Loading...
Agenda 05/09/2017 Item #16C 205/09/2017 EXECUTIVE SUMMARY Recommendation to approve a $547,400 work order under Request for Quotation 14-6213-95 to Southwest Utility Systems Inc., to construct new pump station 133.09 at Willoughby Drive under Project Number 70177, and authorize the necessary budget amendment. OBJECTIVE: To provide compliant, reliable wastewater service to approximately 30 new customers. CONSIDERATIONS: This utility project is located at the western terminus of Willoughby Drive and consists of 1 wastewater pump station, 1 manhole, and approximately 880 linear feet of 4” force main. This project will be built to current utility standards and will serve approximately 15 existing homes on Willoughby Drive and 15 future homes in the proposed Willoughby Preserve subdivision. When Willoughby Drive was constructed in the early 80s, gravity sewer was installed with the anticipation of a future phase of the development being constructed to the west. The gravity sewer was designed to flow to this future phase and be collected and pumped to the North County Water Reclamation Facility. That phase has not been constructed but was recently approved as Willoughby Preserve (PL20160003121). Public Utilities proposes to construct this wastewater pump station to serve the future Willoughby Preserve development, as well as the existing homes that have not been able to connect to the “dry line” gravity sewer. The new wastewater pump station will serve approximately a total of 30 Single-Family Home Units, the total population will be 75 using a 2.5 population per unit. The estimated flow to the station is 31,680 Gallons Per Day (GPD) maximum and 7,500 GPD average. Pump station 133.09 will be situated in the proposed Willoughby Preserve subdivision within a Utility Easement (OR Book 5239 Pg. 2988). A Right of Entry was acquired for construction of the pump station (OR Book 5239 Pg. 2985). Request for Quotation 14-6213-95, “New Pump Station 133.09 at Willoughby Drive,” was distributed February 13, 2017, to the six vendors under the Fixed-Term Underground Utilities Contract 14-6213 via the County’s electronic bid process. Of the six vendors notified, five submitted quotations for this project by the deadline (Attachment 1). The quotations received on March 3, 2017, are summarized in the table below: VENDOR QUOTE Southwest Utility Systems, Inc. $547,400.00 Mitchell & Stark, Const. Co., Inc. $558,026.00 Douglas N. Higgins, Inc. $593,400.00 Haskins, Inc. $663,320.00 Quality Enterprises USA, Inc. $705,748.10 Staff reviewed the quotations and determined Southwest Utility Systems, Inc., to be the lowest qualified and responsive bidder at approximately 14 percent below the engineer’s cost estimate. The graph of the results is included as Attachment 2. The Procurement Services Division concluded that bidding was competitive and representative of market conditions. The project design professional, Johnson Engineering, also recommends award of this work order to Southwest Utility Systems, Inc., as stated in its March 28, 2017, letter (Attachment 3). Southwest Utility Systems, Inc., has a satisfactory performance and warranty record on other similar county utility-related construction projects. The bid specifications informed the bidders there may be unforeseen conditions associated with the project. The project cost includes an allowance of $71,400.00 16.C.2 Packet Pg. 570 05/09/2017 for owner-directed work due to unforeseen or geological conditions. The price for any additional work shall be negotiated prior to the start of any such work in accord 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 the Board of County Commissioners September 22, 2016. The source of funding is the Sewer Impact Fee Fund (413). A budget amendment is required to move $547,400 from Sewer Reserves to Project