Loading...
Backup Documents 07/09/2013 Item #16C 3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 C 3 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 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. ROUTING SLIP FOR PS312.24 REHABILITATION WO 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. County Attorney Office County Attorney Office ( 1jtDl3 2. BCC Office Board of County -\ VN Commissioners 3. Minutes and Records Clerk of Court's Office (l l3 4. Public Utilities. Att: Zamira DelToro Building H- 3 rd Floor. PPM Department 5. 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 Zamira Del T ro/Public Utilities PPMD Phone Number 252-6279 / Contact/ Department ,// Agenda Date Item was 7/9/2013 Agenda Item Number 16C3 Approved by the BCC Type of Document WO and Number of Original Attached F.xVt l b t fiS Documents Attached 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? Y 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 _ Y by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Y Office and all other parties except the BCC Chairman and the Clerk to the Board 4' 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. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's Y signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip Y 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 time frame or the BCC's actions are nullified. Be aware of your deadlines! V"s 8. The document was approved by the BCC on 7/9/2013 and all changes made during Y 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 Y BCC,all changes directed by the BCC have been made, and the document is ready for the _ Chairman's signature. 41 I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.1 , •evised 11/30/12 16C3 MEMORANDUM Date: July 15, 2013 To: Zamira Del Toro, Project Manager Public Utilities Engineering From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #08-5011 w/Quality Enterprises USA Attached for your records is one (1) copy of the agreement referenced above, (Item #16C3) approved by the Board of County Commissioners on Tuesday, July 9, 2013. The Minutes & Record's Department will place the original work order in the Board's Official Records. If you have questions or need further assistance please contact me at 252-8411. Thank you. Attachments 16C3 MEMORANDUM Date: July 15, 2013 To: Evelyn Colon, Procurement Specialist Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #08-5011w/Quality Enterprises USA Attached is an copy of the work order referenced above, (#16C3) approved by the Board of County Commissioners on Tuesday, July 9, 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 252-8411. Thank you. Attachment WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-5011 16 C 3 Contract Date: March 11,2008 Fixed Term Contract Expires March 10,2014 (RFQ#08-5011-92) BCC approval Date: July 9,2013 Item#16.C.3 This Work Order is for Underground Utility Construction services for work known as: Project Name: PS312.24 Rehabilitation Project No: 70046 The work is specified in the Proposal Page, 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 #08-5011-92 dated May 16,2013,attached hereto a part of this Work Order is assigned to: Quality Enterprises USA, Inc. 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, diesel pumps 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 46 of Quote. Supply and install pumps, control panels,piping in the wet well, Diesel pump installation,and above ground piping and other necessary materials to complete the work as intended by the plans. * Task II - Item 47 of Quote. Owner--Directed Work for geological or Corrosion Unforeseen Conditions(Allowances) 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); ❑Cost Plus Fixed Fee,as provided in the attached proposal. Task I $356,593.12 (Lump Sum) Task II $ 42,600.00 (Time& Material) $399,193.12 TOTAL COST FOR TASKS I&II $399,193.12 PREPARED BY: 491C .ZAAist"1 / Zamira DelToro, Project Manager Date Planning& Project Management Department APPROVED BY: _ /I3/(3 Craig PajeAgii E., Pri 'pal Project Manager Date Planning oject Management Department APPROVED BY: ��✓ 3 T m Chmelik, P.E., Director Date Planning& Project Management Department RFQ#08-5011.92 1 6 C 3 Page 2 — i /3 APPROVED BY: _' Be • ohnssen,Inte'm Director ate 03 Wastewater Department N APPROVED BY: —- ` IV/F/2-0 LS George Yilmaz,Administrator Date Public Utilities Division APPROVED BY: £I/6 7 ✓aibli 1'/''1/3 Evel Colon,Procurement Specialist Date Purchasing Department ATTEST r. ° R(;p BOARD OF S i TY OMMISSIONERS Dwi. ' ..Brock;, 1e Collier ount ,F grid. ys? :40 By: eputy Clerk " '-orgia A.Hiller,Esq.,Chairwoman AttFt as to Cha clan's '` gnat9,pe.ernl w Quality Enterprises USA, Inc. By: Louis J. Gaudio, Vice President (Print Name/Title) ATTEST: Witness: By: UJ ( CMG, Ce'itiML_ Approved as to form and legality Marcie Cohen b .,4_0.1. -,-V . (Print Name/Title) A Assistlint County Attorney Item# / (o C3 Agenda <. _'Gt Ii) Date Date 4-\ 1 sI o Recd r Deputytlerk , (::-.) 