Loading...
Agenda 04/25/2017 Item #16C304/25/2017 EXECUTIVE SUMMARY Recommendation to approve a $213,025.19 work order under request for quotation 14-6213-84 to Quality Enterprises USA, Inc., for the SRO Wellfield Flow Meter Replacement Project No. 70085. OBJECTIVE: To maintain a reliable raw water supply for the reverse osmosis treatment system at the South County Regional Water Treatment Plant (SCRWTP), which serves customers throughout the Collier County water service area. CONSIDERATIONS: The proposed scope of work under Project No. 70085, “Wellfield 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) November 10, 2015, Agenda Item 9C, as Appendix III of the 2015 AUIR/CIE. Funding for Project No. 70085 is available in, and is consistent with, the FY2017 CIP Budget. The SCRWTP reverse osmosis system is supplied with raw water from a flowing artesian brackish water wellfield with withdrawal from the Hawthorn aquifer system. The SCRWTP South Reverse Osmosis (SRO) wellfield was constructed in 2004 and expanded in 2009; there are currently 41 wells. The flowmeters are beyond the end of their useful lives, are unreliable, require extensive maintenance, and register inaccurate readings impacting the use and availability of the wells. The flow data from these wells are monitored to stay in compliance with the South Florida Water Management District Water Use Permit that includes a monthly and annual withdrawal limit from the aquifer. This is the first phase of a multi-year project and will replace 11 existing flowmeters in the SCRWTP SRO wellfield (wells 16 through 26). Request for Quotation 14-6214-84, “SRO Wellfield Flow Meter Replacement,” was posted November 9, 2016, and distributed to all vendors of the Fixed-Term Underground Utilities Contract 14-6214 via the county’s electronic bid process. Of the six vendors notified, three submitted quotations by the De cember 2, 2016, deadline, as summarized below. VENDOR QUOTE Quality Enterprises USA, Inc. $213,025.19 Douglas N Higgins, Inc. $260,169.00 Mitchell & Stark Construction Co., Inc. $271,600.00 Staff determined the lowest quote is fair and reasonable, and recommends awarding the work order to Quality Enterprises USA, Inc. The quote received was $13,925.19 (7 percent) more than the engineer’s cost opinion, including allowance. The design professional, PB Water Services USA, Inc., in a letter dated March 8, 2017, recommends award to Quality Enterprises USA, Inc., which has a satisfactory performance and warranty record on previous similar water utility related projects. The quote tabulation, chart, engineer’s letter of recommendation, and work order are Attachments 1, 2, 3, and 4, respectively. There may be unforeseen conditions associated with the project. The solicitation incorporated an allowance of $15,000 that included, but was not limited to, undocumented infrastructure that may be encountered during construction. The price for any additional work that would utilize this allowance shall be negotiated prior to commencement in accordance with the county’s Procurement Ordinance and the terms of the agreement. FISCAL IMPACT: Funding is available in, and is consistent with, the FY17 capital budget approved by 04/25/2017 the Board September 22, 2016. The source of funding is the Water User Fees Fund (412). The total capital cost to implement this project is $213,025.19. This is a replacement project; therefore, operating costs are not expected to change 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 RECOMMENDATION: To approve a $213,025.19 work order under Request for Quotation 14-6213- 84, “SRO Wellfield Flow Meter Replacement,” to Quality Enterprises USA, Inc., and authorize the Chair to sign and execute the attached work order. Prepared by: Alicia Abbott, Project Manager, E.I., Engineering & Project Management Division ATTACHMENT(S) 1. Attachment I - RFQ 14-6213-84 Quote Summary (PDF) 2. Attachment 2 - Chart (PDF) 3. Attachment 3 - Recommendation Letter (PDF) 4. Attachment 4 - Work Order SRO Wellfield Flow Meter (PDF) 04/25/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doc ID: 2985 Item Summary: Recommendation to approve a $213,025.19 work order under Request for Quotation 14-6213-84 to Quality Enterprises USA, Inc., for the SRO Wellfield Flow Meter