Loading...
Agenda 10/27/2015 Item #16C2 10/27/2015 16.C.2. EXECUTIVE SUMMARY Recommendation to approve a $449,800 work order to Quality Enterprises USA, Inc., under Request for Quotation 14-6213-43R, for the South County Regional Water Treatment Plant Lime Slaker Replacement and Modifications,Project Number 71065. OBJECTIVE: To maintain a reliable treatment process to meet the potable water demand and remain in compliance with all regulatory requirements at the South County Regional Water Treatment Plant (SCRWTP),which serves customers throughout the Collier County water service area. CONSIDERATIONS: On June 10, 2014, as Agenda Item 11C, the Board of County Commissioners (Board) approved the Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water User Rate Study. The proposed scope of work is consistent with Project 71065, "SCRWTP TSP" on page 3-185, line 40 of the user rate study. Funding for Project 71065 is available in and is consistent with the FY2016 CIP Budget. The SCRWTP,built in 1983,was designed to produce 12 million gallons per day(MGD)of potable water utilizing a lime softening treatment process. The process utilizes two lime slakers to mix lime and water, which is then fed to the reactor tanks to reduce hardness and improve clarification prior to filtration. Lime Slaker 1 was replaced in FY 2013. Lime Slaker 2 has experienced numerous mechanical failures resulting in increased maintenance. The asset is beyond its useful life, and replacement parts are difficult to obtain. The scope of work includes removal and replacement of the existing Lime Slaker 2 ancillary equipment, and modifications to Lime Slaker 1 controls. The lime slaker is located in a corrosive environment, so 316 stainless steel was chosen as it has a longer life expectancy than 304 stainless steel. Replacing this equipment is critical to ensuring the reliability of the facility to meet potable water demand and fire flow requirements for the residents and businesses of the Collier County water service area. Request for Quotation 14-6213-43R, "SCRWTP Lime Slaker Replacement," was distributed on September 8, 2015, to the four vendors under the Fixed-Term Underground Utilities Contract No. 14- 6213, for plant work. Three vendors submitted quotations (summarized below) by the September 18, 2015,deadline. VENDOR Quote Quality Enterprises,USA, Inc. $449,800 Douglas N Higgins, Inc. $472,600 Mitchell &Stark Construction Company $506,000 Staff and CPH, Inc., the project's design professional, determined that the lowest quote is fair and reasonable, and recommend awarding the project to Quality Enterprises USA, Inc., the lowest qualified and responsive vendor; refer to the attached letter dated September 25, 2015 (Attachment 3). The quote received was approximately 1 percent above the engineer's cost estimate of $446,010. The quote tabulation and graph are Attachments 1 and 2, respectively. Quality Enterprises USA, Inc. has a satisfactory performance and warranty record on other similar county utility-related construction projects. The quotes incorporate an allowance of$35,000 for owner-directed additional work that may include, but is not limited to, repairs due to structural deterioration, and/or replacement of defective mechanical equipment and deficient electrical components. The price for any additional work will be negotiated prior to commencement in accordance with the county's Purchasing Ordinance and the terms of the agreement. Packet Page-686- 10/27/2015 16.C.2. