Loading...
Agenda 11/15/2016 Item #16C3 16.C.3 11/15/2016 EXECUTIVE SUMMARY Recommendation to approve a $444,850 work order under Request for Quotation 14-6213-79 to Douglas N. Higgins, Inc., to replace aeration equipment under Water Reclamation Facilities Technical Support Project Number 70148. OBJECTIVE: To maintain wastewater treatment capacity and Irrigation Quality (IQ) water production at the North County Water Reclamation Facility (NCWRF) in compliance with Florida Department of Environmental Protection agency regulations. CONSIDERATIONS: The proposed scope of work under Project Number 70148, "Water Reclamation Facilities Technical Support Project," is consistent with the Capital Improvement Program (CIP) contained in the 2014 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015, as Agenda Item 9C, as Appendix III of the 2015 AUIR/CIE. Funding is available in, and is consistent with, the FY2017 CIP Budget. This project will replace the aerators on Oxidation Ditch No. 1 at the NCWRF. Oxidation Ditch No. 1 has four separate rotating aerators that play a critical role in the wastewater treatment process and the production of IQ water. The aerators operate continuously, 24 hours a day, 7 days a week, 365 days a year. The existing aerators are approximately 21 years old, and have reached the end of their useful lives. They can no longer be repaired due to wear and corrosion. This project replaces an essential treatment element benefiting the customers currently served by the NCWRF. Request for Quotation 14-6213-79, "NCWRF Aeration Equipment Replacement," was distributed on September 6, 2016, to the six vendors under the Fixed-Term Underground Utilities Contract 14-6213. Three contractors submitted quotations(summarized below)by the September 23,2016, deadline. VENDOR QUOTE Douglas N. Higgins,Inc. $444,850.00 Mitchell&Stark $ 504,988.00 Quality Enterprises USA $716,356.25 The equipment manufacturer, Evoqua Water Technologies, performed a site visit and recommended needed repairs that staff used to develop the quote specifications. Staff budgeted $500,000 for the work based on similar projects. The lowest quote is lower than budgeted, and staff determined that it is fair and reasonable, and recommends awarding the contract to Douglas N. Higgins, Inc. The quote is $55,150 (11 percent) lower than the cost opinion prepared by staff. The quote tabulation, analysis chart, and work order are Attachments 1,2,and 3,respectively. The quote specifications informed the respondents there may be unforeseen conditions associated with the project. The quote amount incorporates an allowance of $50,000 for owner-directed additional work including, but not limited to, modifications or repair resulting from unforeseen electrical, mechanical or structural work associated with this project. 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 contract. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2017 Capital Budget approved by the Board on September 22, 2016. The source of funding is the Wastewater User Fee Fund Packet Pg. 823 16.C.3 11/15/2016 (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, approves a $444,850 work order to Douglas N. Higgins, Inc., under Request for Quotation 14-6213-79 for the"NCWRF Replace Aeration Equipment"Project Number 70148; and,authorizes the Chair to sign and execute the work order. Prepared By: Wayne M. Karlovich, Senior Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1.Attachment 1 -RFQ 14-6213-79 Quote Tabulation (PDF) 2.Attachment 2-PPMD quote analysis (PDF) 3.Attachment 3 -Work Order 14-6213 (PDF) Packet Pg. 824 16.C.3 11/15/2016 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Item Summary: Recommendation to approve a$444,850 work order under Request for Quotation 14-6213-79 to Douglas N. Higgins, Inc., to replace aeration equipment under Water Reclamation Facilities Technical Support Project Number 70148. Meeting Date: 11/15/2016 Prepared by: Title: Project Manager, Senior—Public Utilities Planning and