Loading...
Agenda 12/08/2015 Item #16C 2W 12/8/2015 16.C.2. EXECUTIVE SUMMARY Recommendation to approve a $296,35534 work order under Request for Quotation 14- 6213 -48 to Quality Enterprises USA, Inc., for the activation of North Reverse Osmosis Well 109, Project No. 70085. OBJECTIVE: To maintain reverse osmosis potable water production capability and reliability 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 11C. Funding for Project No. 70085 is available in, and is consistent with, the FY2016 CIP Budget. The NCRWTP utilizes two groundwater wellfields in the production of potable water. The North Reverse Osmosis (NRO) wellfield supplies raw water to the plant's reverse osmosis process with a maximum potable water production capability of eight million gallons per day (MGD). The NRO wellfield contains 24 wells. Over the years, degradation in water. quality due to elevated levels of total dissolved solids and chlorides has resulted in four wells that are no longer feasible for use at this time using the current treatment processes. The NRO wellfield also contains four partially completed wells, including NRO Well 109, which were drilled and cased in 2005 for future use. To compensate for the degraded wells, and maintain production capability, the four partially completed wells will be activated based upon demand, starting with NRO Well 109. ` The scope of this project includes equipping NRO Well 109 with the infrastructure necessary for activation. The infrastructure improvements include installing a pump, motor, wellhead and discharge piping; connecting to the raw water transmission system; and, connecting power and control systems to the existing electrical and instrumentation located in Well House 9. Activating these wells will improve wellfield reliability and ensure our ability to meet customer demand throughout the Collier County Water -Sewer District. Request for Quotation (RFQ) 14- 6213 -48, "NRO Well 109," was posted October 5, 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 October 15, 2015, deadline. The quotations are summarized in the table below. VENDOR Quality Enterprises USA, Inc. UOTATION $296,355.34 Mitchell & Stark Construction Co., Inc. $326,300.00 Douglas N. Higgins, Inc. $331,382.00 Staff and local engineering consultant, CDM Smith, Inc., determined the lowest quote was fair and reasonable and recommend awarding the work order to Quality Enterprises USA, Inc. The quote is approximately 10 percent above the project consultant's $270,000 opinion of probable cost. The Procurement Services Division concluded 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. Packet Page -692- 12/8/2015 16.C.2. The RFQ informed the bidders there might be unforeseen conditions associated with the project. The project quotes incorporate an allowance of $25,000 that lincludes, 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 Procurement Ordinance and the terms of the agreement. FISCAL IMPACT: Funding is available in, and is consis ent with, the FY2016 Capital Budget approved by the Board on September 24, 2015. The project is ex ected to be completed by June 1, 2016. The anticipated operating budget impact is reflected below. F inding for the capital outlay is available in the Water User Fee Fund (412) while the annual operating budget funding source is the Collier County Water Sewer District Operating Fund (408). This asset has a life expectancy of 40 years. Elements FY 2016 Cumulative FY 2017 - FY2056 Capital Outlay $ 296,355 34 $0 Operating Cost Change $2,742* $329,080 * Represents partial year operating cost assuming a June 1, 2016 well activation date. LEGAL CONSIDERATIO]iS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT i GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable jpublic facilities. RECOMMENDATION: That the Board of County Commissioners, Ex -officio the Governing Board of the Collier County Water -Sewer District, approves a 1$296,355.34 work order under Request for Quotation 14- 6213 -48 to Quality Enterprises USA, Inc;, and authorizes the Chair to execute the work order after final approval by the County Attorney's Office.'I Prepared By: Tom Sivert, P.E., Senior Project Manager, Attachments: Attachment 1 Quote Tabulation Attachment 2 Quote Analysis Attachment 3 Engineer's Letter Attachment 4 Work Order i� Packet Page -$93- Utilities Planning & Project Management Re 12/8/2015 