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2016 Capital Budget approved by the Board on September 24, 2015. The source of funding is the Water User Fee Fund (412). The operating budget impact of the completed project is not expected to increase as this is a direct equipment replacement. 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, approve a $449,800 work order to Quality Enterprises USA, Inc., under Request For Quotation 14-6213-43R; and, authorizes the Chairman to sign and execute the work order after final review by the County Attorney's Office. Prepared By: Alicia Abbott,Project Manager,Public Utilities Planning and Project Management Division Attachments: Attachment 1-Quote tabulation Attachment 2-PPMD Quote Analysis Graph Attachment 3-Recommendation Letter Attachment 4-Work Order Packet Page-687- 10/27/2015 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to approve a $449,800 work order to Quality Enterprises USA, Inc., under Request for Quotation 14-6213-43R,for the South County Regional Water Treatment Plant Lime Slaker Replacement and Modifications, Project Number 71065. Meeting Date: 10/27/2015 Prepared By Name: Abbott Alicia Title: Project Manager, Public Utilities Department 9/30/2015 11:37:32 AM Submitted by Title: Project Manager, Public Utilities Department Name: Abbott Alicia 9/30/2015 11:37:33 AM Approved By Name: Steve Messner Title: Division Director-Water,Public Utilities Department Date: 9/30/2015 12:58:56 PM Name: HapkeMargie Title: Recycling Coordinator,Public Utilities Department Date: 9/30/2015 1:37:20 PM Name: ChmelikTom Title: Division Director-Public Utilities Eng,Public Utilities Department Date: 9/30/2015 4:59:56 PM Name: randy lewis Title: Plant Manager, Public Utilities Department Date: 10/1/2015 3:51:16 PM Packet Page-688- 10/27/2015 16.C.2. Name: Joseph Bellone Title: Division Director-Operations Support, Public Utilities Department Date: 10/1/2015 4:34:50 PM Name: Oscar Martinez Title: Project Manager, Principal,Public Utilities Department Date: 10/1/2015 5:02:07 PM Name: HallSwainson Title: Procurement Specialist, Administrative Services Department Date: 10/2/2015 10:13:22 AM Name: MarkiewiczJoanne Title: Division Director-Procurement Services, Administrative Services Department Date: 10/2/2015 11:33:04 AM Name: JohnsonScott Title: Manager-Procurement, Administrative Services Department Date: 10/4/2015 12:42:31 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 10/5/2015 10:12:30 AM Name: YilmazGeorge Title: Department Head -Public Utilities, Public Utilities Department Date: 10/9/2015 2:04:22 PM Name: KlatzkowJeff Title: County Attorney, Date: 10/9/2015 4:00:53 PM Name: IsacksonMark Title: Division Director-Corp Fin &Mgmt Svc, Office of Management&Budget Date: 10/12/2015 10:19:00 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 10/15/2015 9:35:28 AM Packet Page-689- 10/27/2015 16.C.2. > 00 8 O 00 E g g g 0000 $ 00 0 F. g °o 0 1_, 0 0 0 0 0 0 0 u o o g 0 0 0 o g 00 Oo o Oo g Cp O O 0 0 N 14 O O O `: O N. r ^ 1I, u1 Vhf` M O, .N. O H ti N ./1.A a^/,./Nl in in w 0, N C C U V, V 0 00 O g g g g g o p p aZi F o ° u01 0 o O O L Z .�4 ^ l0n 0,.11.+411.H h m ON a N N N N N N I. o 0 O 0 g g g• O O g o gggg N S a ° S o 000S S °o g 0 r C N m N ti.Ni)r•.',.Vf O N N V N C .m an N N VI N N N _m z ' O U o O O O O O O O 0 O O c d o g o 00000 0 0 g F, o O ^ D• ^ O O mi b M pj N N N N N pi. ,p Z W n N N an an. N N N D an N N N an y� O a 4 o 00 °' 0 5 2 0 °o g o 0000 0 0 rn g 00 °o "c E O o 00000 0 0 0 0 0 ° ^'• Q Q . g 0000 .° tOOp O Oro 0 N O M 0 0 0 ^ .ti - ap Di U• .. O r M N Iv■ V1 VI N C tD V U an N an V N .0 W N N .n N N H N H N C "• O '.