Loading...
Backup Documents 10/09/2018 Item #16A12 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP b A ^) TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO L• 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#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. 2. 3. County Attorney Office County Attorney Office SRT 10/9/18 4. BCC Office Board of County f Commissionersl - 5. Minutes and Records Clerk of Court's Office V 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 Mark McCleary/GMD Contact Information 239-252-8442 Contact/Department Agenda Date Item was October 9,2018 Agenda Item Number 16A 12 Approved by the BCC Type of Document Work Order to Preferred Materials,Inc.,for Number of Original 1 Attached construction of the"Airport Road and Davis Documents Attached Boulevard(Phase2)-Northbound Right Turn Lane"project in the amount of$518,443.49 (Project 60148) PO number or account N/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 SRT 2. Does the document need to be sent to another agency for additional signatures? If yes, SRT 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 SRT 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 SRT 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 SRT 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 SRT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip SRT 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 10/9/2018 and all changes made during SRT 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 th. Chairman's signature. 1ÔA .12 WORK ORDERORCHASE ORDER Contract# 16-6663 "Roadway Contractors" Contract Expiration Date: March 27. 2019 This Work Order is for roadway construction services for work known as: Project Name: Airport Road and Davis Boulevard 1 Phase2)-Northbound Right Turn Lane Project No: 60148 The work is specified in the proposal dated June 22 ,2018,which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to: Preferred Material. Inc. Scope of Work: As detailed in the attached proposal and the following: Task I: Airport Road and Davis Boulevard - Northbound Right Turn Lane Improvement Schedule of Work: Complete work within 120 days from the date of the Notice to Proceed which is accompanying this Work Order. The Comer sultant agrees that any Work Order that extends beyond the expiration date of Agreement# 16-6663 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: ® Negotiated Lump Sum (NLS) as provided in the attached Bid Schedule. Task 1: $ 518,443.49 TOTAL FEE $ 518,443.49 UVPREPARED BY: �� 44S 513i g Mark McCleary, PE. PSM, P ncipal Project Manager Date Transportation Engineering Division / APPROVED BY: S fe J Ahmad, PF ivision Dir for bate I ranspprtation Engineering ivison APPROVED BY: 1 a://4 1-\ ` ‘ Thaddeus Cohen. Department Head I at ( .S Growth Management Department Page 1 of q), 16Al2 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: Preferre ateria)s, nc. / 7/t; Ro e piltman; i e President Date (Remainder of page intentionally left blank) Page 2 of 3 16Al2 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 0 COMM! CRYSTALiiK4 stK,INZEL, CLERK COLLIE OU • By: Y• Andy Solis .Chairman Dated: (8 (SEAL)he' as to hairman's Preferred Materials, Inc. signature only, First Witness Signature Robert Spillman,Vice Precident Susan Hibbard TType/print signature and titleT TType/print witness nameT • Second Witness Bethany Casimir TType/print witness nameT Ap ov d a t Form nd _egality: Zy,, nt C unty Attorney Print Name Page 3 of 3 t6Al2 61\-1-2 BID SCHEDULE Airport Pulling Road at Davis Blvd.I NTERSECTI ON IMPROVEMENTS(PHASE 2) COLLIER COUNTY PROJECT NUMBER 60016.2 06/22/18 PREFERRED MATERIALS,INC. BID ITEM FDOT ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE 46 632-7-4 Signal Cable Adjust PI 1 $3,00000 63,000.00 47 632-7-6 Signal Cable,Remove Intersection R 1 $46515 6465.15 48 635-2-11 Pull&Splice Box,F&I.1T'X 30"Cover Sze EA 4 $70880 $2,835.20 49 639-1-122 Electrical Paver Service,F&I,Undeyround,Meta RE-chased By Contractor AS 1 $1,64000 61,640.00 50 639-2-1 Electrical Service Wre,Furnish&Install LF 40 $600 $240.00 51 639-2-6 Electrical ServiceWre.Remove LF 60 $1 55 $93.00 r 52 641.2-12 PreslresaedCcncretePldeF&I,Type RI'ServicePole EA 1 $2,00000 $2,000.00 53 641-2-60 Prestressed Concrete Pole Complete Pole Removal- Piedetta/Service Pole EA 1 $46515 6465.15 54 646-1-11 Aluminum Signals Pole Pedestal EA 2 $1,85000 63,700.00 55 648-1-60 