Number 70177, Fund (413). Staff analyzed current and future needs to be funded from the cited project number to assure that the budget amendment will not affect current and future financial commitments. Using today’s dollars, the total capital cost of t his project is $547,400. The project has a life expectancy of 20 years, generating an approximate annualized capital cost of $27,370. The operating costs will increase for electricity and maintenance. In general, an additional crew member is required for every 25 new pump stations added to the system. The table below shows the estimated operational cost impact of adding this pump station. Elements FY 2017 FY 2018 FY 2019 - FY2038 Capital Outlay $547,400 $ 0 $ 0 Operating Cost Change $ 0 + $5,700 + $ 151,200 Cost Savings $ 0 $ 0 $ 0 Net Operating Effect $ 0 + $5,700 + $ 151,200 *This reflects the approximate cost in the annual operating budget for each fiscal year over the life of the asset. 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 $547,400 work order to Southwest Utility Systems, Inc., under Request for Quotation 14-6213-95 for Pump Station 133.09 Project No. 70177; authorize the necessary budget amendment; and, authorize the Chair to sign and execute the attached work order. Prepared By: Zamira DelToro, Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. Attachment 1- RFQ 14-6213-95 Quote Tabulation (PDF) 2. Attachment 2 - EPMD quote analysis (PDF) 3. Attachment 3 - Recommendation Letter with Tabulation sheet and Opinion of Cost (PDF) 4. Attachment 4 - Work Order and Payment Bonds (PDF) 16.C.2 Packet Pg. 571 05/09/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 3028 Item Summary: Recommendation to approve a $547,400 work order under Request for Quotation 14-6213-95 to Southwest Utility Systems Inc., to construct new pump station 133.09 at Willoughby Drive under Project Number 70177, and authorize the necessary budget amendment. Meeting Date: 05/09/2017 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Zamira Deltoro 04/06/2017 4:42 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 04/06/2017 4:42 PM Approved By: Review: Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 04/10/2017 8:24 AM Public Utilities Department Margie Hapke Additional Reviewer Completed 04/10/2017 12:38 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 04/11/2017 9:55 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 04/11/2017 10:49 AM Procurement Services Swainson Hall Additional Reviewer Completed 04/11/2017 4:18 PM Wastewater Steve Nagy Additional Reviewer Completed 04/12/2017 3:49 PM Procurement Services Swainson Hall Additional Reviewer Completed 04/16/2017 10:07 PM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed 04/17/2017 10:00 AM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 04/20/2017 2:41 PM Wastewater Beth Johnssen Additional Reviewer Completed 04/21/2017 3:04 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 04/25/2017 3:17 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/25/2017 3:31 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/26/2017 8:19 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/26/2017 2:34 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 04/27/2017 2:06 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/30/2017 9:09 AM 16.C.2 Packet Pg. 572 05/09/2017 Board of County Commissioners MaryJo Brock Meeting Pending 05/09/2017 9:00 AM 16.C.2 Packet Pg. 573 GENERAL 1 Mobilization, Demobilization, Bonding, Insurance 1 LS 40,000.00$ 30,000.00$ 15,000.00$ 60,000.00$ 76,690.00$ - 2 Pre-construction Video and Post-construction Video 1 LS 2,500.00$ 1,500.00$ 4,000.00$ 2,550.00$ 900.00$ - 3 Survey Layout & Record Drawings 1 LS 10,500.00$ 8,000.00$ 7,000.00$ 8,000.00$ 3,480.00$ - 4 Maintenance of traffic 1 LS 2,000.00$ 2,500.00$ 4,000.00$ 1,000.00$ 6,600.00$ - 5 Sitework - clearing, tree removal, dewatering, fill, grading, limerock, erosion control, etc.1 LS 15,000.00$ 13,700.00$ 40,000.00$ 42,000.00$ 15,459.00$ - CIVIL 6 6' Diameter Pump Station with Polymer Concrete Wet Well 1 LS 230,000.00$ 245,000.00$ 248,000.00$ 287,000.00$ 287,500.00$ - 7 4' Diameter Polymer Concrete Manhole 1 LS 16,000.00$ 13,540.00$ 18,000.00$ 17,000.00$ 33,800.00$ - 8 4" FM - HDPE DR11 - Open Cut and Directional Drill 1 LS 30,000.00$ 43,000.00$ 44,000.00$ 41,500.00$ 70,500.00$ - 9 8" Sanitary Sewer - PVC SDR26 1 LS 8,500.00$ 9,600.00$ 28,000.00$ 7,700.00$ 7,620.00$ - 10 Connections to Existing Systems 1 LS 12,500.00$ 10,000.00$ 10,000.00$ 4,000.00$ 5,220.00$ - 11 Pump Station Sitework 1 LS 6,500.00$ 20,000.00$ 24,000.00$ 22,000.00$ 21,900.00$ - 12 Restore Existing Manholes and Clean-Outs 1 LS 75,000.00$ 33,000.00$ 7,000.00$ 26,000.00$ 33,000.00$ - 13 Landscaping & Irrigation 1 LS 4,000.00$ 9,400.00$ 18,000.00$ 6,350.00$ 5,355.00$ - ELECTRICAL 14 Service entrance conductors 1 LS 4,000.00$ 3,000.00$ 10,000.00$ 3,200.00$ 14,810.00$ - 15 Electrical Equipment & Installation 1 LS 7,500.00$ 15,000.00$ 10,000.00$ 17,000.00$ 13,420.00$ - 16 Surge suppression systems 1 LS 2,000.00$ 2,000.00$ 15,000.00$ 2,000.00$ 1,550.00$ - 17 Conduit and wire, misc.1 LS 3,000.00$ 20,000.00$ 6,000.00$ 23,000.00$ 5,780.00$ - 18 Bonding & Grounding 1 LS 7,000.00$ 6,000.00$ 8,000.00$ 6,500.00$ 10,110.00$ - 476,000.00$ 485,240.00$ 516,000.00$ 576,800.00$ 613,694.00$ - 19 *Owner-Directed Work for Unforeseen Conditions - 15%71,400.00$ 72,786.00$ 77,400.00$ 86,520.00$ 92,054.10$ - Total 547,400.00$ 558,026.00$ 593,400.00$ 663,320.00$ 705,748.10$ No Quote Opened By: Swainson Hall, Procurement Strategist Witnessed By: Evelyn Colon, Procurement Strategist Mitchell & Stark DN Higgins Haskins, Inc.Quality Enterprises Kyle Construction 14-6213-95 Collier County Pump Station 133.09 Quote Tabulation Project Manager: Zamira Deltoro March 3, 2017 Collier County Project 70046.43.2 Sub-Total Item Description Quantity Unit Southwest Utility 15% of Sub-Total 16.C.2.a Packet Pg. 574 Attachment: Attachment 1- RFQ 14-6213-95 Quote Tabulation (3028 : Pump Station Renewal 133.09 at $0.00 $100,000.00 $200,000.00 $300,000.00 $400,000.00 $500,000.00 $600,000.00 $700,000.00 $800,000.00 Eng Est Southwest Utility Systems, Inc. Mitchell & Stark DN Higgins, Inc.Haskins, Inc.Quality Enterprises Results for RFQ 14-6213-95 (New PS 133.09 at Willoughby Drive) KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid Dotted red- +/-20% of eng estimate for horizontal construction 16.C.2.b Packet Pg. 575 Attachment: Attachment 2 - EPMD quote analysis (3028 : Pump Station Renewal 133.09 at Willoughby 2350 Stanford Court ■Naples, Florida 34112 (239) 434-0333 ■ www.johnsoneng.com SINCE 1946 March 28, 2017 Zamira DelToro Project Manager Collier County Public Utilities Department Engineering and Project Management Division 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Re: RFQ 14-6213-95 Collier County Pump Station 133.09 Low Quote: Southwest Utility Systems, Inc. Dear Ms. DelToro: The quote opening for the above-referenced project took place on March 3, 2017. Collier County provided the results of the quote opening to Johnson Engineering on March 6, 2017. Johnson Engineering performed an evaluation of the results and our recommendation is contained herein. Collier County received five (5) quotes by the deadline established on the RFQ. The quotes received at the opening performed by Collier County listed below are from lowest to highest: FIRM BASE QUOTE AMOUNT Southwest Utility Systems, Inc. $547,400.00 Mitchell & Stark $558,026.00 DN Higgins, Inc. $593,400.00 Haskins, Inc. $663,320.00 Quality Enterprises $705,748.10 For comparison purposes, Johnson Engineering provided Collier County with an Opinion of Probable Construction Cost on January 