Loading...
Agenda 07/12/2016 Item #16C1 7/12/2016 16.C.1 . EXECUTIVE SUMMARY Recommendation to approve a $339,198 work order under Request for Quotation 14-6213-63 to Douglas N. Higgins, Inc., to replace flow equalization control gates under South County Water Reclamation Facility Technical Support Project Number 73969. OBJECTIVE: To maintain wastewater treatment capacity and Irrigation Quality (IQ) water production at the South County Water Reclamation Facility (SCWRF) in compliance with Florida Department of Environmental Protection agency regulations. CONSIDERATIONS: The proposed scope of work under Project Number 73969, "SCWRF Technical Support Project," is consistent with the Capital Improvement Program (CIP) contained in the Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water User Rate Study approved by the Board of County Commissioners (Board) on June 10, 2014, as Agenda Item 11C. Funding for Project Number 73969 is available in, and is consistent with,the FY2016 CIP Budget. This project will replace three flow equalization control gates at the SCWRF's preliminary treatment facility. The flow control gates automatically divert a portion of the plant's untreated influent wastewater to flow equalization tanks. Flow equalization is a critical part of the treatment plant as it reduces the peak flows to the downstream biological and chemical treatment process, allowing for more consistent and reliable treatment of the wastewater. Replacing the control gates is necessary for reliable operations. This project replaces an essential treatment element benefitting the customers currently served by the SCWRF. Request for Quotation 14-6213-63, "SCWRF EQ Overflow Gates Replacement,"was distributed on April 14, 2016, to the six vendors under the Fixed-Term Underground Utilities Contract 14-6213. Three contractors submitted quotations(summarized below)by the May 11, 2016, deadline. VENDOR QUOTE Douglas N. Higgins $ 339,198.00 Mitchell & Stark $ 396,700.00 Quality Enterprises USA $ 420,000.00 Staff determined the lowest quote to be fair and reasonable and recommends awarding the project to Douglas N. Higgins, Inc., the lowest, responsive and qualified vendor. The quote is $19,000 (6 percent) more than the engineer's cost opinion. In its letter dated June 3, 2016, the design professional, Hole Montes,Inc., recommends award to Douglas N. Higgins, Inc. Douglas N. Higgins, Inc., has a satisfactory performance and warranty record on similar utility-related projects. The quote tabulation, analysis chart, engineer's letter of recommendation and work order are attached (Attachments 1, 2, 3 and 4, respectively). The quote specifications informed the respondents there may be unforeseen conditions associated with the project. The quote amount incorporates an allowance of $49,000 for owner-directed additional work including, but not limited to, modifications or repair of existing structures, gates, electrical wiring and conduit. The quote also includes an allowance of $25,000 for owner-directed work required for bypassing of wastewater flow around the work site in the pretreatment facility. The price for any additional work, should any be needed, will be negotiated prior to commencement in accordance with the county's Procurement Ordinance and the terms of the agreement. Packet Page-500- 7/12/2016 16.C.1 . FISCAL IMPACT: Funding is available in, and is consistent with,the FY2016 Capital Budget approved by the Board on September 24, 2015. The source of funding is the Wastewater User Fee Fund (414). This is a replacement project;therefore, operating costs are not expected to change. