Loading...
Agenda 01/14/2014 Item # 16C2 1/14/2014 16.C.2. EXECUTIVE SUMMARY Recommendation to approve a work order under Request for Quotation 08-5011-109 in the amount of $332,100 to Kyle Construction, Inc., for the Tamiami Wellfield Meter Replacement Project No. 70085. OBJECTIVE: Maintain compliance with South Florida Water Management District (SFWMD) regulatory requirements relative to reliable flow measurement for each of the 30 wells in the Tamiami Wellfield that supplies an estimated 60 percent of the raw water necessary to meet customer demand at both the North and South County Regional Water Treatment Plants. CONSIDERATIONS: On June 24, 2008, as Agenda Item 10G, the Board of County Commissioners (Board) adopted the 2008 Water Master Plan Update that identified the requirements for wellfield improvements. The proposed scope of work is consistent with the 2008 Water Master Plan Update, Project 75005, "Wellfield Technical and Operational Support," Section 8, Table 8-2, page 4 of 5, line 124. A new project number, 70085, was created in FY12 to consolidate all wellfield technical support projects, including well meter replacement. As a condition of the county's water use permit issued by the SFWMD, each raw water well must be equipped with a SFWMD-approved water use accounting system (flow meter). The scope of this project replaces the original flow meters for 30 wells located in the county's Tamiami Wellfield. The Tamiami Wellfield is the original wellfield that provided raw water to the county's first regional water treatment plant, which commenced production in 1983. Today,the Tamiami Wellfield supplies both of the county's regional water treatment plants with more than 60 percent of the raw water necessary to meet potable water demand. The existing flow meters are at the end of their useful lives and repair parts are no longer available. 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 number 08-5011-109, "Tamiami Wellfield Meter Replacement," was posted on November 1, 2013, and distributed to all vendors of the Fixed-Term Underground Utilities Contract 08- 5011 via the county's electronic bid process. All five of the notified vendors submitted quotations for this project by the November 18,2013 deadline. The quotations received are summarized in the table below. VENDOR BID Kyle Construction,Inc. $332,100.00 Mitchell& Stark Construction Co.,Inc. $381,971.00 Douglas N. Higgins, Inc. $388,974.00 Quality Enterprises USA, Inc. $391,564.25 Haskins Inc. $459,000.00 Staff and local engineering consultant, CPH Engineers, Inc., determined that the lowest bid is fair and reasonable and recommend awarding the work order to Kyle Construction, Inc. The bid is approximately eight percent above the project consultant's $305,900.00 opinion of probable cost. The Purchasing Department concluded that bidding was competitive and representative of market conditions. The quote summary, quote chart, engineer's letter of recommendation, and work order are attached (Attachments 1, 2, 3, and 4,respectively). Packet Page-930- 1/14/2014 16.C.2. The request for proposal informed the bidders there might be unforeseen conditions associated with the project. The project cost incorporates an allowance of $10,000 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 policy and the terms of the agreement. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2014 Capital Budget approved by the Board on September 19,2013. 