Loading...
Backup Documents 10/23/2012 Item #11G G ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper.Attach to original document.Original documents should be hand delivered to the Board Office.The completed routine slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines#1 through#4 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#4,complete the checklist,and forward to Sue Filson(line#5). Route to Addressee(s) Office Initials Date (List in routing order) / 1. Emily Pepin County Attorney's Office I/ '7f (a 2. BCC Office Board of County Commissioners Supervisor- CAID \ \\c \vL 3. Dwight E. Brock,Clerk Clerk of Court's Office 4. Minutes and Records Clerk of Court's Office p1 :5 /1/12.- PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval.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,including Ian Mitchell,need to contact staff for additional or missing information.All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item.) Name of Primary Staff Nicole Parker/James Sainvilus Phone Number 252-4270 Contact Agenda Date Item was October 23,2012 Agenda Item Number 11G Approved by the BCC Type of Document Work Order Number of Original One Attached Documents Attached 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. 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. This includes signature pages from ordinances, Yes resolutions,etc. signed by the County Attorney's Office and signature pages from contracts,agreements, etc.that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 4. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's Yes signature and initials are required. 5. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to Ian Mitchell in the BCC office within 24 hours of BCC approval. 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! 6. The document was approved by the BCC on 10-23-12 (enter date)and all Yes changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. ALL ATTACHMENTS HAVE BEEN INCLUDED WITH THIS PACKAGE (ADDENDUMS, CONTRACT, ETC.) THE WORK ORDER HAS ALL ORIGINAL SIGNATURES. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05,Revised 9.18.09 1 G MEMORANDUM Date: November 13, 2012 To: Nicole Parker, Purchasing Technician Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Work Order for Contract #08-5011-66 Air Release Valve Replacement Program Phase I Attached for your records is a copy of the document referenced above (Item #11G) approved by the Board of County Commissioners on October 23, 2012. 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 contact me at 252-8411. Thank you. Attachment I 1 G Crier reatilltY Administrative Services Division Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: July 11, 2012 From: Nicole Parker, Contract Specialist 239-252-4270, Telephone Number 239-252-6549, Fax Number nicoleparker(a�colliergov.net To: Prospective Vendors Subject: RFQ#08-5011-66 Air Release Valve Replacement Program Phase I 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 nicoleparker©colliergov.net no later than the dates specified below. Any response received after that time shall not be considered. Due Dates for Individual ARV Projects: PROJECT#1 - Fiddlers Creek Area 2 July 23, 2012 at 2:30 pm. PROJECT#2 - Bayshore Area 3A July 23, 2012 at 2:30 pm. PROJECT#3 - Rattlesnake Area 3B July 24, 2012 at 2:30 pm. PROJECT#4 -Vanderbilt Area 4A July 24, 2012 at 2:30 pm. PROJECT#5 -Vanderbilt Area 4B July 25, 2012 at 2:30 pm. PROJECT#6- Pelican Bay Area 5 July 25, 2012 at 2:30 pm. PROJECT#7-Quail Creek Area 6 July 26, 2012 at 2:30 pm. PROJECT#8 - FDOT Area 7A&7B July 26, 2012 at 2:30 pm. 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. If you have any questions regarding the specifications or intended scope of work, you must make those inquiries no later than two (2) business days before the due date. 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: James Sainvilus, Project Manager RFQ_C o n t ra ct D rive n_Rev i sed Se ptem b e r2009 1 I. General Information 1 1 Each bid package generally consists of demolition of existing wastewater Air Release Valves (ARVs) and a portion of the existing concrete valve vaults, installation of new service saddles, plug for service saddle, magnetic locator ball and compacted fill material; installation of new ARVs in above-ground enclosures; and coordination of all work with the appropriate Home Owner's Association, the County (Utility Division, Right of Way, and Landscaping), and the FDOT(for Area 7 only). The proposed projects will be quoted and awarded to the contractor with the lowest cost. Each project will be awarded separately. A non-mandatory pre-bid meeting is scheduled for Tuesday, July 17, 2012 at 11:00 AM at the Purchasing Conference Room A. Although this is not a mandatory meeting, it is advisable that all bidders attend. II. Specifications and Plans Specifications-See separate denoted downloadable file in PDF format. Plans — at the pre-quote meeting the data will be distributed on disk and will also be available at purchasing front desk. Ill. Schedule Days to substantial and final completion from notice to proceed for each individual stand-alone project: PROJECT#1 - Fiddlers Creek Area 2- 150 days to Substantial + 30 Days to Final = 180 Days Total PROJECT#2 - Bayshore Area 3A- 150 days to Substantial + 30 Days to Final = 180 Days Total PROJECT#3- Rattlesnake Area 3B- 150 days to Substantial + 30 Days to Final = 180 Days Total PROJECT#4 -Vanderbilt Area 4A- 150 days to Substantial + 30 Days to Final = 180 Days Total PROJECT#5 -Vanderbilt Area 4B - 150 days to Substantial + 30 Days to Final = 180 Days Total PROJECT#6 - Pelican Bay Area 5 - 150 days to Substantial + 30 Days to Final = 180 Days Total PROJECT#7 -Quail Creek Area 6 -240 days to Substantial + 30 Days to Final = 270 Days Total PROJECT#8- FDOT Area 7A& 7B- 90 days to Substantial + 30 Days to Final = 120 Days Total IV. Instructions 1. Complete Vendor's name, sign and date on all pages where so indicated. This will constitute your acceptance of the specifications, terms and conditions as listed. If taking exception to any part or section of this request for information/quotation, please indicate such exceptions on a separate sheet entitled "Exceptions." 2. Your quote may not be accepted unless all requested information is furnished. 