Project Management Name: Wayne Karlovich 10/27/2016 7:48 AM Submitted by: Title: Division Director-Public Utilities Eng—Public Utilities Planning and Project Management Name: Tom Chmelik 10/27/2016 7:48 AM Approved By: Review: 0 Public Utilities Department Margie Hapke Level 1 Division Reviewer Completed 10/27/2016 3:36 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 10/27/2016 3:37 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 10/27/2016 3:39 PM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed Procurement Services Sandra Herrera Additional Reviewer Completed 10/28/2016 4:23 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed Procurement Services Ted Coyman Additional Reviewer Completed 10/31/2016 1:09 PM Wastewater Beth Johnssen Additional Reviewer Completed 10/31/2016 3:50 PM Public Utilities Department Margie Hapke Additional Reviewer Completed 11/01/2016 8:41 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 11/01/2016 11:40 AM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 11/01/2016 1:05 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/02/2016 10:11 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/03/2016 3:13 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/06/2016 5:25 PM Board of County Commissioners MaryJo Brock Meeting Pending 11/15/2016 9:00 AM or Packet Pg. 825 16.C.3.a QUOTE TABULATION COLLIER COUNTY QUOTE NO.14-6231-79 QUOTATION OPENING DATE-September 23,2016 NCWRF Aeration Equipment Replacement NORTH COUNTY WATER RECLAMATION FACILITY COLLIER COUNTY PUBLIC UTILITIES DEPARTMART Item Estimated Basis DN Higgins Mitchell&Stark Quality No. Description Quantity of Payment i+ C a) Perform all Contract Work described in the 1 Lump Sum $394,850.00 $454,988.00 $666,356.25 E Fact Sheet a) L) CS Allowance Fund for Owners Use as d Directed. This fund will be used only at the Owner's direction to address unforeseen electrical,mechanical,structural work,or C) equipment inspection and service work E 2 associated with replacement of the aeration 1 Time and Materials $50,000.00 $50,000.00 $50,000.00 Q' equipment. Inclusion of the Allowance Fund as part of the Quoted Price is not a guarantee that the Contractor will be paid LJ 1 any portion or the full amount of the _ O Allowance Fund. w+ C) TOTAL PRICE FOR ITEMS 1 AND 2 $444,850.00 $504,988.00 $716,356.25 Were there any Contractors that did not submit a quote? 1.Southwest Utility 2.Kyle Construction V 3.Haskins z tG Opened By:Swainson Hall,Procurement Strategist r Witnessed By:Matthew Catoe,Procurement Strategist N 0 R N a) 9-. O a M N tD rt a Lt_ ce C a) E V R1 w y.. a) E V tC 9.. 4-. 0 Packet Pg. 826 16.C.3.b C C 0 to cu u > aci c d m cu z3 w O O 'a -O • \ a-' c O N Q N up v c E 0 L- .c - L c-I > + N E .N ut LU 0 < CD 0 + O 0 + a .°c Ou C d E d v Q Y O1 co''' v d .-. I U '- C I I 2 w CU I • I a Eco 1 I 01 V I I Q 1%41 al a w z ' 4•• I • I Tr d ca 0 r-1 wI I N Il. �_ 1 1 vCh N oc I O W on C S VS C Z 4) 0 o a-+ 0 a) aN fa 0 OC a. 13 Q N CO U.. C Ced t V V (a Z • a c w E W 2 t a w I O O O 0 0 0 0 0 O C O O O 0 0 0 0 0 O O O O O O O O co I. l0 L() d- ('() N e--I V} V} V} V} V} V} V} V} 1 I Packet Pg. 827 S I 16.C.3.c WORK ORDER/PURCHASE ORDER Contract 14-6213 "Underground Utility Contractors" Contract Expiration Date: July 7,2018 7- This Work Order is for professional construction services for work known as: Project Name: NCWRForation Equipment Replacement c d Project No: 70148.1.1 E 0 to The work is specified in the proposal dated September 23, 2016 which is attached hereto and made a 13. part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, cc this Work Order/Purchase Order is assigned to: Douglas N.Higgins,Inc. a-' E. E o. Scope of Work: As detailed in the attached proposal and the following: 0- Lu * Task I Perform all Work as described in the Proposal o * Task II Allowance for Owners Use as Directed m . a) f a Schedule of Work: Complete work within 210 days from the date of the Notice to Proceed which is ce 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 z that Agreement until the completion or termination of this Work Order. to N Compensation: In accordance with the Agreement referenced above. th County will compensate the M Firm in accordance with following method(s): Negotiated Lump Sum (NLS) (Lump Sum Plus T, Reimbursable Costs (LS-FRC) ®Time & Material (T&M)(established hourly rate —Schedule A) ❑ v Cost Plus Fixed Fee(CPFF),as provided in the attached proposal. ` m Task I $394,850.00 NLS o ,_ Task II $50,000.00 T&M y,. o TOTAL FEE $444,850.00 M c PREPARED BY: ,�.