Loading...
Agenda 02/25/2014 Item #16C22/25/2014 16.C.2. EXECUTIVE SUMMARY Recommendation to approve a work order under Request for Quotation 08 -5011 -112 in the amount of $388,919.20 to Mitchell & Stark Construction Company, Inc., for the North County Regional Water Treatment Plant High Service Pump Replacement Project No. 71066. OBJECTIVE: Maintain high service pump reliability at the North County Regional Water Treatment Plant (NCRWTP) necessary to meet customer demand. 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 technical support projects. The proposed scope of work is consistent with the 2008 Water Master Plan Update, Project 71066, "NCRWTP Technical Support Projects," Section 8, Table 8 -2, page 4 of 5, line 116. The scope of this project includes the replacement of four potable water high service pumps. The existing high service pumps are original to the plant, constructed in 1993. Each has reached the end of its useful life. Replacement of this equipment is critical to ensuring the reliability of the facility to meet potable water demand. Request for Quotation number 08 -5011 -112, "NCRWTP High Service Pump Replacement," was posted on December 30, 2013, and distributed to all vendors of the Fixed -Tenn Underground Utilities Contract 08 -5011 via the county's electronic bid process. Four of the five notified vendors submitted quotations for this project by the January 22, 2014 deadline. The quotations are summarized in the table below. VENDOR BID Mitchell & Stark Construction Co., Inc. $388,919.20 Haskins, Inc. $394,664.00 Quality Enterprises USA, Inc. $422,357.80 Douglas N. Higgins $436,800.00 Staff and local engineering consultant, CPH Engineers, Inc., determined that the lowest bid is fair and reasonable and recommend awarding the work order to Mitchell & Stark Construction Company, Inc. The bid is approximately two percent above the project consultant's $384,130.00 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). 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 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 tenns 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 funding is available in the Water User Capital Fund (412). Packet Page -529- 2/25/2014 16.C.2. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK 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 -112 in the amount of $388,919.20 to Mitchell & Stark Construction Company, 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 -530- 2/25/2014 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 -112 in the amount of $388,919.20 to Mitchell & Stark Construction Company, Inc., for the North County Regional Water Treatment Plant High Service Pump Replacement Project No. 71066. Meeting Date: 2/25/2014 Prepared By Name: SivertTom Title: Project Manager, Senior, Public Utilities Engineering 1/31/2014 12:50:21 PM Approved By Name: HapkeMargie Title: Recycling Coordinator, Solid Waste Date: 1/31/2014 1:30:43 PM Name: Steve Messner Title: Director - Water, Water Date: 1/31/2014 3:16:29 PM Name: WardKelsey Title: Manager - Procurement, Purchasing & General Services Date: 2/3/2014 4:22:09 PM Name: Joseph Bellone Title: Director - Operations Support, Utilities Finance Operations Date: 2/4/2014 10:04:17 AM Name: BrilhartBrenda Title: Procurement Specialist, Purchasing & General Services Date: 2/5/2014 7:55:29 AM Name: JacobsSusan Title: Operations Analyst, Public Utilities Division Packet Page -531- Date: 2/5/2014 9:00:23 AM 2/25/2014 16.C.2. Name: ChmelikTom Title: Director - Public Utilities Engineering, Public Utilities Engineering Date: 2/5/2014 9:13:38 AM Name: SunyakMark Title: Project Manager, Principal, Public Utilities Engineering Date: 2/5/2014 9:19:27 AM Name: MarkiewiczJoanne Title: Manager - Procurement, Purchasing & General Services Date: 2/5/2014 11:52:16 AM Name: YilmazGeorge Title: Administrator - Public Utilities, Public Utilities Division Date: 2/10/2014 12:44:06 PM Name: KlatzkowJeff Title: County Attorney, Date: 2/12/2014 3:14:14 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 2/14/2014 2:04:16 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 2/17/2014 11:13:21 AM Packet Page -532- v L 6 C 0 � 0 o s LL F LL G w C 7 t U j t 7 7 o � U F t G O C U 's N L W a c m N OI 3 f0 a m L U .0+ f m C O C 3 O N m Y >O 7 O fCl E E d t C N C 0 E O N C 7 N .c N O C t 3 Packet Page -533- 2/25/2014 16.C.2. O O O o O ° O ° O o CD CD O CD F O CO N cc0 C C7 69 69 fA 69 69 _OI S O O O O w U O O O CD O C Z v C m rn C y 69 Co 69 69 o � ca°q o, ° °o Cq O O h M H M M O 0 N N 0 N Cl) v 6) 69 69 69 6N 7 O O O LIJ U O o 01 tC7 O Z CL o R u7 64 c 0 � 6 0 0 0 0 0 0 0 0 0 0 C5 o °0 v Co o °O_ a CC Ha°o a O ~ cl� C14 Co ° m C M M Y N 69 69 69 69 N 10 Z CD O O O O W U o °0 IO o Z IL 0 �2 In O N N o o 69 rn 69 rA iA O CD N O O N Y -= OD CO Cl) O O 0 O v d' N O 07 CD N ~ f to M W Cl) 6) 69 69 64 69 m W If) o Co O d 6q ;; ua 69 J cc Co J W W r rr F OI O pI c C C C N r3- N N CO _U G N N C N r C N d U) y � 3 0 U- m o L U O C c CZ d N O Z m 00 '; CM C N 3 CO O G O O 6 C > Q N Q C C C 1. � U c Q V CD U) m; d m ELO W °- m c OI 5 N c: c .a o [L 3 1 0 .y ICi C CCi uJ CD w E f(pp y 3 p U F- L U U C 3 Q N C C o O E O °2S 0 0 O ..LO• y S f6 O C 1 1 N m a) O) C C U d C O '_" C O ._ C Oi O O LL a E Eo y E N_ 0 `'Cc: O w d m C O O (CS E Q a a� m Ci d J W � N M F 1 O N L W a c m N OI 3 f0 a m L U .0+ f m C O C 3 O N m Y >O 7 O fCl E E d t C N C 0 E O N C 7 N .c N O C t 3 Packet Page -533- 2/25/2014 16.C.2. 