3. The Collier County Purchasing Department reserves the right to reject any and all quotes. 4. All quotations for each individual stand-alone project must be made on the quotation form furnished by the County. No quote will be considered unless the quotation form is properly signed. 5. All work completed shall be under the terms and conditions of the above referenced contract. 6. Liquidated Damages Owner and Contractor recognize that, since time is of the essence for this agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified above. Should Contractor fail to substantially complete the Work within the number of calendar days for substantial completion established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, $1,002.50 for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the contractor fails to reach Final Completion, Owner shall also be entitled to assess, as liquidated damages, but not as a penalty, a sum certain per day, in the amount of$501.25 for each day after the time set for Final Completion. 7. Performance and payment bonds shall be required if the lowest responsive quote exceeds $200,000. RFQ_Co ntra ctD riven_Revised Septem ber2009 2 hG ier County Administrative Services Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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 Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 - Fiddlers Creek Area 2 PROJECT#2 - Bayshore Area 3A PROJECT#3 - Rattlesnake Area 3B PROJECT#4 -Vanderbilt Area 4A PROJECT#5 -Vanderbilt Area 4B PROJECT#6 - Pelican Bay Area 5 PROJECT#7 -Quail Creek Area 6 PROJECT#8- FDOT Area 7A& 7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 2012 in the County of , in the state of Firm's Complete Legal Name Telephone Number Email Address Address City State Zip Florida Certificate of Authority Document Number(www.sunbiz.org/search/html) Signature Title Print Name Date RFQ_C o ntract D rive n_RevisedSeptem be r2009 3 e0 C.\L-0.° �7471. 1, 190 1-1 y'o\'j �, tl��G`�CA11Y�eY1 1 � \\ ParkerNicole 11G From: ParkerNicole Sent: Thursday, July 12, 2012 2:28 PM To: ParkerNicole; Ryan; Belwell; Mike Westhafer; Brian Penner; Tammy Ludwig; Brandy Bartolone (brandyb @dnhiggins.com); Lou Gaudio; Marcie Cohen; Kyie Construction Inc; HHASKINS @HASKINSINC.NET Cc: SainvilusJames Subject: ADDENDUM#1 -RFQ#08-5011-66 ARV Replacement- Multiple Projects Attachments: QUOTE SCHEDULE FOR 08-5011-66 ARV REPLACEMENT.xlsx Good afternoon—the disks are now ready at the purchasing front desk (sorry for the delay). Also the Quote Schedule has been revised—please see the attached excel document.Thanks! Nicole Parker Procurement Strategist 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. 1 G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#1-Fiddlers Creek Area A2 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 16 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 10 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 17 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 10 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $15,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. 11G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM -Project#2 Bayshore Area 3A RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 7 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 2 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 1 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 1 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $15,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. 11G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#3 -Rattlesnake Area 3B RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 12 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 5 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 9 $0.00 ARV in enclosure in same location A. Install New ARV in Enclosure (no offset from existing force main) EA 7 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 12 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $30,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping,installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. 116 COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#4-Vanderbilt Area 4A RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 Vaults EA 14 Per-Unit Extended A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 10 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 4 $0.00 ARV in enclosure in same location (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 1 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 18 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $20,000.00 $20,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE _ $20,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#5-Vanderbilt Area 4B RFC!#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 3 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new Z ARV in enclosure in same location EA 13 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 0 $0.00 ARV in enclosure in same location (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 0 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 4 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $6,000.00 $6,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $6,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM - Project#6-Pelican Bay Area 5 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 11 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 20 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 3 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 14 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 2 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $15,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. I G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#7-Quail Creek Area 6 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA 14 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 22 $0.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 7 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 34 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 26 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities, fill material, customize correction and additional offsets TOTAL QUOTE = $30,000.