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, approve a $339,198 work order to Douglas N. Higgins, Inc., under Request for Quotation 14-6213-63 for the"SCWRF EQ Overflow Gates Replacement"Project No. 73969; and,authorize the Chair to sign and execute the work order. Prepared By: Wayne M.Karlovich, Senior Project Manager, Public Utilities PPMD Attachments: Attachment 1-Quote Tabulation Attachment 2-PPMD Quote Analysis Attachment 3-Recommendation Letter Attachment 4-Work Order Packet Page-501- 7/12/2016 16.C.1 . COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.1. Item Summary: Recommendation to approve a $339,198 work order under Request for Quotation 14-6213-63 to Douglas N. Higgins, Inc.,to replace flow equalization control gates under South County Water Reclamation Facility Technical Support Project Number 73969. Meeting Date: 7/12/2016 Prepared By Name: KarlovichWayne Title: Project Manager, Senior, Public Utilities Engineering 6/8/2016 4:01:58 PM Submitted by Title: Project Manager, Senior, Public Utilities Engineering Name: KarlovichWayne 6/8/2016 4:02:00 PM Approved By Name: HapkeMargie Title: Recycling Coordinator, Solid&Hazardous Waste Management Date: 6/10/2016 8:58:05 AM Name: Joseph Bellone Title: Division Director-Operations Support,Utilities Finance Operations Date: 6/10/2016 10:42:18 AM Name: PajerCraig Title: Project Manager,Principal,Public Utilities Engineering Date: 6/13/2016 10:16:25 AM Name: ChmelikTom Title: Division Director-Public Utilities Eng,Public Utilities Engineering Date: 6/13/2016 12:11:49 PM Packet Page-502- 7/12/2016 16.C.1 . Name: JacobsSusan Title: Operations Analyst, Wastewater Date: 6/13/2016 2:58:30 PM Name: HallSwainson Title: Procurement Specialist,Procurement Services Date: 6/13/2016 4:51:33 PM Name: JohnsonScott Title: Manager-Procurement,Procurement Services Date: 6/14/2016 12:18:55 PM Name: EdgeRobert Title: Plant Manager, Wastewater Date: 6/14/2016 3:43:54 PM Name: KearnsAllison Title: Manager-Financial &Operational Sprt, Capital Construction&Maintenance Budget/Fiscal Date: 6/16/2016 11:16:20 AM Name: YilmazGeorge Title: Department Head-Public Utilities,Public Utilities Department Date: 6/20/2016 7:41:30 PM Name: KlatzkowJeff Title: County Attorney, Date: 6/21/2016 3:22:45 PM Name: KlatzkowJeff Title: County Attorney, Date: 6/21/2016 3:31:17 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date:7/1/2016 12:54:14 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 7/3/2016 4:03:19 PM Packet Page-503- COLLIER COUNTY QUOTE NO. 14-6213-63 QUOTATION OPENING DATE_May 13,2016_ SOUTH COUNTY WATER RECLAMATION FACILITY REPLACEMENT OF EQ OVERFLOW GATES W-2,W-3&W-3A COLLIER COUNTY PUBLIC UTILITIES DIVISION Douglas N.Higgins,Inc : Mitchell&Stark Construction Quality Enterprises USA,Inc. Item Estimated Unit Extended Unit Extended Unit Extended No. Description Units Quantity Price Price Price Price Price Price 1 Mobilization/Demobilization LS 1 $23,767.00 $23,767.00 $12,500.00 $12,500.00 $74,500.00 $74,500.00 2 Demolition of Existing Gates LS 1 $13,613.00 $13,613.00 $23,500.00 $23,500.00 $55,000.00 $55,000.00 3 Installation of New Gates&Actuators LS 1 $116,685.00 $116,685.00 $175.000.00 $175,000.00 $128,000.00 $128,000.00 4 Electrical LS 1 $45,728.00 $45,728.00 $39,200.00 $39,200.00 $34,750.00 $34,750.00 5 Temporary Bulk