Loading...
Agenda 09/09/2014 Item #16C4 9/9/2014 16.C.4. EXECUTIVE SUMMARY Recommendation to approve a $609,000 work order under Request For Quotation 14-6213-1 to Mitchell & Stark Construction Co., Inc., to replace pumps and motor controls in Sludge Pump Station No. 3 under North County Water Reclamation Facility Technical Support Project No. 73968. OBJECTIVE: Maintain wastewater treatment capacity and Irrigation Quality (IQ) water production at the North County Water Reclamation Facility (NCWRF) in compliance with Florida Department of Environmental Protection agency regulations. CONSIDERATIONS: The proposed scope of work under Project No. 73968, "NCWRF Technical Support Project" 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 I1C. Funding for project 73968 is available in and is consistent with the FY2014 CIP Budget. This project will replace the pumps and motor controls in the NCWRF's Sludge Pump Station No. 3. Sludge Pump Station No. 3 has five pumps that are necessary for the 2.4 million gallons per day of wastewater treatment and IQ water production. The existing pumps and motor controls are approximately 19 years old and have reached the end of their useful lives.Due to the age of the equipment and excessive amount of wear, repair is not cost effective and does not provide for reliable operations. This project replaces an essential treatment element benefitting approximately 121,000 customers currently served by the NCWRF. Request for Quotation 14-6213-1, "NCWRF Replace Pumps— Sludge Pump Station 3" (Attachment 2), was distributed on July 10, 2014, to the four vendors under contract for Plant Utilities. All four contractors submitted quotations(summarized below)by the July 22,2014 deadline. VENDOR PROJECT COST Mitchell&Stark $609,000.00 Douglas N.Higgins $628,946.00 Quality Enterprises $692,832.40 Haskins $828,050.00 Staff determined the lowest quote to be fair and reasonable and recommends awarding the project to Mitchell & Stark Construction Co., Inc., the lowest, responsive and qualified vendor. The quote is $71,000 (10 percent) less than the engineer's cost opinion. In its letter dated July 23, 2014, the design professional, Hole Montes, Inc., recommends award to Mitchell & Stark Construction Co., Inc. (Attachment 4). Mitchell & Stark Construction Co., Inc., has a satisfactory performance and warranty record on previous,similar utility-related projects. The quote specifications informed the respondents there may be unforeseen conditions associated with the project. The quote amount incorporates an allowance of $57,000 for owner-directed additional work including, but not limited to, modifications to existing piping, valves, electrical wiring and conduit. 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-1522- 9/9/2014 16.C.4. 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 the Wastewater User Fee Fund (414). This project is a direct replacement of assets that have reached the end of their useful lives; operating costs are unaffected. 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, approves a $609,000 work order to Mitchell & Stark Construction Co., Inc., under Request for Quotation 14-6213-1 for the "NCWRF Replace Pumps – Sludge Pump Station 3," Project No. 73968; and, authorize the Chairman to sign and execute the work order after final review and approval by the County Attorney's Office. Prepared By: Wayne M.Karlovich, Senior Project Manager,Public Utilities PPMD Attachments: Attachment 1-Quote Tabulation Attachment 2-Request for Quotes Attachment 3-PPMD Quote Analysis Attachment 4-Recommendation Letter Attachment 5-Work Order Packet Page-1523- 9/9/2014 16.C.