2/25/2014 16.C.2. Packet Page -534- LD ON E Q no -,7 s E 4) u CL (v CL E tA Cc u LM Cr Packet Page -534- Architects Engineers Environmental Landscape Architects M /E /P Planners Surveyors Transportation /Traffic January 23, 2014 Mr. Tom Sivert, P.E. Senior Project Manager Collier County 3339 Tamiami Trail E., Suite 303 Naples, FL 34112 Re: North County Regional Water Treatment Plant High Service Pump Replacement RFQ No. 08 -5011 -112 Engineer's Bid Review Dear Mr. Sivert: 2/25/2014 16.C.2. Suite 240 Tampa, FL 33609 Phone: 813.288.0233 Fax: 813.288.0433 The County received bid packages from four (4) contractors for the North County Regional Water Treatment Plant (NCRWTP) High Service Pump Replacement Project. The project involves the removal and replacement of the existing High Service Pumps No. 1 — No. 4 and associated motors; including fittings, spool piece, painting, reconnection of the existing air release valve, and reconnection of the existing electrical and SCADA wiring. The Contractor will be required to coordinate with the County for disinfection and testing of each pump following replacement. The bid tab provided by the County is detailed below. Lowest Bid Bidder's Name Total Bid I Mitchell & Stark Construction Company Inc. $388,919.20 2 Haskins $394,664.00 3 Quali Ente rises USA, Inc. $422,357.80 3 DN Higgins, Inc. $436,800.00 Based on our review of the available data (bid pricing) and the fact that Mitchell & Stark Construction Company Inc. (Mitchell & Stark) is one of the County's pre - qualified contractors, we have no objection to the County proceeding with the award of the bid to Mitchell & Stark in the amount of $388,919.20, which includes the County's $10,000.00 allowance. Mitchell & Stark was within 2% of the engineer's opinion of probable cost (OPC), which was $384,130.00; therefore we believe Mitchell & Starks prices are fair and accurate. Please note that we have not reviewed any references for the lowest bid; however this should not be required since Mitchell & Stark is a pre - qualified contractor 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. Please contact us if additional information is needed concerning the above. Sincerely, CPH ENGINEERS, INC. r` W. Wade Wood, P.E. Vice President Packet Page-535- w w w j o o m 2/25/2014 16.C.2. WORK ORDER/PURCHASE ORDER Agreement for Fixed Term Underground Utilities Contract Dated: March 11, 2008 (Contract 08- 5011 -112) Contract Expiration Date: March 10, 2014, This Work Order is for professional Underground Utility Construction services for work known as: Project Name: NCRWTP High Service Pump Replacement Project No: 71066.22 The work is specified in the proposal dated January 22, 2014, 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 Mitchell & Stark Construction Company Inc Scope of Work: As detailed in the attached proposal and the following: Task I Mobilization Task II Furnish & Install HSP 1-4 Task III Disinfection & Testing Task IV Allowance Schedule of Work: Complete work within 300 days from the date of the Notice to Proceed which is accompanying this Work Order, Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS +RC) ®Time & Material (T &M) (established hourly rate — Schedule A) ❑ Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I Task II Task III Task IV TOTAL FEE ** 10% retainage will bt held PREPARED BY: Tom §v4 PE, APPROVED BY: Mark J. S $ 11,598.00 LS 364,898.20 LS 2,423.00 LS 10.000.00 TM S 388,919.20 LS & T &M payments only. for Project Manager Project Manager Packet Page -536- Date FM C7 RFQ #08 -5011 -112 NCRWTP High Service Pump Replacement Page 2 APPROVED BY: Steve Messner; Water Director APPROVED BY: Tom C$meW P.E., PPMD Director APPROVED BY: Procurement Strategist APPROVED BY: Joe Bell . U ' i Operations Support Director 2/25/2014 16.C.2. Dat d22�� ate 2- 1!'t�� D�ate Date APPROVED BY: George Yilmaz, Public Utilities Administrator Date Date ATTEST: BOARD OF COUNTY COMbtISSIONERS Dwight E. Brock, Clerk Collier County, Florida By: Deputy Clerk (Witness By: i (Witness Two Name/Title) ` Approved as to Form and Legal Sufficiency: Assistant County Attorney By. Tom Henning Chairman Mitchell and Stark Construction Company, Inc. By: I _Michael P. Westh er, Vice President (Name and Title) Packet Page -537-