Loading...
Backup Documents 06/11/2013 Item #16C 3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP] j C 3 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 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 41 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 CAI 6140 4. BCC Office Board of County Vt4 CA Commissioners s/ 5. Minutes and Records Clerk of Court's Office i '�I5 CZ, ri I r 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 f ,, f Phone Number Contact/ Department V V&y ii, kq,r)0 V:C.t'1 P IPm D g-- Agenda Date Item was Agenda Item Number Approved by the BCC ovt t.-L-3 Type of Document Number of Original Attached o rk 0 reset-r Documents Attached PO number or account c:Az o ac -Sovv�e�. number if document is c," 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? wmit 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 Al/4 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 �l� document or the final negotiated contract date whichever is applicable. l 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. r Some documents are time sensitive and require forwarding to Tallahassee within a certain t 11fr time frame or the BCC's actions are nullified. Be aware of your deadlines! 1" 8. The document was approved by the BCC on rig/Renter date)and all changes made during the meeting have been incorporated in the attached document. The County cog, 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 the 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 16C 3" MEMORANDUM Date: June 17, 2013 To: Wayne Karlovich, Sr. Project Manager Public Utilities Engineering From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #08 -5011 - IQ Water Source Integration Phase 2 Quality Enterprises USA, Inc. Attached for your records is a copy of the documents referenced above, (Item #16C3) approved by Board of County Commissioners on Tuesday, June 11, 2013. The originals are being held by the Minutes & Records Department for the Board's Official Record. If you have any questions, please contact me at 252 -7240. Thank you. WORK ORDER/PURCHASE ORDER b V 1 3 Agreement for "Annual Underground Utility Contractors" - #08 -5011 Contract Date: March 11, 2008 Fixed Term Contract Expires: March 10, 2014 (RFQ #08- 5011 -89) BCC approval Date: June 11, 2013 This Work Order is for Underground Utility Construction services for work known as: Project Name: IQ Water Source Integration Phase 2A Project No(s).: 74405.1.3 The work is specified in the proposal dated May 10, 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 -89 dated April 24, 2013, as modified by Addendum 1 thru 2, attached hereto a part of this Work Order, is assigned to: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following Task 1 Perform all Work described in the Proposal Task 2 Allowance for Owners Use as Directed Task 3 Allowance for Electric Service Schedule of Work: Work shall be substantially complete within 305 days from the date of the Notice to Proceed, which is accompanying this Work Order, with an additional 60 days to Final Completion for a total of 365 days. 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 (established hourly rate — Schedule A) ❑Cost Plus Fixed Fee, as provided in the attached proposal. Task 1 $ 643,234.50 (LS) Task 2 $ 50,700.00 (T &M) Task 3 $ 15,000.00 (T &M) Total Fee: $ 708,934.50 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: Approved By: Approved By: Approved By: Approved By. Wayn0arloviS_h_S,,e nior Project Manager Craig Pik \Princiftbl Project Manager Tor)h Chmelik, -PPMD Director Jor�Kratt, NCVNRF Plant Manager Danette Kinaszczuk, Reuse Manager S S Z 13 _ Date A A Date Am Date S'- /Z - 13 Date Date Work Order RFQ #08- 5011 -89 Page 2 Approved Beth ohnssen, 4 terim Wastewater Director X13 Authorized By: — Dr. George Yilmaz, Public Utilities Administrator Y11 Approved By: Evelyn Colon, Procurement Strategist 16C 3r' 5 p ll-s' 15ate Date 13 Date ATTF�I tin - BO Vi'JaX. OUNTY COMMISSIONERS D i1g °ht'' 'roCXv�Clerk Co , Florida A) � a By _ Deputy l tl�. Ge ler, Esq., Chai rwoman Ate , as t6 t' sgrattreity Approved as to Form and L ga ff' n y: '.t.(_._ -Ass 44a+A.County Attorney P—ep tA ';� Quality Enterprises USA, Inc. By: 1 Louis J. Gaudio, Vice Presiden (Print Name /Title) ATTE : (Witness) Marcie Cohen (Print Name /Title) 16C 34 REQUEST FOR QUOTATIONS UNDER CONTRACT #08 -5011 "Annual Contract for Underground Utilities" Date: April 24, 2013 From: Evelyn Collin, Procurement Strategist 239 - 252 -2667, Telephone Number evelvncolon @collierciov.net To: Prospective Vendors Subject: RFQ #08- 5011 -89 IQ Water Source Integration Phase 2A 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: May 10, 2013 at 3:00 P.M. Non Mandatory Pre -Quote Meeting Date/Time: May 2, 2013 at 3:00 P.M. NCWRF - 10500 G_ oodlette Rd, Naples 34109 Pre -Quote Meeting Location: _ Q&A Deadline: April 30, 2013 at 3:00 P.M. _ Number of Days to Completion: 305 days to Substantial + 60 days to Final Completion = 365 days total Liquidated Damages: $1001.50 per day Plans and Specifications: Plans, Electrical Plans and specifications Description Quantity Price UOM Total Perform all Contract Work described in the Contract Documents 1 $643,234.50 LS $ 643, 234.50 Allowance Fund for Owners Use as Directed. (Refer to Specification Section 01135 for more detail) 1 $50,700 TM $50,700 Allowance for electric service. (Refer to Specification Section 16401) allowance will only be used for direct cost from the power company- Contractor coordination and carrying costs shall be included in the Contract Price. 