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM -Project#8-FDOT Areas 7A and 7B RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 EA 4 $0.00 Vaults A. Demolish existing Air Release Valves and Vaults and install a new 2 EA 1 $0.00 ARV in enclosure in same location (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 0 $0.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 0 $0.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 0 $0.00 4 Furnish and Install Pipe Bollards EA 10 $0.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $5,000.00 $5,000.00 utilities,fill material, customize conection and additional offsets TOTAL QUOTE = $5,000.00 Note: Includes Areas 7A & 7B. * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. 1 1, G ParkerNicole From: ParkerNicole Sent: Thursday, July 19, 2012 9:41 AM To: ParkerNicole; Ryan; Belwell; Mike Westhafer; Brian Penner; Tammy Ludwig; Brandy Bartolone (brandyb @dnhiggins.com); Lou Gaudio; Marcie Cohen; Kyle Construction Inc; HHASKINS @HASKINSINC.NET Cc: SainviiusJames Subject: ADDENDUM#2 - RFQ#08-5011-66 ARV Replacement- Multiple Projects Good morning-The due dates have been extended to: PROJECT#1 - Fiddlers Creek Area 2 July 31, 2012 at 2:30 pm. PROJECT#2 - Bayshore Area 3A July 31, 2012 at 2:30 pm. PROJECT#3 - Rattlesnake Area 3B August 1, 2012 at 2:30 pm. PROJECT#4-Vanderbilt Area 4A August 1, 2012 at 2:30 pm. PROJECT#5-Vanderbilt Area 4B August 2, 2012 at 2:30 pm. PROJECT#6-Pelican Bay Area 5 August 2, 2012 at 2:30 pm. PROJECT#7-Quail Creek Area 6 August 3, 2012 at 2:30 pm. PROJECT#8 - FDOT Area 7A& 7B August 3, 2012 at 2:30 pm. Nicole Parker Procurement Strategist 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. 1 f V C C\ G ParkerNicole From: ParkerNicole Sent: Thursday, July 26, 2012 12:45 PM To: ParkerNicole; Ryan; Belwell; Mike Westhafer; Brian Penner; Tammy Ludwig; Brandy Bartoione (brandyb @dnhiggins.com); Lou Gaudio; Marcie Cohen; Kyle Construction Inc; HHASKINS@HASKINSINC.NET Cc: SainvilusJames Subject: ADDENDUM#3 - RFQ#08-5011-66 ARV Replacement- Multiple Projects Good afternoon—please see the Addendum#3 information below: To prospective bidders and others concerned: This addendum sets forth changes and/or information as referenced and is hereby made a part of and should be attached to the subject Contract Documents. General 1. The bid opening dates for RFQ #08-5011-66 remain unchanged and are to be submitted as listed in ADDENDUM #2 - RFQ #08-5011-66. 2. The pre-purchased air release valves for this project will be the same outlet diameter as what is currently shown, and the connection type (threaded and flanged) will remain unchanged. However, the manufacturer and model listed in the Owner Furnished Equipment section may vary from what is currently shown. In addition the base elbow of all offset ARVs shall be concrete encased with 3000 psi Quikrete or equal, with a dimension of 12" x 12" x 12". ARV's located directly above the force main pipe do not require concrete encasement. 3. The County will provide the necessary vacuum pumper trucks for the removal of wastewater flows for all taps that require a force main shutdown (i.e. wet taps). Wet taps shall be required at all locations where existing service saddles are removed and either a plug or ball valve shall be installed at the service saddle. New ARV sites shall be hot tapped (force main to remain in service) and will not require draining of the force mian. The Contractor shall provide pumper trucks for any needs (e.g. excavation dewatering) not related to wet tap connections. The Contractor shall submit to the County for review and approval a Contingency Plan or Work Plan at least 2 weeks prior to beginning construction for all planned wet taps. The work plan for wet taps shall include the following information: • Location of force main isolation valves • Estimated number of pumper trucks required • Estimated duration that the County's pumper trucks will be required at each ARV site. Explanation of how the Contractor determined the pumper truck duration shall also be submitted to the County for their review and approval 4. Provide a 4.5 ft tall, Type 1 Aickenstrut Fiberglass Strut channel structure with two support legs and two cross bars and all connecting channel fittings and hardware by Aickenstrut. Provide two Aickinstrut Adjustable pipe clamps (one per cross bar) adjustable pipe clamps. The base of the Aickenstrut structure shall be encased in approximately 12" x 12" x 12" concrete (3000 psi minimum) below grade. Protect the new ARV outlet piping so that it is not encased in concrete. The legs of the Aickenstrut structure shall be approximately 5" apart from centerline to centerline. The legs shall be buried approximately 3'-0" below finished grade and shall extend approximately 18" above grade into the enclosure. Support structure shall be capable of supporting a weight of up to 75 lb. 1 Questions Received During Pre-Bid Meeting: 1 1 G 1. Q: Who will be required to apply for and obtain the dewatering permits? A: The Contractor is responsible for obtaining and paying for all necessary dewatering permits following the Notice of Award. The Contractor will not be given a Notice to Proceed construction until the dewatering permits are obtained. The fees are not expected to be waived by the South Florida Water Management District for this project. 2. Q: What date does the County expect Notice to Proceed to be given: A: Notice of Award will be done as quickly as possible if the bid is less than $200,000. If the bid is greater than $200,000, then Notice of Award is expected to be given after BOCC meeting on September 11tH 3. Q: Will the County provide a plan for flow diversion and isolation valves for the force mains along Goodlette Frank Rd. south of the wastewater treatment facility? It is difficult for the Contractor to estimate the number of pumper trucks that will be required unless a plan is provided. A: Refer to the General Addendum comment#3 above. 