25, 2017 to be approximately $634,800.00. Following the opening, Collier County prepared the enclosed Quote Tabulation Analysis, which includes an analysis for mathematical errors. No mathematical errors appear to have been found and the results show Southwest Utility Systems, Inc. as the low quoter. Based upon our review, the low quoter Southwest Utility Systems, Inc. appears to be a reasonable and responsive bid. Subject to concurrence with Collier County’s Purchasing and Contracts Division, and the contractor furnishing the appropriate bonding and other required insurances, we believe selection of Southwest Utility Systems, Inc. by Collier County for the intended work contained within the bid documents to be an appropriate choice. Should you have any questions, or require additional information, please let me know. Sincerely, JOHNSON ENGINEERING, INC. Jared R. Brown, P.E. 16.C.2.c Packet Pg. 576 Attachment: Attachment 3 - Recommendation Letter with Tabulation sheet and Opinion of Cost (3028 : Pump Station Renewal 133.09 at GENERAL 1 Mobilization, Demobilization, Bonding, Insurance 1 LS 40,000.00$ 30,000.00$ 15,000.00$ 60,000.00$ 76,690.00$ - 2 Pre-construction Video and Post-construction Video 1 LS 2,500.00$ 1,500.00$ 4,000.00$ 2,550.00$ 900.00$ - 3 Survey Layout & Record Drawings 1 LS 10,500.00$ 8,000.00$ 7,000.00$ 8,000.00$ 3,480.00$ - 4 Maintenance of traffic 1 LS 2,000.00$ 2,500.00$ 4,000.00$ 1,000.00$ 6,600.00$ - 5 Sitework - clearing, tree removal, dewatering, fill, grading, limerock, erosion control, etc.1 LS 15,000.00$ 13,700.00$ 40,000.00$ 42,000.00$ 15,459.00$ - CIVIL 6 6' Diameter Pump Station with Polymer Concrete Wet Well 1 LS 230,000.00$ 245,000.00$ 248,000.00$ 287,000.00$ 287,500.00$ - 7 4' Diameter Polymer Concrete Manhole 1 LS 16,000.00$ 13,540.00$ 18,000.00$ 17,000.00$ 33,800.00$ - 8 4" FM - HDPE DR11 - Open Cut and Directional Drill 1 LS 30,000.00$ 43,000.00$ 44,000.00$ 41,500.00$ 70,500.00$ - 9 8" Sanitary Sewer - PVC SDR26 1 LS 8,500.00$ 9,600.00$ 28,000.00$ 7,700.00$ 7,620.00$ - 10 Connections to Existing Systems 1 LS 12,500.00$ 10,000.00$ 10,000.00$ 4,000.00$ 5,220.00$ - 11 Pump Station Sitework 1 LS 6,500.00$ 20,000.00$ 24,000.00$ 22,000.00$ 21,900.00$ - 12 Restore Existing Manholes and Clean-Outs 1 LS 75,000.00$ 33,000.00$ 7,000.00$ 26,000.00$ 33,000.00$ - 13 Landscaping & Irrigation 1 LS 4,000.00$ 9,400.00$ 18,000.00$ 6,350.00$ 5,355.00$ - ELECTRICAL 14 Service entrance conductors 1 LS 4,000.00$ 3,000.00$ 10,000.00$ 3,200.00$ 14,810.00$ - 15 Electrical Equipment & Installation 1 LS 7,500.00$ 15,000.00$ 10,000.00$ 17,000.00$ 13,420.00$ - 16 Surge suppression systems 1 LS 2,000.00$ 2,000.00$ 15,000.00$ 2,000.00$ 1,550.00$ - 17 Conduit and wire, misc.1 LS 3,000.00$ 20,000.00$ 6,000.00$ 23,000.00$ 5,780.00$ - 18 Bonding & Grounding 1 LS 7,000.00$ 6,000.00$ 8,000.00$ 6,500.00$ 10,110.00$ - 476,000.00$ 485,240.00$ 516,000.00$ 576,800.00$ 613,694.00$ - 19 *Owner-Directed Work for Unforeseen Conditions - 15%71,400.00$ 72,786.00$ 77,400.00$ 86,520.00$ 92,054.10$ - Total 547,400.00$ 558,026.00$ 593,400.00$ 663,320.00$ 705,748.10$ No Quote Opened By: Swainson Hall, Procurement Strategist Witnessed By: Evelyn Colon, Procurement Strategist Mitchell & Stark DN Higgins Haskins, Inc.Quality Enterprises Kyle Construction 14-6213-95 Collier County Pump Station 133.09 Quote Tabulation Project Manager: Zamira Deltoro March 3, 2017 Collier County Project 70046.43.2 Sub-Total Item Description Quantity Unit Southwest Utility 15% of Sub-Total 16.C.2.c Packet Pg. 577 Attachment: Attachment 3 - Recommendation Letter with Tabulation sheet and Opinion of Cost (3028 : Collier County Pump Station 133.09 OPC - Bid Tabulation Form Project Manager: Zamira Deltoro January 25, 2017 Collier County Project 70046.43.2 1 Mobilization, Demobilization, Bonding, Insurance 1 LS 50,000.00$ 2 