County and install pumps and control panel. (2)The Contractor is responsible for all required bypassing and shall provide power to lift station throughout construction. (3)Weekly progress meetings will be held for the project. The Contractor shall have his Project Manager and Job Superintendent at all progress meetings. The Contractor shall provide an update of all work in the past week and a two (2) week look ahead. The Contractor on a weekly basis shall provide an updated project schedule.The Contractor will need to supplement with additional crews as necessary to remain on schedule for timely completion. (4) All Contractor Personnel (including subcontractors)shall complete a Collier County Facilities Contractor background check. Only those personnel passing this security check shall be allowed on the Project Site.All personel shall wear the issued badge at all times while on the project. The Contractor shall be responsible for all costs of obtaining the background checks and issued identification badge. Badges shall be reissued annually as required. (5)All excavation shall be unclassified with no additional payment to be made for rock, muck or other materials.Contractor will be responsible for all replacement fill material. (6) Pre-Construction/Post-Construction Video recording in accordance with the County Specification(022200)shall be completed. (7)The Contractor shall designate a representative,such as their Superintendent who will be on-site during all work to assist the County in responding to customer questions or needs. (8) The Contractor is responsible for preparation of a safety program/risk management program.This document should not only address daily activities but also required actions for tropical storms and hurricanes. (9)All quotes to be per the Utility Underground Contract,plans,standards,specifications and all documentation provided within the Bid Package.