16C3 der City Admirsinsfare Setvcs Oiuision Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-92 Refurbishment of Pump Station 312.24 PROPOSAL PAGE DUE DATE: June 7, 2013 at 11:30 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 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 7th day of June , 2013 in the County of Collier , in the state of Florida Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 Telephone Number 239-435-7202 FAX Number LGAUDIO @QE-USA.COM Email Address 9894 Mannix Drive, Suite 216 Address Naples City Florida State 34114-5406 4p F95000002550 Florida Ce •.i -te,-of-AOtl only Document Number(www.sunbiz.or /searchlhtmq Sign. , - Vice President Title Louis J. Gaudio 6/7/13 Print Name Date RFQ_Co ntra ctD riven_Revi sed Septem ber2009 4 1603 BID FORM COLLIER COUNTY PS 312.24 IMPROVEMENTS Item Estimated No DESCRIPTION Quantity Unit Unit Cost Total Cost 1 Mobilization/Demobilization 1 LS $15,697.50 $15,697.50 2 Pre-Construction Video and Post Construction Video 1 LS $287.50 $287.50 3 Record Drawings 1 LS $1,725.00 $1,725.00 Demolition,Relocation,and Temporary Facilities 4 Demolition of Existing Wetwell Concrete Top,Valve Vault,Piping and Slab 1 LS $1,725.00 $1,725.00 5 Clearing and Grubbing 1 LS $1,725.00 $1,725.00 6 Demolition of Electrical Panel,Main Breaker Panel,and Meter 1 LS $920.00 $920.00 7 Temporary Bypass Piping and Pumping Operations 1 LS $12,650.00 $12,650.00 Mechanical Flygt CP 3127-483 Impeller Submerisble Pumps and Appurtenances 8 (Equipment Only) 3 EA $21,234.75 $63,704.25 9 Installation of Pumps and Appurtenances I LS $3,450.00 $3,450.00 10 6-inch Tee Fitting(Fused) 2 EA $1,052.25 $2,104.50 11 6-inch Tee Fitting(FL) 1 EA $576.15 $576.15 12 6-inch 90°Bend(Fused) 10 EA $678.50 $6,785.00 13 6-inch 90 Bend(FL) 1 EA $531.30 $531.30 14 6-inch Plug Valve(FL) 5 EA $1,150.00 $5,750.00 15 6-inch Check Valve(FL) 3 EA $1,628.40 $4,885.20 16 6-inch 11-1/4 Bend(FL) 1 EA $454.25 $454.25 17 6-inch 22-1/2 Bend(FL) 1 EA $451.95 $451.95 18 H-Tee 986 Stainless Steel ARV w/One Way Check Valve 1 EA $5,175.00 $5,175.00 19 6-inch HDPE Piping I LS $3,743.25 $3,743.25 20 6-inch PVC Force Main 1 LS $1,868.75 $1,868.75 21 6-inch HDPE Risers and Support Bracket I LS $5,287.70 $5,287.70 22 Pipe Supports 8 EA $1,535.25 $12,282.00 23 Stainless Steel Pressure Gauges w/Hand Valve 2 EA $1,012.00 $2,024.00 24 6-inch Bypass Connection(DI Riser,3"Camlock,and Plastic Valve Box) 1 LS $1,725.00 $1,725.00 25 Link Seals for HDPE Risers and PVC Air Piping 3 EA $460.00 $1,380.00 26 Roto-Float S4ONO Floats I LS $862.50 $862.50 27 Clean and Re-Coat the Entire Wet Well 1 LS $11,845.00 $1 1,845.00 28 Drop Box over Invert In Wet Well 1 LS $1,150.00 $1,150.00 Civil 29 6'Vinyl Coated Chain-Link Fence with Swing Gates 1 LS $5,175.00 $5,175.00 30 Dewatering,Excavation,and Backfill 1 LS $1,150.00 $1,150.00 31 Site Work(Concrete Slabs,Site Grading,etc.) I LS $1,725.00 $1,725.00 32 New Concrete Wet Well Top and Hatch 1 LS $6,503.25 $6,503.25 33 Compacted Sub-base for Entry Way I LS $2,990.00 $2,990.00 Well Relocation 34 Irrigation Well and Equipment Relocation 1 LS $15,400.00 $15,400.00 Electrical 35 Counterpoise I LS $2,530.00 $2,530.00 36 TCU Panel(Equipment Only) 1 LS $16,241.50 $1 6,241.50 37 Installation of TCU Panel I LS $550.00 $550.00 38 Antenna I LS $12,542.20 $12,542.20 39 Flygt Control Panel and Electrical Rack(Equipment Only) I LS $22,660.00 $22,660.00 40 Installation of Flygt Control Panel and Electrical Rack 1 LS $2,200.00 $2,200.00 41 Conduit&Wire 1 LS $3,300.00 $3,300.00 42 240/120V Panelboard 1 LS $1,320.00 $1,320.00 43 Endress+Hauser Flow Meter 1 LS $11,000.00 $11,000.00 44 Godwin CD150M Diesel Back-Up Pump(Equipment Only) I LS $71,065.37 $71,065.37 45 Installation of Godwin CD150M Diesel Back-Up Pump I LS $6,600.00 $6,600.00 Site Restoration 46 Clean,Fill,and Sod Installation,Re-Grade,Weed Control,etc. 1 LS $2,875.00 $2,875.00 Subtotal Owner Directed Allowance for Geological or Corrosion Unforeseen 47 Conditions 1 TM $42,600.00 $42,600.00 TOTAL BID $399,193.12 NOTE: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. 0 16C3 Notes: (I)Contractor will be responsible for any items required during the installation and system start up that are excluded in manufacturers quotations. Contractor to coordinate with the County/Engineer with the installation of 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. CO ler County 16C3 tAdmisfrative Services Division Purchasing REQUEST FOR QUOTATION FOR PROECTS UNDER CONTRACT #08-5011 "Annual Contract for Underground Utilities" Date: May 16, 2013 From: Evelyn Colon, Contract Specialist 239-252-2667, Telephone Number 239-252-2810, Fax Number evelyncolonna colliergov.net To: Prospective Vendors Subject: RFQ #08-5011-92 Refurbishment of Pump Station 312.24 As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. Your response must be received in the Purchasing Department, 3327 E. Tamiami Trail Naples, Florida 34112 or via email to evelyncolon(c�colliergov.net no later than 11:00 a.m. on June 7, 2013. Any response received after that time shall not be considered. All quotations for this project 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. If you have any questions regarding the specifications or intended scope of work, you must make those inquiries by 3:00 p.m. May 28, 2013. For general questions, you may contact the Purchasing staff member noted above. Your quotation response for individual projects 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. No late quotation responses will be accepted. We look forward to your participation in this request for information/quotation process. cc: Zamira DelToro, Project Manager RFQ_ContractDrive n_RevisedSeptem ber2009 1 S