Loading...
Agenda 09/08/2015 Item #16C29/8/2015 16. C .2. EXECUTIVE SUMMARY Recommendation to approve a $325,248.15 work order, under Request for Quotation 14- 6213 -36, to Quality Enterprises USA Inc., for the North Reverse Osmosis Wellfield Meter Replacement Project, Project No. 70085. OBJECTIVE: To maintain compliance with South Florida Water Management District (SFWMD) regulatory requirements relative to reliable flow measurement for each of the 20 wells in the North Reverse Osmosis (NRO) Wellfield that supplies an estimated 40 percent of the raw water necessary to meet customer demand at the North County Regional Water Treatment Plant (NCRWTP). CONSIDERATIONS: The proposed scope of work under Project No. 70085, "Wellfield Technical Support Projects," 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 I IC. Funding for Project No. 70085 is available in, and is consistent with, the FY2015 CIP Budget. As a condition of the county's SFWMD- issued water use permit, each raw water well must be equipped with an SFWMD- approved water use accounting system (flow meter). The scope of this project is to replace the original flow meters on 20 wells located in the county's NRO Wellfield. The NRO Wellfield provides raw water to the NCRWTP's low pressure reverse osmosis process skids. The existing flow meters are at the end of their useful lives and have been budgeted for replacement in FYI 5. The new meters have the latest in communication technology to synchronize with the current wellfield communication system, and future system upgrades, providing instantaneous flow measurement that will improve operational decisions. Request for Quotation (RFQ) 14- 6213 -36, "NRO Wellfield Meter Replacement," was posted June 18, 2015, and distributed to all vendors of the Fixed -Term Underground Utilities Contract 14 -6213 via the county's electronic bid process. Three of the six notified vendors submitted quotations by the July 7, 2015 deadline. The quotations are summarized in the table below. VENDOR QUOTATION Quality Enterprises USA, Inc. $325,248.15 Douglas N. Higgins, Inc. $439,390.00 Mitchell & Stark Construction Co., Inc. $469,600.00 Staff and local engineering consultant, Schlumberger Water Services USA, Inc., determined the lowest quote is fair and reasonable and recommend awarding the work order to Quality Enterprises USA, Inc. The quote is approximately 14 percent above the project consultant's $285,000 opinion of probable cost. The Procurement Services Division concluded that bidding was competitive and representative of market conditions. The quote tabulation, quote analysis, engineer's letter of recommendation, and work order are Attachments 1, 2, 3, and 4, respectively. The RFQ informed the bidders there might be unforeseen conditions associated with the project. The project cost incorporates an allowance of $25,000 that includes, but is not limited to, undocumented underground infrastructure, as determined by staff, which may be encountered during construction. The price for any additional work shall be negotiated prior to commencement in accordance with the county's purchasing ordinance and the terms of the agreement. Packet Page -1289- 9/8/2015 16.C.2. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2015 Capital Budget approved by the Board on September 18, 2014. The source of funding is Water User Fees (412). 