Pre-construction Video and Post-construction Video 1 LS 1,500.00$ 3 Survey Layout & Record Drawings 1 LS 7,500.00$ 4 Maintenance of traffic 1 LS 5,000.00$ 5 Sitework - clearing, tree removal, dewatering, fill, grading, limerock, erosion control, etc.1 LS 7,500.00$ 6 6' Diameter Pump Station with Polymer Concrete Wet Well 1 LS 257,000.00$ 7 4' Diameter Polymer Concrete Manhole 1 LS 15,000.00$ 8 4" FM - HDPE DR11 - Open Cut and Directional Drill 1 LS 87,000.00$ 9 8" Sanitary Sewer - PVC SDR26 1 LS 6,000.00$ 10 Connections to Existing Systems 1 LS 5,500.00$ 11 Pump Station Sitework 1 LS 10,000.00$ 12 Restore Existing Manholes and Clean-Outs 1 LS 15,000.00$ 13 Landscaping & Irrigation 1 LS 4,500.00$ 14 Service entrance conductors 1 LS 3,000.00$ 15 Electrical Equipment & Installation 1 LS 50,000.00$ 16 Surge suppression systems 1 LS 2,000.00$ 17 Conduit and wire, misc 1 LS 18,000.00$ 18 Bonding & grounding 1 LS 7,500.00$ 552,000.00$ 22 *Owner-Directed Work for Unforeseen Conditions - 15%82,800.00$ Total 634,800.00$ ADDITIONAL NOTES: (3) All excavation shall be unclassified with no additional payment to be made for rock, muck or other materials. Contractor will be responsible for all replacement fill material. Contractor shall obtain all necessary permits - tree removal permit, etc. (4) Pre-Construction Video recording in accordance with the County Specification (022200) shall be completed. (5) The Contractor shall designate a representative, such as their Superintendent who will be on-site during all work to assist the County in responding to customer questions or needs. (6) The Contractor is responsible for preparation of a safety program/risk management program. This document should not only address daily activities but also required actions for tropical storms and hurricanes. (7) All quotes to be per the Utility Underground Contract, plans, standards, specifications and all documentation provided within the Bid Package. 15% of Sub-Total * NOTE: Owner reserves these funds for owner-directed work. There is no guarantee that the contractor will receive any portion of these additional funds. (1) Contractor is responsible to purchase all job materials and equipments stipulated, for receiving, unloading, verifying condition, protecting and installing all materials and equipment. The Contractor will be responsible for the warranty of the installation. (2) Weekly progress meetings will be held for the project. The Contractor shall have his Project Manager and Job Superintendent at all progress meetings. The Contractor shall provide an update of all work in the past week and a two (2) week look ahead. The Contractor on a weekly basis shall provide an updated project schedule. The Contractor will need to supplement with additional crews as necessary to remain on schedule for timely completion. Sub-Total CIVIL ELECTRICAL Item Description Quantity Unit Cost GENERAL 16.C.2.c Packet Pg. 578 Attachment: Attachment 3 - Recommendation Letter with Tabulation sheet and Opinion of Cost (3028 : Pump Station Renewal 133.09 at 16.C.2.d Packet Pg. 579 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 580 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 581 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 582 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 583 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 584 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 585 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 586 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 587 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 588 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 589 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive) 16.C.2.d Packet Pg. 590 Attachment: Attachment 4 - Work Order and Payment Bonds (3028 : Pump Station Renewal 133.09 at Willoughby Drive)