Loading...
Agenda 10/28/2014 Item #16C210/28/2014 16.C.2. EXECUTIVE SUMMARY Recommendation to approve a $363,559 work order under Request for Quotation 14- 6213 -6 to Douglas N. Higgins, Inc., to install a new wastewater force main from Victoria Park to Goodlette Frank Road under North County Water Reclamation Facility Technical Support Project Number 73968. OBJECTIVE: To meet demand, stay in compliance, and serve customers efficiently by providing a new path for wastewater to flow from Victoria Park to the North County Water Reclamation Facility ( NCWRF). CONSIDERATIONS: The proposed scope of work under Project Number. 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 IIC. Funding for Project Number 73968 is available in, and is consistent with, the FY2015 CIP Budget. This project will install a new wastewater force main from Victoria Park through the NCWRF site to Goodlette Frank Road. The new force main will increase operational flexibility by providing connections to two transmission mains on Goodlette Frank Road. This will allow for maintenance of either transmission main without the need to shut down the Victoria Park force main. The existing Victoria Park force main is currently connected to the transmission main that enters the NCWRF on the north end of the site near the new Aeration Sludge Holding Tank (ASHT), which is currently under construction. This project benefits all of the customers currently served by the NCWRF including approximately 580 residential customers in Victoria Park. Request for Quotation 14- 6213 -6, " NCWRF Victoria Park Force Main," was distributed on August 28, 2014, to the six vendors under contract for Underground Utilities. Five contractors submitted quotations (summarized below) by the September 12, 2014, deadline. VENDOR PROJECT COST Douglas N. Higgins $ 363,559.00 Quality Enterprises USA $ 452,419.25 Southwest Utility Systems $ 573,000.00 Haskins $ 612,514.00 Mitchell & Stark $ 733,000.00 Staff determined the lowest quote to be fair and reasonable and recommends awarding the project to Douglas N. Higgins, Inc., the lowest, responsive and qualified vendor. The quote is $86,000 (19 percent) less than the engineer's cost opinion. In its letter dated September 18, 2014, the design professional, Hole Montes, Inc., recommends award to Douglas N. Higgins, Inc. Douglas N. Higgins, Inc. has a satisfactory performance and warranty record on similar utility- related projects. The quote tabulation, analysis chart, engineer's letter of recommendation and work order are attached (Attachments 1, 2, 3 and 4, respectively). The quote specifications informed the respondents there may be unforeseen conditions associated with the project. The quote amount incorporates an allowance of $59,000 for owner- directed additional work Packet Page -1383- 10/28/2014 16.C.2. including, but not limited to, additional piping needed for operational or testing purposes, 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. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2015 Capital Budget approved by the Board on September 18, 2014. The source of funding is the Wastewater User Fee Fund (414). There will be a minimal increase in annual maintenance costs for the additional force main. 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 $363,559 work order to Douglas N. Higgins, Inc., under Request for Quotation 14- 6213 -6 for the "NCWRF Victoria Park Force Main" 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- PPMD Quote Analysis Attachment 3- Recommendation Letter Attachment 4- Work Order Packet Page -1384- 10/28/2014 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to approve a $363,559 work order under Request for Quotation 14- 6213 -6 to Douglas N. Higgins, Inc., to install a new wastewater force main from Victoria Park to Goodlette Frank Road under North County Water Reclamation Facility Technical Support Project Number 73968. Meeting Date: 10/28/2014 Prepared By Name: KarlovichWayne Title: Project Manager, Senior, Public Utilities Engineering 10/7/2014 10:57:52 AM Submitted by Title: Project Manager, Senior, Public Utilities Engineering Name: KarlovichWayne 10/7/2014 10:57:53 AM Approved By Name: HapkeMargie Title: Recycling Coordinator, Solid & Hazardous Waste Management Date: 10/7/2014 11:22:13 AM Name: MarkiewiczJoanne Title: Director Purchasing /General Services, Purchasing & General Services Date: 10/9/2014 7:35:44 AM Name: JohnsonScott Title: Manager - Procurement, Purchasing & General Services Date: 10/9/2014 3:50:14 PM Name: ChmelikTom Title: Director - Public Utilities Engineering, Public Utilities