Head&Bypass Pumping LS 1 $4,055.00 $4,055.00 $25,000.00 $25,000.00 $16.875.00 $16,875.00 6 Additional Overhead and/or Wall Concrete Repairs SF 5 $2,790.00 $13,950.00 $2,000.00 $10,000.00 $1,375.00 $6,875.00 7 Formed Wall Concrete Wall Repairs SF 2.5 $4,200.00 $10,500.00 $10,000.00 $25,000.00 $2,250.00 $5,625.00 v Cleaning,Surface Preparation and Coating w/Epoxytech 8 CPP(Note:Two separate mobilizations will be required for SF 25 $1,476.00 $36,900.00 $500.00 $12,500.00 $975.00 $24,375.00 ro coating at each location. Allowance Fund for Owners Use as Directed for Bypass.This t. fund will be used only at the Owner's direction to accomplish In 9 work to allow bypassing of flows as needed for the gates $25,000.00 $25.000.00 $25,000.00 p replacement.This may include,but not be limited to, additional bulkheads,remedial repairs to isolation valves or gates as needed and other unforeseen conditions. Allowance Fund for Owners Use as Directed. This fund will be used only at the Owner's direction to accomplish work due 10 to unforeseen conditions. Inclusion of the Allowance Fund as $49,O00.00 $49,000.00 $49,000.00 part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund. TOTAL PRICE FOR ITEMS 1 thru 10 $339,198.00 $396,700.00 $420,000.00 Were there any Contractors that did not submit a quote? 1.Southwest Utility 2.Kyle Construction �I 3.Haskins Inc Opened By:Swainson Hall,Procurement Strategist Witnessed By:Adam Northrup,Procurement Strategist S 0) i /cs) l J Bid Results of RFQ 14-6313-63 i (SCWRF EQ Overflow Gates) $450,000.00 I KEY: ;$400,000.00 Dashed Green- .,..w.......w..w. —= AVERAGE BID I ,$350,000.001111 Dashed black- +/-1 std dev I of avg bid $300,000.00 , ' r ri Dotted red- +/-20%of eng n ;$250,000.00 estimate for ro horizontal ate, construction a) j a) $200,000.00 to o '$150 000.00 , .,, , ..„ • $100,000.00 sit r $50,000.00 ..— ___ v Eng Est D.N.Higgins Quality Enterprises Mitchell&Stark N N O j cn b j 7/12/2016 16.0.1 . HOLE MONTES ENGINEERS•PLANNERS•SURVEYORS 950 Encore Way.Naples, Florida 34110•Phone 239.254.2003 Fa);:239.254 239 June 3,2016 Wayne Karlovich Collier County Public Utilities 3339 Tamiami Trail East Suite 303 Naples FL 34112 RE: EVALUATION OF QUOTATIONS PRELIMINARY TREATMENT GATE MODIFICATIONS SOUTH COUNTY WATER RECLAMATION FACILITY HM File No. 2016.053 Dear Wayne, We have reviewed the three quotes received by Collier County Public Utilities for the South County Water Reclamation Facility Preliminary Treatment Gate Modifications project. The three bidders and their quoted price are identified below. D.N. Higgins, Inc. has been identified as the lowest, responsible, responsive bidder with a base bid in the amount of$339,198.00. Bidder Bid 1 ! D.N.Higgins, Inc. $339,198.00 2 Mitchell & Stark Const. Co.Inc. $396,700.00 3 Quality Enterprises USA,Inc. $420,000.00 Based on Hole Montes' evaluation and due diligence, we recommend award of this construction contract to D.N. Higgins,Inc. in the amount of$339,198.00. Our opinion of cost for the project was$320,000.00. Please contact us if there are any questions about this quote evaluation. Thank you, HOLE MONTES,.INC.