Loading...
Agenda 06/09/2015 Item #16C2 6/9/2015 16.C.2. EXECUTIVE SUMMARY Recommendation to award Request For Quote No. 14-6213-33, "Bay Villas Water Main Replacement," to Douglas N. Higgins, Inc., in the amount of$521,148, Project Numbers 71010 and 70043. OBJECTIVE: To provide a compliant and reliable potable water system to Collier County Water-Sewer District(CCWSD)customers in Bay Villas. CONSIDERATIONS: The proposed scope of work for Project 71010"Distribution System Renewal and Replacement," 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, and is consistent with the FY2015 CIP Budget. The potable water main in Bay Villas was installed in 1987. There are approximately 2,500 linear feet of 4- and 6-inch diameter ductile iron pipe in a coastal area currently serving 69 residential connections. The pipe has reached the end of its useful life and is part of the potable water pipe replacement program. In the past ten years, there have been more than 100 service line breaks in Bay Villas causing significant neighborhood impact. The project includes the replacement of the potable water mains, water services, installation of back flow preventers, and installation of 69 sewer clean outs in the utility easement. The condition of this asset is defined as "Red: Level 3 –Risked Compliance" as reported to the Board at the October 1, 2013 Asset Assessment and Management Workshop. The county distributed Request For Quotation No. 14-6213-33, "Bay Villas Water Main Replacement," (Attachment 3) on April 29, 2015, to the six vendors under Fixed-Tenn Underground Utilities Contract No. 14-6213. Two contractors submitted quotations by the May 8, 2015, deadline. The quotations are summarized below and in Attachments 1 and 2. VENDOR QUOTE Douglas N. Higgins, Inc. $521,148.00 Quality Enterprises USA, Inc. $598,266.96 County 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 received was ten percent lower than the engineer's cost opinion. In a letter dated May 11, 2015, (Attachment 5), the design professional, Johnson Engineering, recommends awarding the work order (Attachment 4) to Douglas N. Higgins, Inc. Douglas N. Higgins, Inc., has a satisfactory performance and warranty record on previous, similar utility-related proj ects. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2015 Capital Budget approved by the Board on September 18, 2014. The sources of funding are the Water User Fee Fund (412) project 71010 and the Wastewater User Fee Fund (414) project 70043. The total capital cost to implement "Bay Villas Water Main Replacement" is $521,148. Operational cost for repairing service breaks is expected to decrease because these assets are being renewed. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT Packet Page-740- 6/9/2015 16.C.2. 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 and Sewer District, approve the award of Request For Quotation No. 14-6213- 33, "Bay Villas Water Main Replacement," to Douglas N. Higgins, Inc., in the amount of$521,148 and authorize the Chairman to sign and execute the work order after final approval by the County Attorney's Office. Prepared By: Diana C. Dueri, Project Manager, Public Utilities Planning and Project Management Division Attachments: Attachment 1-Quote Tabulation Attachment 2-PPMD Quote Analysis Attachment 3-Request for Quotation Attachment 4-Work Order Attachment 5-Recommendation Letter Packet Page-741- 6/9/2015 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to