� K* :,,,,:z)--•,/': t / f c, Wayne .arlo��ich, Senior Protect Manager Date" ` co APPROVED BY: Q.,,,.. y ,.. ,_r...,--... C 1 ( c CD Craig Pa;er, )rin ' . 1 Project Manager Date E cz ¢ � APPROVED BY: !1 � , �d= a`` ( ii a Tom C hmelik,PPMD Department Director Date c.).) Page 1 of 3 Packet Pg. 828 16.C.3.c CAPPROVED BY: Robert VonHolle,NCr RFPlant Manager Date APPROVED B ' '`j 0 f _ Beth J knssen,,'astewater Director Dat ct 11/4\0' APPROVED BY: �d i = ; (`3 f / 44 Dr r 1 ge Vim'r'., Public Utilities Administrator Date E U APPROVED BY: x/1_0! .?/!"7 1(r Q ,'A,p,.on all,Procurement Strategist Date rt C 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 w currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates o to the proposed work;and bear on whether the Firm has a potential conflict have been fully disclosed. c. 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. cc U Z 1 •. 0 ACCEPTED BY: Douglas N. Higgins, Inc. Brandy Bartolone,Vice tm Date L N L 0 _. i O Jp M p C V (Remainder of page intentionally left blank) a U 1cc Contract 14-6213 "Underground Utility Contractors" d 1 0 1 cor 0 Page 2 of 3 1 Packet Pg. 829 16.C.3.c 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 a) E a) By: By: u — ca Donna Fiala, Chairwoman 11 a) Dated: Ix 9C" a) (SEAL) E c 0- tit c Douglas N. Higgins. Inc. o ,.. <. a) First Witness ,-, Signature u_ cc ----,-- / C.) 1 6 yytm, L. ti„,, , , , ,, c„,,, ,,, 1J ( Li. 47) I-Fyne/print witness nameT(1— TType/print signature and titleT Lc) ./ cs, c4 0-) .,-- CNI * illittLe/ti lb 414(r) V' TType/print witness nameT -0 Ci -e. 0 el .5 0 E • .prev d as t, _c and Legality: 0 It ..L:. c •••_:,'- .. ounty Attorney 0 12_ 2. Print Name (7)) Contract 14-6213 "Underground Utility Contractors” 0 Page 3 of 3 Packet Pg. 830 16.C.3.c 0.,..7 C0 .4., .e& ,1er COUVIty Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213"Annual Contract for Underground Utilities&General Contractors" Date: September 6, 2016 'IC a) E From: Swainson Hall, Procurement Strategist a) 239-252-8935, Telephone Number 0 0 239-252-6334, Fax Number a a) swainsonhallAcolliergov.net re +e' a) To: Potential Quoters E .0_ 5 Subject: RFQ 14-6213-79 NCWRF Aeration Equipment Replacement a- w c As provided in the referenced contract, the Collier County Procurement Services Division is o soliciting quotes for the referenced project. ,.. a) 1 <4 RFQ Due Date: Friday,September 16, 2016 at 3:00 PM u. cc Not Required—Please ask all question on the Online Pre-Quote Meeting: Bidding System 0 z Q&A Deadline: Wednesday,September 14,2016 at 5:00 PM C Number of Days to Final Completion 180 days to substantial+30 days final= 210 days total , (NI Scope Provided Yes cn Plans and Specs: None , (.1 Liquidated Damages: $1,100,00 per day ci? •cr. Payment & Performance Bonds If over$200,000.00 ,- a) 12 Your quotation response for this project is due no later than the date and time specified above.We 0 will not accept any quotation responses later than the noted time and date. If your firm is unable to ..,c respond electronically, your quotation must be received in the office of the Purchasing Department at 8 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. (-) .... c Douglas N. Hictains. Inc. E Firm's Complete Legal Name -c 0 239-774-3130 I 239-774-42.6 ets Tel-•-4 - 'umber/Fax Number --.....,, c ____ _ Signature 0 E Vice President = Title i u II Brandy Bartolone • 7/2L 3 AL-________ .., •gt Print Name Date , C: Wayne Karlovich/Project Manager