Loading...
Backup Documents 06/08/2021 Item #16C10 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SENT SLIP C 1 TO ACCOMPANY ALL ORIGINAL FOR SIGNATURE V Q O THE BOARD OF COUNTY COMMISSIONERS OFFICE Print time a pink paper. Attach to original agenda. All completed ment. The routing slips and original documents must be receleted routing slip and original documents are to ived in the County Attorney Officef noe forwarded to the County Attorney Olat re ath the time the itemc is i placed one ) 0 / �)ZO 2 than Monday preceding the Board meeting. **NEW** ROUTING SLIP 5 o [ ( nt is y Complete of eg #1 throughilnature drawra line th oue for andr'outin'_linees#1 th out and/or information the checklist,and forward to theCountd Attomeete with the Office. exce stion of the Chairman's _ Office Initials Date Route to Addressee s (List in routing order) 1. 2. Attorney y Office Sill3. County Attorney Office ��� 1 S Pail 4. BCC Office Board of County Commissioners rl ! Clerk of Court's Office ^„� PANIE .�f'�,� 5. Minutes and Records Clerk • A, 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 rzp above,ma need to contact staff for additional or missin:information. L mar..t at.-I m Staff Phone Number c�c .t`r`� t.- r i J- ,v Name t Primary _ (p2 Contact/ De e artment Z c I (Ze e \ Aged Ite Number �D ` ! , Do 3- Agenda Date Item was / _ _^ Z UZ '1 r S "5 C ci• t t7 A..roved b the BCC `� tr ri /�'�i Number of Original . 'u 9 Type of Document ',90 Xl c .L G ar U� Documents Attached ��, cC i) i e/9V ) , Attached (cr���►�Rk � / PO number or account number if document is to be recorded INSTRUCTIONS & CHECKLIST N/A(Not Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yesetial) Applicable) appropriate.1. Does the document require the chairman's original signature? �`Ps 2. Does the document need to be sent to another agency for additional signatures? If yes, .rovide the Contact Information(Name;A.ency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed b the Office of the County Attorney. �'� 4. Ali 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 5. The Chairman's signature line date has been entered as the date of BCC approval of the 1) 'doc'.t+Went or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's , si_natetlx 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. hr 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 kol-a\ 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. In rials of attorney verifying that the attached document is the version approved by the Y B:C,all changes directed by the BCC have been made,and the document is ready for the , ww, C iairman's signature. L Forms/ :ounty Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16 C10 WORK ORDER/PURCHASE ORDER Contract 14-6213 "Underground Utility Contractors" Contract Expiration Date:July 4,2021 Bid#2104-005 This Work Order is for professional underground utility services for work known as: Project Name:PS 309.10 Rehabilitation. Project No:70240.4.8 • The work is specified in the proposal dated May 16,2021 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:Kyle Construction Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Bid Items 1 through 9—General Pump Station Work * Task II Bid Item 10-Owner's Allowance * Task III Bid Item 11 -Owner's Landscape Allowance Schedule of Work: Complete work within 120 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 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): ®Negotiated Lump Sum (NLS) Lump Sum Plus Reimbursable Costs(LS+RC) Time &Material (T&M) (established hourly rate—Schedule A)❑ Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task I $424,450.00 LS. Task II $ 63,667.50 T&M Task II1 $ 15,000.00 T&M TOTAL FEE $503,117.50 PREPARED BY: (t c c l tt� Zamira DelToro, Project Manager Date APPROVED BY: /#40 , DZ 5 Z4 / Daniel Roman,Principal Project Manager Date Page 1 of 3 16CIO APPROVED BY: b/t Tom Chmelik,EPM Division Director Date APPROVED Bt'— 7 Z4/A./ Beth Johnssen, Ingtound Services Division Director Date • .(-----)14*-6-1-- -1 5'1/44/ APPROVED BY: Josep ellone,Operation Support Director Date APPROVED BY: k5 / S/`)6 Dr, eorge Yil az, Department Head 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: Kyle Cons uc "on In . s/e0/yl rah ,Project Manager ate (Remainder of page intentionally left blank) Page 2 of 3 16 CIO 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 C TY COMMISSIONERS Crystal K.Kinzel,Clerk of Courts COLLIE ,FLORID gy; , By: 1 , enny Taylor, irperson Dated: \JON". t (SEAL) Attest as to Chairman's signature only. Kyle Construction Inc. Luitat4bittit F' st Witness 3 ign re 1�te. L 1brailain ypelprint signature d titleT l'Tyi e/print witnes nameT '/ .