award Request For Quote No. 14-6213-33, "Bay Villas Water Main Replacement," to Douglas N. Higgins, Inc., in the amount of$521,148, Project Numbers 71010 and 70043. Meeting Date: 6/9/2015 Prepared By Name: Diana Dueri Title: Project Manager, Public Utilities Department 5/12/2015 2:48:41 PM Submitted by Title: Project Manager, Public Utilities Department Name: Diana Dueri 5/12/2015 2:48:42 PM Approved By Name: HapkeMargie Title: Recycling Coordinator,Public Utilities Department Date: 5/12/2015 4:33:16 PM Name: Oscar Martinez Title: Project Manager, Senior,Public Utilities Department Date: 5/12/2015 5:02:51 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Department Date: 5/13/2015 11:15:38 AM Name: Steve Messner Title: Division Director-Water, Public Utilities Department Date: 5/14/2015 9:27:28 AM Packet Page-742- 6/9/2015 16.C.2. Name: MarkiewiczJoanne Title: Division Director-Purchasing&Gen Svc, Administrative Services Department Date: 5/16/2015 4:02:48 PM Name: JohnsonScott Title: Manager-Procurement,Administrative Services Department Date: 5/18/2015 10:02:54 AM Name: ChmelikTom Title:Division Director-Public Utilities Eng,Public Utilities Department Date: 5/18/2015 2:25:33 PM Name: Joseph Bellone Title: Division Director-Operations Support, Public Utilities Department Date: 5/18/2015 3:34:53 PM Name: PajerCraig Title: Project Manager,Principal, Public Utilities Department Date: 5/18/2015 3:53:43 PM Name: HallSwainson Title: Procurement Specialist,Administrative Services Department Date: 5/18/2015 4:34:07 PM Name: Pam Libby Title: Manager-Distribution, Public Utilities Department Date: 5/19/2015 7:59:54 AM Name: JohnssenBeth Title:Division Director-Wastewater,Public Utilities Department Date: 5/19/2015 9:00:48 AM Name: YilmazGeorge Title: Department Head-Public Utilities,Public Utilities Department Date: 5/19/2015 9:41:59 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 5/19/2015 9:42:10 AM Name: KlatzkowJeff Title: County Attorney, Date: 5/19/2015 11:09:01 AM Packet Page-743- 6/9/2015 16.C.2. Name: FinnEd Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 5/28/2015 9:36:54 AM Name: CasalanguidaNick Title:Deputy County Manager, County Managers Office Date: 5/28/2015 12:26:07 PM Packet Page-744- COLLIER COUNTY 6/9/2015 16.C.2. BAY VILLAS WATER MAIN REPLACEMENT QUOTE TABULATION Douglas N.Higgins,Inc. Quality Enterprises USA,Inc. SECTION 1:GENERAL ITEM DESCRIPTION EST.QTY. UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE NO. 1 Mobilization/Demobilization 1 LS $38,000.00 $38,000.00 $45,100.80 $45,100.80 2 Maintenance of Traffic 1 LS $9,000.00 $9,000.00 $13,560.00 $13,560.00 3 Project Signs 1 LS $1,000.00 $1,000.00 $2,820.00 $2,820.00 4 Survey Layout&Record Drawings 1 LS $11,000.00 $11,000.00 $10,200.00 $10,200.00 SECT! $59,000.00 $71,680.80 SECTION 2:WATER SYSTEM ITEM DESCRIPTION EST.QTY. UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE NO. 5 Install Water Main Pipelines(Labor Only) a. 6"PVC DR14 1,380 LF $58.00 $80,040.00 $38.62 $53,295.60 b. 4"PVC DR14 1,100 LF $44.00 $48,400.00 $34.86_ $38,346.00 6 Gate Valves(Labor Only) a. 6"Gate Valves 2 EA $400.00 $800.00 $1,200.00 $2,400.00 b. 4"Gate Valves 6 EA $300.00 $1,800.00 $900.00 $5,400.00 7 Install 1"Water Services(Labor Only) 69 EA $800.00 $55,200.00 $900.00 $62,100.00 8 Connect to Existing Water Main(Labor Only) 2 EA $2,800.00 $5,600.00 $1,500.00 $3,000.00 9 Cut In Sewer Clean Out(Labor Only) 69 EA $800.00 $55,200.00 $1,660.60 $114,581.40 10 