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to approve a $296,355.34 work order under Request for Quotation 14- 6213 -48 to Quality Enterprises USA, Inc., for the activation of North Reverse Osmosis Well 109, Project No. 70085. Meeting Date: 12/8/2015 Prepared By Name: SivertTom Title: Project Manager, Senior, Public Utilities Engineering 11/4/2015 8:09:04 AM Approved By Name: HapkeMargie Title: Recycling Coordinator, Solid & Hazardous Waste Management Date: 11/4/2015 8:32:41 AM Name: Oscar Martinez Title: Project Manager, Principal, Public Utilities Engineering Date: 11/4/2015 8:41:24 AM Name: Pam Libby Title: Manager - Distribution, Water Date: 11/4/2015 9:09:28 AM Name: JohnsonScott Title: Manager - Procurement, Procurement Services Date: 11/4/2015 9:34:26 AM Name: Steve Messner Title: Division Director - Water, Water Date: 11/5/2015 8:55:37 AM Name: MarkiewiczJoanne Title: Division Director - Procurement Services, Procurement Services Date: 11/6/2015 4:02:13 PM Packet Page -694- 12/8/2015 16.C.2. Name: Joseph Bellone Title: Division Director - Operations Support, Utilities Finance Operations Date: 11/9/2015 12:55:09 PM Name: ChmelikTom Title: Division Director - Public Utilities Eng, Public Utilities Engineering Date: 11/12/2015 9:51:50 AM Name: HallSwainson Title: Procurement Specialist, Procurement Services Date: 11/13/2015 8:20:37 AM Name: YilmazGeorge Title: Department Head - Public Utilities, Public Utilities Department Date: 11/18/2015 6:26:09 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 11/18/2015 11:46:09 AM Name: KlatzkowJeff Title: County Attorney, Date: 11/18/2015 3:09:10 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 11/19/2015 11:51:19 AM Name: FinnEd Title: Management/Budget Analyst, Senior, Office of Management & Budget Dater 11/19/2015 12:01:07 PM Name: KlatzkowJeff Title: County Attorney, Date: 11/19/2015 12:15:15 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 11/22/2015 10:37:49 AM Packet Page -695- d O Cr @ bo tU E 3 H O y c E v Cu a � tv u m u = cC c D N u Li c f6 N C H O L L Y U m .0 0 T a d V1 Y C d N N m d Q Packet Page -696- N W A H c Cu Cu 0 CL` O u 3 d Y to Cu C 3 12/8/2015 16.C.2. 00 00000 0� 0 v- O 0 O -It 0 N 00 m O O C V} V) V? V} V) V) V? N O O 0 • O 0 0 0 0 O lD N lD N N O o ' o n o oc rn N v o0 n U j' W N M 00 O N .ti VY � 01 i/} w lD in m N n V? .-i V? N N N C O 00 00 0 0.. 'o cc 0 0 0 u O Ln 6 0 0 0 0 6 0 ` �....: N n n O O c 0 O N W N rn v7 n O LD N Ln Ln N LD N V1 r, t6 l9 CL E Co u O O o0 O O O o0 O w o o °o o° °o °o °0 °o N n m 0 0 0 0 O +cC' 00 V? N V} m 0 0 N Lr V? v1 C V} VT V? VY VY W ° vmi. 00 r,: 00 00 V m to m vi m o v o, E .N-tLn r, m�N°� rn °oM LM Q � V' C) V' r- V) N Ln 01 Cu N 4 VY VT V } V T VY V? N c `m r O O m o v O o d W O W N N O n 0 O 3 T - H 0 C N� '-t n m n .-t a N 0 O O d m U tL y N CY d' n Ln N in Vt o °1 o � Z C � > W a r :`a t• E E E E E E E E V7 V) N N to to V) N c E E J J E J E J E J E J E J E J o� C A •U U y U m o c 3 E 3 Y a v LL G 7 2 to v a n > !° d m y E c o r^ LL m u 3 C D C 'o u O O o � � __ m N L_ LL u T tL N _W N _ Q1 C E lu �.; E a = o _ o _ a m a c CU u V � f0 T t6 t6 f0 : Q E L L � L in L h L to O U OC C C d D cO C N d 7 LL 7 LL 7 LL 7 LL 7 LL d O Cr @ bo tU E 3 H O y c E v Cu a � tv u m u = cC c D N u Li c f6 N C H O L L Y U m .0 0 T a d V1 Y C d N N m d Q Packet Page -696- N W A H c Cu Cu 0 CL` O u 3 d Y to Cu C 3 12/8/2015 16.C.2. 12/8/2015 16.C.2. Packet Page -697- �2 Y W ED cO (� W u � v O o 0 aJ U Q 4� O CLO -C a) `� oCu Q) 4� 4t to W > N .L C Ou YI O Q+ O O+ N L O � z Z I a 00 I �� h C I' C' I � � I Cf- t � t t t� �W bz . W O O O O O O O O O O O O O O O O O U} O O O O O O O o O O O ' O U ' O ' O O' O i11 O Lr) O LO O u'1 d' M M N N I-i r-1 V} V} V} i/? VY V} t/)- V} Packet Page -697- 12/8/2015 16.C.2. CDM Smith 2180 W. First Street Suite 400 Fort Myers, Florida 33901 tel: 239 938 -9600 fax: 239 339 -6418 October 19, 2015 Tom Sivert, P.E. Senior Project Manager Public Utilities Planning and Project Management Department 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: NRO Well 109 RFQ No. 14-6213-48 Low Quote Evaluation — Recommendation for Contract Award Dear Mr. Sivert: On October 15, 2015, quotes were received by Collier County for the NRO Well 109 project (RFQ No. 14- 6213 -48). Three quotes were received. The apparent low quote was submitted by Quality Enterprises USA, Inc. in the amount of $296,355.34 