Loading...
Agenda 09/08/2015 Item #16C39/8/2015 16.C.3. EXECUTIVE SUMMARY Recommendation to approve a $291,712.34 work order under Request for Quotation 14- 6213 -40, "Lower Tamiami Aquifer Wellfield Improvements," Project Number 70085, to Quality Enterprises USA, Inc. OBJECTIVE: To maintain wellhead reliability for Tamiami Wellfield wells LT -1 through LT -6 (excluding LT -2). 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 1 I C. Funding for Project No. 70085 is available in, and is consistent with, the FY2015 CIP Budget. Tamiami wells LT -1 through LT -6 (excluding LT -2) were constructed in the early 1980s as part of the original wellfield supplying raw water to the South County Regional Water Treatment Plant. The scope of this project is to replace wellhead fittings and valves that have major corrosion, and rehabilitating the wellhead concrete support structures. Additionally, two of the five wells will be acidized, which will increase well production yields that have shown reduced yields over the past several years. Request for Quotation (RFQ) 14- 6213 -40, "Lower Tamiami Aquifer Wellfield Improvements," was posted July 6, 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 17, 2015, deadline. The quotations are summarized in the table below. VENDOR QUOTATION Quality Enterprises USA, Inc. $291,712.34 Mitchell & Stark Construction Co., Inc. $354.125.00 Douglas N. Higgins, Inc. $368,800.00 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 two 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. 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 Packet Page -1299- 9/8/2015 16.C.3. 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 $291,712.34 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 -1300- 9/8/2015 16.C.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.3. Item Summary: Recommendation to approve a $291,712.34 work order under Request for Quotation 14- 6213 -40, "Lower Tamiami Aquifer Wellfield Improvements," Project Number 70085, to Quality Enterprises USA, Inc. Meeting Date: 9/8/2015 Prepared By Name: SivertTom Title: Project Manager, Senior, Public Utilities Department 8/10/2015 11:54:41 AM Approved By Name: HapkeMargie Title: Recycling Coordinator, Public Utilities Department Date: 8/10/2015 12:32:07 PM Name: Pam Libby Title: Manager - Distribution, Public Utilities Department Date: 8/10/2015 1:31:07 PM Name: Oscar Martinez Title: Project Manager, Senior, Public Utilities Department Date: 8/10/2015 4:26:32 PM Name: JohnsonScott Title: Manager - Procurement, Administrative Services Department Date: 8/11/2015 8:53:23 AM Name: Oscar Martinez Title: Project Manager, Senior, Public Utilities Department Date: 8/11/2015 3:05:48 PM Name: MarkiewiczJoanne Title: Division Director - Purchasing & Gen Svc, Administrative Services Department Date: 8/12/2015 7:13:13 AM Packet Page -1301- 9/8/2015 16.C.3. Name: HallSwainson Title: Procurement Specialist, Administrative Services Department Date: 8/12/2015 8:14:20 AM Name: Joseph Bellone Title: Division Director - Operations Support, Public Utilities Department Date: 8/13/2015 1:44:04 PM Name: Steve Messner Title: Division Director - Water, Public Utilities Department Date: 8/14/2015 12:12:34 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 8/18/2015 9:29:45 AM Name: YilmazGeorge Title: Department Head - Public Utilities, Public Utilities Department Date: 8/18/2015 12:15:30 PM Name: KlatzkowJeff Title: County Attorney, Date: 8/18/2015 2:08:09 PM Name: UsherSusan Title: ManagementBudget Analyst, Senior, Office of Management & Budget Date: 8/19/2015 3:42:46 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 8/19/2015 4:25:48 PM Packet Page -1302- 9/8/2015 16.C.3. Packet Page -1303- 0 0 0 0 0 0 0 c J F C ° o o m C m O lD M N O N W Vt .a 00 IA N 00 Im m V/ 1A to N to 14 to 2 O O O O O Z 7 d Z m N C N o0 N Vf N N Vf Vf °o °o °o 7 N M n b N O m o vi io vi a C m m N in h M O— U Y C w u_ °o, in °o vi °o• in °o vi °o o A in E ca o a 2 1A VT �A {A lA N 2 W o W C J N N N W l!1 l!1 n O H .. a a� M N Vf V/ t4 V1 c a LL J W N N n 1l1 n W j0 a N M N 0n O M m n N h m M Q, 3 Z W w Cr iA N to N N W a � s m � ~ N G lD W ✓f O N F � w Vf U O J H A � '.