Abandon and Grout Water Main a. Abandon 4"Water Main(Grout) 1,100 LF $3.00 $3,300.00 $2.34 $2,574.00 b. Abandon 6"Water Main(Grout) 1,380 LF $4.00 $5,520.00 $3.37 $4,650.60 11 Conflict Avoidance a. 8"PVC Water Main Deflection 7 EA $1,400.00 $9,800.00 $1,500.00 $10,500.00 b. 4"PVC Water Main Deflection 5 EA $1,100.00 $5,500.00 $1,200.00 $6,000.00 12 Furnish and Install Permanent Below-Ground Blow-Offs 5 EA $700.00 $3,500.00 $1,260.00 $6,300.00 SECTION 2 SUBTOTAL: $274,660.00 $309,147.60 SECTION 3:RESTORATION ITEM DESCRIPTION EST.QTY. UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE NO. 13 General Restoration(Including Landscaping) 1 _ LS $12,000.00 $12,000.00 $49,140.00 $49,140.00 14 Paver Trench Repair a. 12"Stabalized Subgrade 1,232 SY $10.00 $12,320.00 $11.98 $14,759.36 b. 10"Limerock Base 1,232 SY $24.00 $29,568.00 $19.10 $23,531.20 15 Asphalt Trench Repair a. 12"Stabalized Subgrade 600 SY $10.00 $6,000.00 $12.00 $7,200.00 b. 10"Limerock Base 600 SY $24.00 $14,400.00 $19.10 $11,460.00 c. 3/4"Asphalt Patch 600 SY $45.00 $27,000.00 $12.58 $7,548.00 Allowance: Allowance to cover unanticipated costs, including but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be 16 made for rock excavation, replacement of fill material or 1 T&M TBD $75,000.00 TBD $75,000.00 dewatering). Use of allowance must be approved by Collier County prior to the execution of the work. 17 Maintenance&Cleanup for Limerock Trenches 80 Hours $140.00 $11,200.00 $360 $28,800.00 SECTION 3 SUBTOTAL: $187,488.00 $217,438.56 SUMMARY Section 1:General Subtotal $59,000.00 $71,680.80 Section 2:Water System Subtotal $274,660.00 $309,147.60 Section 3-Restoration Subtotal $187,488.00 $217,438.56 PROJECT TOTAL: $521,148.00 $598,266.96 Were there any Contractors that did not submit a quote? 1.Mitchell&Stark Construction Company,Inc. 2.Haskins Inc. 3.Kyle Construction Inc. 4.Southwest Utility Systems,Inc. Opened by:Swainson Hall,Procurement Strategist Witnessed by:Adam Northrup,Procurement Strategist 5/8/2015 Bay Villas Quote Schedule.xls Packet Page-745- 6/9/2015 16.C.2. w Y N o V m N 4J VW a- "_C 'C Q 1, 3 >- LV C YI 0 Q 0 + O 1 T) m v '''c w N I To AC W I C1 E II • I tIJ U CU I I I Q. • I CJ I I I CC ! ; I I C I I C i` 00 I . G Z L m QJ ou O CC o LA 1 > I I RS m 1 1 1 M I I I M i M r-I I , N , tO I 1 O a-- w 3 I (A r 1 1 ! I 1 O O 0 0 0 O O O O O trY 0 0 0 0 0 0 0 0 0 0 0 00 00 0 Packet Page-746- 6/9/2015 16.C.2. Cofer County y Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: April 29, 2015 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number swain sonhall(cc�colliergov.net To: Potential Proposers Subject: RFQ #14-6213-33 Bay Villas Water Main Replacement As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 5/8/2015 Q&A Deadline: 5:00 PM 5/6/2015 Pre-Quote Meeting No Number of Days to Final Completion: 150 days substantial/30 days final/180 total Scope Provided Yes Plans and Specs: Yes Estimated Value Attached Liquidated Damages: $1,002.50 per day Payment & Performance Bonds Yes, if project value exceeds $200,000 Direct Material Purchase Yes Your quotation response for this project 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 239-77,- l I-249-7-7+426= +N one Number/Fax Number Signa ure Vice President r Title Brandy Bartolone Print Name Date I C: Diana Dueri/Project Manager • RFQ 14-6213-33 Packet Page -747- 6/9/2015 16.C.2. C..eoliVer County Email: swainsonhall @colliergov.net Telephone: (239)252-8935 Administrative Services