Loading...
Agenda 05/28/2013 Item #16C3 5/28/2013 16.C.3. EXECUTIVE SUMMARY Recommendation to approve a work order for $469,520 to Mitchell & Stark Construction Company, Inc., under Request for Quotation 08-5011-83 for Underground Utility Contracting Services for the Woodcrest Drive Utility Extension Phase 2 Project, Project Numbers 70044 and 70071; and,authorize the necessary budget amendments. OBJECTIVE: Meet demand, stay in compliance, and serve customers efficiently by providing utilities along Woodcrest Drive, an easement within Calusa Pines and Tree Farm Road. CONSIDERATIONS: On June 24, 2008, the Board of County Commissioners (Board) adopted the 2008 Water and Wastewater Master Plan Updates (Agenda Item 1OG) that identified the requirement for improving the potable water distribution system and force main transmission system. The proposed scope of work for Project 70071 is consistent with the 2008 Water Master Plan Update, Project 70071, "County Wide Utility Projects - Water," Section 8, Table 8-2, page 2 of 5, line 59; and with the 2010 Potable Water CIP Update, page 1 of 4, line 21, as identified in the 2011 User Fee Rate Study. The proposed scope of work for Project 70044, "Force Main Technical Support," is consistent with the 2010 Wastewater CIP Update, page 2 of 4, line 56, as identified in the 2011 User Fee Rate Study. The Woodcrest Drive Utility Extension is located one mile east of Collier Boulevard (C.R. 951), south of Immokalee Road, and north of Vanderbilt Beach Road Extension. Water and wastewater utilities are being extended to provide service to future development, to reinforce the water distribution system for reliability and to convey wastewater to an acceptable portion of the wastewater transmission system. Developments benefiting from this extension are Bent Creek/Summit Lakes, Calusa Pines, Habitat for Humanity and Mockingbird Crossing. The extension of the water force main will also provide a fire protection benefit to the residents along Acremaker Road. The scope of work includes, but is not limited to, clearing, installing a 12-inch potable water main and an 8-inch wastewater force main along Woodcrest Drive, Calusa Pines Drive, and Tree Farm Road; and, grading and sodding to return the site to a finished state. The county electronically distributed Request for Quotation, "Woodcrest Drive Utility Extension Phase 2," on April 18, 2013, to the five vendors under Fixed-Term Underground Utilities Contract No. 08-5011. All five contractors submitted quotations by the April 26, 2013, deadline. The quotations are summarized below. VENDOR PROJECT COST _ Mitchell & Stark $469,520.00 Quality Enterprises $ 531,176.00 Haskins, Inc. $ 700,310.00 Kyle Construction $ 845,552.00 Douglas N Higgins $ 965,944.00 Staff determined the lowest quote to be fair and reasonable and recommends awarding the project to Mitchell and Stark Construction Company, Inc., the lowest responsive and qualified vendor. The quote received was $151,266 (24.4 percent) less than the engineer's cost opinion. The design professional. Johnson Engineering, Inc., recommends award to Mitchell and Stark Packet Page-643- 5/28/2013 16.C.3. Construction Company, Inc., in its letter dated April 29, 2013, (Attachment 3). Mitchell and Stark Construction Company, Inc., has a satisfactory performance and warranty record on previous, similar utility-related projects. FISCAL IMPACT: Funding is available in, and is consistent with, the FY13 Capital Budget approved by the Board on September 20, 2012. Budget amendments are required from Generator Upgrades Project 70069, Fund (412), in the amount of $75,000 and from Gravity Transmission System Technical Support Project 70043, Fund (414), in the amount of$300,000. The sources of funding are the Water User Fee Fund (412), and Wastewater User Fee Fund (414). The following table contains the fund financial details. Fund Name Fund Total Cost Water Capital 412 $ 163,115.00 Wastewater Capital 414 $ 306,405.00 Total $ 469,520.00 The project is expected to be completed by November 2013. There will be a minor increase in annual maintenance cost for the additional force main and water main. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney's Office, is approved as to form and legality, and requires majority vote for 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, as Ex-officio the Governing Board of the Collier County Water-Sewer District approve: (1) a work order under Request For Quotation 08-5011-83, Woodcrest Drive Utility Extension Phase 2, in the amount of $469,520.00 to Mitchell and Stark Construction Company, Inc., and authorize the Chairwoman to sign and execute the work order after approval by the County Attorney's Office; and, (2) authorize the necessary Budget Amendments. Prepared By: Craig J. Pajer,Principal Project Manager,Public Utilities PPMD Attachments: Attachment 1- Quote Tabulation Attachment 2-PPMD Bid Analysis Attachment 3-Recommendation Letter Attachment 4- Work Order Attachment 5-Request for Quotes Packet Page-644- 5/28/2013 16.C.