4. Q: Is the Contractor responsible for Maintenance of Traffic? A: The County is obtaining the FDOT ROW permit for this project. The Contractor shall be required to meet standard FDOT MOT requirements within FDOT right of ways. The Contractor shall be required for obtaining the Collier County right of way permits, which have been pre-reviewed with Collier County Transportation Services Division. The draft applications have been prepared by AECOM and will be provided to the successful bidder. The Contractor shall submit the necessary right of way applications to Collier County Right of Way Division and the fees will be paid for the Collier County Public Utilities Division. Maintenance of Traffic shall be provided along all County roads in accordance to Collier County's standards. Maintenance of Traffic along private roads shall meet the criteria required by the local Home Owners Association. Nicole Parker Procurement Strategist 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. 2 WORK ORDER J j Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date: March 11,2008 Fixed Term Contract Expires: March 10,2013 (RFQ#08-501 1-66) This Work Order is for Underground Utility Construction services for work known as: Project Name: Project#1 —Fiddler's Creek Area 2—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page, dated July 31, 2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11, 2012, as modified by Addendums 1, 2 and 3 attached hereto a part of this Work Order# (please fill out once received) is assigned to: Quality Enterprises USA,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install anew ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to * relocating ARV, unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five 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, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $243,531.25 (LS) Task II: Owner Directed Allowance $ 15,000.00 (T&M) TOTAL FEE $258,531.25 PREPARED BY: S'/zP/te James Sainvilus,PUPPMD Project Manager Associate Date APPROVED BY: g IZ0/I2 Craig Pajer,•., 'U ith D Principal Project Manager Date A 1 1 G APPROVED BY: frD/7Jl-i Tom C elik,P.E. PUPPMD Director Date APPROVED BY: ,/x.1/77 V-3(--1 _ Steve Nagy, Wastewater Collection Manager Date APPROV "Ii : - 4,L(- g3/- /h Beth Jo nssen, Was water Operation Manager Date /LL/ S 31 2_APPROVED BY: _ Steve essner, Interim Director, Wastewater Department at 7-i?APPROVED BY: J /2 kil-* -- Nicole Par er, Contract Specialist, Purchasing� 0J11 IZ Date APPROVED BY: - — • W2._._ George Yilmaz, Administrator Date Public Utilities ACCEPTED BY: QUALITY ENTERPRISES USA, INC. Lou Gaudio,Vice President Date r } T$ST, BOARD OF COUNTY COMMISSIONERS Dwight F. ' Clerk Collier County,Florida 4, '' ''' 2-- ' k f By: L.. Al A 1 3 Chairodo v Fred W. Coyle,Chairman 4 r 4 it1 11 ''$ Orz,f,,::: Approved as to Form and Legal Sufficiency: • .i1�' 0.r_1■.�!/I Assistant flaunty orney Page 2 of 2 Work Order for RFQ#08-5011-66 X16 Adrnihistrative Service Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Alr Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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 Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): x PROJECT#1 - Fiddlers Creek Area 2 X PROJECT#2- Bayshore Area 3A PROJECT#3- Rattlesnake Area 3B _ PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B PROJECT#6- Pelican Bay Area 5 PROJECT#7- Quail Creek Area 6 PROJECT#8- FDOT Area 7A &7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 31st day of July 2012 in the County of Collier , in the state of Florida Quality Enterprises USA, Inc, Firm's Complete Legal Name 239--435--7200 Telephone Number LGAUDIO @QE-USA.COM Email Address 3894 Mannix Drive, Suite 216 Address Napl es City State 34114-5406 Zip F95000002550 �F-Jerida- :+r ifie-of Authority Document Number (www,sunbiz.org/search/html) 3tg - re Vice President Title Louis J. Gaudio 7/31/12 Print Name Date RFQ_ContractDriven_RevisedSeptemb er2009 3 1iL Quality Enterprises USA, Inc. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#1-Fiddlers Creek Area A2 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 Vaults EA 16 $1,250.00 $20,000.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 10 $4,181.25 $41,812.50 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 $4,743.75 $23,718.75 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 17 $5,250.00 $89,250.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 10 $6,500.00 $65,000.00 4 Furnish and Install Pipe Bollards EA 10 $375.00 $3,750.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $258,531.25 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings,or are shown in the wrong place. S ti; S S g 8 " {W/ .4 ct 00 ^ n Od m � i 1 N N co N N Al .a 5 z W a c .o 8 In In o S g w e 0 VI CO O v °In 8 $ o Al N N N In (.n'1 L F r+ v v v to V� .. a N V? V1 -tn. V) in O O O S p p O g p p g a ' Q $ 2 $ v! !! ii mnv N ad U 3 E .' a § 8 § § 8 s o an V* V> V Vr Vl S S S S S g S Ln N aa M V O O.cr■ re; V N an V) N N an u L p C K O p 8 p O p 0+ 3 p a O 8 8 8 8 8 8 o 7,C .L. O > `� 8 8 o g g o r t 3 1. a Vl V, VL an N H p N a d Y 'O Qu 8 8 8 8 8 g 8 g u 0 5 g g $ g 8 • g S o v s Q y O 1� O C rj u Y W 3 Lc, na W 6. Z W co N N in in an an v-1. -o • J .a u:, Si C N O'v it d N O c$ = 8o 8 8 8oQ R8 p8oQg " a m G 0o0 O 2 8 C..) 8 8 CJ p S C O # ry Vl O` d g V V 0 a V V1 p0 0 tn. V) H V) VT V1 O. W 2, Z 0 C4. > O+C S g S a L W Z O c 'd O Z O 8 :..I Q p t O m 0 N M. m `n u u n un + m v 3 o g a u w .n n yr n n 5 E t Cl. G . S S S S 8 8 . 8 r o> LC, CO D N ppN 8 L.. 'X .0•V an f\ V vi V} N m 0' - in. V) an V) V/ VT .c 0 C o y c W 5 m '- 2 m N u> W �.,I Q O N AI O O p u C c v c c 1- N Y w w w w w 3 v Z c 0 v c u O u a c d d : O v u C v TO : �_ j > CD 'l E N m 4 E o 10 c a) Q a v - C C o o c4' C R y o n o d c c A 3 E x > . `o > d 1° $ g O/ N •N N 0/ q W cg g E 07 d CC 'X 'X > A C E Q C Q V O. O > > Q . .c > M 0/ O - d 0/ X 031 ` w a Q d+ q w O C p p 8 C p N E Z O •u z'O C .. N L o. Ti c G CC m 01 w E IL w C W 0! C O N C t A is o L d •6 Q 6 Q OD c c y 'i Q O O Q O A Z Z m Q .