Engineering Date: 10/10/2014 5:24:42 PM Packet Page -1385- 10/28/2014 16.C.2. Name: Joseph Bellone Title: Director - Operations Support, Utilities Finance Operations Date: 10/13/2014 7:50:11 AM Name: JacobsSusan Title: Operations Analyst, Public Utilities Division Date: 10/13/2014 1:35:23 PM Name: PajerCraig Title: Project Manager, Principal, Public Utilities Engineering Date: 10/13/2014 4:01:30 PM Name: JohnssenBeth Title: Director - Wastewater, Wastewater Date: 10/13/2014 4:32:06 PM Name: WallerDale Title: Plant Manager, Wastewater Date: 10/13/2014 5:29:08 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 10/15/2014 1:50:11 PM Name: YilmazGeorge Title: Administrator - Public Utilities, Public Utilities Division Date: 10/16/2014 2:53:01 PM Name: KlatzkowJeff Title: County Attorney, Date: 10/16/2014 4:13: 50 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 10/20/2014 10:04:03 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 10/20/2014 11:56:58 AM Packet Page -1386- N C) (D .t OJ M r F� W W v r COLLIER COUNTY QUOTE NO. _RFw 14- 6213 -6 NCWRF Victoria Park FM QUOTATION OPENING DATE Friday, September 12, 2014_ VICTORIA PARK FORCE MAIN COLLIER COUNTY PUBLIC UTILITIES DIVISION Douglas N. Higgins, Inc. ' Quality Enterprises USA Inc Southwest U#tlity Systems Inc It�sklns Inc. Mitchell A Mark tonstiuction IFIt Item No. Description Units .' Estimated " Quantity p T Total Total i Total Total Total All Work in the easterly Right -of -Way (ROW) of Goodlette Frank Road as shown on Contract Drawings M -3, M -4, M -8 & M -10 and required by the Contract Documents. The Work in this ROW area shall be provided on a time and material basis using unit prices 1 from the County Contract Number 14 -6213 with a maximum cost not to exceed $150,000. By submission of the Quotation, the $150,000.00 $150,000.00 $150,000.00 $150,000.00 $150,000.00 bidder confirms he has reviewed the Work scope and Work — Not to Exceed requirements in the ROW area. Based upon that review and work analysis the bidder agrees that the Work described in this Bid Item shall have a total cost not to exceed $150,000 irrespective of the actual time and material costs. Provide a minimum of three vacuum tanker trucks on a full time basis at the Victoria Park wastewater pump station to keep the station pumped out during periods when revisions are made to the 2 station's force main. The tanker trucks will also be used as T &M $3,360.00 $14,000.00 $14,000.00 $14,000.00 $14,000.00 required to drain the existing piping being revised and to provide _ Not to Exceed spill prevention. The costs associated with the tanker trucks will be paid on a time and material basis using actual cost and the unit prices from County Contract Number 14 -6213. 3 All Work described in the Contract Documents not specifically Lump Sum $151,199.00 $229,419.25 $350,000.00 $389,514 $510,000 covered by Bid (tern 1 and 2. — Allowance Fund for Owners Use as Directed. Inclusion of the Allowance Fund as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund. The Allowance Fund shall be used for the 4 following activities. • Relocation of buried facilities (piping, electrical, etc.). — T &M $59,000.00 $59,000.00 $59,000.00 $59,000.00 $59,000.00 Encasement of buried facilities (for protection). Adjustment of piping locations or additional piping due to record drawings not matching real conditions. • Additional piping needed for operational or testing purposes. TOTAL PRICE FOR ITEMS 1, 213 AND 4 $363,559.00 $452,419.25 $573,000.00 $612,514.00 $733,000.00 0 N 00 N O v ID r+ v a oa ro H W 00 00 $800,000.00 $700,000.00 500,000.00 500,000.00 100,000.00 11 111 11 ' 11 111 11 11 111 11 $0.00 Bid Results of RFQ 14- 6313 -6 (NCWRF Victoria Park Force Main) Eng Est D.N. Higgins Quality Southwest Hasikins Mitchell & Stark Enterprises Utility Systems KEY: Dashed Green - AVERAGE BID Dashed black - +/ -1 std dev of avg bid Dotted red- +/- 20% of eng estimate for horizontal construction I O N 00 N O O n N 10/28/2014 16.C.2. HOLE lV ONTES ENGINEERS • PLANNERS • SURVEYORS 950 Encore Way • Naples, Florida 34110 • Phone 239.254.2000 Fax: 239.254.2099 September 18, 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 VICTORIA PARK FORCE MAIN HM File No. 2013.100 Dear Wayne, We have reviewed the five quotes received by the County for the Victoria Park Force Main for County Quote No. 14- 6213 -6. The five bidders and their quoted price are identified below as provided by the County Purchasing Department. The apparent low quote is from D.N. Higgins, Inc. in the amount of $363,559.00. Bidder Bid 1 DN Higgins, Inc. $363,559.00 2 Quality