+'. a m` o m c CC m L• u Oo 0 00 00000 O4 g ° L ao 0 0 0 0 0 0 8 0 tr; 0000 0 0 g d ,; a, ut E CO . m o 0 o 0 u N ri m m u, v, m CO' 0 pi E Z H N v' N N N V,in m ..a . U a C 0 N ./f .A N yNy CO a a O a a m m . -,.1 N Q' p, U -. a m m E E E E E .4 E M 0, m y L � L L L L L yOj yO i 0 a n n a j E Vn N �Q 2 m E E E w w w w w E E m w 10 o m air c m o a E _ a 0 0 0 0 0 •■ •■ .-+ " m 0 L... CD 0 0 Z Z , U a, O G a c £ C m g O 0 E u 0 LT. a o 0 C C N r W C 0- R 0. O C Q N T w E « a E E z o c v n ° E o - t wo U n ° ° g U $ ' a A r c .. r w a a 5 w a m AE m u 0. - 3 o r• o ¢ 0_- 0 N N E N 0 0 - m m ..-:. on m N m a, -- r E 'a v .O E Lu ', o E ""'>' � 1p v o E La- 2 o m y ,n Lm- O m « o x m ° „ N N m w>,LL m 0 _3 n 0 n. Z a E v m L 0, a - C ? 0 3 E 0 v c u _-0 "Ti ° 0 3 a o -2 ° � L oa " 0 ns EN E 0 y w e u 3 g 3 n - Do E a .- - m o o v _' - n m 9 v « o N E m c o m N E 0 0 C ° v E u w a c v o o E c m E a 0 " m E a a_ E o H _ r'” - m E c o _ > '° m E c L u, en v EM - p 0 E ai a, 'E " 0 3 m °' 'C ? N 0 E 0 0 0 d o w m 'T u, •o « N v m j w c r p ��`=Z ° r v °1 m ° q u n o 2 0 m n m `p o 0 `o oa `m `w v 0 E 'v 0' n x 3 y z e oo u° 1" ? c v, m p f0 a s 0cO c c « c �' o « . m 0 c y _ a 0 ,n c ,n m `m om .• L N E E 0 x x x E CC o • � a E E o .pa CO FIJ O Y 01 0 " = 3 -0 :11000 000000 -p 0 Z a, ..0. - ,, a u N a 2 -00 m .0 ° , = c c d a_ n.2,.f.,2- o m E LL m > a u i m Z Q Z a vi v = N o c u ° ° 0. m m m L''' m w rt vii O .Et. o O Q q c a c - m .2 u - E c u c c E c T m rrr a d o C7 F. z c o f e c N 'v'', m 2. m m - • m m x an d u a 0 0 a z 0 L n. O E a d .' w m 7, " Q = = p L m' « '" a If. 0 LU z c J .V � oc o - 0 a 2222 �E 3 Q •- = mo x c d 13 v " Q c a IL^ ¢ !-_ ac, c o o 17', 3 2 C o 0 0 0 o 2 .0 2 of j : L LL t Ou , ~ 0 3 2• a z 0, z Z D c a (n a « u - N 0 Z Z Z Z Z w 3 x Q a o. w G a 2 o 2 w z N m Q In In ^ CO p, 0 .. ra.' a a 0 OU O m r°-' Packet Page-690- 10/27/2015 16.C.2. i i I a) v m v -6 0 0 C7 W : :2 v o y Y U v Q 2 -c, ha p O ,`, 1:>1-:ti N W N ,-i N B N E .N C a. Y O < 0 + O O + v L u Y N c QJ L U If. . 1 aJ II: I I E I. I a 11: . I V I . I ca I1. 1 1 c a c c II m N ' II L I! z G./ Ii, - I : I —,,0 tO o i I l : I I 0 1 1 Vf I,, 1 • CU II: • I E I J I I', I 1 I V Y N 1 I L 1 1 1 o 14- ; to 3 ' I CI) I a 4.+ m o W 3 CI ! I I I oo o 00 00 00 0o v0} 0 0 0 0 0 0 o oo 0 0 0 0 v). v} yr v). , 1 Packet Page -691- 10/27/2015 16.C.2. C a n 1117 East Robinson Street ?ctober 1, 2015 Orlando,Florida 32801 Phone:407.425.0452 Ms. Alicia Abbott Collier County Public Utilities 3339 Tamiami Trail East, Suite 303 Naples, Florida 34112-5361 Re: SCRWTP Lime Slaker(LS-2 West) Replacement and Lime Slaker(LS-1 East) Modifications Collier County RFQ #14-6213-43R Letter of Recommendation to Award Contract Dear Mrs. Abbott: On September 18, 2015, three (3) quotes were received by Collier County for the subject project. The apparent low quote was submitted by Quality Enterprises, USA, Inc. • Quality's total base quote amount is $442,200 for 304 Stainless Steel Lime Slaker with a total alternate quote amount of$449,800 for 316 Stainless Steel Lime Slaker. • The second low quote was Douglas N. Higgins, Inc. Higgins' total base quote amount is $468,600 for 304 Stainless Steel Lime Slaker with a total alternate quote amount of$472,600 for 316 Stainless Steel Lime Slaker. • The third low quote was Mitchell & Stark Construction Companny, Inc. Mitchell & Stark's total base quote amount is $491,000 for 304 Stainless Steel Lime Slaker with a total alternate quote amount