Division FAX: (239)252-2810 Purchasing ADDENDUM #1 Memorandum Date: May 4, 2015 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum#1 —RFQ 14-6213-33 Bay Villas Water Main Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: Change 1 —Revised Quote Schedule Change 2—Settlement Agreement Change 3— M&P All are attached If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Diana Dueri, Project Manager Packet Page -748- 6/9/2015 16.C.2. WORK ORDER/PURCHASE ORDER Contract 14-6213 "Annual Contract for Underground Utilities and General Contractors" Contract Expiration Date: July 7, 2016/ This Work Order is for professional water main replacement construction services for work known as: Project Name: Bay Villas Water Main Replacement Project No: 71010.16(Water)/ i Project No: 70043.20(Wastewater)/ i The work is specified in the proposal dated May 8, 2015 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 Water Main Replacement Construction Services,/ * Task II Cut In Sewer Clean Outs-' * Task III Water Main Replacement Construction Allowance Schedule of Work: Complete work within 1g/0 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant 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 Firm in accordance with following method(s): Negotiated Lump Surii (NLS) OLump Sum Plus Reimbursable Costs (LS+RC) Time &Material (T&M) (established hourly rate- Schedule A) C Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $390,948.00 NLS/ Task H $ 55,200.00 NLS Task III $ 75,000.00 T&M TOTAL FEE $521,148.00 /) 7 PREPARED BY: yt'i ' ` 3 tiff r' 2 0 1.5 Diana C. Dueri,Project Manager Date APPROVED BY. ' / -• --�.' V-/%`ir i ' Oscar P. Martin , Interim Pri «;: 'roject Manager Date Page 1 of 3 Packet Page-749- 9f 6/9/2015 16.0.2. i '. t; ‘`...? APPROVED BY: �' i ^ Craig Pajarincipal Project Manager Date 4 / ''r ri APPROVED BY: �� t- Tom Chmelik, PPMD Director Date" APPROVED BY: '��''f i-;-,,� �,; , `"f� /-� ) Pamela Libby, Distributiordfanger Date APPROVED BY: /),._ j 11hi Steve essner, Water Director Date ' APPROVED BC_ 4;//5" ' Beth Jo ssen, Was water Director Date 4--).. ,, APPROVED BY: , - t-- — "-Z 5 °I l`= Joe ellone, Operations Support Director Date APPROVED BY: __.-,-=`Z-- , _ --,6-K c'-,3 c ;; c !/ /1/. . Geor Yilmaz, Dep 'tment Adminirator J 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: Douglas N. Higgins, Inc. -4 ` ; E Q k if Name and itle of Authorized Company Officer Date CDPage 2 of 3 Packet Page-750- . 6/9/2015 16.C.2. (Remainder of page intentionally left blank) 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: Tim Nance, Chairman Dated: (SEAL) Douglas N. Higgins, Inc. By .. First Witness 4 nature f.'`)P\ 4_ c Print Type/Print Signature and Title „Se-co / (c., /0 Print Approved as to Form and Legality: Scott R. Teach, Deputy County Attorney 31°1 Page 3 of 3 Packet Page-751- 6/9/2015 16.C.2. Co Ter +amount Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: April 29, 2015 From: Swainson Hall, Procurement Strategist 239-252-8935,Telephone Number • 239-252-6334, Fax Number swainsonhall@collieigov.n et To: Potential Proposers Subject; RFQ#14-6213-33 Bay Villas Water Main Replacement As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 5/8/2015 Q&A Deadline: 5:00 PM 5/6/2015 Pre-Quote Meeting No Number of Days to Final Completion: 150 days substantial/30 days final/180 total Scope Provided Yes Plans and Specs: Yes Estimated Value Attached Liquidated Damages: $1,002.50 per day Payment &Performance