Enterprises, Inc. $452,419.25 3 Southwest Utility Systems, Inc. $573,000.00 4 Haskins, Inc. $612,514.00 5 Mitchell & Stark Const. Co. Inc. $733,000.00 D.N. Higgins, 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 $450,000. Therefore, we recommend award of this construction contract to D.N. Higgins in the amount of $363,559.00 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, ,ROLE MONTI!aS,- I1�3C. Jerry ,,' Taricska, Ph.D., P.E., B.C.E.E. R' Environmental Engineering Manager /Associate JRT:dlh HA2013 \2013100\EMC Correspondence \C I Client Corrsp oil dence\20140918 WK Award Letter JRT.doc Packet Page -1389 - 10/28/2014 16.C.2. AWORK ORDER/PURCHASE ORDER ontract 14 -6213 "Underground Utility Contracto " Contract Expiration Date: July 7, 2016 This Work Order is for professional construction services for work known as: Project Name: NCWRF Victoria Park Force Main Project No: 73968.46.3 f The work is specified in the proposal dated September 12, 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: Douglas N. Higgins, Inc. ✓ Scope of Work: As detailed in the attached proposal and the following: • Task I Perform work in the right -of -way as described in the Proposal • Task II Provide vacuum tanker trucks as described in the Proposal • Task III Perform all remaining Work as described in the Proposal • Task IV Allowance for Owners Use as Directed Schedule of Work: Complete work within 250 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 V Reimbursable Costs (I.S +RC) ®Time & Material (T &M) (established hourly rate — Schedule A) ❑ Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task 1 $150,000.00 T &M Task II 3,360.00 T &M f Task III 151.199.00 NLS ✓ Task IV 59.000.00 T &M / TOTAL FEE $363,559.00 ✓ PREPARED BY: ''� n� 1/4 Wayne l rlo Senior Project Manager Date Ai APPROVED BY: �o � Craig Paj ' c al Project Manager Date �,. APPROVED BY: !G�', 7171 Tom Chmelik, PPMD Department Director Date Pagel of 3 Packet Page -1390- 10/28/2014 16.C.2. APPROVED BY: DaICWaller, NCWRF Plant Manager Date APPROVED BY: Steve N4y, Collections System Manager Date APPROVED ICY- Beth )Anssen, Wastewater Director Date APPROVED BY: Dr. George Yilmaz, Public Utilities Administrator Date 7 APPROVED BY: - � '/ L-' Swainson Mall, Procurement Strategist 41/1 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: Douglas N. Higgins, Inc. Brandy Bartolone , Vice President/Regional Manager Date (Remainder ofpage intentionally left blank) /'-', 1l 11 1114% Page 2 of 3 Packet Page -1391- 10/28/2014 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: Dated: Tom Henning, Chairman (SEAL) First Witness t CiI''!ilrc_ Lit (.��'t G TType /print i'tness Second W tress I U't (-- "/t L'L TType /print witness name Approved as to Form and Legality: Deputy County Attorney Print Name Douglas N. Higgins Inc. ignature - -� TType /p t signature and titleT Packet Page -1392- Page 3 of 3 x—) 10/28/2014 16.C.2. Admkistfve Services Division Nmhwirg REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACTS #14 -6213 "Annual Contract for Underground Utilities & General Contractors" Date: August 28, 2014 From: Swainson Hall, Procurement Strategist 239 - 252 -8935, Telephone Number 239 -252 -6334, Fax Number SwainsonHall(aD-collier ov.net To: Prospective Vendors Subject: RFQ #14- 6213 -6 — NCWRF Victoria Park Force Main As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date 3:00 PM 9/12/14 Q &A Deadline: _ 5:00 PM 9/10/14 Number of Days to Final Completion: 220 days substantial /30 days final /250 total Scope Provided Yes Plans and Specs: Yes Estimated Value _ $450,000.00 Liquidated Damages: $1,000.00 per day Payment & Performance Bonds Yes Direct Material Purchase No 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. Douglas N. Higgins, Inc. Firm's Complete Legal Name rnrn rvame uate C: Wayne Karlovich, Project Manager 0 Packet Page -1393- 10/28/2014 16.C.2. COLLIER COUNTY QUOTE NO. _RFQ 14- 6213 -6 NCWRF Victoria Park FM QUOTATION OPENING DATE _Friday, September 12, 2014_ VICTORIA PARK FORCE MAIN COLLIER COUNTY PUBLIC UTILITIES DIVISION Item No. Description Units Estimated Quantity Total 1 All Work in the easterly Right -of -Way (ROW) of Goodlette Frank Road as shown on Contract Drawings M -3, M-4, M-8 & M -10 and required by the Contract Documents. The Work in this ROW area shall be provided on a time and material basis using unit prices from the County Contract Number 14 -6213 with a maximum cost not to exceed $150,000. By submission of the Quotation, the bidder confirms he has reviewed the Work scope and Work — requirements in the ROW area. Based upon that