Replacement Project No. 70085. Meeting Date: 04/25/2017 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Alicia Abbott 03/29/2017 5:11 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 03/29/2017 5:11 PM Approved By: Review: Water Pamela Libby Additional Reviewer Completed 03/30/2017 7:10 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 03/30/2017 7:18 AM Public Utilities Department Margie Hapke Additional Reviewer Completed 03/30/2017 8:58 AM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 03/30/2017 10:14 AM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 03/30/2017 10:16 AM Water Steve Messner Additional Reviewer Completed 03/30/2017 10:19 AM Procurement Services Swainson Hall Additional Reviewer Completed 04/03/2017 3:24 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 04/03/2017 4:23 PM Procurement Services Ted Coyman Additional Reviewer Completed 04/05/2017 5:31 PM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 04/05/2017 9:17 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 04/12/2017 1:04 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/12/2017 4:27 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/12/2017 4:52 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/13/2017 11:01 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 04/17/2017 9:19 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/18/2017 8:55 AM 04/25/2017 Board of County Commissioners MaryJo Brock Meeting Pending 04/25/2017 9:00 AM ITEM NO UNITS QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL -------- 1 1 Lump Sum 39,330.00$ 39,330.00$ 13,125.00$ 13,125.00$ 12,000.00$ 12,000.00$ 2 11 Each 12,063.36$ 132,696.96$ 16,062.00$ 176,682.00$ 13,800.00$ 151,800.00$ 3 11 Each 1,453.93$ 15,993.23$ 2,601.00$ 28,611.00$ 5,600.00$ 61,600.00$ 4 1 Lump Sum 9,432.05$ 9,432.05$ 2,849.00$ 2,849.00$ 16,000.00$ 16,000.00$ 5 1 Lump Sum 8,280.00$ 8,280.00$ 20,563.00$ 20,563.00$ 18,700.00$ 18,700.00$ 6 1 Lump Sum 59,800.00$ 59,800.00$ 49,275.00$ 49,275.00$ 37,300.00$ 37,300.00$ 7 1 Lump Sum 1,725.00$ 1,725.00$ 6,188.00$ 6,188.00$ 12,500.00$ 12,500.00$ 8 1 Time & Materials Provide training to county staff for meter operations and maintenance) Site Restoration Supply schedule and costs for integration of the new equipment by a specialized contractor such as Rocha, Carollo, or Revere. RFQ 14-6213-84 COLLIER COUNTY PUBLIC UTILITIES DIVISION: SRO WELLFIELD FLOW METER REPLACEMENTS Douglas N. Higgins, Inc.Mitchell & Stark Construction Company, Inc.Quality Enterprises USA, Inc. DESCRIPTION BASE Quote: Includes all items described in the Summary of Work as shown on the attached Drawings and Exhibits with no substitutions or limitations. Piping Modifications (includes SS spool pieces, gaskets, and SS nuts/bolts) Supply 2 HART field care units Mobilization (includes field measurements of all clearances and spool pieces that are required to be replaced) Furnish & Install Promag W400 Flow Measuring Devices (includes meter, conduit installation, and re-wiring) Opened by: Matthew Catoe, Procurement Strategist $15,000 213,025.19$ 260,169.00$ 271,600.00$ Were there any Contractors that did not submit a quote? 1. Haskins, Inc. $15,000 $15,000 2. Southwest Utility 3. Kyle Construction Opened by: Swainson Hall, Procurement Strategist TOTAL PRICE FOR ITEMS 1 THROUGH 8 ALLOWANCE FUND: This fund may be used only at OWNER'S direction to accomplish work due to unforeseen conditions. Inclusion of the Allowance Fund as part of the Contract Price is not a guarantee that the Contractor will be paid any portion of the full amount of the Allowance Fund. Attachment 2 $0 $50,000 $100,000 $150,000 $200,000 $250,000 $300,000 Quote Analysis RFQ 14-6213-84 (SRO Wellfield Flow Meter Replacement) KEY: Dashed Green- AVERAGE BID Dashed black- +/- 1 std dev of avg bid Dotted red- +/- 20% of eng estimate for horizontal construction March 8, 2017 Ms. Alicia Abbott Senior Project Manager Public Utilities Planning & Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Re: RFQ 14-6213-84 SRO Wellfield Flow Meter Replacements – Letter of Recommendation for Award Dear Ms. Abbott: The bids received for the above referenced project were reviewed by WSP Parsons Brinckerhoff. Each of the three responsive bidders appears to be qualified and properly equipped to complete