Bonds Yes,if project value exceeds$200,000 Direct Material Purchase Yes • Your quotation response for this project 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 239-77, e/-2-39-7-74-4266- -n••ne Number/Fax Number Signs re Vice President Title Brandy Bartolone E(! Print Name Date C: Diana Duerl I Project Manager • RFQ 14-6213-33 'SI Packet Page-752- 6/9/2015 16.C.2. ( ;f ter County Email: swainsonhall @coliiergov.net Telephone:(239)252-8935 Administrative Servlazes Division FAX: (239)252-2810 Purchasing ADDENDUM#1 Memorandum Date: May 4, 2015 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum#1 —RFQ 14-6213-33 Bay Villas Water Main Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: Change 1 —Revised Quote Schedule Change 2—Settlement Agreement Change 3—M&P All are attached If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Diana Dueri, Project Manager k,41` • Packet Page-753- 6/9/2015 16.C.2. ', COLUER COUNTY BAY VILLAS WATER MAIN REPLACEMENT • • QUOTE TABULATION •:..--,-..";.--' •,•' :j:::::,--. '-i77.---z.lr'r7,•:=,7(..r -7,77, ,, ,V4=i0340§*4Pifiltit0i145j nittlit**444/*i.i5Aiiii.i6; ..i, SECTION 1 GENERAL ,!,: :4:!;•1.'/Ii:tly-KICA.,40‘,',4•0•,:W",,',3-g-;-.4i6:'.;icii,V:I=.V .:.;;;z... ,„:.:.:,.-„fr..,i..',•:I, 1 , -..- ---. ' . / o • :4ZEKiV.:-;rt.a5.r.T.X.§'**g,#fitrlaggtrZgT=CFaFg4WsW::l'ircfrici:V'tiij-q'x4.-...4iiiii.'.. v.T.:tiiiiiljtilikti. iiiani-;4:ifo'''',..:..,,,..4.: ; rA, .,,,t,,,....c-;,...!.,,..:,k,,,,::‘1.., -.4- 47,,:.,i.:,,i,„,,,,,,.77:;.,,,,,%,,,-F T.Z",..,.4.• ;.i1* Cki: I I Mobilization/Demobllication 1 LS $38,000.00 538,000.00 $45,100.80 $45,100.80 2 Maintenance of Traffic 1. LS $9,000.00 $9,000.00 $13,560.00 $13,560.00 3 Project Signs 1 LS $1,000.00 $1,000.00 $2,820.00 $2,820.00 4 Survey Layout&Record Onnvings 1 LS $12,000.00 $11,000.00 $10,200.00 $10,200.00 iECIV.::".: 0,:eltar*Vicegi-WASktiggigtag-5g1M0qC.‘.. rii'::::,::::;,:: :; ; KgA $59,000.00 14:1i.'. .V.P3. ,:,,T;.:.::.:, $71,680.80 SECTION 2:WATER SYSTEM 5 Install Water Main Pipelines(tabor Only) 4444.'i%A::;.",,;:;.'T :• :*!rA.,r4VW'AC*;,H ,:., !`F'Sli-",q:...n-. 0.,:t0-4. t.k§"It4tr,4:: :!. .,.4:'.. -. a. 6"PVC DR14 1,380 LF $58.00 l s80,040.00 $38.621 $53,295.60 • b. 4"PVC DR14 1,100 LF $44.00 $48,400.00 534.86 $38,346.00 6 Gate Valves(Labor Only) ..5".6t.. ..:;.:,,,;1•6;R:x.4:.#'. 0:505ffamaratmgEtotti pe.,pF*.t:,:?tql.<2-, :q4:;:;':a:!:•;., ;'.;": 5,,:•?: • a. 6..Gate Valves 2 EA $400.00 $800.00 $1,200.00 $2,400.00 b. 4"Gate Valves , 6 EA , $300.00 $1,800.00 $900.00 $5,400.00 7 Install 1"WaterServices(Labor Only) 69 EA $800.00 $55,200.00 $900.00 $62,100.00 8 Connect to Existing Water Main(Labor Only) 2 EA $2,800.00 $5,600.00 $1,500.00 $3,000.00 9 Cut In Sewer Clean Out(Labor Only) 69 EA $800.00 $55,200.00 $1,660.60 $114,581.40 10 Abandon and Grout Water Main '';Kk•=;qak'0.1`4*,t+A;i::;.ZPAMIZX;V:Z.0!7.0 ,..;,Sq::1?;•?:"':,t;e%Yil." ,.'.. .':. ,...:::;;.::,:',:; '''.'1'' ' ' - a. Abandon 4"Water Main(Grout) 1,100 1F $3.00 $3,300.00 $2.341 $2,574.00 b. Abandon 6"Water Main(Grout) 1,380 LF $4.00 $5,520.00 $3.37 $4,650.60 11 Conflict Avoidance R.:541i5ir,g4 ,,..,,;:,: ;X6.-(=.. .7';'':f-'&.z.",:r1-,::.-.L%r..;;4:':.],:,,A,•;t',.'5;;;.:',.::::,':‘,":' •::.'