-I N M d V1 • C 7 f d - WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-501 1 Contract Date: March 11, 2008 11 G Fixed Term Contract Expires: March 10, 2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name: Project#2–Bayshore Area 3A–Force Main Technical Support–ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page, dated July 31, 2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation #08-5011-66 dated July 11, 2012, as modified by Addendums 1, 2 and 3 attached hereto a part of this Work Order# (please fill out once received) is assigned to: Kyle Construction Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location (no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance: to cover unanticipated costs including but not limited to relocating ARV, unallocated utilities, fill material, customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): ❑Negotiated Lump Sum; ®Lump Sum Plus Reimbursable Costs; n Time & Material (established hourly rate – Schedule A); ❑Cost Plus Fixed Fee, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $286,500 (LS) Task II: Owner Directed Allowance $ 15,000.00 (T&M) TOTAL FEE $301,500 PREPARED BY: — 12/2`ol/Z fames Sainvilus, PUPPMD Project Manager Associate Date APPROVED BY: 8 (z , /t Craig Pajer ., P PMD Principal Project Manager Date ecilzirn- 11G r APP ROVED BY: C'1q Tom Chmelik, P.E. PUPPMD Director Date APPROVED BY: — Steve Nagy, Wastewater Collection Manager Date APPROVED B w 40 C W/� Beth John.sen, Wastew er Operation Manager Date APPROVED BY: C> 31 1._..— Steve Messn r, Interim Director, Wastewater Department ate APPROVED BY: Asold 9/74 Nicole Parker, Contract Specialist, Purchasing 0? 714h • Date APPROVED BY: -� J2�12- George Yilmaz, Administrator Date Public Utilities ACCEPTED BY: KYLE •;: RU.„0/01; • C. D arlie Abraham, ice President Date BOARD OF COUNTY COMMISSIONER' :Owl. E ro€Jk-Clerk Collier County, Florida By j ►. A_ _ • _ Peps r�� Fred W. Coyle, Chairman • ,tes t a � 4�a 1 t'a s 4 conaturt '4# k:. 1 Approved as to Form and Legal Sufficiency: Assistant ••unty A'orney Page 2 of 2 Work Order for RFQ#08-5011-66 Colt County HG Administrative Secs/ices Division Purchasing' COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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 Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): ,/ PROJECT#1 -Fiddlers Creek Area 2 PROJECT#2-Bayshore Area 3A PROJECT#3 - Rattlesnake Area 3B PROJECT#4 -Vanderbilt Area 4A PROJECT#5 -Vanderbilt Area 4B PROJECT#6 - Pelican Bay Area 5 PROJECT#7 -Quail Creek Area 6 PROJECT#8 - FDOT Area 7A&7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 31 day of July , 2012 in the County of C LLI ER. , in the state of PLO(L,%opr 11•`I LE CONSTR1IQN 'NC Firm's Complete Legal Name z -1 Lj3--7059 Telephone Number kyLECOI►STNc,@C 1.Com Email Address Slab PROSPECT I'VE Address Pi s City , O t'tc State 104 Zip Florid- e•-'ic.. document Number(www.sunbiz.orq/search/html) •--t IrCR 'PRESIDENT-- Title Print Name Date RFQ_C o n t ra ct D ri ve n_Rev i s e d S e pte m b e r2 0 0 9 3 1G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM -Project#2 Bayshore Area 3A RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. 1 Demolish existing Air Release Valves and EA � � , cp 15, . co Vaults A. Demolish existing Air Release Valves and Vaults and install a new crap 2 ARV in enclosure in same location EA 2 )CI,Qr .a� 7j$, . (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 5 )C,,ate. C° cups coo• " (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 1 •00 lo, i 1v,COO, c 3 B. Install New ARV in Enclosure (Offset � from existing forcemain) EA 1 I$►.,pp.c° I�)CO 4 Furnish and Install Pipe Bollards EA 10 ,CC? 94500 '© * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 t 15 COO utilities,fill material, customize conection and additional offsets TOTAL QUOTE _ $301 it();) G * Note: Owner reserves these funds for owner-directed work.There is no guarantee that the contractor will receive any portion of these additional funds. Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. 1 1 G k k } I I I I I I \ }) § - ; § g .i1 a§ � �} 7 \ III \ } | § I I fi§ § I I } } $2 |2 zt 1.; ! a i 7 } i } i : § ) a e a a a a , a \ )R R * ; m R § . _ E ° 2 � f @ % @ § $ ; m ! « K f 2 ) ! )f . | | ! « ` 8 ° 8 8 8 ° ° 8 8, -0 § \ } k § ( § k ; ( g \ ) | � . _ , , ( /)} E ° ° ° • ` § § 8 B 8 8 8 8 @ \ 1) & § 7 / § t § \ k \ � ■ § | ® § & b i \ } \ § 2 1 ka a 8 e1 8 ■ § # § § § �� k § # _ _ . • 2 ! ) § : ° k � e 0 , 0 } k 8 8 E , e k ( k \ § 7 k { E. 5 J 3 2 = -. & .2 | \ ik ( , ./ - k\< \ YJ 41 4 !' » } k -Ef | ; h * i ` � 7 f § � ! § Z � | , / � / \ k m 7 mss § 1, 2 | ) -8 � -0I f � ■ | ) 5s � | �. ca0 - §r : �; ! ±Jll , f ; . ., - ! as1 l , ; • » � ! ! • a ! 4 _ E < ■ - $ . \ 777 \ § ffli / ! ): 7 /f / f k \ k2 § kk / 1 ( ) 1 H �• , ._ P.1 „ � £ ■ � - E 83 ` } . \ ; jam 3 42 k3e . . - - . k % § t . , ; WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-5011 I G Contract Date:March 11,2008 Fixed Term Contract Expires: March 10,2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name: Project#3—Rattlesnake Area 3B—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated August 1,2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11, 2012, as modified by Addendums 1, 2 and 3 attached hereto a part of this Work Order# (please fill out once received) is assigned to:Quality Enterprises USA,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to relocating ARV,unallocated utilities, fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five 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, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $421,250 (LS) Task II: Owner Directed Allowance $ 30,000.00 (T&M) TOTAL FEE $4511,250 PREPARED BY: �" k/2��/2 ames Sainvilus, PUPPMD Project Manager Associate Date [2: ti Z APPROVED BY: �- J Craig Pajer, P.'PPM Principal Project Manager Date APPROVED BY: 741/davta 0/222 — Tom hmelik,P.E. PUPPMD Director Date APPROVED BY: 1 Steve Nagy, Wast water Collection Manager Date APPROVED eff` //Z` JokInssen, Was water Operation Manager Date APPROVED BY: ')I 7 Steve ess er, Interi Director, Wastewater Department Date APPROVED BY: (R 0/, Nicole Parker, Contract Specialist, Purchasing NQ °tIcI6a Date APPROVED BY: George Yilmaz,Administrator ate Public Utilities ACCEPTED BY: QUALITY ENTERPRISES USA, INC. Lou Gaudio, Vice President Date • ATTF$T BOARD OF COUNTY COMMISSIONER D • it"E. Brocl,Cler,k Collier County,Florida By: .. _ Ay; **Oil m Fred W. Coyle,Chairman 'r Approved\'as to Form and egal Sufficienc (DV W14 A .4a Assistant Vunty Aforney Page 2 of 2 Work Order for RFQ#08-5011-66 116 C0 Administrative Services Division Purehaslrtg COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase PROPOSAL PAGE DUE DATE: see page one of this RFQ 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 Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): PROJECT#1 - Fiddlers Creek Area 2 PROJECT#2-Bayshore Area 3A X PROJECT#3- Rattlesnake Area 3B X PROJECT#4-Vanderbilt Area 4A PROJECT#5-Vanderbilt Area 4B PROJECT#6-Pelican Bay Area 5 PROJECT#7 Quail Creek Area 6 PROJECT#8_- FDOT Area 7A&7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 1st day of August , 2012 in the County of Collier , in the state of Florida Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435=7200 Telephone Number LGAUDIO @QE-USA.COM Email Address 3894 Mannix Drive. Suite 216 Address Naples City State 34114-5406 Zip F95000002550 �F-lard edifloate of Authority Document Number(www.sunbiz.orq/search/html) ature Vice President _ Title Louis J. Gaudio 8/1/12 Print Name Date RFQ_ContractDriven_RevisedSeptember2009 3 r Quality Enterprises USA, Inc. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#3-Rattlesnake Area 3B RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 Vaults EA 12 $4,375.00 $52,500.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 5 $10,000.00 $50,000.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 9 $11,875.00 $106,875.00 ARV in enclosure in same location A. Install New ARV in Enclosure (no offset from existing force main) EA 7 $9,375.00 $65,625.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 12 $11,875.00 $142,500.00 4 Furnish and Install Pipe Bollards EA 10 $375.00 $3,750.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $451,250.00 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. hG 1 .0. 2 w in o u 3 + N ~ 0 Z a � . m W c g N f4 d ? a a o c ". ?. a ? m P c 3 ° n 2* ? 'a5c a 3a tg < 3p < g- g x ° x 3 0 1. — N o m n m _. rl 7 X 2 -. 2 n d _. ? es d = or q n ° 1° .p a x E 3Z n a „ — La * 3 d °•' D ° n' a ° D M d "• N d "' n 8 GI G! 2 >" o f a < < c c c m a fo' l 'm eN 2 y r R Q A Li w 2. ° o D N ° ,', p d D eu y N 0 3,< R n d o p �" a w pa fo 0 p ^ , A . A E N C g a .2.. 9 R S N fl- A 7 A y q 8 1 a c 3 p E ill a 3' d 6. 6 n a w 10 e g m 2 y A H E. d 2 O c 2 ' A o ° 1, fu S F 0 c z Si hi ....• J O N ..13 N 1 7 c N 3d f N N N N N ry O N N ?" W W 1~+ F g S b-, g II 8 8 8 8 8 8 > £ 0 2 D N N A vs N � n N m C < n w m r V P. C m o x d 8 8 8 8 8 8 8 8 2 ; n O g y 9 ita 0 N - N N N N in A t < O W O O N O l0 G1 " V § g 8 8 d o r 9. 6 a 8 8 8 8 8 ° ; m < a a m I o � ? , 5 W �' w P o t0 N $ N V8 r 0 8 g 8 § 8 S o a O g O O O Fl- * D z g o o 00 0 0 0 0 s v_ ! ° 3 ° a e^p 0,....,. i VI. N N N N N y O u, O O O O O S CO -.--J § V, ii $ 8 8 O 8 8 N W U " V v'O O W V W o § 0 8 8 8 O 8 > > 8 g 8 8 8 8 8 o n N 3 V m a a 0 3 5N °a £ F 5. 9. m 20 A a c � a � g c I . O N N yn vs V N O O V ~ F+ O W " 8 $ 8 8 8 8 8 y 2 N A m l�n U T A A µ k. f W N N T In g 8 8 g 8 8 8 8 WORK ORDER Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date:March 11,2008 Fixed Term Contract Expires:March 10,2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name:Project#4—Vanderbilt Area 4A—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated August 1,2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11, 2012, as modified by Addendums 1, 2 and 3 attached hereto a part of this Work Order# (please fill out once received)is assigned to:Haskins,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards Task II Owner Directed Allowance: to cover unanticipated costs including but not limited to relocating ARV,unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five 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, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $296,800 (LS) Task II: Owner Directed Allowance $ 20,000.00 (T&M) TOTAL FEE $316,800 PREPARED BY: (?,/2 9�z James Sainvilus,PUPPMD Project Manager Associate Date APPROVED BY: _ g 2 g/(2_, Craig Pajer, % e UPP Principal •Project Manager Date 11G APPROVED BY: U 5 120Y7r Tom Chmelik,P.E. PUPPMD Director Date APPROVED BY: 4frli _ cg—31— ()— Steve Nagy, Wastewater Collection Manager Date APPROVED B c:5/3/// Beth Jo ssen,Waste ter Operation Manager fff Date APPROVED BY: lr _ 8\311 )-z___, Steve - er, Interim D rector,Wastewater Department Date'92fa---- APPROVED BY: /jj Nicole Parker, Contract Specialist,Purchasing N P 11q17-' ate APPROVED BY: �'' � -t__-! 7/5,e21 George Yilmaz,Administrator e Public Utilities ACCEPTED BY: HAS I, . INC. •/// Fiaq (.2- Ben :elwell, Operation Manager Date ATTEST a "R,. �`` BOARD OF COUNTY COMMISSIONERS Dwi: t Z Brock,Clerk 4 A . Collier County,Florida C ,-., - ,, ,:. ----, .,..>„„, , 1 ..._______71._sz_cL) t _ 4 : By is y le i Fred W. Coyle,A + ; y ,Chairman Ogna4u '.04414 • Approved as to Form and Legal Sufficiency: - ssistant C 4, ty At f erney Page 2 of 2 Work Order for RFQ#08-5011-66 G Colter. Comity Administrative Services Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see .a.e one of this RFQ 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 Excel format This firm has submitted a uote for the individual stand-alone project_(check all that applies): PROJECT#1 - Fiddlers Creek Area 2 PROJECT#2 -Ba shore Area 3A PROJECT#3 - Rattlesnake Area 38 An PROJECT#4 -Vanderbilt Area 4A PROJECT#5 -Vanderbilt Area 4B PROJECT#6- Pelican Ba Area 5 PROJECT#7-Quail Creek Area 6 PROJECT#8-FDOT Area 7A & 7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this / it day of 1l t c 2012 in the County of in the state of FL _ ,On.f f},q Haskins, Inc. Firm's Complete Legal Name 239-947-184h Telephone Number 10956 Enterprise Avenue Address Bonita Springs City Florida State 34135 Zip 57415' Flori•. � - Hof Autho ' :0 acu :it . er(www•sunbiz pro/search/html} � - Ure - Title Harlan N�� • Print Name Date RFC!_Con tractDnven_R eviseciSeptember2009 3 G COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#4-Vanderbilt Area 4A RFQ#08-5011-66 QUOTE SCHEDULE ITEM NO. ITEM DESCRIPTION UNITS QUANTITY PRICE Demolish existing Air Release Valves and 1 Vaults EA 14 $5,800.00 $81,200.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 10 $6,900.00 $69,000.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new EA 4 $6,950.00 $27,800.00 ARV in enclosure in same location (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 1 $6,000.00 $6,000.00 3 B. Install New ARV in Enclosure(Offset from existing forcemain) EA 18 $6,100.00 $109,800.00 4 Furnish and Install Pipe Bollards EA 10 $300.00 $3,000.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $20,000.00 $20,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $316,800.