Loading...
Backup Documents 10/22/2019 Item #16C 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 C 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#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 /*9 4. BCC Office Board of County ��-A-$.b,-` Commissioners 5` k,\-z4A1R 5. Minutes and Records Clerk of Court's Office l okwim 07-1V 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 A • Phone Number Contact/ Department ...5A00 a/1 r/G 075-02 ' 883 7 Agenda Date Item was �� _ ZO/Q / Agenda Item Number �� Approved by the BCC / �/ Type of Document ( 6a(3 Number of Original Attached ��'K �/` �n �` Documents Attached C4na) PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable colu.• .,.41" -r is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? KQ Ca ., 2. Does the document need to be sent to another agency for addition.. signatures? 'yes, provide the Contact Information(Name;Agency;Address; Phone) s• an atta • d sheet. 3. Original document has been signed/initialed for legal sufficiency. (Al s uments 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 Office and all other parties except the BCC Chairman and the Clerk to the Board ti a' 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. N 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. $F 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. sr 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 fc) Z2lyand all changes made during N/A is not the meeting have been incorporated in the attached document. The County t an option for Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for t p an option for Chairman's signature. this line. 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 6 C 1 MEMORANDUM Date: October 25, 2019 To: Shon Fandrich, Sr. Project Manager Public Utilities Engineering & Project Management From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Work Order for RFQ #14-6213 "I-75 Alligator Alley WM Improvement" Contractor: Quality Enterprises USA, Inc. Attached is a copy of the document referenced above, (Item #16C1) approved by the Board of County Commissioners on Tuesday, October 22, 2019. The original has been held by the Minutes and Records Department as part of the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment 16C1 WORK ORDER/PURCHASE ORDER Contract 14.6213r`Annual Contract for Underground Utilities and General Contractors" • Contract Expiration Date:July 7,2020/ This Work Order is for professional water main replacement construction services for work known as: Project Name:1-75 Alligator Alley WM Improvement Project Project No:70174.8/ The work is specified is RFQ#14=6213-133 from Quality Enterprises USA,Inc.dated August 22,2019 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:Quality Enterprises USA,Inc. Scope of Woj; As detailed in the attached proposal and the following: * Task I Water Main Construction * Task II Water Main Construction Allowance Schedule of Work: Complete work within 90'days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement#14.6213/mill 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 reecrenced above.the County will compensate the Finn in accordance with following method(s):CON '.hated Lump Sum(NLS) ['Lump Sum Plus Reimbursable Costs(LS+RC)C4 Time&Material(T&M)(established hourly state —Schedule A)OCost Pius Fixed Fee(CPFF),as provided in the attached proposal. Task I $431,773.95(NLS)' Task 11 $ 70,000.00/ TOTAL FEE S501,773.95 PREPARED BY: '"` t ` 9/5/2019 Shon D.Fandrich,Senior Project Manager Date 01..\\11 • Page l of 3 ; 1111) 16C1 5,4:::_:___Ai, 6,4i 9/5/19 APPROVED BY: Benjamin N.Bullert,Principal Project Manager Date APPROVED BY: 9f)S To Chmelik,EPMD Director Date APPROVED BY: a wvl/ ` .1).54 & /1 9 amela Libby,Water Dbution and Wellfield Mgr Date �'� 9/6/19 APPROVED BY: Beth Johnssen,In-Ground Services Director Date BelloneJoseph DIti[:2 9. O6 4:elloneloseph Date2019.09OG 14093004'W' APPROVED BY: Joe Betlone,Operations Support Director Date• APPROVED BY: . I Dr.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: ,---- ) ) 9/5/19 outs J,Gaudio,Vice President Date (Remainder of page intentionally left blank) , Page 2 of 3 . . 1 6 C 1 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 C! I0" -COMMISSIONERS • Cstal K.Kinzel,Clerk of ourts COLL.i>~ ,FLORID V••••• Air OA • .1111 • . By: —Nor Iliam L. McDaniel,Jr. Dated: Chairman r to hainnii'g • Name of Firm Quality Enterprises USA,Inc. rmature only. C I ye_ I By: r First Witness Si Marcie Cohen Lout J. Gaudio, Vice President tType/print witness namet tType/print signature and title' 1Setond Witness Ian Carreras Uype/pnnt witness namet .A.. . ed as to Fe . and Legality: et• ,- 1��1+y�• /-� un..Attorney Prin.44t 01:k'\s(‘ 4\\ • Pegc.3 of 3 `CAU 16Ci 0 Y m U(Q N W W - 'O -175 C7 -O D N Q w 0 co } tt/f W ce N ,-i! C6 1.1.1>-. CO > CO \ Y 0 < C1 + O I I I U I I -., • I I O I I CL I I I 11 N I I 1 4-ai' I C I I C) I I M E I 1 M OI 1 O I M i 1 1 MI �' I I WE I I .E. m cr c IZ r-1 • 1 1 � I I o a E I I I a) L. ++ O Y H I I I ( N I I 1 CD I >. " CeQ I I � Q • i O � u Lu 4-' ca duo a N w MD C w o 0 0 0 0 O 0 o 0 o 0 O 0 0 0 0 0 1 o o O O o o o 0 0 0 0 0 0 0 o (T co N ll) to d m N 1 c-i in in- -fn. in- in- to yr in - I _ _ - _ 16C1 Date: August 7thth, 2019 • From: Patrick Boyle, Operations Analyst f 239-252-8941, Telephone Number .