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 $325,248.15 work order, under Request for Quotation 14- 6213 -36, to Quality Enterprises USA, Inc., and authorizes the Chairman to sign and execute the work order after final approval by the County Attorney's Office. Prepared By: Tom Sivert, P.E., Senior Project Manager, Public Utilities Planning and Project Management Division Attachments: Attachment 1 Quote Tabulation Attachment 2 Quote Analysis Attachment 3 Engineer's Letter of Recommendation Attachment 4 Work Order Packet Page -1290- 9/8/2015 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to approve a $325,248.15 work order, under Request for Quotation 14- 6213 -36, to Quality Enterprises USA Inc., for the North Reverse Osmosis Wellfield Meter Replacement Project, Project No. 70085. Meeting Date: 9/8/2015 Prepared By Name: SivertTom Title: Project Manager, Senior, Public Utilities Department 8/10/2015 10:58:34 AM Approved By Name: HapkeMargie Title: Recycling Coordinator, Public Utilities Department Date: 8/10/2015 11:55:09 AM Name: Pam Libby Title: Manager - Distribution, Public Utilities Department Date: 8/10/2015 1:30:30 PM Name: Oscar Martinez Title: Project Manager, Senior, Public Utilities Department Date: 8/10/2015 4:25:39 PM Name: JohnsonScott Title: Manager - Procurement, Administrative Services Department Date: 8/11/2015 8:39:17 AM Name: Oscar Martinez Title: Project Manager, Senior, Public Utilities Department Date: 8/11/2015 3:05:30 PM Name: HallSwainson Title: Procurement Specialist, Administrative Services Department Date: 8/12/2015 8:13:12 AM Packet Page -1291- 9/8/2015 16.C.2. Name: Joseph Bellone Title: Division Director - Operations Support, Public Utilities Department Date: 8/13/2015 1:37:00 PM Name: Steve Messner Title: Division Director - Water, Public Utilities Department Date: 8/14/2015 12:12:25 PM Name: Markiewiczioanne Title: Division Director - Purchasing & Gen Svc, Administrative Services Department Date: 8/14/2015 2:13:21 PM Name: JacobsSusan Title: Operations Analyst, Public Utilities Department Date: 8/18/2015 9:14:34 AM Name: YilmazGeorge Title: Department Head - Public Utilities, Public Utilities Department Date: 8/18/2015 12:16:12 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 8/18/2015 4:21:55 PM Name: KlatzkowJeff Title: County Attorney, Date: 8/19/2015 11:12:47 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 8/19/2015 3:51:14 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 8/19/2015 4:22:05 PM Packet Page -1292- Packet Page -1293- E v 0 o_ 0 0 3 v 9/8/2015 16.C.2. S S S S 8 S S 8 8 S S 8 0 0 0 0 0 0 0 0 0 0 0 0 .t'+ 2 I°rl t°o t°D I°n 4! l- Q n rl lD v N n N Ill r M m v N w N -T v N Di Q O C U :Y C VY a/l aA U? Vf Vf Vf N M Vf N N S 8 8 8 8 S 8 8 S CL ' 8 O 8 %D S O] 9 M S to S tfi 8 lD 8 00 Irl gO L p.. Z n N U1 N M M H tY1 '•I M M N N o N V' CCY G O M N 4A N N N N Vl 4A N 8 S 8 8 S 8 8 S 8 S 8 8 J m O 8 lD S O to 8 S 8 m Q a N v co Ill C .-� rl o n 'V Ill M N O a a lD lD .y rl N N .y N M 4A N Vf 1A V1 VT Vf Vf 4A Vf W to 8 8 S S S S S S 8 0 z m b u w o C o O p S S g Q O o O p S p 8 Qpp O V? Vf M V1 N V1 N Vf N VT J lc lc OO ri W C I!1 C Ill I ID ID o O pw Q. .••� M Ill Ql W N M W O N u d a N _ M M M N M 4A 4/V ilf N il? iA <IT z d W U ID lD VI T Ol I� V1 O Vt N W '� W Z . •10 cc D. ~ Oa0 C O°1 00 M ID Oo 3 'U N rl N .ti N �. N N N M ilY Vf fA N N lR rl W x J r E E E E E _ .� 0. O• ~ N w. Q? z Cr O ~ A o I- mc c o v o ° D o E m 3 a H o u u o m .°D W. m o E c m v o. c 0 Lv a v c v y E v m r c a v c w c o u v o c m o m p - Q > Q a '. 3 o p m o `o O °D A w p n OD v o o d C c c v �= o m E N v vini o " Ilnil > `w :: I v w c `o m c U E - v Y E v a v n E p m co -o mw-o.m v y c o •` Ir ._. n E r. o m U o. o o v E 9 m c 3 Q v o 0 3 o w u v ° °• z m o m O c c a l7 p m c =Z, v t to v r E E -° o o c c 'm c �°° To N w �+ m ° m °> o o a o to o o Z o c 3 n bb to a? o 'c a a a 'o m a y a c v u y o o . O w LL � a LL f a n 2 a` � n E n o ar c c c L 16 0 3 0 - ° U L m u ti N M C Ill lD 1� W 01 � ti 'L" Y V01 2 H W a m w 3 Packet Page -1293- E v 0 o_ 0 0 3 v 9/8/2015 16.C.2. E v _m Q L CU Cu w 0 cc Z M M rl N t0 1 Cr U. L H .N C Q 0 lJ C Q a I v> v C m ro -O ,�- O O t9 w :E C v O v o v C Cl Q LL Cu i E .