of $506,000 for 316 Stainless Steel Lime Slaker. CPH has reviewed the low quote submittal. The Base Quote and Quote Alternate amounts are approximately 1% lower than the engineer's estimates, $447,960 and $456,010, respectively, which are therefore deemed acceptable. Quality Enterprises, USA, Inc. has submitted all of the required documents with their quotes and are all deemed responsive. Quality Enterprises, USA, Inc. has an annual contract for underground utilities and a successful work history for Collier County Public Utilities. Based on the above, CPH, Inc. considers Quality Enterprises, USA, Inc. to be the lowest, responsive, responsible vendor qualified to perform the construction of the subject project. Collier County has elected to select the Quote Alternate. CPH recommends that Collier County award the project for the total for Quote Alternate, which includes the project allowance. We appreciate the opportunity to assist the County on this important project. If you have any questions, or if you require any additional information please contact me. Sincerely, CPH, Inc. 444 • i r loberto M. Gonzalez, P.E. Sr. Project Manager SCRWTP Lime Slaker Replacement-Recommendation for Award stir Packet Page-692- m Page 1 w W 10/27/2015 16.C.2. WORK ORDERIPURCHASE ORDER Contract 14-6213'"Underground Utility Contracting" Contract Expiration Date: July 7,2016/ This Work Order is for professional Underground Utility Contracting services for work known as: Project Name: SCRWTP Lime Slaker Replacement and Modifications / Project No: 71065.17.1/ The work is specified in the proposal dated September 18,2015 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 # 14-6213-434 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 l: Perform all work as described in the request for quote (RFQ 14-6213-43R), and as listed on the attached quote form. Task II: Allowance. Schedule of Work: Complete work within 180 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 # 14-6213-431e 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 Sum (NLS) I }Lump Sum Plus Reimbursable Costs (LS+RC) Time& Material (T&M) (established hourly rate— Schedule A) n Cost Plus Fixed Fee (CPFF), (define which method will be used for which tasks) as provided in the attached proposal. Task I $414,800.00 NLS' Task II $ 35,000.00 T&M TOTAL FEE $449,800.00 NLS & T&M / ` ,)") PREPARED BY: ‘,4.0.1.)...0, Alicia Abbott, Project Manager ' Date Planning ski Project Management Department _/- APPROVED BY: � � ` ��` 7-1/- Oscar Martine P.E., Prim • a Project Manager Date Planning&Project Man.- ment Department Page I of 3 Packet Page-693- . 10/27/2015 16.C.2. APPROVED BY Randy Lewin, SCRWTP Manager Date APPROVED BY: H/ ra?H Steve Mes mater Director ' Date APPROVED BY: ti • Torn Chmelik,P.E., Director bate PIanning& Project Management Department APPROVED BY —' i Joe BelltriL,U7litie Operations Support Director Date APPROVED BY: ( ; ,_ /,/ - 1/ Swwinsoir'Hall, Procurement Strategist te APPROVED BY: .) George Yilmaz, Public Utilities Administrator '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: Name of Firm Name&Title of Authorized Officer Date (Remainder of page intentionally left blank) Page 2 of 3 Packet Page-694- CS) 10/27/2015 16.C.2. 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) Name of Firm By: First Witness' tType/print signature and titlet TType/print witness namet Second Witness itType/print witness narneT Approved as to Form and Legality: Assistant County Attorney Print Name \ \ t IJ Page 3 of 3 411 Packet Page -695-