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.4. Item Summary: Recommendation to approve a $609,000 work order under Request For Quotation 14-6213-1 to Mitchell &Stark Construction Co., Inc., to replace pumps and motor controls in Sludge Pump Station No. 3 under North County Water Reclamation Facility Technical Support Project No. 73968. Meeting Date: 9/9/2014 Prepared By Name: KarlovichWayne Title:Project Manager, Senior,Public Utilities Engineering 8/15/2014 10:36:17 AM Submitted by Title: Project Manager, Senior, Public Utilities Engineering Name: KarlovichWayne 8/15/2014 10:36:18 AM Approved By Name: HapkeMargie Title:Recycling Coordinator, Solid &Hazardous Waste Management Date: 8/15/2014 11:31:43 AM Name: Joseph Bellone Title:Director-Operations Support,Utilities Finance Operations Date: 8/15/2014 11:39:30 AM Name: JacobsSusan Title: Operations Analyst,Public Utilities Division Date: 8/15/2014 11:40:10 AM Name: JohnssenBeth Title:Director-Wastewater, Wastewater Date: 8/18/2014 11:37:52 AM Packet Page-1524- 9/9/2014 16.C.4. Name: ChmelikTom Title: Director-Public Utilities Engineering,Public Utilities Engineering Date: 8/18/2014 12:04:21 PM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services,Purchasing&General Services Date: 8/19/2014 1:10:28 PM Name: PajerCraig Title: Project Manager,Principal,Public Utilities Engineering Date: 8/19/2014 4:39:24 PM Name: JohnsonScott Title:Manager-Procurement,Purchasing&General Services Date: 8/20/2014 9:00:57 AM Name: HallSwainson Title: Procurement Specialist,Purchasing&General Services Date: 8/20/2014 12:49:28 PM Name: Jon Pratt Title: Plant Manager, Wastewater Date: 8/20/2014 2:16:06 PM Name: TeachScott Title:Deputy County Attorney,County Attorney Date: 8/20/2014 3:05:30 PM Name: YilmazGeorge Title:Administrator-Public Utilities,Public Utilities Division Date: 8/25/2014 10:34:10 AM Name: KlatzkowJeff Title: County Attorney, Date: 8/26/2014 2:49:00 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 8/28/2014 4:37:12 PM Name: UsherSusan Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 8/28/2014 4:37:26 PM Packet Page-1525- 9/9/2014 16.C.4. Name: OchsLeo Title: County Manager,County Managers Office Date: 8/30/2014 12:57:47 PM Packet Page-1526- 9/9/2014 16.C.4. 0 00 00 0 0 0 0 0 o0 0 _ N LU (D Z` LU N N ti co co , < O < F- I FA Ea ca L 0 of O O 0 O w d' v) co O N in N d, Lo O N 00 w o n N 0)) I- C cD CD w H Y J Q 0 69 69- EFT 69 0 0 0 0 0 0 0 C N V O N- co ca CD z o O R co V' ..± Lo ta. AG a— CND Z 0 y} 69 fA 0 0 00 OC 00 0 OC �. O 0 • 00 0 0 < n o 2 to to o° 1- o czt 7o N c a0 N`' O O LC) w F- 2 v Ea 69 EFT ifT mD io Cr, E ,v a m w = 1-H a) H W = M co i'••• Z "� Z 000 � {N M w a ° O a' ce< j c c a)w o c Z ...7 c r F- Z c m o m o LI_ NI U) O O o Q 3 r N ›, U) O N C N O L -I a. - co U) N u) E > .O o cD Q W o o c m U @ N- ... U) Q F- N a as N i c D - - W o § 0 W O W U F- o Y a, a) aa) o� w w o J Z 0 W a 9 -0 0 .S ._ a) LLO @ J.�. W = U 3 — a E as o c c Q _.CI O l) Wm m o` o m a Na 0 D E- Q0- 0 c E aw oa au_ a a 0 C I— U) CJ o a� .nl ns as Q a> 2 Z a 1- Z m ° a) 'a o N a) o a as F-- > a, O 2• O O `m5 ' h Jd0 o Y . m Q W � W U = W � U QUO o a� Qa 3 io > a) U ? LJ Q J d CL J 0 WOO al 'Z " aQ m ^l U Et ZU co Packet Page -1527- 9/9/2014 16.C.4. C.A r r County Administrative Services Division Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACTS #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: July 10, 2014 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number SwainsonHall(a�collieroov.net To: Prospective Vendors Subject: RFQ#14-6213-1 —NCWRF Replace Pumps, Sludge Pump Station 3 ($680k) As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 7/22/14 Pre-Quote Meeting N/A Q&A Deadline: 3:00 PM 7/16/14 Number of Days to Final Completion: 335 Substantial/30 Final Total 365 Plans and Specs: Attached Liquidated Damages: $973 per day Payment & Performance Bonds Yes Direct Material Purchase N/A Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Firm's Complete Legal Name Telephone Number/ Fax Number Signature Title Print Name Date C: Wayne Karlovich, Project Manager RFQ 14-6213-1 1 Packet Page -1528- 9/9/2014 16.C.4. v P bO m a '7 u�- O 0 _ Q ,--z Q O a T O V .a W L CC v CI Q 0 ± O 0 + y 0 •■•■ N M U) g I • 4..1 I I co e•B to, I 1. I en ci- i 1 U I 1 I I N 0 z V) C I o 1 1 z 3 I I . fZ I • I •N EL ®! I P o W 1g 1 � CI. w © of ci LL ESC U Z _ •k �. L; an ? LLI 0 00 0 