-- '" Jerry R. Taricska,Ph.D.,P.E.,B.C.E.E. Environmental Engineering Manager/Associate (' JRT:dlh C: Ronald Benson, Hole Montes, Inc. Clifford Pepper,Hole Montes, Inc. David Schmitt, Hole Mantes, Inc. Dawn Barnard, Hole Montes,Inc. !' H:'201 612016O531EN\C CorrespondencelCi Client Corrspondence\20160602 WI<Letter of Recommendation Itr JRT.docx Packet Page -506- {, tvaptes•rott IvtyetS 7/12/2016 16.C.1 . WORK ORDER/PURCHASE ORDER Contract 14-6213/`Underground Utility Contraytors" Contract Expiration Date: July 7,2018/ This Work Order is for professional construction services for work known as: Project Name: SCWRFJ Q Overflow Gates Project No: 7396939.3 The work is specified in the proposal dated May 13, 2016 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: Douglas N.Higgins,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Perform all Work as described in the Proposal * Task H Allowance for Flow Bypassing * Task III Allowance for Owners Use as Directed Schedule of Work: Complete work within 280 days from the date of the Notice to Proceed which is accompanying this Work Order. The Contractor 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 Finn in accordance with following method(s): [Negotiated Lump Sum (NLS) FLump Sum Plus Reimbursable Costs (1.S-RC) S'l'ime- & Material (1`&M) (established hourly rate — Schedule '1) Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task 1 $265,198.00 MILS,- Task II $25,000.00 T&M / Task III $49,000.00 T&M 1 TOTAL FEE $339,198.00 r " If r sJr PREPARED BY: „cf. Wayne trlovie1-ri Sc-kiior Project Manager Date APPROVED BY: �. ,_ Craig Pae 40434-Irojeet Manager Date APPROVED BY: ! 4t�A" 111 / Ton Chmelik,PPMD Department Director Date Page 1. of 3 (1) Packet Page-507- 7/12/2016 16.C.1 . > , APPROVED BY: Robert Edge, SCWRF Plant Manager Date ,.AP6PROVED I3.Y. _,. ., ?r{, 'lett Johnsseu Wastewater Director Date w APPROVED BY: � _ --- -=-. , Dr/ r rge Yi 'a7, ublic Utilities Administrator Date APPROVED BY: j1/ ey/ ,,'wai on Hall, Procurement Strategist 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: Brandy Bartolone, Vice President Date (Remainder of page intentionally left blank) Page 2 of 3 Packet Page-508- rm.. 7/12/2016 16.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 COUNTY COMMISSIONERS Dwight E. Brock, Clerk of Courts COLLIER COUNTY,FLORIDA By: By: Donna Fiala, Chairwoman Dated: (SEAL) '' / 4/ Douglas N. I lieuins, Inc. '" 24 244:1-.7 ( -1)-:tri --- Bv• <-+-- I'irst >V i tVe'Ss Signature ,- , __ - i :` .,,,, , c- . z , /,, .-'-i/-"i frj.7 ,_,,,.„ ,/ rft.--fe /(7 , TTypelprint witness namei TType/print signature and titleI ) , ',: -,1.11,,„ .7' .,,.'.f / „ , ;1 Second Witness if -- T1 ypefprint witness naMeT Approved as to Form and Legality: Assistant County Attorney Print Name D3 Page 3 of 3 Packet Page -509- 7/12y2016 16.C.1 . DepatREQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNFER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: April 14, 2016 From: Swainson Hail, Procurement Strategist 239-252-8935, Telephone Number 239-252-6597, Fax Number svvainsnnhalU(55ooUierooznet To: Potential Quoters Subject: RFQ 14-6213-63 SCWRF EQ Overflow Gates Replacement As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced pject. RFQ Due Date: VVedoesda ' May 4,3OI63.:3DP�� Q&A Deod|ine: ��onday, y�ay2' ZOlGat5:3DPkA � Number of Days to Final Completion: 250 days to subsantiai 32 ays = 23Ddaya�D7.a| Scope Provided Yes (included onthe p!ans\ Plans and Specs: Yes Liquidated Damages: Payment & Performance Bonds |fover Your quotation response for this pject 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. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Douglas N. Higgins. Inc. Firm's Complete Legal Name 239-774-3130/238'774-4266 TelephoneNumber/Fax Number - '�_ Vice President Title Brandy Bartolone // /iL, Print Name Date C: Wayne Korlovich/Project Manager Packet Page-510- 7/12/2016 16.C.1 . COLLIER COUNTY QUOTE NO.14-6213-63 (REVISED) QUOTATION OPENING DATE: 5/13/16 SOUTH COUNTY WATER RECLAMATION FACILITY REPLACEMENT OF EQ OVERFLOW GATES W-2,W-3&W-3A COLLIER COUNTY PUBLIC UTILITIES DIVISION Item Estimated Unit Extended No. Description Units Quantity Price Price 1 Mobilization/Demobilization LS 1 $23,767.00 S 23,767.00 2 Demolition of Existing Gates LS 1 $13,613.00 $ 13,613.00 3 Installation of New Gates&Actuators LS 1 $116,685.00 $ 116,685.00 4 Electrical LS 1 $45,728.00 S 45,728.00 5 Temporary Bulk Head&Bypass Pumping LS 1 $4,055.00 $ 4,055.00 6 Additional Overhead and/or Wall Concrete Repairs SF 5 $2,790.00 $ 13,950.00 7 Formed Wall Concrete Wall Repairs SF 2.5 $4,200.00 $ 10,500.00 8 Cleaning,Surface Preparation and Coating w/Epoxytech CPP(Note:Two separate mobilizations will be required for coating at each location. SF 25 $1,476.00 $ 36,900.00 9 Allowance Fund for Owners Use as Directed for Bypass.This fund will be used only at the Owner's direction to accomplish work to allow bypassing of flows as needed for the gates replacement.This may include,bul not be limited to, additional bulkheads,remedial repairs to isolation valves or gates as needed and other unforeseen conditions? $25,000 10 Allowance Fund for Owners Use as Directed. This fund will be used only at the Owner's direction to accomplish work due to unforeseen conditions'3`Incluaion of the Allowance Fund 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 Fund. $49,000 TOTAL PRICE FOR ITEMS 1 thru 10 $ 339,198.00 S Packet Page-511- 7Y12/2016 16.C.1 . Emai|� SwainsonHaU@cohergovnet ~=~ Telephone: (239)252-8935 FAX: (239)252-6334 ��m���w�s��� u:hoomo ADDENDUM #1 Memorandum Date: April 26, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 — RFQ 14-6213-83 SCWRF EQ Overflow Gates Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Posting Updated Plans,Specifications, and Quote Schedule If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Wayne Karlovich, Project Manager 1 -\\ Packet Page-512- 7/12/2016 16.C.1 . Email: SwainsonHali@colliergov.net `~~'=° Telephone: (23S)252'8935 -- — -- — FAX: (23Q)252-O334 AdrNDiG0�UveGewioas[Xv|s|oD purchasing ADDENDUM #2 Memorandum Date: May 3, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #2— RFQ 14-6213-63 SCWRF EQ Overflow Gates Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Current Due Date—Wednesday, May 4, 2016 at 3:00PM Updated Due Date—Wednesday, May 11, 2O16 at3:MOP8U 1 If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Wayne Karlovich, Project Manager Packet Page -513- 7/12/2016 16.C.1 . Email SwansonHsdk@ooUierQov.n*t -- - Telephone: (239)252-8935 Serv|oe,7,:[DvsicR FAX: (239)252-6334 nuchzong ADDENDUM #3 Memorandum Date: May 10, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #3—RFQ 14-6213-63 SCWRF EQ Overflow Gates Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE 1: Current Due Date—Wednesday, May 11, 2016 at 3:00PM Updated Due Date—Friday, May 13, 2016 at 3:00PM CHANGE 2: Specification Section 11292 — SLIDE AND WEIR GATES Revise Paragraph 2.02 B. to read as follows: B. The weir gate manufacturer shall be Golden Harvest, Hydrogate, Waterman Industries, VVhipps' Inc. or approved equal as manufactured. CHANGE 3: Updating Bid Schedule, Plans, and Specifications (See Atonhec) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Wayne Karlovich, Project Manager (70 L3') 1 ( \`