•. Wit s I-ana M Nbnaha rr} 'Type/print witness nameT A! .ved as to d L ality: ounty Attorney t‘rtck/fR Print Name Page 3 of 3 16C10 CAT ier Count y Public Utilities Department Engineering&Project Management Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213"Annual Contract for Underground Utilities &General Contractors" Date: April 27, 2021 From: Zamira Del Toro, Project Manager 239-252-6279, Telephone Number Zamira.Deltoro(c colliercountvfl.gov To: Potential Quoters Subject: PS 309.10 Rehabilitation As provided in the referenced contract,the Collier County Procurement Services Division is soliciting quotes for the referenced project. rRFQ Due Date: Monday, May 17,2021 at 3:00 PM Pre-Quote Meeting: N/A Q&A Deadline: Friday, May 7,2021 at 5:00 PM Number of Days to Final Completion: 90 days to substantial + 30 days final= 120 days total 1. RFQ Cover Letter 2. Construction Plans • 3.Bid Schedule(Excel and PDF) Scope Provided 4.Specifications and Easement Documents Plans and Specs: Yes Liquidated Damages: $1,457.00 per day _ Payment&Performance Bonds If over$200,000.00 Your quotation response for this project 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. We look forward to your participation in this request for information/quotation process. Please return the following documents with your quote: • This RFQ Letter signed by an officer of the Firm. • Bid Schedule Form with quote costs. • Any and all Bid Addendums signed by an officer of the Firm. I� Ie. C 3(15\106.10n Inc. Firm'g Complete Legal Name (Z390 b43—'iO�9 CZ39) o4 - 4 61t9 Telephone Number/Fax Num r gn re /../. 'PrO eitt- Mei nc te.. Title _Ne_.#b fQkY.r rn sloe\zozk Print Name Date RFQ 14-6213 16 C 1 0 • ADDENDUM#1 Date: May 10, 2021 To: Interested Bidders From: Zamira Del Toro Subject: PS 309.10 Rehabilitation—Solicitation No.2104-005 The following changes were made to Bid#2104-005—PS 309.10 Rehabilitation • Attachment o PS 309.10 Photos(Year 2012 and 2019)added as part of project package. If you require additional information please post a question on our Bid Sync( )bidding platform under the solicitation for this project. Please sign below and return a copy of this addendum with your submittal for the above referenced so icitation. Koi1� A�btuMar 1 51 i b t.OZI (ti *n� re) �J Date Aylt t�or)sfnJd-ion "roc. (Name of Firm) 16 C10 ADDENDUM#2 Date: May 13, 2021 To: Interested Bidders From: Zamira Del Toro Subject: PS 309.10 Rehabilitation—Solicitation No.2104-005 The following changes were made to Bid#2104-005—PS 309.10 Rehabilitation The deadline to respond to this Bid#2104-005 is being extended. The new RFQ Due date is Monday, May 17, 2021 at 3:00 PM If you require additional information please post a question on our Bid Sync( ) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. . 5'1I101Z,OZ( Date eirVISA-CUdion Th . Name of Firm) 16 CIO' COLLIER COUNTY WATER SEWER DISTRICT PUMP STATION 309.10 REHABILITATION COUNTY BID NO.2104-005 UPDATED 4/22/21 Estimated Bid Item Description Units Quantity Cost Per Unit Total 1 Mobilization/Demobilization(Not to Exceed 10%of Total of Items 2-9) LS 1 $30,000.00 $30,000.00 2 Site Demolition LS 1 $12,000.00 $12,000.00 3 Pump Station/Electrical Demolition LS 1 $15,000.00 $15,000.00 4 Pump Station Bypass LS 1 $30,000.00 $30,000.00 5 Pump Station Coating LS 1 $38,000.00 $38,000.00 6 Pump Station Rehabilitation LS 1 $175,000.00 $175,000.00 7 Pump Station Electrical LS 1 $85,000.00 $85,000.00 8 Site Work LS 1 $29,000.00 $29,000.00 9 Pump Station Testing&Startup LS 1 $10,450.00 $10,450.00 10 Owner's Allowance(15%of the subtotal of items 1-9,inclusive) LS/TM 1 $63,667.50 $63,667.50 11 Owner's Landscape Allowance LS/TM 1 $15,000.00 $15,000.00 TOTAL PRICE $503,117.50 Owner's Allowance:Compensation for unforeseen conditions will be made at the appropriate contract price based on lump sum,unit price or time and materials I depending upon the nature of the work.(15%of the subtotal of items 1-9, inclusive) w'R,D<,o++,r,y.«<•nNu.wx<.ra,t limo r.twMroi•o<.a,lcmw«nH ry ono\Mb•-nanarw.onVwn.i PS 309.10 kn,rns.<omm,k-O.N.a5,\.yW ms.iaeevnw4