the flowmeter replacement project. The low bid of $213,025.19 (including owner’s allowance of $15,000) was received from Quality Enterprises USA, Inc. The bid tabulation provided by Quality Enterprises was reviewed by WSP|PB and found to be accurate. The next lowest bid was received from Douglas N. Higgins, Inc. Their bid total was $260,169 or $47,143.81 higher than the low bid. An estimated project cost of $199,100 (including the owner’s allowance) was developed based on the cost to conduct similar work on several wells in the north RO wellfield last year. The low bid received was approximately 7% higher than the estimated cost prepared for the project. The low bid received appears reasonable based on market conditions. Quality Enterprises is the apparent low bidder for the project. It is recommended that Quality Enterprises be awarded the project based on their previous experience with the County, their pre-approved contractor status, and by virtue of the fact they are the low bidder on the project. Please let us know if you have any questions or comments. Very truly yours, Wm. Scott Manahan, P.E. Operations Manager WORK 0,ADER/PIJRCHASE ORDER Contract 14-b -i "Underground Utih Contracting" Contract Expiration Date: Jul, 2018 This Work Order is for professional Underground Utility Contracting services for work known as: Project Name: SRO Wellfield Flow Meter Replacement RFQ 14-6213-84 Project No: 70085.17.6 ✓ The work is specified in the proposal dated December 2, which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above and Request for Quotation # 14-621V84, this Work Order/Purchase Order is assigned to: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: ➢ Task I: Perform all work as described in the request for quote (RFQ 14-621344), and as listed on the attached quote form. Task II: Allowance. , Schedule of Work: Complete work within g' 0 days from the date of the Notice to Proceed which is accompanying this Work Order. The C�afsultant agrees that any Work Order that extends beyond the expiration date of Agreement # 14-6U13 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 iut accordance with following method(s): NNegdtiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) ®Tune & 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 $ 198,025.19 NL'/ Task II $ 15.000.00 "1'O TOTAL FEE $ 213,025.19 NLS & T&M PREPARED BY:�L" `i�\C \ <.�'� A Alicia Abbott, Project Manager Date Engineering & Project Management Division APPROVED BY: Oscar Martinez, .1;._, Principal 1' ject Manager Date Engineering & Project Manneme t Division Page I of 3 APPROVED BY: (Y' APPROVED BY: APPROVED BY: APPROVED B APPROVED BY: P Libby, WAatqr stri 41tion Manager ve Messner, Arater Director To Chmelik, P.E., Director 1:2 Project Management Division Jt5nZe,*i Operations Support Director Hall, procurement Strategist APPROVEDBY: d° rge Yil az, Public Utilities Administrator 3- 9 -/-?- 3 ba/.1 Date 3- /it -11 Date 1/6/ t 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: Quality Enterprises USA, Inc. �Z I-- ? file- V/[:2 Name & Title o Authorized Officer Date Stacey L. Murrell, Corporate Secretary (Remainder of page intentionally left blank) Page 2 of 3 C90 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: Dwight E. Brock, Clerk of Courts Dated: (SEAL) r First Witness Marcie Cohen TType/print witness nameT .V1 MALIK— Second W' ess Margarita Negron TType/print witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Penny Taylor, Chairman Name of Firm: Quality Enterprises USA, Inc. By:--�� "Signature Stacey i., Murrell- Cnrnnrarp SPrratary TType/print signature and titleT Page 3 of 3 CAO o o OO O O c Q� 8 IR S 8oct 8 rN O ri c1 Q 00' 11 N rl U O u So 0 0 0 E 0 s o p S cR S $ g N m I 0 0 o S 8 vt pNmp rffLi c0 W (l 01 ry6 ci c � O � m z Z N N N c N 14I j to VT N VS N � N o O �o d• m N g g of H Z 6 m Iq m N o c C 4 YS F O nQi') N A g 1� 'l(G01 vT ✓1 aR Vl vl C a EL p ti m o W c u o o rri m o g �n W ti ao ti H m ti m — x m 3 F �n z r in ✓Ji m O N z n w E E o o _ E oa r cr d O N h W K I F Q d `o `s 0 Z E U O t J U N — O L z N O N S N d O r W y o d a o 0 U w o .n E c cc « n w co m .Y c .o v v C A J vii C N C °- o m v E tE $ v c Y a n c E v S I l c ot — w w H c w an — y O_ 46 o Se a a Q c J y j C p v 9 W V y+ O O O 01 z o n c m A