0 00 0 0 0 0 00 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a - in-0 0 0 0 0 0 0 0 0 ■•••••\ O a' O O O O O O O 0 Oo0 a 0 0 0 O 0 O in- in• in. in v. v� vmi in- in- Packet Page -1529- 9/9/2014 16.C.4. HOLE MONTES I ■ ENGINEERS•PLANNERS•SURVEYORS 950 Encore Way•Naples,Florida 34110•Phone 239.254.2000•Fax:239.254.2099 July 23, 2014 Wayne Karlovich,P.E., Senior Project Manager Collier County Public Utilities 3339 Tamiami Trail East Suite 303 Naples FL 34112 . RE: EVALUATION OF QUOTATIONS RAS/WAS PUMP STATION 3 NORTH COUNTY WATER RECLAMATION FACILITY HM File No.2014.062 Dear Wayne, We have reviewed the four bids received by the County on the RAS/WAS Pump Station 3, County Quote No. 14-6213-1. The four bidders and their quoted price are identified below as provided by the County Purchasing Department. The apparent low quote is from Mitchell & Stark Const. Inc. in the amount of$609,000.00. Bidder Bid_ I Mitchell&Stark Company,Inc. $609,000.00 2 Douglas N Higgins,Inc. $628,946.00 3 Quality Enterprises,Inc. I $692,832.40 4 Haskins,Inc. $828,050.00 • Mitchell & Stark Const. Inc. has successfully completed other construction projects for Collier County and is on the County's list of approved utility contractors. The engineer's estimate is $680,000. Therefore, we recommend award of this construction contract to Mitchell & Stark Const. Inc. in the amount of$609,000.00 subject to a final review by the Purchasing Department of the quotation documents. Please contact us if there are any questions about this quote evaluation. Thank you, 51., E MONTES,IN JR. T icska,Ph. .,P.E.,B.C,E.E. Aci to nvironmental Engineering Manager •■•. JRT:dlh H:12014\2014062\EN\C Correspondence\CI Client Corrspondence\20140723 WK RAS WAS PS3 Award Recommendation ltr JRT.doc Packet Page-1530- Naples•Fort Myers 9/9/2014 16.C.4. WORK ORDER/PURCHASE ORDER Contract 14-6213 "Underground Utility Contractors- Contract Expiration Date: July 7, 2016 This Work Order is for professional construction services for work known as: Project Name: NCWRF Replace Pumps, Sludge Pump Station 3 Project No: 73968.45.1 „� f The work is specified in the proposal dated July 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 Co.,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Perform all Work as described in the Proposal * Task II Allowance for Owners Use as Directed * Task III Bid Additive 1 Schedule of Work: Complete work within 365 days from the date of the Notice to Proceed which is accompanying this Work Order. The Contractor 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): Negotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) r Time & Material (T&M) (established hourly rate— Schedule A) ❑ Cost Plus Fixed Fee(CPFF),as provided in the attached proposal. Task 1 $526,500.00 NLS Task 11 $57,000.00 T&M / Task III 25,500.00 NLS w' TOTAL FEE $609,000.00 4/' PREPARED BY: /' '-/ ''21 r O /,! + ' /- y+ Wayne,:Karl. nior Project Manager Date `7/31 (14 esµ APPROVED BY: - a, Craig Pa nci*al Project Manager Date APPROVED BY _',4i' Tom Chmelik,PPMD Department Director Date Page 1 of 3 0 Packet Page -1531- __. ............... .. 9/9/2014 16.C.4. APPROVED BY: E-,- ,r ( f 1�.5/- Joe Pratt,NCWRF Plant Manager Date APPROVED B— 2 " Beth Jolnssen,Wastewater Dir_ector Date APPROVED BY - n i 0,- Dr. George Yilma z Public Utilities Administrator Date APPROVED BY %j TT,/,,1 /g// Swanson HO, Procurement Strategist 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: (Company Name) Name& Title of Authorized Company Officer Date (Remainder of page intentionally left blank) Page 2 of 3 Packet Page-1532- 9/9/2014 16.C.4. 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: Tom Henning, Chairman Dated: (SEAL) Mitchell & Stark Construction Co., Inc. By: -- 2First Witness Signature tTypelprint witness nameT TType/print signature and titleT _ ' - Second Witness • „ „ ! (.F t7.1 TTypelprint witness namet Approved as to Form and Legality: jA )2 . County Attorney tZ%.e:(41C"/Iftiq ..4 S e4 Print Name Page 3 of 3 Packet Page -1533-