Loading...
Backup Documents 09/11/2018 Item #16C7 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 L 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. **NEW** ROUTING SLIP Complete routing lines#I through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office •: r ` 9,y!/4 4. BCC Office Board of County P Commissioners 41.i(c) L1- 5. Minutes and Records Clerk of Court's Office _ Q /1 q t ,f 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 Alicia Abbott,Public Utilities Engineering Phone Number 239-252-5344 Contact/ Department &Project Management Agenda Date Item was September 11,2018 , / Agenda Item Number 16C7 / Approved by the BCC V �/ Type of Document Work Order t , . ✓ Number of Original 1 t� Attached L1—�u3�`�� Documents Attached PO number or account -,143i146...41•164 1 A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? A.A- riI R- 2. Does the document need to be sent to another agency for additional signatures? If yes, I.I /l provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. v 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's W / Office and all other parties except the BCC Chairman and the Clerk to the Board ` 5. The Chairman's signature line date has been entered as the date of BCC approval of the ` 1A document or the final negotiated contract date whichever is applicable. �3W 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on q-11-15( and all changes made during 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 BCC,all changes directed by the BCC have been made, and the document is ready for the , Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 1 6C7 Ann P. Jennejohn From: Ann P.Jennejohn Sent: Friday, September 14, 2018 4:49 PM To: abbott_a Subject: Item #16C7 9-11-2018 BCC Meeting Attachments: Backup Documents 09_11_2018 Item #16C7.pdf Hi Alicia, A signed copy of Item #16C7 (Quality Enterprises Work Order) from this past Tuesday's BCC Meeting is attached for your records Thank you! Ann Jennejohn, Deputy Clerk Board Minutes & Records Department Collier County Value Adjustment Board 2.3c?-25,2-8406 1 16C7 WORK ORDER/PURCHASE ORDER Contract#14-6213'"Undergound Utility Contracting" Contract Expiration Date: July 7,2020/ This Work Order is for professional services for work known as: Project Name: WellfielA T/S - SRO Wells Flowmeter Replacement Phase II Project No: 70085.19.1 The work is specified in the proposal dated July 23, 2018 which is attached hereto and made a part of this Work Order. In accordance with Terms and Condition of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I: Perform all work as described in the request for quote (RFQ 14-6213-127), and as listed on the attached quote form. * Task II: Allowance Schedule of Work: Complete work within 150 days from the date of the Notice to Proceed which is accompanying this Work Order. The Vendor agrees that any Work Order that extends beyond the expiration date of Agreement #14-6213 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): 1-egotiated Lump Sum (NLS) ❑ Lump Sum Plus Reimbursable Costs (LS+RC) ❑x Time& Material (T&M) El Cost Plus Fixed Fee(CPFF), as provided in the attached proposal. Task I $326,250.00 (LS) / Task II 25,000.00 (T&M),/ TOTAL FEE $351,250.00 PREPARED BY: S\cgr. `1 `iilv4.\ $ 1 av l8 Alicia Abbott, EI., Project ate Planning &Project Management Department APPROVED BY: &/) g! "/c Oscar Marti , P.E., ncipal Project Manager Date ��\ Planning &Project Management Department Yr� Page 1 of 3 16C7 APPROVED BY: / '`j 1 1 b (� To Chmelik, P.E., Director ate Planning&Project Management Department APPROVED BY: a.,,, .....i g--/--/E- Pam -/-/E- Pam Libby,Water Distrib- io Manager Date APPROVED BY: -- 4,4��3 Beth J.8 ssen, --Ground Services Director Date APPROVED BY: %gi �I,► h Joe 13-Hone,Utilities Operations Support Director Date APPROVED BY: o , �/7i George Yilmaz, Public Utilities Administrator Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally, the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: QUALITY ENTERPRISES USA INC 7. 