�" f0 19 C F- Q Ca A A H ~ H O O 7 .� u E E a, w -' m to a .= o $ u —_ a m = v v w p - o c 3 � L g o c a u u — a o U W GO. = 0 N C N o E a `c_ p v r c v m 'm z o `° O a n 1^. C d � c N VU1 W W C ?p > OJ C b0 In C E E NG A 00 O Co t0 'O y 3 u 10 C H 0) :O C C C E 'p U V N a ? c C� C O aJ X p > O x — w� Q N E � — O O v r°• ` o `° m G a O E N v u m> c u E a u> o v �, u° i. U — � � p a j u U v m c or C r J tic v C z E y —p u a T U 7 A W C E o G- p o , v m u Y r Y R y 3 o m y u B eo m r c Z p_ p Q O C v v m a w O p > 9 •� — Q R7 'O C C N N m N G N � N 3 C C 3 3 +d in Q aXi -z pa 3 O� p� O C L z o 3 w ~ a ¢ X m w Packet Page -1303- 9/8/2015 16.C.3. � U � i Wf0 . U -p �+- O .� C7 .Q Cu O N +f6 u Ci Q N � 'O M C �- j t-Cif W H > + ON E "O C +, Y Q o+ O D+ v t Packet Page -1304- Schiumberger Water Services USA Inc. 1567 Hayley Lane, Suite 202 Fort Myers, FL 33907 Phone 1 239 4816494 Fax 1 239 4816393 July 28, 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.3. ISchiumbepgep hater Services Re: RFQ 15- 14- 6213 -40 Lower Tamiami Aquifer Wellfield Improvements — Letter of Recommendation Dear Mr. Sivert: The bids due on July 21, 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 wellhead rehabilitation work. The low bid of approximately $291,712 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 Mitchell & Stark Construction Company, Inc. Their bid total was $354,125 or approximately $62,413 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. Scott Manahan, P.E. Operations Manager Packet Page -1305- 9/8/2015 16.C.3. WORK 0,RDER/PURCHASE ORDER Contract 14- 6213 -40 "Annual Underground Utility ntractors" Contract Expiration Date: July 7, 201 f This Work Order is for utility contractor services for work known as: Project Name: Lower Tam ami Aquifer Wellfield Improvements Project No: 70085.16.2v The work is specified in the proposal dated July 21, 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: Quality Enterprises USA, Inc. ape of Work, As detailed in the attached proposal and the following: * Task I Perform all work as described in the RFQ and as listed on the quote form * Task II Allowance Schedule of Work: Complete work within 270 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- 62IYwill survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. C_ omuensation• In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): ONegotiated Lump um nt Reimbursable Costs S +RC p (N ) []Lump Sum Plus (I- ) ®Time &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 $266,712.34 NLSYY- Task H $ 25000.00 TM d,, TOTAL FEE $291,712.34 c Prepared by: T�fi Siv , PE Senior Project Manager, PPMD Packet Page -1306- Date Page 1 of 3 APPROVED BY -, Oscar P -., 1? i Manager APPROVED BY: /yw. e AL APPROVED EZ, stave APPROVED BY: Tor;-( APPROVED BY: C 9/8/2015 16.C.3. -7 J Date - _...1 3 Date D ate g matt Strategist �Detr APPROVED BY �L Joe Bdlone tcs L4.x=IWW Support Dircoar APPROVED By, C-- _ t3eorso Yrlmay- Public Util a. � Admiaistr#ttar. Date By the signature below, the Finn (inciuding 101YOCS, - otTiccra andlor discloses, that, to the best of their kwwledge and belief, all r�elevaot facts Concerning past, and hereby currnit(y planned intamst or activity (fimtnciat, ing Past, present, or relates to fire proposed �v Mali orpaniaational, or otbam iac� which ork, end bear on whathr�r the Film 10 a potential conflict have been fully disclosed. Additionally, the Farm agrees to notffy the PrDwrement Director, in writing vlrithin �8 hears of learning of euy actual or po%ntial Conflict of intersst flotation. brat arises dwing.the. Work Order andlor project (Remahider of page intejttionally left blank) Page. Z of 3 Packet Page -1307- CA 9/8/2015 16.C.3. IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, liuvo executc*d this Work Ordcr on the date and year first written below. ATTEST: Dwight E. Brock, Clerk of Courts By: Dated: (SEAL) First Witness Aji'so,l 1,T'ypefprint witness nameT `I'ype/print --vitness name 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. By: �) C Signature TTypelprint signature and title i Packet Page -1308- I'� y n\ Page 3 of 3. CA