.:-', 1 a, 8"PVC Water Main Deflection 7 EA $1,400.00 $9,800.00 $1,500.00 $10,500.00 b. 4"PVC Water Main Deflection 5 EA $1,100.00 $5,500.00 $1,200.00 $6,000.00 .1 12 Furnish and Install Permanent Below-Ground Blow-Offs 5 EA $700.00 $3,500.00 $1,260.00 $6,300.00 $274,660.00 .::::;:: -.::::::4.:E.ff;:r:;:k:,':,; :', $309,147.60 . SECTION 3:RESTORATION .Ingyr..,:•,,,,r.,,z.,.v..4. :::;-?..:::b;!;.:,,,,: :?f!L!,.,'?,':,-, '="z''.:•=1::•: .if,?:::!F.": q.':;:' , , . iiiWl';''''%',4''''.4:•':'ii,:',.:V:.:,',?.:12-,..,": ',.,•:, ,,:,:*.'.":"•.;:,:':':::....,,.:,..-:•... .,EST 13 General Restoration(InckidinglandscapIng) 1 LS $12,000.00 $12,000.00 $49,140.00 $49,140.00 14 Paver Trench Repair „::','"■.:(;5.N.:1;; ;',..'::;:.!,'<.:,.-::•::-::::=-.. E.'„.1.,:',.1-7;:,t)':::.:..ii.---,-..',:-.- •:! .!•:';.--,-,:-,:::.:1 :::•,,,',:,•.:;• :,::::::„.",:).:,,,,-.;;_ ,.,,,-•,,f:,, ..: ... .. :. a. 12"Stabalized Subgrade 1,232 SY $10.00 $12,320.00 $11.98 $14,759.36 - b. 10"Umerock Base 1,232 5Y $24.00_ $29,568.00 $19,10 $23,531.20 15 Asphalt Trench Repair ZN:.4:rgtpRiff,13,!:::.?,:'54:.g?1;;;V "',W:: :;NI::. ,',..:':i:',4': ::.:..j.-: :::-= • •;:-;".:,:.!:,:...i:',:-:',:,.,,,:::....:1;....;.:, , a. 12"Stabalized Subgrade 600 SY $10.00 $6,000.00 $12.00 $7,200.00 -' ... b. 10"Limerock Base 600 SY $24.00 $14,400.00 $19.10 $11,460.00 c. 3/4"Asphalt Patch 600 SY $45.00 $27,000.00 $12.58 $7,548.00 Allowance: Allowance to cover unanticipated costs, including but not limited to, un-located utilities and unforeseen site conditions.(No additional payment shall be i 16 made for rock excavation, replacement of fill material or 1 T&M TBD $75,000.0V TBD $75,000.00 dewatering).Use of allowance must be approved by Collier • County prior to the execution of the work. , - 17 Maintenance&Cleanup for Umerock Trenches 80 Hours $140.00 $11,200.00 $360 $28,800.00 SECTION.3f5-UlrfOTAr,r,"Z:AVIi*O'7:? 5t:YS:: ::i5 --6 -7. 1:Ptn":: :.:1-:,1'''''- '.,g1::.':; •:1,:"1, -; $187,488.00 .i::;:!. ',:::.,,:,:.:::T:---,-:::•::-:. $217,438.56 ,.::::,:-:-T•:i,:a2.,z-NT'igarg.?AlT,I.P10151'.*:M8!5:51-110V;':-A':-':1", :gg*040AfiY eAMP..igrgaP?:Siq:"" A":'.E;:7:t':' a.:.:',''',.,:-51',:'''f,']i:. ','.:f•,;•,• •'::i'i'..:'.,.: :1'.''':••-•:,'.'-:...! Section 1:General Subtotal $59,000.00 $71,680,80 • Section 2:Water System Subtotal $274,660.00 $309,147.60 Section 3-Restoration Subtotal $187,488.00 $217,438.56 ,-•::, ..j'::,:',f:::'i....='4,.:a; ikrig;:4i..4-4:3.i .;:,•:W,:5 ': : : .**#tr704r. 491*4c96.:::: . Were there any Contractors that did not submit a quote? 1.Mitchell&Stark Construction Company,inc. 2.Haskins Inc." / ', / .1 3.Kyle Construction ine A 4.Southwest Utility Systems,I9. R 9 Opened by:Swainson Hall,Procurement Strategist Witnessed by Adam Northrup,Procurement Strategist 5/8/2015 Bay Villas()mote Schedule.xls 1 Packet Page -754- .......,....: , ._. ..... „ , , .. _ .. . ., . .._ . . . . . . . . . _ ......._ ._.._ .........___..........,______ 6/9/2015 16.C.2. COLLIER COUNTY BAY VILLAS WATER MAIN REPLACEMENT QUOTE SCHEDULE SECTION 1:GENERAL ITEM TE 1DE5CRIPTION EST.QTY. UNIT UNITPRICE EXTENDED PRICE•; 1 Mobilization/Demobilization 1 LS $38,000 $38,000.00 2 Maintenance of Traffic 1 L5 $9,000 $9,000.00 3 Project Signs 1 LS $1,000 $1,000.00 4 Survey Layout&Record Drawings 1 LS $11,000 $11,000.00 0.00 .....- ,:_ tEcTJON i.FUB'TOtki $5900 SECTION 2:WATER SYSTEM N0. 1 : 'DESCRIPTION 'EST CTy UNTr UNITPRICE ,EXTENDED PRICE 5 Install Water Maln Pipelines(Labor Only) a. 6"PVC DR14 1,380 LF $58 $80,040.00 b. 4"PVC DR14 1,100 LF $44 $48,400.00 6 Gate Valves(Labor Only) a. 6"Gate Valves 2 EA $400 $800,00 b. 4"Gate Valves 6 EA $300 $1,800.00 . 