• Patrick.Boyle@colliercountyfl.gov Public Utilities Department Engineering and 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 14-6213-133 1-75 ALLIGATOR ALLEY WATER MAIN IMPROVEMENTS RFQ Due Date: Thursday, August 22nd, 2019 at 3:00 PM Q&A Deadline: Monday, August 19th, 2019 at 5:00 PM Number of Days to Final Completion: 60 days to substantial + 30 days to final = 90 days total Scope Provided Yes, Exhibit 1 Plans and Specs: Yes Liquidated Damages: — $1665.00.00 per day Payment& Performance Bonds If over$200,000.00 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. FQuality Enterprises USA, Tnr. irm's Complete Legal Name 239-435-7200 239-435-7202 Telephone Number/ ax Number Vice President Title Louis J. Gaudio 8/22/19 Print Name Date cc: Shon Fandrich, Project Manager CAt� Public Utilities Engineering&Project Management Division•3339 Tamiami Trail East,Suite 303•Naples,Florida 34112 1 6 C 1 SECTION I Item Description Quantity Unit Unit Price Amount Ea Mobilization/Demobilization(Max 10%of Bid Total) 1 LS $49,192.80 $49,192.80 I.Pre-Construction Video&Photographs 1 LS $900.00 $900.00 ©Survey Layout and Record Drawings 1 LS $9,000.00 $9,000.00 0 Connection to Existing Water Main 7 EA $2,243.90 $15,707.30 lir 8"C900/DR18 Water Main 50 LF $76.50 $3,825.00 b 16"C900/DR18 Water Main 1,600 LF $126.78 $202,848.00 6 Air Release Valve 2 EA $2,816.93 $5,633.86 NE Fire Hydrant Assembly 3 EA $5,425.16 $16,275.48 . NE Long Single 2"Water Service 2 EA $4,254.28 $8,508.56 b Short Single 2"Water Service 3 EA $2,602.98 $7,808.94 9 Water Meter/Backflow Connection 5 EA $1,131.36 $5,656.80 10 MO 8"Gate Valve 3 EA $3,101.12 $9,303.36 b 12"Insert Valve 1 EA $9,840.00 $9,840.00 IIII 16"Gate Valve 8 EA $7,417.50 $59,340.00 lir Tempo : Bacteriolo:ical Sam.le Point 9 EA $1,029.69 $9,267.21 b Permanent Bacteriolo:'cal Sam.le Point 1 EA $3,297.14 $3,297.14 ®Remove,Dis rose,and Re•lace Sidewalk 25 SY $120.00 $3,000.00 El Grout and Abandon Existin:8"Water Main 650 LF $8.95 $5,817.50 En Landsca.e Restoration 1,400 LF $4.68 $6,552.00 ®Allowance 1 - $70,000.00 $70,000.00 - TOTAL__.- $501,773.95 0 C:1Uaere\Marcie Cohen\Documents\P oposals\Collier County Government-2019W14-6213-133,1-75 Mtge' for Alley water Main Improv.,08.22.19U462I3-133_Bid_Schedtrle Page 1 of 1 GradyMinor1/ti Civil Engineers • Land Surveyors • Planners • Landscape Architects August 27,2019 Mr. Shon Fandrich,PE Collier County Public Utilities Engineering 3339 Tamiami Trail East, Suite 303 Naples,FL 34112-5361 RE: Award Recommendation I75/Alligator Alley Water Main Improvements Dear Mr. Fandrich: Q. Grady Minor&Associates,P.A. (GradyMinor)has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. The scope of the I75/Alligator Alley Water Main Improvements project includes the installation of a water main along Bethel Drive from Davis Boulevard to Bethel Circle, and along Bedzel Circle to Joyrose Place,and north along a Utility Easement on the western property boundary of the proposed Edge 75 Apartments, a distance of approximately 1,600 linear feet. The project was bid to Collier County's library of underground contractors, and based on the bid tabulation (attached) Quality Enterprises is the responsive and responsible low bidder with a bid amount of$501,773.95. The project's Opinion of Probable Construction Cost(OPCC)was$531,000,which was based on similar recently bid projects located within Collier County. Quality Enterprises is a local contractor with extensive experience with underground utility construction within Collier County, including utility installations within existing neighborhoods. Quality Enterprises is pre-qualified for this project per the Collier County Underground Contractor's Library. Based on the above information, GradyMinor recommends Quality Enterprises be awarded the I75/Alligator Alley Water Main Improvements project in the amount of$501,773.95 If you have any questions or request any additional information,please do not hesitate to give me a call. Thank you, Cirj6 Sally Goldma ,P.E. Project Manager Q Grady Minor&Associates,P.A. Pb.239-947-1144•Fax.239-947-0375 3800 Via Del Rey EB 0005151•LB 0005151•LC 26000266 Bonita Springs,FL 34134 w w. radyininor.coin C:\Users\sgoldman\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\SDXBRVMS Fandrich-I 75-Alligator Alley WM Improvements Award Recommendation.docx I6C1 Please fill out and sign this form along with your proposaL No proposal will be considered unless the RFQ form is properly signed. DATE SENT:August 7th,2019 QUOTE DUE DATE:August 22nd 2019 at 3:00PM SITE VISIT:N/A PROJECT ADDRESS:Listed in RFQ AWARD CRITERIA:Lowest Lump Sum Contract 14-6213 Underground Utilities I-75 Alligator Alley Water Main Improvements Due:August 22nd,2019 at 3:OOPM Summary Description Quality Enterprises Haskins - Douglas hl Higgins Mitchell&Stark Lump Sum Quote S501,773.95 9599,955.00 $611,650.00 S624,586.00 Documents Verified I Ycs I Yes Yes I Yes