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, approve a work order under Request for Quotation 08-5011-109 in the amount of$332,100.00 to Kyle Construction, Inc., and authorize the Chair to sign and execute the work order after final approval by the County Attorney's Office. Prepared By: Tom Sivert,PE, Senior Project Manager,Public Utilities Planning&Project Management Attachments: Attachment 1 Quote Summary Attachment 2 Quote Chart Attachment 3 Letter of Recommendation Attachment 4 Work Order Packet Page -931- 1/14/2014 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to approve a work order under Request for Quotation 08-5011-109 in the amount of$332,100 to Kyle Construction, Inc., for the Tamiami Wel!field Meter Replacement Project No. 70085. Meeting Date: 1/14/2014 Prepared By Name: SivertTom Title: VALUE MISSING 12/18/2013 3:12:54 PM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 12/19/2013 10:08:02 AM Name: Pam Libby Title: Manager-Operations-Water/WW,Water Date: 12/19/2013 11:30:01 AM Name: Steve Messner Title: Plant Manager,Water Date: 12/19/2013 3:05:10 PM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 12/20/2013 1:59:30 PM Name: Joseph Bellone Title:Manager-Utility Billing&Cust Serv.,Utilities F Date: 12/20/2013 3:20:03 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing&General Services Date: 12/23/2013 10:00:12 AM Packet Page -932- 1/14/2014 16.C.2. Name: JohnsonScott Title: Purchasing Agent,Purchasing&General Services Date: 12/23/2013 10:03:32 AM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 12/23/2013 11:42:38 AM Name: SunyakMark Title: Project Manager,Principal,Public Utilities Engine Date: 12/23/2013 12:38:52 PM Name: LynchDiane Title: Administrative Assistant Date: 12/23/2013 1:05:30 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 12/27/2013 9:18:12 AM Name: YilmazGeorge Title: Administrator,Public Utilities Date: 12/27/2013 11:24:56 AM Name: KlatzkowJeff Title: County Attorney Date: 1/6/2014 9:37:13 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 1/6/2014 10:17:12 AM Name: OchsLeo Title: County Manager Date: 1/6/2014 11:41:47 AM Packet Page -933- 1/14/2014 16.C.2. 8 8 8 $ 88 8 °o o N N55�� 88 e ▪ , o S o o 0 $ ' r ry M n ry v YN N 1.4 N N N N N SV 8 8 p p p p d g e BN §go r o c ri ni vi a Z N ey V, V.I. N N N N N O 0 0 0 0 O N F m m O '" 8 io 8 11 O • .y N m,. .o 0 0 ni � Q N N VI.N V)V, N N u v+ • °' 'N ° ni R.'2, 8 Z ca; T N O Z O N N N N N N 8 8 8888 8 8 ad o Ti vi vim o v O 0 N m O1 O ¢ aft o e N o m ~O vi co ni,-vim o m N r N m z 2 _ ' 8 8 8888 S 00 pT IA n H 0 8 b M m Z 0 N Vl Q p N N o N H 8 O p 8 $ 0 p 8 ▪ mOc N 0 0 . • ¢ ■- 0 °%n p > N O r N N - 2 m c p N N N N■l N N H f = 8 e, 8 ° 8 8 W u m oN 8 W E a . . m nri o z o y 3 Z .ni� O 0 I Vf V.N V)N °o 8 8 $ 8 8 8 °o a 8 ° 888 ^ 0 8 ?s ~O • W N O N O 3 ~ N N ry ey N - 5 W VI Vt N in N N N N N a O O 8 8 8 0 O a u '0, 0 0 8 0 6 m N n � G ry Z 0 n a ti w E a E w w w _N 3 2 E z O H Cr O 2 . -1 m m ti N .+ 0 s u o a u c N ..7' o -a t r r O - o O`o ID z C ` CO O n O o ° n al 0 ▪ w 1 c m ° v 9v w al -5, w a 3 z °F-'1 _- O t c z o ti u Z ° w u E N F a le LC > N L, r 2 m E o E a ' ° sm N c a s c 3 0 F c v E. a d u 0 o v c ° 2 mvatS LL r- ¢ c 0 y 2 E o w o L F• ' -g - a 9 o o Z a p 9 1 1 '' 1 6 a m O O y 1 O _u �3 i LL �a 8 a¢ a 3 8 E O p a Z m 2 g ,,, N mso- N sc n r ¢ a m m Packet Page -934- 1/14/2014 16.C.2. � c G i ao a > v L c E W n 0 "6 ,. O .6 u- w - - g v' = i �, a v E } y W N r4 > 4• N E .O N ++ C i.-1 o a o + 0 o + a, C ° ro cu OL 1 : 1 (: W I. 1 Cr • 'm L I I I •• _ I j { i I 3 ? O I ! I 1 } ao LL ; I o I i -p 1 i 41 I i Y I y;, 1 { I ,: :° 1 I =• i , H CD E is ro to I 1 I. u 1 CTS 1 1 y I O II 'II i o ..1 3 j: o Cf cc L is U O i : W 4,, (�O w 1 I 0 0 0 0 0 0 0 0 0 0 0 C o o 0 0 0 0 0 0 0 0 u- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I V M N N r-1 -1 V? Packet Page -935- n Architects Engine 1/14/2014 16.C_2. 