Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 02/11/2025 Item #16C 1 (Awarding ITB Contract #24-8282 for the Golden Gate Master Pump Station and Site Improvements to Douglas N. Higgins, Inc.)
2/11/2025 Item # 16.C.1 ID# 2025-46 Executive Summary Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County Water-Sewer District, award Invitation to Bid (ITB) No. 24-8282, “Golden Gate Master Pump Station and Site Improvements,” to Douglas N. Higgins, Inc., in the amount of $3,043,340, approve an Owner’s Allowance of $300,000, and authorize the Chairman to sign the attached Agreement. (Project 70243) OBJECTIVE: To construct a new wastewater master pump station and site improvements to enable flow between the Golden Gate Wastewater Treatment Plant and the North, South or Northeast County Water Reclamation Facility to increase system reliability. CONSIDERATIONS: The Collier County Water Sewer District ("CCWSD") has established GIS-based integrated Enterprise Asset Management ("EAM") where assets are routinely evaluated and conditions in the field updated by Operations Divisions and, when appropriate, they are listed under the Capital Improvements Plan ("CIP") for Engineering and Project Management to implement the soonest possible. CCWSD EAM drives the priorities for investment in our Critical Infrastructure where replacements, re-hab, and repairs are planned and implemented prior to failure (Cat Red-F and Red-E) that would result in Utility Service outages and negative customer service impact. The Engineering and Project Management Division of the Public Utilities Department has completed QA/QC and programmed this project. On April 28, 2020 (Agenda Item 16.C.13), the Board awarded the Engineer of Record Tetra Tech, Inc. (the “EOR”) with Request for Professional Services/Agreement Number 19-7621, "Golden Gate Wastewater Engineer of Record (EOR) and Infrastructure Improvements.” Task 3 of the EOR’s Agreement, New Master Pump Station and Force Main System, requires professional engineering services for a new master pump station and force main capable of conveying flow to or from the regional wastewater system through a connection to the existing 20-inch force main on Santa Barbara Boulevard. This connection to the regional system allows for flow transfer between the Golden Gate area and the North County Water Reclamation Facility, South County Water Reclamation Facility, and Northeast Service Area. The proposed scope of work under ITB No. 24-8282 only includes the Master Pump Station and associated site improvements. The Board previously approved the accompanying force-main on February 13, 2024 (Agenda Item 16.C.1), which is currently nearing completion. Completing this second phase of the planned Master Pump Station and Force Main System will allow the transfer of flow from the Golden Gate area to the regional system for maintenance and repair activities at the Golden Gate Wastewater Treatment Plant. This item is consistent with the Infrastructure and Asset Management element of the Collier County Strategic Plan objectives. On September 12, 2024, the Procurement Services Division issued ITB No. 24-8282, “Golden Gate Master Pump Station and Site Improvements. The County was advertised the ITB for fifty-five (55) days, and received five bids by the November 6, 2024, deadline as summarized below: Respondents: Company Name City County State Total Bid Responsive/ Responsible Douglas N. Higgins, Inc. Naples Collier FL $3,043,340.00 Yes/Yes RF Environmental Services, Inc. Oakland Park Broward FL $3,083,000.00 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $3,285,000.00 Yes/Yes Razorback, LLC Tarpon Springs Pinellas FL $3,316,000.00 Yes/Yes Lawrence Lee Construction Services, Inc. Naples Collier FL $3,996,000.00 Yes/Yes The County found all five bidders responsive and responsible, with Douglas N. Higgins, Inc. (“Higgins”) being the Page 1648 of 3773 2/11/2025 Item # 16.C.1 ID# 2025-46 lowest, responsive and responsible bidder. Staff recommends that the attached Agreement be awarded to Higgins for the total bid amount of $3,043,340.00. In addition