� of Vi VI m '� •++ C: Y O Q 0+ O 0+ v =u C O O C)O C O O O O O O� O Ln Packet Page -1294- Y m i Ln CO Q) _u T ao O O o, h •i a a, C W r0 7 Cr H W 4D W 9/8/2015 16.C.2. Schlumberger water Services USA Inc. 1567 Hayley Lane, Suite 202 Fort Myers, FL 33907 Phone 1 239 4816494 Fax 1 239 4816393 July 9, 2015 Mr. Tom Sivert, P.E. Senior Project Manager Public Utilities Planning & Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 9/8/2015 16.C.2. 1 Schiumbepoep Water Services Re: RFQ 15 -14- 6213 -36 NRO wellfield flow meter replacements — Letter of Recommendation for Award Dear Mr. Sivert: The bids due on July 7, 2015 for the above referenced project were reviewed by Schlumberger Water Services USA Inc. (SWS). Each of the three responsive bidders appears to be qualified and properly equipped to complete the proposed meter replacements. The low bid of approximately $325,246 was received from Quality Enterprises USA Inc. The bid tabulation provided by Quality Enterprises was reviewed by SWS and found to be accurate. The next lowest bid was received from Douglas N. Higgins, Inc. Their bid total was $439,390 or approximately $114,142 higher than the low bid. 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. Scot Manahan, P.E. Operations Manager Packet Page -1295- 9/8/2015 16.C.2. WORK t)xEDERIPURCAASC ORDER Contract 14- 6213 -3 `Annual Underground Utility,Qontractors" Contract Expiration Date: July 7, Wd This Work Order is for utility contractor services for work known as: Project Name: NRO We11,Meter Replacement Project No: 70085.16.1' The work is specified in the proposal dated July 7, 2013 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: Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: Task 1 Perform all work as described in the RFQ and as listed on the quote form Task II Allowance Schedule of Work: Complete work within 210 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 # 14-6113 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 mipthod(s): ®Negotiated -Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS +RC) ®TirKe & 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 1 $300,248.15 NLS /�' Task. II S 25000.00 TM TOTAL FEE $325,248.15 Prepared by: m Sive , PE Senior Project Manager, PPMD Date Page I of 3 Packet Page -1296- CP Project Name: NR0 Well Meter Replacement Project No.: 70085.16.1 APPROVED BY: 0sffMartincz, .E., PPMD 7. APPROVED BY:,. h bAkI_ io% Pam.L.ibby, Distribution Manager APPROVED BY;_ Stevc APPROVED BY: Tom m .., P.E., , Director APPROVED BY: roject Manager Swaid}�urc`hasing Procurement Strategist APPROVED BY: Joe B/&ne, Vtilitij�s Operations Support Director APPROVED BY: George Yilmaz, Public Utilities Administrator 9/8/2015 16.C.2. Datc r I Dafe `7 `Date -7 2z t Date Date - 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 conccming past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work, and bear on whether the Finn 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. (Remainder of Rage intentionally left blank) Page 2 of Packet Page -1297- v 9/8/2015 16.C.2. Project Name: NRO Well Meter Replacement Project No. 70085.16.1 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: Dwight E. Brock, Clerk of Courts By: Dated: (SEAL) First Witness Marcie Cohen �� r r I' ✓ / second Wi �J Susan J. Schultz Approved as to Form and Legality: Assistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Tim Nance, Chairman Quality Enterprises USA Inc. Signature Louis J. Gaudio, Vice President Page 3 of 3 7 Ve Packet Page -1298-