review and work analysis the bidder agrees that the Work described in this Bid Item shall have a total cost not to exceed $150,000 irrespective of the actual time and material costs. T &M Not to Exceed $150,000.00 2 Provide a minimum of three vacuum tanker trucks on a full time basis at the Victoria Park wastewater pump station to keep the station pumped out during periods when revisions are made to the station's force main. The tanker trucks will also be used as required to drain the existing piping being revised and to provide spill prevention. The costs associated with the tanker trucks will _ be paid on a time and material basis using actual cost and the unit prices from County Contract Number 14 -6213. T &M Not to Exceed $3,360.00 3 All Work described in the Contract Documents not specifically covered by Bid Item 1 and 2. — Lump um p $151,199 4 Allowance Fund for Owners Use as Directed. Inclusion of the Allowance Fund as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund, The Allowance Fund shall be used for the following activities. • Relocation of buried facilities (piping, electrical, etc.). • Encasement of buried facilities (for protection). _ • Adjustment of piping locations or additional piping due to record drawings not matching real conditions. Additional piping needed for operational or testing purposes. T &M $59,000.00 TOTAL PRICE FOR ITEMS 1, 2,3 AND 4 $363,559.00 Packet Page -1394- Courier County AdrrinisbaM SwOoes Division fsUW'Nsk g Memorandum 10/28/2014 16.C.2. Email: SwainsonHall @colliergov.net Telephone: (239) 252 -8935 FAX: (239) 252 -6334 ADDENDUM #1 Date: September 10, 2014 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 — 14- 6213 -06 NCWRF Victoria Park Force Main The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: 1. Contract Drawings, Sheets M-4 through M -9 and M -12 Eliminate all cleanouts, and the piping and appurtenances for the cleanouts. If you require additional information please contact me using the above contact information. c: Wayne Karlovich, Project Manager Packet Page -1395- r ,.; "D n M ">7 N l3q M r 1-� W t71 r COLLIER COUNTY QUOTE NO. RFQ 14- 6213.6 NCWRF Victoria Park FM QUOTATION OPENING DATE _Friday, September 12, 2014 VICTORIA PARK FORCE MAIN COLLIER COUNTY PUBLIC UTILITIES DIVISION 0 DO1s� � 18${lns, tae. ;•. 4os�y Estlsr(libi's41�141nc. SaMalest UtlptY $y>teenn, hte. <a 1#ri1Dw Irre. , k �tlNi t'brrsa4rcebo item Estimated �1p+lfr, krc. No. 0"erlptlon Unit Ihantliyr O ; Total Total Total 1" All Work in the easterly Right -of -Way (ROW) of Goodlelle Frank n Road as shown on Contract Drawings M -3. M -4, M -8 & M -10 and required by the Contract Documents. The Work In this ROW area shall be provided on a time and material basis using unit prices from the County Contract Number 14 -6213 with a maximum cost 1 not to exceed $150000. By submission of the Quotation. the $150.000.00 $150.000.00 $150,000.00 f150,000.00 bidder confirms he has reviewed the Work scope and Work o Exceed Not to Exceed requirements in the ROW area. Based upon that review and work analysis the bidder agrees that the Work described in this Bid Item shall have a total cost not to exceed $150.000 irrespective of the actual time and material costs. Provide a minimum of three vacuum tanker tacks on a full time basis at the Victoria Park wastewater pump station to keep the station pumped out during periods when revisions are made to the 2 station's force main. The tanker trucks will also be used as TRM $3,360.00 $14,000 00 $14,000.00 $14.000.00 $14,000.00 q g pipkt being revised and to provide required to drain the existing g — Not to Exceed spill prevention. The costs associated with the tanker trucks will be paid on a time and material basis using actual cost and the unit prices from County Contract Number 14-8213. 3 All Work described in the Contract Documents not speclfwafly Lump Sum $151,199.00 $229,419.25 $350.000.00 $389.514 $510.000 covered by Bid Item 1 and 2. — Allowance Fund for Owners Use as Directed. Inclusion of the Allowance Fund as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund. The Allowance Fund shall be used for the following activities 4 • Relocation of buried facilities (piping, electrical, etc.). — TdM $59.000.00 S59.00000 $59.000.00 $59,000.00 $59,000.00 • Encasement of buried facilities (for protection). • Adjustment of piping locations or additional piping due to record drawings not matching real conditions • Additional piping needed for operational or testing purposes. TOTAL PRICE FOR ITEMS 1, 2,3 AND 4 $363,559.00 $452,419.25 $573,000.00 (612,514.00 $733,000.00 0 N N O n N