to the total bid amount, staff is allocating $300,000 as an Owner’s Allowance for unanticipated costs including, but not limited to, unforeseen site conditions that might be encountered during construction. The Owner’s Allowance will be included in the Purchase Order but its use is not guaranteed, and will only be directed by the County if necessary. Payment for allowance work is subject to the contractor providing proper documentation for any work authorized and performed under the allowance. The EOR evaluated the bids and determined that Higgins met all the qualifications required for this project and submitted the lowest, responsive and responsible bid. Higgins’ bid is approximately 1% below the EOR’s $3,086,380.00 opinion of probable cost for the project. Higgins is a Michigan corporation registered to do business in Florida since 1973. Higgins is currently one of the nine approved contractors on the County’s Agreement #20-7800 for underground contractor services and has successfully performed work on many County public utilities projects. Staff and the EOR recommend that Douglas N. Higgins, Inc.be awarded the attached Agreement in the low bid amount of $3,043,340.00, plus the $300,000 Owner’s Allowance. FISCAL IMPACT: The source of funding is the Water and Sewer Revenue Bond, Series 2021 (Fund 4019), $3,043,340.00 for the bid, $300,000 for the allowance, and $500,000 for future permitting and materials purchases, Project 70243 GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County Water-Sewer District, award ITB No. 24-8282, “Golden Gate Master Pump Station and Site Improvements,” to Douglas N. Higgins, Inc., in the amount of $3,043,340, approve an Owner’s Allowance of $300,000, and authorize the Chairman to sign the attached Agreement. (Project 70243) PREPARED BY: Corinne Trtan, PMP, Project Manager III, Public Utilities Engineering and Project Management Division ATTACHMENTS: 1. 24-8282 COI in Compliance 2. 24-8282 DELORA 3. 24-8282 VendorSigned_DNHiggins 4. 24-8282 - Bid Tabulation 5. 24-8282 - NORA Page 1649 of 3773 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Golden Gate Master Pump Station and Site Improvements Douglas N. Higgins 24-8282 The COI is in compliance. GonzalezGre ily Digitally signed by GonzalezGreily Date: 2024.12.26 09:42:07 -05'00' Page 1650 of 3773 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 12/18/2024 Hylant -Ann Arbor 201 Depot Street Ann Arbor MI 48104 Anna Olinger 614-932-1225 734-741-1850 Anna.Olinger@Hylant.com Continental Insurance Company 35289 HIGGI-5 Transportation Insurance Co 20494DouglasN.Higgins,Inc. 3390 Travis Pointe,Suite A Ann Arbor MI 48108 Endurance American Specialty Ins Co 41718 Global Aerospace Inc 1600210517 B X 1,000,000 X 500,000 15,000 X Incl contractual 1,000,000 2,000,000 X Y U1061922047 4/1/2024 4/1/2025 2,000,000 B 1,000,000 X X X Y BUA1061922033 4/1/2024 4/1/2025 A X X 8,000,00010619220504/1/2024Y 4/1/2025 8,000,000 X 0 B X N WC7012265571 4/1/2024 4/1/2025 1,000,000 1,000,000 1,000,000 C C D Professional/ Pollution Drone Liability PNV10015508800 PNV10015508800 9047167 4/1/2024 4/1/2024 8/1/2024 4/1/2025 4/1/2025 8/1/2025 Each Claim Aggregate Drone Liability 2,000,000 4,000,000 1,000,000 Executive Risk Policy #MPL 4049192-00 Effective Date:04/01/2024 -04/01/2025 Crime Limit:$1,000,000 Job -#24-8282 |Golden Gate Master Pump Station and Site Improvements Collier County Board of County Commissioners,OR,Board of County Commissioners in Collier County,OR,Collier County Government,OR,Collier County are included as Additional Insureds on a Primary and Non-Contributory basis with respect to General Liability and Automobile Liability.Umbrella/Excess Liability Follows Form.30-Days written Notice of Cancellation applies. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Page 1651 of 3773 Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000__ single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $__1,000,000_______ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $__________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Contractor’s Pollution $ 1,000,000 Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence Page 1652 of 3773 7.Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 6/20/24 ______________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 1653 of 3773 Tetra Tech, Inc. 10600 Chevrolet Way, Suite 102, Estero FL, 33928 Tel +1.239.390.1467 |Cell +1.239.317.3846 | tetratech.com Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 December 5, 2024 RE: Design EnƟty LeƩer of Recommended Award SolicitaƟon No. 24-8282 Golden Gate Master Pump StaƟon and Site Improvements Dear Becca Zimmerman, Bids were received for the above-referenced project by Collier County on November 6th, 2024. Tetra Tech, Inc. has completed our review of the bid submiƩed by the lowest bidder for this project, and we are pleased to provide the following award recommendaƟon. The scope of the Golden Gate Master Pump StaƟon and Site Improvements project includes the installaƟon a new master pump staƟon at the Golden Gate Wastewater Treatment Plant as well as the installaƟon of new on-site portable trailers for County staff. Collier County Procurement’s review of the bid tabulaƟons determined that the apparent low bidder is Douglas N. Higgins, Inc. with a bid of $3,043,340.00. Tetra Tech, Inc. was provided with the bid Schedule for Douglas N. Higgins, Inc. Their bid is approximately 1% lower than the Engineer’s Opinion of Probable ConstrucƟon Cost (OPC) of $3,086,380.00. References were provided, and the completed Vendor Reference Check Logs for each reference are aƩached hereto. The project references provided by Douglas N. Higgins, Inc. were all contacted, Tetra Tech, Inc. determined the references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project. Douglas N. Higgins , Inc. is a CorporaƟon formed over four decades ago and has completed large scale projects well beyond the capabiliƟes of firms in similar size. Douglas N. Higgins, Inc. is registered with the Florida Department of Business and Professional RegulaƟon as a ConstrucƟon Business as a General Contractor, which registraƟons are current and acƟve. The Engineer has worked successfully with Douglas N. Higgins, Inc. on many projects located in southwest Florida. Based on that experience, the favorable performance reviews provided on the Vendor Reference Logs and its licensing, it appears that it is a qualified firm to conduct the requested work. Based on the above informaƟon, Tetra Tech, Inc. recommends Douglas N. Higgins, Inc. be awarded the Golden Gate Master Pump StaƟon and Site Improvements project in the amount of $3,043,340.00. Should there be any quesƟons, please feel free to contact our office at (239) 390-1467. Sincerely, ______________________ _____________________ Tyler Wainright, P.E. Date 12/05/2024 Tyler C Wainright Digitally signed by Tyler C Wainright Date: 2024.12.05 08:30:35 -05'00' Page 1654 of 3773 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8282 Reference Check by: Tyler Wainright Solicitation Title: Golden Gate Master Pump Station and Site Improvements Date: 11/25/2024 Bidder’s Name: Douglas N. Higgins Phone: (239) 774-4266 Design Entity: Tetra Tech, Inc. REFERENCED PROJECT: Project Name: MPS 303 & 304 Rehabilitation Project Location: Collier County, FL Project Description: Demolition and Installation of new pumps, recirculation system, motor controls, etc. Completion Date: November 19, 2018 Contract Value: $ 2,924,054.49 Project Owner/Title: Collier County Public Utilities/MPS 303 & 304 Rehabilitation Owner’s Address: 33339 Tamiami Trail E, St 303, Naples, FL 34112 Phone: (239)252-5343 Owner’s Contact Person: Peter Schalt E-Mail: Peter.Schalt@Colliercountyfl.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes, to both 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. There were changes but not due to the contractor, rather unforeseen field conditions. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? All warranty work was addressed and completed with no issues. 