0 Environmental Landscape ers Architects Suite 240 '` M/E/P = Planners Tampa,FL 33609 Surveyors i Transportation/Traffic Phone:813288.0233 Fax:813.288.0433 November 19, 2013 Mr.Tom Sivert, P.E. Senior Project Manager Collier County 3339 Tamiami Trail E., Suite 303 Naples, FL 34112 Re: Tamiami Wellfield Meter Replacement County Project No. 08-5011-109 Engineer's Bid Review CPH Project No. C19805 Dear Mr. Sivert: The County received bid packages from five(5) pre-qualified underground contractors under contract with the County for the Tamiami Wellfield Meter Replacement Project. The 100% Opinion of Probable Construction Cost prepared by CPH Inc. (CPH) was $305,900.00, for the base bid that included the replacing the existing meters with annubar flow meters on thirty(30)of the Tamiami Wells, including the installation of air release valves (ARV's) on each of the wells. The bid tab provided by the County is detailed below. Lowest Bid Bidder's Name Total Bid 1 Douglas N. Higgins, Inc. $388,974.00 Mitchell$ Stark Construction Company 2 Inc. $381,971.00 3 Quality Enterprises USA, Inc. $391,564.25 4 Haskins Inc. $459,000.00 5 Kyle Construction Inc. $332,100.00'' Based on our review of the available data (bid pricing), we have no objection to the County proceeding with the award of the bid to Kyle Construction, Inc. in the amount of$332.100.00. The engineers Opinion of Probable Construction Costs is within 8%of the low bid;therefore is within an acceptable percentage. Please note that we have not reviewed any references for the lowest bid; however this should not be required since each of the contractors are pre-qualified to perform this type of work for the County. if such a review is required, please provide contact information for each bidder so that we may ask for references and similar projects. If the contractor's bonds and insurance as required by the County's contractual documents this should be reviewed prior to execution of the agreement. Please contact us if additional information is needed concerning the above. Sin ely, CPINGINEERS, INC. IL tr W.Wade Wood, P.E. Vice President Packet Page -936- w W w c p h c o r p a ixt 1/14/2014 16.C.2. WORK ORDER/PURCHASE ORDER Agreement for Fixed Term Underground Utilities Contract Dated: March 11, 2008 (Contract 08-5011-109) Contract Expiration Date: March 10, 2014, This Work Order is for professional Underground Utility Construction services for work known as Project Name. Tamiami Wellfield Meter Replacement Project No: 70085.10 The work is specified in the proposal dated November 18, 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 Kyle Construction. Inc, Scope cif Work: As detailed in the attached proposal and the following: Task I Mobilization Task II Furnish & Install Annubar Flow Measuring Devices Task III ARV Assembly& Connection Task IV Conduit rerouting Well No 9 Task V Piping Modifications Task VI Restoration Task VII Allowance Schedule of Work, Complete work within 270 days from the daie of the Notice to Proceed which is accompanying this Work Order. clonwensation, In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): 02,Negotiated Lump Sum (NLS) SLump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate— Schedule A) 0 Cost Plus Fixed Fee(CPFF). as provided in the attached proposal. Task I S 8200.00 LS Task 11 242,250 00 LS Task III 55,800 00 LS Task IV 2,100 LS Task V 12,000.00 LS Task VI 1,750 LS Task VII 10.000 00 TM TOTAL FEE S 332.100.00 LS& T&M 10°-0 retzinage will be held on progress payments only. PREPARED BY: Tom Sivert. PE.PPM D Senior Project Manager Date Packet Page -937- 1/14/2014 16.C.2. li onualm 'yVell Meter Repiticentent. i'4te 2 APPROVED BY Mark J. SunvaLP.E., PPMD Principal Project Manager Date APPROVED BY' • •" • • Pam Libby. Distribution Manager Date .A PPROVED BY. ) = Steve Messner. Water Director Date APPROVED BY: Tom Chmelik, PE PPMD Director Date APPROVED BY: Brenda Brilhart, Purchasing Procurement Strategist Date , • APPROVED BY: Joe BellOne.Utilities Operations Support Director Date APPROVED BY• GeorRe Yilmaz. Public Utilities Administrator Date Date Trsi BoARi) COE 7. 1Y COMM IsSioN11.,,, ; Bola. Conier County.Florkin .f.sieput,, Clerk Georgia A.I lilter.Ls(1 ChanYornan Kie(..'onstruct on Inc By .,c• ,Wnness k one\ntiic ii t.it:'; Name and"[ilk) I\No Nae: Apr:0\rd.;a7,to i-orin . tint N AItornev 0 Packet Page-938-