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. a a a H a « 11 (1 . I ; § : [\ >® ° ; f ` . - 8 % '% 8 m - - k 7 =ul _ ° 3- a 8 8 B \ @ a 8 \ \ \ ( $ § f 7 ".e 2 0 § _ _ © ® . _ • § ; - 8 8 8 8 8 8 ° : $ / ƒ \ \ 7 \ \ \ { ) 8 8 8 8 8 8 8 8 - 2 \ k k \ ! § * ; $ _ a _ 2 a in an c x z § / 8 8 8 �8 f \ \ \ § � § §u-, an |} ! % 8 8 a �/ , 8 a { ) }ci k � ! ( / } = ! r � k , • ° ® ) § § 2 $ � / \j � } , , . ` \ \} , ■ a _ ° 8 8 8 8 8 8 '5 . ! ( $ E \ } § § 8 § | ) § in _ { ) L) 2o ! § 5 8 8 888 a a k] �•cc § a ( \ f ! •§ ! § % E § § b ) I _CO N - § _ _ " / § § 7 \ ) - 8 8 8 8 8 8 ` � § § \ '\ 8 §. k | 3 & & I. ° $ k ( ) k ! ;NI- F - _ . - - - I) a f ) \ 5 . 3 • _ • _ ) k ` ) ! - � � ! { !pc ! g 11 ° E4 ; • „ ! ) k § § , § k � k l � ! � ! � ` �) rz MI5 �! ! 2 ! 2 � � ; � � � #. ; aI ° | § �� - } ) « 2 § » / | |% ■ $ � k - 22 } a' t8 ) _5 § I2 !! - 0 ) \ kd § � � - % 's '4 a ! ! ! § J k ! ■ { 8a ‹ $! k 7i . a � ; _ ` � ) \% ) ! k . 4 k k k8 % # = k \ § � &_ , _ . , . � , . , ; WORK ORDER 1 1 G Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date: March 11,2008 Fixed Term Contract Expires: March 10,2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name:Project#6—Pelican Bay Area 5—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page, dated August 2,2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation #08-5011-66 dated July 11, 2012, as modified by Addendums 1, 2 and 3 attached hereto a part of this Work Order# (please fill out once received)is assigned to: Quality Enterprises USA,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards Task II Owner Directed Allowance:to cover unanticipated costs including but not limited to relocating ARV, unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 180 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): ENegotiated Lump Sum; ®Lump Sum Plus Reimbursable Costs; ❑ Time & Material (established hourly rate — Schedule A); (Cost Plus Fixed Fee, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $232,854.75 (LS) Task II: Owner Directed Allowance $ 15,000.00 (T&M) TOTAL FEE $247,854.75 PREPARED BY: R/2 ?fia James Sainvilus, PUPPMD Project Manager Associate Date APPROVED BY: 8/2,. /t? Craig Pajer, P ., UP D Principal Project Manager Date APPROVED BY: To Chmelik, P.E. PUPPMD Director Date APPROVED BY: ir.3 l-- 1 7-- Steve Nagy, Wast water Collection Manager Date APPROVED : �+ eth Joh .sen, Wastew er Operation Manager Date APPROVED BY: //JV „-___ Steve Messnetr, Interim Director, Wastewater Department Date APPROVED BY: P011— Nicole Parker, Contract Specialist, Purchasing qJP Date APPROVED BY: 7,9,,/,e0/George Yilmaz,Administrator ate Public Utilities ACCEPTED BY: QUALITY ENTERPRISES USA, INC. Lou Gaul io, Vice President Date 0,r f yp ATTEST'. BOARD OF COUNTY COMMISSIONERS D i t E 13c0 Jerk Collier County,Florida Cs2).-pi r By: eput Clerk Fred W. Coyle, Chairman Attest as to M i me* 3iDinatune �n a Approved as to Form and Legal Sufficienc : ssistant leunty ttorney Page 2 of 2 Work Order for RFQ#08-5011-66 G cotm, county Administrative Services vision Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see page one of this RFQ 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 Excel format This firm has submitted a quote for the individual stand-alone project(check all that applies): _ PROJECT#1 - Fiddlers Creek Area 2 PROJECT#2- Bayshore Area 3A PROJECT#3- Rattlesnake Area 3B PROJECT#4-Vanderbilt Area 4A X PROJECT#5-Vanderbilt Area 4B X PROJECT#6-Pelican Bay Area 5 PROJECT#7 -Quail Creek Area 6 PROJECT#8 -FDOT Area 7A&7B IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 2nd day ofAugust , 2012 in the County of Collier , in the state of Florida Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 Telephone Number LGAUDIO @QE—USA.COM Email Address 3894 Mannix Drive, Suite 216 _. Address Naples City State 34114-5406 Zip - F95000002550 Florida Cert. ' -t- .f Authority Document Number(www.sunbiz.org/search/html) ig.nato e Vice President Title Louis J. Gaudio 8/2/12 Print Name Date RFQ_Co n tra ct D ri v en_Re vi se d Se ptem b er2009 3 I Quality Enterprises USA,Inc. COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#6-Pelican Bay Area 5 RFQ#08-5011-66 QUOTE SCHEDULE ITEM ITEM DESCRIPTION UNITS QUANTITY PRICE NO. Demolish existing Air Release Valves and 1 Vaults EA 11 $2,700.00 $29,700.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 20 $4,515.75 $90,315.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 3 $5,123.25 $15,369.75 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 14 $5,670.00 $79,380.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 2 $7,020.00 $14,040.00 4 Furnish and Install Pipe Bollards EA 10 $405.00 $4,050.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $15,000.00 $15,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $247,854.75 * Note: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to: conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. 8 8 o g s $. Ln N ha z g ,, m $ o rm,' n c vm. n N N N o- o N vs, c a o y N N3 N C o Cr N. N $ g S g 2 C p Vt of N O O N $ o «• r. to .i l0 O 0 i — Y N n Vl I: N u. - N VT N VI V1 N V, C g • 6 C $ 0 8 8 8 g 8 $ _ `3 le a o a' ui N• O N e V i N N C U Vl Y O D g 5 Y f. S g O S S g C C $ 8 c m , w ti u h N N N N V. O c L O S LI 6 > a: $ 8 S $ g g V. ci 8 g S g o Y of en M co O. N C N M V N 1 N N Vi O "O a d U > ry N Y 8 YO ' a o 8 . .o 8. 8 8 8 8 O m O V1 z E c m I-I 01 N N N N N m N L V a a 9 ° _ w c ' OD o $o ga C 8 S S 8 $ cc11 w - $ a o �' c Ln g g o § Y m rvi 0 a .. .o .6 r. 0 g . ; o N `o i a c m f O ! v 5 8 ° o 8 8 8 48 O a'z 8 O $ $ $ O N ry 8 aG ° ry O d d N E V* o 3 S ` °O °o 8 g 8 g 8 m s 8 « N N N 0. N V/ H d O « CO Y .. O a N O ,y C y a N N M e-I ` C 6 O m m o B C ^ O r < w W W 4 w 2 t LLI Z w V` H H 3 .0. C v c p C O p C C c 00 .0 N q V N 10 q •A ` .� C „ o m A o E N E > > n> E £ E E C c E t Y v c .� o E d m y! E m E 5- c e E . m° m a . .'' v i•h :01 = rv = d z x ¢ .£ 9. o y y $ r c 8 < > o Ti > 1 E 4 w Q C G Q a A ^' „ o m w W i m d ~ y .o o r, .5 v q ° E d g e E c v cc N 2 p .E y -0 d d ,o E 3 E. m u O > < m 4 m LL O Y 's - c ; o C 5 o o c O .+ N M Z > .