Loading...
Backup Documents 06/25/2013 Item #16C 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTIN(1S6PC 1 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. .tttach to original document. The completed routing slip and original documents are to he forwarded to the County,attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must he received in the County attorney Office no later than NIonday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through 42 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,dra■s a line through routing lines 41 through#2,complete the checklist,and fonsard to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 3. County Attorney Office County Attorney Office U l a t/13 4. BCC Office Board of County Commissioners , 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 info ation. Name of Primary Staff j p Phone Number Contact/ Department l/U 0,11 oe, 00 1 �f mi Agenda Date Item was Agenda Item Number Approved by the BCC VP-57)3 F-`� ./� 1 17 Type of Document Number of Original Attached (f JD1t O rhr 0.1„-seti , Documents Attached 1 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? u0Mk 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. +VA- 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 kh' k by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's � 1A Office and all other parties except the BCC Chairman and the Clerk to the Board ' VIC 5. The Chairman'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. $3(0c 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. Some documents are time sensitive and require forwarding to Tallahassee within a certain ik time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on b/ /i3(enter date)and all changes made during the meeting have been incorporated in the attached document. The County ‘'bA. h'��•!°pnet ,•1 Attorney's Office has reviewed the changes,if applicable. j-- a :Giffitc • 9. Initials of attorney verifying that the attached document is the version approved by the °t- f tc ON- BCC, all changes directed by the BCC have been made, and the document is ready fore �,n(�j�t, (9.v 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 1 1.'30/12 16C1 MEMORANDUM Date: July 3, 2013 To: Wayne Karlovich, Sr. Project Manager Public Utilities Engineering From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Work Order #08-5011-94 Annual Underground Utilities Contract #08-5011 Contractor: Haskins, Inc. Attached for your records is a copy of the document referenced above, (Item #16C1) approved by the Board of County Commissioners on Tuesday, June 25, 2013. The original will be held by the Minutes & Records Department in the Board's Official Records. If you have any questions, please contact me at 252-8406. Thank you. WORK ORDER/PURCHASE ORDER 1 6 C 4 "Annual Utilit Contractors" -#08-50'I'f Agreement for Annual y Contract Date: March 11, 2008 Fixed Term Contract Expires: March 10, 2014 (RFQ#08-5011-94) BCC approval Date: June 25, 2013 This Work Order is for Underground Utility Construction services for work known as: Project Name: IQ/Reuse Valve Replacement Project No(s).: 73968.45.17 The work is specified in the proposal dated June 7, 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 #08-5011-94 dated May 24, 2013, as modified by Addendum 1, attached hereto a part of this Work Order, is assigned to: Haskins. 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 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 (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate— Schedule A) ['Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task 1 $ 305,500.00(NLS) Task 2 $ 50,000.00(T&M) Total Fee: $ 355,500.00 Prepared By: �ar i) V/V/3 WaY n Klovich, Senior Project Manager ate Approved By: (!�At l I3 Craig P '• , Pr cipal Project Manager Date Approved By: 6/'/1'�VCi�i'.�:.�"� 6 7-JJ13 To Chmelik, PPMD Director Date Approved By: ■ ` - Gi�'/ 6 f/-/3 r Pratt, NCWRF Plant Manager Date Approved B (�---- �` (�////1-3 Beth JJ6hnssen, nterim Wastewater Director Date Work Order 16 C 1 1 RFQ #08-5011-94 Page 2 Authorized By: C —• 6/113 Dr. George Yilmaz, Public Utilities Administrator Date A pp roved By: �� //8?//,03 Evelyn C Ion, Procurement Strategist Date ATTEST:r, BO ' RD nF CO 4NTY COMMISSIONERS Dwigh :E Brock,, Clerk Colli-r C4u ' ty, lorida B By: ,. .I an's Geor•Irr A. 'viler, Esq., Chairwoman signature ly. Haskins, 4// By: aim. ___ — ,,4e,11 Mono (Print Name/Title) Approved as to Form and egcJi • ATTEST: 7,r4; Assistant 'ounty Attorney yQn NeIc/ ?66 /E.ft4:1rnoAYr (Print Name/Title) 16C1 Cotter County Administrative Services Division Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: May 24, 2013 From: Evelyn Colon, Procurement Strategist 239-252-2667, Telephone Number 239-252-2810, Fax Number evelyncolon(a.col liergov.net To: Prospective Vendors Subject: RFQ#08-5011-94 NCWRF IQ/Reuse Water Valve Replacement As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: June 7,2013 at 3:00 P.M. Pre-Quote Meeting Date/me: May 31,2013 at 11:00 A.M. Pre-Quote Meeting Location: Purchasing Conf.A Q&A Deadline: June 4,2013 at 3:00 P.M. Substantial Completion 305 days and Final Number of Days to Final Completion: Completion 60 days. Plans and Specs: See attachments Liquidation Damages: $1,000.00 per day 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. AZ/CMS Mt. Firm's Complete Legal Name 239-91-17 /23'} -9y7-3E5-1 Telephone er or NNumber Signature ESfima7{O� Title �J /`7Jan 1acP,4 e Print Name Date RFQ_ContractDriven_RevisedSeptember2009 1 loCh1 1 COLLIER COUNTY QUOTE NO: 08-5011-94 NORTH COUNTY WATER RECLAMATION FACITLITY IQ/REUSE VALVE REPLACEMENT COLLIER COUNTY PUBLIC UTILITIES DIVISION QUOTATION OPENING DATE: June 7, 2013 at 3:00P.M. Item Estimated No. Description Units Quantity Total 1 Perform all Contract Work described in the Contract Documents. — Lump Sum $ 305,500 2 Allowance Fund for Owners Use as Directed. This fund will be used only at the Owner's direction to accomplish work due to unforeseen conditions (Refer to Specification Section 01135 for more detail). Inclusion of the Allowance Fund as part of — the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund. $ 50,000.00 TOTAL PRICE FOR ITEMS 1 AND 2 $ 355,500.00 COLLIER COUNTY BID NO. 08-5011-94 16 C 1 1 ADDENDUM NO. 1 IQ/REUSE WATER VALVE REPLACEMENT AT NCWRF COLLIER COUNTY PURCHASING DEPARTMENT COLLIER COUNTY, FLORIDA DATE: 06/05/13 1. Contract Specification Section 13451 Programmable Logic Process Controllers Delete Section 1.2 SUBMITTALS in its entirety and replace with: 1.2 SUBMITTALS A. None Required. Delete Section 2.1 GENERAL in its entirety and replace with: 2.1 GENERAL A. PLCs and associated control panels are existing as shown on the drawings. Delete Section 3.1 INSTALLATION in its entirety and replace with: 3.1 INSTALLATION A. Install Fieldbus Module in the existing PLC Panel as shown on the drawings. END OF ADDENDUM NO. 1 http://bid.col l iergov.net/bid/download.asp?fi lei d=FFAA2C9A-23 E I-4508-83 DE-B I A6AD64E8DO&type=addendum Page 1 of 1