7 Install 1"Water Services(Labor Only) 69 EA $800 $55,200.00 8 Connect to Existing Water Main(Labor Only) 2 EA $2,800 $5,600.00 9 Cut In Sewer Clean Out(Labor Only) 69 EA $800 $55,200.00 10 Abandon and Grout Water Main a. Abandon 4"Water Main(Grout) _ 1,100 • LF $3 $3,300.00 b. Abandon 6"Water Main(Grout) 1,380 LF $4 $5,520.00 11 Conflict Avoidance a. 8"PVC Water Main Deflection 7 EA $1,400 $9,800.00 b. 4"PVC Water Main Deflection 5 EA $1,100 $5,500.00 12 Furnish and Install Permanent Below-Ground Blow-Offs 5 EA $700 $3,500.00 7,. .... ,, �, .. SECrTION2.SUBTOTAL $274,660.00 SECTION 3:RESTORATION ITEM DESGRiPTI0N EST 4TY UNIT LIMIT PRICE- EXTENDED PRICE Nd, ; 13 General Restoration(Including Landscaping) 1 LS $12,000 $12,0 ;;:. ( ao.00 14 Paver Trench Repair a. 12"Stabalized Subgrade 1,232 SY $10 $12,320.00 b. 10" Umerock Base 1,232 SY $24 $29,568.00 15 Asphalt Trench Repair a. 12"Stabalized Subgrade 600 SY $10 $6,000.00 b. 10" Limerock Base 600 SY $24 $14,400.00 c. 3/4"Asphalt Patch 600 SY $45 $27,000.00_ Allowance:Allowance to cover unanticipated costs,including but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be made for rock 16 excavation, replacement of fill material or dewatering). Use 1 T&M TBD $75,000.00 of allowance must be approved by Collier County prior to the execution of the work. • 5/8/2015 Bay Villas Quote Schedule.xls 1 Do Packet Page-755- 6/9/2015 16.C.2. s - i COLLIER COUNTY BAY VILLAS WATER MAIN REPLACEMENT QUOTE SCHEDULE 17 Maintenance&Cleanup for Limerock Trenches 80 Hours $140 $11,200.00 . sECTI'I3 Sl:IBTODAL' $187,488.00 SUMMARY Section 1:General Subtotal $59,000.00 Section 2:Water System Subtotal $274,660.00 Section 3-Restoration Subtotal $187,488.00 2 460 :; PROJECT TOTAL $5 1,1 . 0 0 5/8/2015 Bay Villas Quote Schedule.xls 2 Packet Page -756- j JOHNS 6/9/2015 16.C.2. SI NCE 1946 ENGINEERING May 11, 2015 Ms. Diana Dueri Collier County Public Utilities Planning and Project Management Department 3339 East Tamiami Trail, Suite 303 Naples, Florida 34112 Re: Collier County Bay Villas Water Main Replacement Low Bidder: Douglas N. Higgins, Inc. Dear Diana: The bid opening for the above-referenced project took place on Friday, May 8, 2015. Collier County provided the results of the bid opening to Johnson Engineering following the bid. Johnson Engineering performed an evaluation of the results and our recommendation is contained herein. Collier County received two (2) bids by the deadline established on the Invitation to Bid. At the bid opening performed by Collier County, the following bids were received and for convenience purposes, we have listed the bids from lowest to highest. BIDDER BASE BID AMOUNT Douglas N. Higgins, Inc. $521,148.00 Quality Enterprises, Inc. $598,266.96 For comparison purposes, Johnson Engineering provided Collier County with an Opinion of Probable Construction Cost to be approximately $581,880. Following the bid opening, Collier County prepared the enclosed Bid Tabulation Analysis, which included an analysis for mathematical errors.No mathematical errors appear to have been found. The results show Douglas N. Higgins, Inc. as the low bidder. 