7. Additional comments: Page 1655 of 3773 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8282 Reference Check by: Tyler Wainright Solicitation Title: Golden Gate Master Pump Station and Site Improvements Date: 11/25/2024 Bidder’s Name: Douglas N. Higgins Phone: (239) 774-4266 Design Entity: Tetra Tech, Inc. REFERENCED PROJECT: Project Name: Diesel Driven Bypass Pumps Project Location: Naples, FL Project Description: Emergency bypass pumps installed at seven lift stations. Completion Date: April 29, 2021 Contract Value: $ 961,604.55 Project Owner/Title: City of Naples – Utilities Department Owner’s Address: 1450 4th Ave, Bldg. 950 Naples, FL 34102 Phone: (239)213-4727 Owner’s Contact Person: Kevin Swisher E-Mail: Kswisher@naplesgov.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes, no issues. 4. Did the process run smoothly? Were there any changes? Describe below. Yes. If changes were conducted, they were requested by the owner. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? None. 7. Additional comments: This company has performed very well on this project as well as other projects they accomplished under the owners purview. Page 1656 of 3773 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8282 Reference Check by: Tyler Wainright Solicitation Title: Golden Gate Master Pump Station and Site Improvements Date: 11/25/2024 Bidder’s Name: Douglas N. Higgins Phone: (239) 774-4266 Design Entity: Tetra Tech, Inc. REFERENCED PROJECT: Project Name: SCWRF Pump Station 5 & Piping Improvements Project Location: Collier County, FL Project Description: Demolition and installation of manholes, gravity sewers, piping, etc. Completion Date: November 10, 2021 Contract Value: $ 1,500,794.38 Project Owner/Title: Collier County Public Utilities Owner’s Address: 3339 Tamiami Trail E, Ste 303, Naples, FL 34112 Phone: (239)252-5372 Owner’s Contact Person: Wayne Karlovich E-Mail: Wayne.karlovich@colliercountyfl.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes, and no changes. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No issues 7. Additional comments: Page 1657 of 3773 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8282 Reference Check by: Tyler Wainright Solicitation Title: Golden Gate Master Pump Station and Site Improvements Date: 12/04/2024 Bidder’s Name: Douglas N. Higgins Phone: (239) 774-4266 Design Entity: Tetra Tech, Inc. REFERENCED PROJECT: Project Name: Heritage Bay MPS Project Location: Collier County, FL Project Description: Installation of manholes, sanitary sewer, pumps, piping, etc. Completion Date: October 30, 2018 Contract Value: $ 1,678,215.36 Project Owner/Title: Collier County Public Utilities Owner’s Address: 3339 Tamiami Trail E, St 303 Naples, FL 34112 Phone: (239) 252-5372 Owner’s Contact Person: Wayne Karlovich E-Mail: Wayne.karlovich@Colliercountygl.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes and yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes, all changes made were unrelated to contractor performance. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There were no issues 7. Additional comments: Page 1658 of 3773 Page 1659 of 3773 Page 1660 of 3773 Page 1661 of 3773 Page 1662 of 3773 Page 1663 of 3773 Page 1664 of 3773 Page 1665 of 3773 Page 1666 of 3773 Page 1667 of 3773 Page 1668 of 3773 Page 1669 of 3773 Page 1670 of 3773 Page 1671 of 3773 Page 1672 of 3773 Page 1673 of 3773 Page 1674 of 3773 Page 1675 of 3773 Page 1676 of 3773 Page 1677 of 3773 Page 1678 of 3773 Page 1679 of 3773 Page 1680 of 3773 Page 1681 of 3773 Page 1682 of 3773 Page 1683 of 3773 Page 1684 of 3773 Page 1685 of 3773 Page 1686 of 3773 Page 1687 of 3773 Page 1688 of 3773 Page 1689 of 3773 Page 1690 of 3773 Page 1691 of 3773 Page 1692 of 3773 Page 1693 of 3773 Page 1694 of 3773 Page 1695 of 3773 Page 1696 of 3773 Page 1697 of 3773 Page 1698 of 3773 Page 1699 of 3773 Page 1700 of 3773 Page 1701 of 3773 Page 1702 of 3773 Page 1703 of 3773 Page 1704 of 3773 Page 1705 of 3773 Page 1706 of 3773 Page 1707 of 3773 Page 1708 of 3773 Page 1709 of 3773 Page 1710 of 3773 Page 1711 of 3773 Page 1712 of 3773 Page 1713 of 3773 Page 1714 of 3773 Page 1715 of 3773 Page 1716 of 3773 Page 1717 of 3773 Page 1718 of 3773 Page 1719 of 3773 Page 1720 of 3773 Page 1721 of 3773 