1 $15,000 TM $15,000 TOTAL _ $ 708 934.50 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 informationlquotation process. Performance and payment bonds shall be required if the lowest responsive quote exceeds $200,000. Quality Enterprises USA, Inc. Firm's Complete Legal Name 239 - 435 -7200 239 -435 -7202 Telephone-,Number / Fax Number RFQ #08- 5011 -83 1 Signature Vice President Title 16C 3" RFQ #08-5011 -83 2 COLLIER COUNTY BID NO. 08- 5011 -89 ADDENDUM NO. 1 IQ WATER SOURCE INTEGRATION PHASE 2A BIDS DUE NO LATER THAN 3:00 P.M. ON MAY 10, 2013 COLLIER COUNTY PURCHASING DEPARTMENT COLLIER COUNTY, FLORIDA DATE: 05/08/13 1. Contract Specification 01110 Summary of Work: Section 1.02A WAS Site 1- Livingston Road 1. Three motor actuators to existing 12" gate valves. Change: 1. Two motor actuators to existing 12" gate valves. 16C 3 Site 3 Pehe ^ Ba : Delete (Remove from the project) 1. System and ffem the supplemental watef seufees to the Peliean Bay 1Q Water- si Delete (Remove from the project) 2 Pewer and .,fel to fnet,,,..,,,tuater -s and fiew metefs Delete (Remove from the project) 2. Contract Specification 16700 Network Communications: Section 2.4: Delete Section 2.4 in its entirety and replace with the following: 2.4 FOUNDATION FIELDBUS MODULES A. Provide protocol converters that are capable of bridging FOUNDATION Fieldbus H1 protocols into Ethernet TCP/IP compliant communications, mounted on DIN rail in an equipment enclosure. B. Provide Hiprom/Rockwell Automation module 1788- EN2FFR or approved equal. 3. Contract Drawing: Sheet 3 -1: Remove from the project. 4. Contract Drawing: E -13 Remove from the project 5. Contract Drawing: Sheet D -2: WAS %ange#9 gauge 2" x 2" Mesh chain link fence fabric • #9 gauge 2" x 2" Mesh chain link fence fabric shall be galvanized that is fusion coated with a minimum seven mil coating of polyvinyl chloride. Fence shall have HDPE slats to screen interior area from view. Slat and fence fabric color shall be black or green (color to be selected by owner) to match. Submit color samples for approval. The HDPE slat shall have ultra violet inhibitors and Ethyl Vinyl Acetate to maintain a softer and flexible plastic. The slats shall provide wind C:\ Users \waynekarlovich\AppData \Local \Microsoft \Windows \Temporary Internet Files\Content.0utlook\AHQ820WG \AD DEN DUM Ldoc Page 1 of 2 16C 3' COLLIER COUNTY BID NO. 08- 5011 -89 load and privacy factor of 90 % +/- 2 %. The slat shall be manufacture by Your Fence Store, North Logan, Utah 84341, @1.866.563.3623 or approved equal. 6. Contract Drawing: Sheet E -14: Ground Well Detail Was BARE 4/0 ALUMINUM Change BARE 2/0 SOLID TINNED Cu END OF ADDENDUM NO. 1 C: \Users \waynekarlovich\AppData \Local \Microsoft \Windows \Temporary Internet Files \Content.Outlook\AHQ82OWG \ADDENDUM Ldoc Page 2 of 2 COLLIER COUNTY BID NO. 08- 5011 -89 16C 3 ADDENDUM NO.2 IQ WATER SOURCE INTEGRATION PHASE 2A BIDS DUE NO LATER THAN 3:00 P.M. ON MAY 10, 2013 COLLIER COUNTY PURCHASING DEPARTMENT COLLIER COUNTY, FLORIDA DATE: 05/09/13 1. General: Contractor shall utilize 280 feet (14 complete 20' pipe sections) of piping meeting the requirements for the "Proposed 18" PVC NPW Line" on this project. The piping is white in color and meets the specifications for this project. The piping is stored at the NCWRF plant site; contractor is responsible for moving the piping to the work area. These are the only materials the County will provide on this project; Contractor is responsible for providing all joint restraints, fittings, miscellaneous materials, and all additional piping and other material required for the project. Since white PVC piping may be difficult to obtain, the remainder of the "Proposed 18" PVC NPW Line" may be furnished in green color provided that Metalized Warning Tape of the appropriate color is provided. 2. Contract Specification Section 01135: Delete Paragraph 1.03 B. in its entirety and replace with the following: 1.03 Allowance for Owner's use as directed for unforeseen work and costs associated with unforeseen and underground piping, electrical and instrumentation, structures, and electrical and fiber optic services to the site. 3. Contract Specification Section 16401 Utility Electrical Service: Delete Paragraph 3.2 E. in its entirety and replace with the following: E. Allowance for Electrical Service: The direct cost of the electrical service from the Power Company shall be paid by the contractor from a $15,000 allowance included in the bid schedule. Contractor coordination and carrying costs are not paid from the allowance and shall be included in the bid price. 4. Contract Drawing: Sheet E -11: For Conduits 180 and 181, location of the connections to County IT Fiber Network and FPL Electrical Service are unknown at this time. Contractor shall assume 50 feet each conduit for bidding purposes. END OF ADDENDUM NO. 2 C:\ Users \waynekarlovich\AppData\Local \Microsoft \Windows \'Femporary Internet Files \Content.Outlook \AHQ82OWG \ADDENDUM 2.doc Page 1 of 1