= z i WORK ORDER y I. Agreement for Fixed Term Underground Utilities Contract#08-5011 Contract Date:March 11,2008 Fixed Term Contract Expires:March 10,2013 (RFQ#08-5011-66) This Work Order is for Underground Utility Construction services for work known as: Project Name:Project#7—Quail Creek Area 6—Force Main Technical Support—ARV Replacement Project No: 70044.2.2 The work is specified in the Proposal Page,dated August 3,2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above and Request for Quotation#08-5011-66 dated July 11,2012,as modified by Addendums 1,2 and 3 attached hereto a part of this Work Order# (please fill out once received)is assigned to: Haskins.Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I A. Demolish existing Air Release Valves and Vaults B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(no offset) C. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location(Offset from existing force main) D. Install New ARV in Enclosure (no offset from existing force main) E. Install New ARV in Enclosure(offset from existing force main) F. Furnish and Install Pipe Bollards * Task II Owner Directed Allowance: to cover unanticipated costs including but not limited to relocating ARV,unallocated utilities,fill material,customize connection and additional offsets Schedule of Work: Complete work within 270 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five 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, (define which compensation method will be used for which tasks)as provided in the attached proposal. Task I: Demolish and Install New ARVs $446,400 (LS) Task 11: Owner Directed Allowance $ 30.000.00 (T&M) TOTAL FEE $476,400 PREPARED BY: ?"//2. ames Sainvilus,PUPPMD Project Manager Associate Date APPROVED BY: g 25 Z Craig Pajer,P 'UPP Principal Project Manager Date 1 1 G � � APPROVED BY: V 7�Tom/41A hmelik,P.E. PUPPMD Director ate APPROVED BY: ////141/ 3 '31 Steve Nagy,Wastewater Collection Manager Date APPROVED BY:40111M1 _ .5l 3/ l :eth Johns -n,Wastewat;- Operation Manager ate APPROVED BY: ✓—� g[,f Z-- Stev sn r,Interim Director,Wastewater Department Date APPROVED BY: 7 Nicole Parker,Contract Specialist,Purchasing NP 11A2- ate APPROVED BY: " J 7M-W2 George Yilmaz,Administrator Date Public Utilities ACCEPTED BY: HAS I, - INC. Elz,V72 Ben :elwell,Operation Manager Date ATTS$T, �, BOARD OF COUNTY COMMISSIONERS• . t E�Brock;C1erl Collier County,Florida By C11iA MIN t Fred W. Coyle,Chairman gna%Ai►"4 2)tl..`v Approved as to Form and Leval Sufficiency: _ ssistant Co Atto ey Page 2 of 2 Work Order for RFQ#08-5011-66 11G coiker° Administrative Services Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-66 Air Release Valve Replacement Program Phase I PROPOSAL PAGE DUE DATE: see ease one of this RFQ 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 Excel format This firm has submitted a uote for the individual stand-alone project_{check all that applies)• PROJECT#1 -Fiddlers Creek Area 2 PROJECT#2- Ba shore Area 3A PROJECT#3-Rattlesnake Area 3B PROJECT#4 -Vanderbilt Area 4A _ — PROJECT#5- Vanderbilt Area 4B PROJECT#6 - Pelican Ba Area 5 1111111111Mill PROJECT#7- Quail Creek Area 6 PROJECT#8-FDOT Area 7A & 78 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 3 day of 5L- 2012 in the County of in the state ofAaJ ais} Haskins, Inc. Firm's Complete Legal Name 23 - Telephone Number Email Address 10956 Enterprise Avenue Address --, Bonita Springs City Florida State 34135 Zip 574159 Author' . r}; r'� >A �lT�ber{wyvwsunbiz ora/search/html) Sienature - �`� President Title Wa--n1-uas'ir lc - Print Name Date RFQ ContractDnveri Revir-_dSepterber2008 3 11t • COLLIER COUNTY PUBLIC UTILITIES DIVISION ARV REPLACEMENT PROGRAM-Project#7-Quail Creek Area 6 RFQ#08-5011-66 QUOTE SCHEDULE ITEM NO ITEM DESCRIPTION UNITS QUANTITY PRICE 1 Demolish existing Air Release Valves and Vaults EA 14 $3,700.00 $51,800.00 A. Demolish existing Air Release Valves and Vaults and install a new 2 ARV in enclosure in same location EA 22 $5,000.00 $110,000.00 (no offset) B. Demolish existing Air Release Valves and Vaults and install a new ARV in enclosure in same location EA 7 $5,200.00 $36,400.00 (Offset from existing forcemain) A. Install New ARV in Enclosure (no offset from existing force main) EA 34 $4,000.00 $136,000.00 3 B. Install New ARV in Enclosure (Offset from existing forcemain) EA 26 $4,200.00 $109,200.00 4 Furnish and Install Pipe Bollards EA 10 $300.00 $3,000.00 * Owner Directed Allowance to cover unanticipated costs including but 5 not limited to relocating ARV, unlocated TM 1 $30,000.00 $30,000.00 utilities, fill material, customize conection and additional offsets TOTAL QUOTE = $476,400.00 * Note:Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds.Such unforeseen conditions include but are not limited to:conditions of the underground piping, installation of new ARV piping and valves, unforeseen connections involving excavation of existing ARVs to install new above ground ARVs, unforeseen conditions involving the proposed ARV demolition and side walk repairs, unforeseen conditions involving underground utility conflicts that are either not shown on record drawings, or are shown in the wrong place. 8 1 1 0 8 8 III 8 a$ I o a3- �i N > 2 oZ IN 41 in M K C 6 y • O ✓ Pr 0 8 8 8 8 $ $ _ 8 $ § 8 § x § 'e - VT N N n N C G O 8 2 s o 8 ° ° 8 8 ° m N N 01 11 o3 N tn. 2t a. W p p O 5 2 8 8 S S 8 O O 0 S Q N W •O N N W H O N C E u 8 8 8 8 8 8 8 g "g 8 ffi § 1D § rn S C IV N N N N 1 2 6 ;2 n Z ` G °0 8 8 8 8 8 88 0 3 ,p N LP, 8 8 cv d m O c 9 M ui ui a N N N O G N N N N q Yy Y Z C : 8 0 o o O u QO 8 8 8 8 50,E $ L , O•C C • § 8 8 ry $ § v > 3 6 F A N h N N a c c F4.� a� a �^ N 2 c PppQ a g o 3 ✓ b 2.I O a r ; � � 8 8 8 8 8 8 8 v o )r)r (� 8 8 8 8 8 8 88 m 2 O w 8 O '7 O ac rit p Qi m 7 CC M ui V1 V N N M • C 2 O ° N N N N N O = W kr. L p O .p 8 O 0 ,-. 8 8 8 8 8 '8 8 g qfv z ° 0 8 8 a o 8 8 Y app N N N O O W W Q x y� N ,A N y� 'N N V Z 6 3 j 8 • 8 8 8 8 $ 18 8 g s s 8 5 § 0 N 4- N N N N N f O w 33 Y N E rl C 2 N ry n T N N « m O C o d Q C y, ~ Q Q < < W m Z W W < 7 3 m O C Y C o 9 C O C g W E. 1 C00•+ ri g m O > v u E C Y gv a m r c & = m 9 , C Y 8 m W C E OV N C O 0 Y0 A '2 C O Z C C C N e x o O o i 8 ¢ m e Q m C c c Es o • 0 w O O C . A z W G 'k OL C r • 4 a r4 2 o *:1 1 > o 'x > o E < Y < ! u. Q . m ,-Y m e Wcu 9 Y q u O 3 E « v a_ Y m c N c c Y O t c N A Z s Z 'y c y *.r. , C 8 C O Y 'c . N % ai i o E w d K L C , C Q A 7 d : « d v t > Q v O I Q 0 O C y d t r c > E m '= I E 4 ro d m E g 8 . c 8 d i L N 0 =J C O > O CL O .-1 N en O V1 z -2 F- Z O