rIP RFQ 14-6213-78 Packet Pg. 831 16.C.3.c ioteY County Email: kristoferlopez©colliergov.net Telephone:(239)252-8944 Administrative Services Division FAX:(239)252-2810 Purchasing ADDENDUM#1 Memorandum r c a) E CD C.) ca Date: September 16, 2016 From: Swainson Hall, Procurement Strategist E To: Potential Proposers •5 0 Subject: Addendum#1 —RFQ 14-6213-79 NCWRF Aeration Equipment Replacement ns The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: cc Change 1: z cc Current RFQ Due Date-Friday, September 16, 2016 3:00 PM . es Updated RFQ Due Date—Friday,September 23, 2016 3:00 PM N as If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. 0 c: Wayne Kariovich, Project Manager M as ns ca .. \\, lit+ Packet Pg. 832 16.C.3.c Cater County Email: kristoferlopez@colliergov.net Telephone:(239)252-8944 Administrative Serwoes Division FAX: (239)252-2810 Pursing ADDENDUM#2 Memorandum E a) V Date: September 20, 2016 cc From: Swainson Hall, Procurement Strategist E n. To: Potential Proposers Subject: Addendum#2—REQ 14-6213-79 NCWRF Aeration Equipment Replacement The following clarifications are issued as an addendum identifying the following changes for the ct referenced solicitation: Change 1: Z Eliminate all work associated with Oxidation Ditch 2. Utilize revised Factsheet and Quote Schedule. As shown on the revised Quote Schedule, the Allowance Fund for Owners Use as Directed has been N reduced to $50,000. M The following documents are not part of this project: t9 Ox Ditch#2 Guidance Tank 2 Parts List Field Service Tank#2 Change 2: 8 Posting Revised Factsheet and Revised Quote Schedule(See Attached) M a) If you require additional information please post a question on the Online Bidding site or contact me c using the above contact information. 4 c c:Wayne Karlovich, Project Manager U to 1 (fir Packet Pg. 833 16.C.3.c QUOTE SCHEDULE COLLIER COUNTY QUOTE NO. 14-6231.79 Revised per Addendum No.2 QUOTATION OPENING DATE 9-23-16 CONTRACTOR: Douglas N. Higgins, Inc. 0 NCWRF Aeration Equipment Replacement a NORTH COUNTY WATER RECLAMATION FACILITY cc COLLIER COUNTY PUBLIC UTILITIES DEPARTMART E 0. Item Estimated Basis o- No. Description Quantity of Payment Total 0 1 Perform all Contract Work described in the Fact Sheet Lump Sum $ 394,850.00 Q u. U Z 2 Allowance Fund for Owners Use as Directed. This fund will be used only at the Owner's direction to address unforeseen electrical, mechanical, structural work, or equipment inspection and service work N associated with replacement of the aeration equipment. Inclusion of the Allowance Fund as part of the Quoted 12 Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund. Time and Materials $50,000.00 0 TOTAL PRICE FOR ITEMS 1 AND 2 $ 444,850.00 m R3 Packet Pg. 834 16.C.3.c QUOTE TABULATION COLLIER COUNTY QUOTE NO.14-6231-7S QUOTATION OPENING DATE-September 23,2018 NCWRF Aeration Equipment Replacement NORTH COUNTY WATER RECLAMATION FACILITY COLLIER COUNTY PUBLIC UTILITIES DEPARTMART Nem Estimated Basis DN Higgins Mitchell S Stark Quality No, Description Quantity of Payment 1 Perform all Contract Wort described It ire 1 Lump Sum 3394,850 00 $454,908 00 $656,356 25 Fact Sheet d V Allowance Fund fa Owners Use as Directed This fund will be used only at the Owner's direction to address unforeseen electrical,mechanical,structural Work,or equipment inspection and service wan 2 associated with.replacement of the aeration 1 Time and Materiels $50,100 00 $50,000.00 $50,000 00 0> equipment inclusion of the Allowance Fund E as pan of the Quoted Price is note Q guarantee that Me Contractor will be paid any portion or the full amount of the TS Allowance Fund. W 0 TOTAL PRICE FOR ITEMS 1 AND 2 $444,ss0.00 $504388.00 $716,358.25 CO C) Were there any Contractors that did not submit a quote? 1..Souti.Southwest U114ty LL 2.Kyte C.ansaructicn J 3.Haskins �S Opened By:Sweinaon Heil,Procurement Strategist Witnessed By:Matthew Catoe,Procurement Strategist 01111) M N (D L N .5- L 0 L 8 M C a) E (57 U ft) C E U t0 a-. ar a Packet Pg. 835