for Quote Items 1 through 3, including the identified project allowances. This is within ten percent of CDM Smith's opinion of probable construction cost of $270,000. The other two quotes were submitted by Mitchell & Stark Construction Company, Inc. ($326,300.00) and Douglas N. Higgins, Inc. ($331,382.00). The quote tabulation summary is attached. CDM Smith has reviewed the quote submitted. The price appears reasonable to properly complete the work. Quality Enterprises USA, Inc. is on the County's Annual Contract for Underground Utility Contracting Services and as such should be qualified to properly perform the work on this project. In summary, CDM Smith believes that Quality Enterprises USA, Inc. is the lowest, responsive, responsible quoting firm and is qualified to perform the construction of the NRO Well 109 project. CDM Smith recommends that Collier County award the project for the total quote for Items 1 through 3 including the project allowance. Please do not hesitate to call if you have any questions or wish to discuss the quote further. Respectfully, C1,� Ja on A. Sciandra, P.E. Senior Project Manager CDM Smith Inc. Attachment Packet Page - 698- )NMENT+ TRANSPORTATION +ENERGY +FACILITIES 0 O 3 CS N f6 •OD d E JD 3 N C O y c E a 0 u d u Y o O u = •f6 Y o c o N U 5 t 7 C c 3 O O d Y CO .t O T M d Y C N ci N m N O Packet Page -699- m f0 H c E d u 0 ti 0 U 3 m m d d C 12/8/2015 16.C.2. ao 000 0 0 o� = N N O N lD N m lD C O cC' N O O CO E N c N lD m oC lD O1 mC) M 'N-I N m 00O � =YDD ��` Z r K O O O O O O O o , N ° N M lD NNC `* tD o°0 01 M O D0 MOi Cr, m ONe-1 ^ N to t/F N V) Vf N VT ` O O O O p O O M .; O O O O O O O O° O° £ �`'Qr N^ M O O O C:l O 44 L. V1 V? N VY N V1 V! V? N l� 4yr' `. O LM O 0 0 0 0° O ^. N n m O 0 C O wA CD N D1 n lD l/7 VL N t/} X lA VL V? VT VS 7 c c U O O N m m O m O O, ° `^ ui N m n n u-) a CD o° o f m m r+ N Lr m O ^� LA d � v-ZT r, ^ ✓ Q d�siq d O O m O L° D d uj t* F 0 0 N u1 O h° O 01 s i. sY'.{ N N� n n V O° O N •B O: .� N m N Lr m c L 7 �:y U O N v) N d 3 U '577 }, '-� �U* V in�,w� CT C n V,. o � Z = C m £ ti ti w CY E E E E E E E E N n In > > N > Ul > N > V) N O In •�' a s a a n a n D- E E E E E E E E D •J U � G d H � A 0 c c 3 d U" D U c tv D LL CL v 3 `o o m c Q m O w 3 E .. 2 i d U 'm 7 N -O C 7 CL (u cu C m d Ci u v i a D m s u E c - vrui Q- c o m m a oB c u 3 o 0 a o f0 C Q/ N L K W C U Q oa 3333 ___ o: E (a L iv L m r M s ro c v j D L LL LL LL LL LL LL > j- lv H N N N N N N m 0 O 3 CS N f6 •OD d E JD 3 N C O y c E a 0 u d u Y o O u = •f6 Y o c o N U 5 t 7 C c 3 O O d Y CO .t O T M d Y C N ci N m N O Packet Page -699- m f0 H c E d u 0 ti 0 U 3 m m d d C 12/8/2015 16.C.2. 12/8/2015 16.C.2. ^, WORK ORDER/PURCHASE ORDER Contract 14- 6213 -48 "Annual Underground Utility Contractors" Contract Expiration Date: July 7, 2016 This Work Order is for utility contractor services for work known as: Project Name: NRO Well 109 Project No: 70085.16.6 The work is specified in the proposal dated October 15, 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. Scope 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 90 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): ZNegotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS +RC) ®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 $271,355.34 NLS Task II $ 25000.00 TM TOTAL FEE $296,355.34 Prepared by: - , Sivert, PE Senior Project Manager, PPMD Packet Page -700- © -- (� ---' `15— Date u Page 1 of 3 APPROVED BY: Oscar Martinez, P. .; PPMDcErnqhal Project Manager APPROVED BY: I errr_ Pam y, Disi APPROVED BY Stfevessne APPROVED BY TAPPROVED BYS APPROVED BY: Joe BeMne, Util Director Procurement Strategist Operations Support Director APPROVED BY: - George Yilmaz, Public Utilities Administrator 12/8/2015 16.C.2. Date in i ;? Date _ Io rf t ate -07 LZCI � Date Date Date t ° ze /I �- - 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. (Remainder of page intentionally left blank) 6! - ) Page 2 of 3 Packet Page -701- 12/8/2015 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: Dwight E. Brock, Clerk of Courts LM Dated: (SEAL) first Witn Susan J. Schultz TType /print witness nameT Second Witness Marcie Cohen TType/print witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Lin Tim Nance, Chairman Quality Enterprises USA Inc. ignature Louis J. Gaudio, Vice President TType /print signature and titleT Packet Page -702- Page 3 of 3 oe