31- tom Louis J. Gaudio, Vice President Date (Remainder of page intentionally left blank) \1 Page 2 of 3 17:3N 16C7 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel,4Clerk COLLIER , FLO' By: �__: �.L� rQ By: i iAndy Sohs, Chair Dated: �' �� - — � SEAL) Attest as to Chairman's signature only. Name of Firm: Quality Enterprises USA Inc. t(\, Cwi By: C� First Witness Signature T.iNNA4 (,'^Se l Louis J • G i��b) ✓reE �lLEtzDev TType/print witness nameT TType/print signature and titleT Second Witness I"'Q/t Lc- ,O ra. TType/print witness nameT Approved as to Form and Legality: eL County Attorney P ity Scot 12 -« Print Name Page 3 of 3 Date: July 18, 2018 1 6C7�� ��++ From: Jennifer Cothran, Operations Analyst Co ler County ty 239-252-8941, Telephone Number Jennifer.cothran@colliercountyfl.gov Public Utilities Department Engineering & Project Management Division To: Potential Quoters REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT 14-6213"Underground Utility Contractors" Selected Vendors: Mitchell &Stark Construction Co., Inc. Kyle Construction, Inc. Douglas N. Higgins Inc. Haskins, Inc. Quality Enterprises USA, Inc. Southwest Utility Systems, Inc. As provided in the referenced contract, the County Division is soliciting quotes for the referenced project. Project RFQ 14-6213-127 SRO Wellfield Phase II Flow Meter Replacement RFQ Due Date: Monday July 23,2018 @ 3:00 PM Pre-Quote Meeting: Tuesday, July 17, 2018 @ 11:00 AM Q&A Deadline: Friday, July 20, 2018 @ 3:00 PM Number of Days to Final Completion: 150 Calendar days Scope Provided Yes Plans and Specs: Yes Liquidated Damages: $536.00 per day Payment & Performance Bonds If over$200,000.00 Your quotation response for this project is due Your quotation response for this project is due electronically to the Email address listed above 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 Public Utilities Engineer & Project Management at the below referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200/239-435-7202 Teleph.i- ► i..- Fax Number • -- ignature Vice President Title Louis J. Gaudio 7/23/18 Print Name Date cc: Alicia Abbott, Project Manager 16C7 RFQ 14-6213.127 COLLIER COUNTY PUBLIC UTILITIES DIVISION:SRO WELLFIELD Phase II FLOW METER REPLACEMENTS Due Date:July 23,2018 @ 3:00 PM Est o =p 3 _.eE 1I ')'kf UNIT PRICE TOTAL BASE BID: Includes all items described In the Summary of Work as shown on the attached Drawings and Exhibits with no substitutions or limitations. 1 Mobilization(includes field measurements of all clearances and spool pieces that are 1 Lump Sum $ 74,625.00 $ 74,625.00 required to be replaced) Install Promag W400 Flow Measuring Devices(Includes meter,conduit Installation,and 2 electrical) 30 Each $ 5,441.00 $ 163,230.00 3 Piping Modifications(Includes SS spool pieces,gaskets,and SS nuts/bolts) 30 Each $ 2,759.00 $ 82,770.00 5 Site Restoration 1 Lump Sum $ 5,625.00 $ 5,625.00 ALLOWANCE FUND: This fund may be used only at OWNER'S direction to accomplish work due to unforeseen conditions. Inclusion of the Allowance Fund as part of the Contract Price - 6 is not a guarantee that the Contractor will be paid any portion of the full amount of the Time&Materials $ 25,000,00 $ 25,000.00 Allowance Fund. $ 351,250.00 CONTRACTOR NAME:Quality Enterprises USA,Inc, Acknowledge addendum 41 and 112 V o 0 0 0 0 0 NO 0 0 0 0 0 0 a o 0 0 0 0 0 o ui r•-: ui ui Vl 1: H N Tr C H N O 104 li; V .-, N L 1/1- VT VT VT 1/1. VT U wO O O O o U_ o o O O O a o m Ln o 0 H u1 V' l0 V1 V1 Z N ,--I 4-1 N 2 VT VT VT VT N O p O O O O O O O O O O H O O o 0 0 0 O ai v o tri ui rci HM - of C N ---1 7 iD c V} VT VT T VT VT 00 V m = U O O O O O • o O O O O a o m o 0 0 H of rirci ui Lri Z co , V N V} VT N VT VT O O O O O O In OO V1 O O in H Lc) N N tD O N W O Vm N u1 u1 H. H, n , Oo N ul m W QVT V} VT VT VT VT -.1a1 a 3 O o o O O C Cr LUo O o O O V Ln .--I m Ls.; O i- a uo v N l0 o W F- ,r- Lei. N u1 u1 2 Z N. N 2 O VT V} VT VT VT J LL 0 = QJ cWc H E E m t C H to L . to co 0 a a Z °_ m ° 2 0 ¢ E ' w E a21 H p-. W- m (J J J a) - N LL n' E V J V • J on H up N C ear N vi Z '-I Omm c-I � O U. Z > C LUV C 0 .. E a 5 J 6 Y U ¢ a 0 'O o n O v c c 3 ai H W 3 a c y H 0 m al co L %' Jc c O C O a c ° E U c U 0 m O J U c O J -° w ° a y E a0 u }!- O a a ', o O t w .. O 3 d 2 io �v+ u a L a o w O 3 aO . u cO Y ° o c N N tN/1 to c C ° i O W C N -6 lY t' 7 3 c E m z u a 0 3 c o c E v to U 20 v 0 Y D a m m _ a Y u c CO 2 ¢ ',c E' o 7 " 0 a) °- 3 0 ° Y a w o u.E. a v o — a, p .L_ c Q.1 oco E to ° muE a ' = VIE 7 0. • to m c c p•vi QCN a v O o C t a! N U C▪ O - wO v., YL >. a "o "O 2c L u Or. C . E O too V z - o : — ? aOv .o v ° w o c v mc 2 ai ° a Ii 0-°vo car on wo v 111 W i • YE O O E a o U O to U td j YHO 0 O Z cDDO MS 7' Q 3 ' a c w 2 Y v a J a c E-0 o > —v °• � v c v 'a L7.) ¢- ° .t,. Q Q c ii c _c m c z o 3 c v c 2 E Y - N m to (0 C G O w 0 c c V 5 Q X ,D > row m 3 > >'e LU