Aluminum SgralsPde,Remove EA 1 $31000 6310.00 56 853-1-11 Pedestrian Signal.Furnish&Install Led Countdown 1 Way AS 2 $1,02000 62,040.00 57 665-1-11 Pedestrian Detector,Furnish&Irl3all,Starir)ard EA 2 $31000 $620.00 58 670-5-400 Traffic Controller Assembly.Modify AS 1 00 $3,765 00 $3,765.00 SUBTOTAL(ROADWAY SI GNALIZATION ONLY) SO 00 $23,40875 $0.00 PROJECT ALLOWANCE $000 $55,000 00 GRAND TOTAL $518,443 49 i 16A1 di BID SCHEDULE Airport Pulling Road at Davis Blvd.INTERSECTION IMPROVEMENTS(PHASE 2) COLLIER COUNTY PROJECT NUMBER 60016 2 06/22/18 PREFERRED MATERIALS,INC. BID ITEM FDOT ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE ROADWAY 1 101-1 Mobilization LS 1 S59,050.00 $59,050.00 2 102-1 Mantenarweof Traffic LS 1 $28,455.00 $28,455.00 3 102-3 Commercial Materia far Driveway Maintenance, CY 50 $7600 $3,800.00 "'° 4 104-10-3 Sedimait Berner LF 381 $305 $1,182.05 5 104-18 Inlet Proteotim System EA 3 $55375 $1,861.25 6 110-1-1 Clewing&Grubbing(0.25 Ac) LS 1 $12000.00 $12,000.00 7 110-4-10 Removal of Existing Concrete Pavenent _ SY 310 $4590 $14,229.00 8 120-1 Regular Excarahon _ CY 582 $31 50 $18,333.00 9 120-6 Embaeunent CY 11 $330 00 $3,830.00 / 10 121.70 RowableFill(If Regaredper Erginer'sDiretion) CY 10 $35000 $3,500.00I 11 285-715 Optional Base.Base Group 15-Type B 12 5(9") SY 647 $55 80 $38,102.80 1 12 327-70-18 Milling Exist Asph Part,1 1/2"Avg Depth SY 4,221 $4 50 518,994.50 13 334-1-53 SupapareAsphaltic Cone,(Traffic C,PG 78-22)(2') TN 59 $15299 $9,028.41 14 337-7.83 Asphalt Concrete Friction Cu'*o (TrafficC,FC-12.5,PG 78-22)(1 1/21 TN 392 $16889 $68,204.88 ./. 15 400-0-11 Concrete CaesNS,GrantyWall CY 68 $54800 $37,264.00 0" 16 425-1-351 Inlet;Curb,Type P-5,<10' EA 1 $15.200 00 $15.200 00 17 425-1-361 Inlets Curb,T_ypeP-6.<10 EA 1 $12,35000 $12,350 00 18 425-8 VAve Boxes Ail ust EA 1 $1,100.00 $1,100.00 19 430-175-115 RpeCclvert,Optional MANIA,Round,15"BCD LF 163 $15500 $25,265.00 20 515-2-211 Pbdermal/BicydeRailing LF 218 $74.20 $18,175.80 21 520-1-10 Concrete Curb&Gutter.Type F LF 422 $20 75 $8,758.50 22 522-2 Concrete Sidewalk aid Dnvewa'.6"Thick Si 335 $41 25 $13,818.75 23 527-2 Detectable Warn s — SF 24 $3300 $792.00 �/rg 24 570-1-2 Performance Turf Sod(Ind Fet And Wale) SY 200 $11.50 52,300.09 I SUBTOTAL(ROADWAY ONLY) $000 $409,170 54 ,// $0.00 C�O _.....1_4iV.1.___Z BID SCHEDULE Airport Pulling Road at Davis Blvd.INTERSECTION I M PROVEM ENTS(PHASE 2) COLLIER COUNTY PROJECT NUMBER 60016.2 06/22/18 PREFERRED MATERIALS,INC. ITEM FOOT ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PRICE SGNING AND MARKING i S0.00 25 700-1-11 S rgt a Post Sg1,F&I.Grand Mount.Up to 12 SF AS 6, $4 0 00 $2,640.00 26 700-1-60 Sngle Post Sgn,Remove AS 1 $11000 $110.00 27 705-11-3 Delineator,FleecideHigh Visadlity Median EA 1 $16500 $165.00 28 706-3 Retro-RdlediveParene it Markers EA 61 $1100 $671.00 29 711-11-123 Thermoplastic.Stadad,Mite Solid.17'for Crosswalk -----_ LF 489 $305 $1,491.45 30 711-11-125 Thermoplastic,Standard.White Solid,24"for Slap Line LF 63 $600 $378.00 31 711-11-141 Thermoplastic,Stadad,White 2-4 Dotted Gui del ineY6-10 Gap Extenaon,6' GM 016 $3,30000 $528.00 r 32 711-11-170 Thermoplastic Stadad.White Arrow EA 9 $7500 $675,00 1� mop 33 711-11-290 Pa rner Painted Paveil Makings Standard.Yellow,!staid None SF 4 511 00 $44.00 "'� 34 711-16-101 Thermoplastic.Stadad-Other surfaces White Solid.6' — GM 0 24 $8,300 00 $1,992.00 35 711-16-131 Thermoplastic Other S.rfaoes,1Miite Skip,6'.10-30 Sup GM 0 13 $2 760 00 $358.80 36 711-16-201 Thermoplastic 5adad-Other Surfaces Yellow.Solid 6" — GM 008 $8 300 00 $664.00 SUBTOTAL(SIGNING AND MARKING ONLY) SO 00 $9,717 25 / $000 ROADWAY LIGHTING 37 630-2-11 Conduit.Furnistl&Install,Open Trench _ 1 IF 50 $6.85 $342.50 38 635-2-11 Pull&Splice Box.F&I,13"X 24"Cove Sze EA 2, $660.00 $1,320.00 39 641-2-80 Prestressed Concrete Pole Complete Pole Ramval- Pedeeta/Sevioe Pole EA 1 $48515 $465 15 40 715-1-12 Lighting Conductors F&I,Inslated,No 8-6 LF 246 $1 80 $442.80 41 715-1-60 Lighting Conductors Remove&Di.pos.Cantrador Owns LF 150 $0.61 $91 50 42 715-7-11 Load Center,F&I,Secondary Voltage EA 1 $17,600.00 $17.600.00 43 715-500-1 Pole Cade Distribution System Conventional EA 1 00 $885 00 $885.00 SUBTOTAL(ROADWAY LIGHTING ONLY) $000 $21,146 95 .." $GNALIZATI ON 44 630-2-11 Conduit,Furnah&Install.Open Trench _ LF 115 $775 $891-25 45 632-7-2 S9nal Cade Repar/Resplace/Othe,Furnsh&Install IF 280 $480 $1.344.00 / i rr� ' :v`