Page 1722 of 3773 Page 1723 of 3773 Page 1724 of 3773 Page 1725 of 3773 Page 1726 of 3773 Page 1727 of 3773 Page 1728 of 3773 Page 1729 of 3773 Page 1730 of 3773 Page 1731 of 3773 Page 1732 of 3773 Page 1733 of 3773 Page 1734 of 3773 Page 1735 of 3773 Page 1736 of 3773 Page 1737 of 3773 Page 1738 of 3773 Page 1739 of 3773 Page 1740 of 3773 Page 1741 of 3773 Page 1742 of 3773 Page 1743 of 3773 Page 1744 of 3773 Page 1745 of 3773 Page 1746 of 3773 Page 1747 of 3773 Page 1748 of 3773 Page 1749 of 3773 Page 1750 of 3773 Page 1751 of 3773 Page 1752 of 3773 Page 1753 of 3773 Page 1754 of 3773 Page 1755 of 3773 Page 1756 of 3773 Page 1757 of 3773 Page 1758 of 3773 Page 1759 of 3773 Page 1760 of 3773 Page 1761 of 3773 Page 1762 of 3773 Page 1763 of 3773 Page 1764 of 3773 Page 1765 of 3773 Page 1766 of 3773 Page 1767 of 3773 Page 1768 of 3773 Page 1769 of 3773 Page 1770 of 3773 Page 1771 of 3773 Page 1772 of 3773 Page 1773 of 3773 Page 1774 of 3773 Page 1775 of 3773 Page 1776 of 3773 Page 1777 of 3773 Page 1778 of 3773 Page 1779 of 3773 Page 1780 of 3773 Page 1781 of 3773 Page 1782 of 3773 Project Manager: Corinne Trtan Procurement Strategist: Becca Zimmerman Notifications Sent: 2,498 Viewed: 1,717 Bids Received: 5 ITEM NO.DESCRIPTION EST. QTY.UNIT Douglas N Higgins, Inc RF Environmental Services, Inc. Quality Enterprises USA, Inc.Razorback LLC Lawrence Lee Construction Services, Inc. Engineer's Estimate 1 Master Pump Staton Construction & Site Improvements 1 LS $3,043,340.00 $3,083,000.00 $3,285,000.00 $3,316,000.00 $3,996,000.00 $3,086,380.00 $3,043,340.00 $3,083,000.00 $3,285,000.00 $3,316,000.00 $3,996,000.00 $3,086,380.00 Douglas N Higgins, Inc RF Environmental Services, Inc. Quality Enterprises USA, Inc.Razorback LLC Lawrence Lee Construction Services, Inc. Yes/No Yes/No Yes/No Yes/No Yes/No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Opened By: Matt Webster Witnessed By: Lisa Oien Date: November 6, 2024, at 3:00pm License Immigration Affidavit Certification (Form 11) TOTAL BID AMOUNT: BID Tabulation COLLIER COUNTY CONSTRUCTION ITB 24-8282 GOLDEN GATE MASTER PUMP STATION & SITE IMPROVEMENTS *Staff has allocated $300,000 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change List of Major Subcontractors (Form 4) Bid Response Form (Form 1) Material Manufacturers (Form 3) REQUIRED FORMS AND DOCUMENTS Statement of Experience of Bidder (Form 5) Contractors Key Personnel Assigned to Project - (Form 2) Bid Schedule E-Verify SunBiz W-9 Addenda (1-4) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) 1 Page 1783 of 3773 Notice of Recommended Award Solicitation: 24-8282 Title: Golden Gate Master Pump Station and Site Improvements Due Date and Time: November 6, 2024, at 3:00pm Respondents: Company Name City County State Total Base Bid Responsive/Responsible Douglas N Higgins, Inc Naples Collier FL $3,043,340.00 Y/Y RF Environmental Services Oakland Park Broward FL $3,083,000.00 Y/Y Quality Enterprises USA, Inc. Naples Collier FL $3,285,000.00 Y/Y Razorback LLC Tarpon Springs Pinellas FL $3,316,000.00 Y/Y Lawrence Lee Construction Services, Inc. Stuart Martin FL $3,996,000.00 Y/Y Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On September 12, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24 - 8282, “Golden Gate Master Pump Station and Site Improvement”, to two thousand four hundred and ninety- eight (2,498) vendors. The bid was advertised for a total of fifty-five (55) days. One thousand seven hundred and seventeen (1,717) vendors viewed the bid package and the County received five (5) bids by the November 6, 2024, deadline. Staff reviewed the bids received and found all bidders to be responsive and responsible as shown above. Staff determined that Douglas N. Higgins, Inc. is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Douglas N. Higgins, Inc., the lowest responsive and responsible bidder, for a total bid amount of $3,043,340.00. In addition to the total bid amount, staff has allocated $300,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: C64C946E-A364-4974-A7EE-4090DCB72F2F 12/5/2024 12/5/2024 12/5/2024 Page 1784 of 3773