2350 Stanford Court.Naples,Florida 34112 Phone(23c Packet Page-757-)334-9320 6/9/2015 16.0.2. Ms. Diana Dueri Re: Bid Recommendation Bay Villas Water Main Replacement May 11, 2015 Page 2 Based upon our review of the analysis, the low bidder, Douglas N. Higgins, 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 Douglas N. Higgins, 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. Very truly yours, JOHNSON EN RING, INC. ' fiir...g t Mi hael S. Dickey, P.E. Director of Utility Services MSD/ljb 20149700-037 cc: File Packet Page-758- COLLIER COUNTY 6/9/2015 16.C.2. BAY VILLAS WATER MAIN REPLACEMENT QUOTE TABULATION - L SECTION 1:GENERAL Douglas N.Higgins,Inc. Quality Enterprises USA,Inc. ITEM DESCRIPTION EST.QTY. UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE NO. 1 Mobilization/Demobilization 1 LS $38,000.00 $38,000.00 $45,100.80 $45,100.80 2 Maintenance of Traffic 1 LS $9,000.00 $9,000.00 $13,560.00 $13,560.00 3 Project Signs 1 1_5 $1,000.00 $1,000.00 $2,820.00 $2,820.00 4 Survey Layout&Record Drawings 1 LS $11,000.00 $11,000.00 $10,200.00 $10,200.00 SECTI $59,000.00 $71,680.80 SECTION 2:WATER SYSTEM ITEM DESCRIPTION EST.QTY. UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE r EXTENDED PRICE NO. 5 Install Water Main Pipelines(Labor Only) a. 6"PVC DR14 1,380 LF $58.00 $80,040.00 $38.62 $53,295.60 b. 4"PVC DR14 1,100 LF $44.00 $48,400.00 $34.86 $38,346.00 6 Gate Valves(Labor Only) a. 6"Gate Valves 2 EA $400.00 $800.00 $1,200.00 $2,400.00 b. 4"Gate Valves 6 EA $300.00 $1,800.00 $900.00 $5,400.00 7 Install 1"Water Services(Labor Only) 69 EA $800.00 $55,200.00 $900.00 $62,100.00 8 Connect to Existing Water Main(Labor Only) 2 EA $2,800.00 $5,600.00 $1,500.00 $3,000.00 9 Cut In Sewer Clean Out(Labor Only) 69 EA $800.00 $55,200.00 $1,660.60 $114,581.40 10 Abandon and Grout Water Main a. Abandon 4"Water Main(Grout) 1,100 LF $3.00 $3,300.00 $2.34 $2,574.00 b. Abandon 6"Water Main(Grout) 1,380 LF $4.00 $5,520.00 $3.37 $4,650.60 11 Conflict Avoidance a. 8"PVC Water Main Deflection 7 EA $1,400.00 $9,800.00 $1,500.00 $10,500.00 b. 4"PVC Water Main Deflection 5 EA $1,100.00 $5,500.00 $1,200.00 $6,000.00 12 Furnish and Install Permanent Below-Ground Blow-Offs 5 EA $700.00 $3,500.00 $1,260.00 $6,300.00 SECTION 2 SUBTOTAL: $274,660.00 $309,147.60 SECTION 3:RESTORATION ITEM NO. DESCRIPTION EST.QTY. UNIT UNIT PRICE EXTENDED PRICE' UNIT PRICE EXTENDED PRICE 13 General Restoration(Including Landscaping) 1 L5 $12,000.00 $12,000.00 $49,140.00 $49,140.00 14 Paver Trench Repair a. 12"Stabalized Subgrade 1,232 SY $10.00 $12,320.00 $11.98 $14,759.36 b. 10"Limerock Base 1,232 SY $24.00 $29,568.00 $19.10 $23,531.20 15 Asphalt Trench Repair a. 12"Stabalized Subgrade 600 SY $10.00 $6,000.00 $12.00 $7,200.00 b. 10"Limerock Base 600 SY $24.00 $14,400.00 $19.10 $11,460.00 c. 3/4"Asphalt Patch 600 SY $45.00 $27,000.00 $12.58 $7,548.00 Allowance: Allowance to cover unanticipated costs, including but not limited to, un-located utilities and unforeseen site conditions. (No additional payment shall be 16 made for rock excavation, replacement of fill material or 1 T&M TBD $75,000.00 TBD $75,000.00 dewatering). Use of allowance must be approved by Collier County prior to the execution of the work. 17 Maintenance&Cleanup for Limerock Trenches 80 Hours $140.00 $11,200.00 $360 $28,800.00 SECTION 3 SUBTOTAL: $187,488.00 $217,438.56 SUMMARY Section 1:General Subtotal $59,000.00 $71,680.80 Section 2:Water System Subtotal $274,660.00 $309,147.60 Section 3-Restoration Subtotal $187,488.00 $217,438.56 PROJECT TOTAL: $521,148.00 $598,266.96 Were there any Contractors that did not submit a quote? 1.Mitchell&Stark Construction Company,Inc. 2.Haskins Inc. 3.Kyle Construction Inc. 4.Southwest Utility Systems,Inc. Opened by:Swainson Hall,Procurement Strategist Witnessed by:Adam Northrup,Procurement Strategist 5/8/2015 Bay Villas Quote Schedule.xls Packet Page -759-