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.3. Item Summary: Recommendation to approve a work order for$469,520 to Mitchell & Stark Construction Company, Inc., under Request for Quotation 08-5011-83 for Underground Utility Contracting Services for the Woodcrest Drive Utility Extension Phase 2 Project, Project Numbers 70044 and 70071; and, authorize the necessary budget amendments. Meeting Date: 5/28/2013 Prepared By Name: TrtanCorinne Title: VALUE MISSING 5/2/2013 2:20:56 PM Submitted by Title: VALUE MISSING Name: TrtanCorinne 5/2/2013 2:20:58 PM Approved By Name: Steve Messner Title: Plant Manager,Water Date: 5/2/2013 3:34:23 PM Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 5/6/2013 8:35:23 AM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 5/6/2013 4:15:21 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Date: 5/7/2013 9:31:00 AM Packet Page -645- 5/28/2013 16.C.3. Name: Joseph Bellone Title:Manager-Utility Billing&Cust Serv.,Utilities F Date: 5/7/2013 2:17:05 PM Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 5/8/2013 10:21:14 AM Name: PajerCraig Title: Project Manager, Senior,Public Utilities Engineeri Date: 5/8/2013 10:39:49 PM Name: SunyakMark Title: Project Manager,Principal,Public Utilities Engine Date: 5/9/2013 11:52:22 AM Name: JohnssenBeth Date: 5/9/2013 12:09:54 PM Name: MarkiewiczJoanne Title:Manager-Purchasing Acquisition,Purchasing&Gene Date: 5/10/2013 2:13:07 PM Name: WardKelsey Title:Manager-Contracts Administration,Purchasing&Ge Date: 5/10/2013 3:16:51 PM Name: YilmazGeorge Title:Administrator,Public Utilities Date: 5/11/2013 11:05:27 AM Name: TeachScott Title:Deputy County Attorney,County Attorney Date: 5/13/2013 2:57:59 PM Name: KlatzkowJeff Title: County Attorney Date: 5/16/2013 3:43:59 PM Name: UsherSusan Title:Management/Budget Analyst, Senior,Office of Manage Date: 5/20/2013 4:31:58 PM Packet Page-646- 5/28/2013 16.C.3. Name: IsacksonMark Title: Director-Corp Financial and Mgmt Svs,CMO Date: 5/20/2013 5:16:52 PM Packet Page-647- -8ti9- aged 1a>Ped — — pop oS < W Om GCY,NONO<ICG O W a 0a 4! N gd�NmbRN ON W .. O N O O hN h NY)N W N0 U N N U N' W a C N N N H N H.....H H w N w H H O O.O S O O S S S S S S S S C C C 0; ,0 C M N N Ce-N "^ N 257,2 > yQm N M N N w N N N N N N N N g N O S O O S O S O S O O S S O 0 0 888 y S S S O S O O N O S N O O E N N S N U N m U m N.-.- N O d<N N N N n M d q .94349 • ° S S `oop v O S o O o O O S N. O_O r p S _S O O C o G Oo O N O O< _a(3 v n CO b C� — N N m F 9 o � > y Q m N N N g N N N w H H N N H w N S 8 888888g8888.88g 888 O g O OOOOSgSONSYOi g? upi OM000 O d r n N el,- K K O N N M U N n U N M ` wwwwwNwwwwNww« Y w w w O S S S O O S S S S S S S O N ' N N 0.90000 a , C N C o Q N N N N N N N N N g N N N w O 88888888888888 m � � � �bCb CNtppC O�GOO �M mp d m N 0 0 N N 0 O M<N p c 0' _ p M N p M O<<<N N M W V� a N 7 Q O OM S S S S OO NO G E E O m- _ `fU M _ L3C > > N Q C7 w q N N M N N w w N w H N N w O O S a.O S O S O S O S 8 888 N G G G C O O S N O N EE E n EEE pW m p < V a O N N N.....M N M w H N N N w y O O O O O O O O O O S S S S L O O O O 0 0 0 0 0 0 0 0 0 go a r m V 22222222288 EgIg ,C O 0¢g E H N w H H N N N N N N N M N q LL C G p B S Br? ' S NN Om 'C N N N g_9.9fNNNMfNVl41 VIMNN � N �J J J �J J J J J J J J J J J J N N 24 a e w5 °'oa c Ai ->=7,? o d e-1, - ?a o¢OE v pp E EL S, O LL 3 LL > m 3 I , i E.°= a: " v a td d d-a v E o °▪U B:gE882.9.<<24.,u 3 Pomn000LL N .m a t t..m o w>u u O °` o _A °° L E n w LL t E c r U V zv'moot6mtraNm 8 O O 3 i f f 5 zz '£'0.91- £1.OZ/8Z/9 -6179-aS ed lalDed E- 6 . / 2 / % 5 \ IS < _ . ° ® i } « = e = ± / 7 _ % E . & t2 I VI > q - 0 & G \ o < c + 0 0 + CU = u . � I I i I VI N ________________________ �_ a) C . I 1 I C . I • 3 , I 0 I se 0 I . • I } C CD | x I i f 1J.1 I / 1 [ 4 1 , ,,,CO I • 3 m | I | . » CI3 I \ ,/ I , Z CD D I | ■ 7 . |, . � � I 3 \ , | O . \ 0 } O t in re CO c LU. 1 1 . . . 5/28/2013 16.C.3. JOHNS lig SINCE 1946 ilk 101 ENGINEERING April 29, 2013 Mrs. Corinne Trtan Collier County Public Utilities Planning and Project Management Department 3339 East Tamiami Trail, Suite 303 Naples, FL 34112 RE: Collier County RFQ#08-501 1-83 Woodcrest Drive Utility Extension Phase 2 Lowest Quote: Mitchell & Stark Construction Co., Inc. Dear Mrs. Trtan: Johnson Engineering has reviewed the quote tabulation provided by Collier County for quotes received on April 26, 2013 for the above referenced project and has concluded that the apparent low, reasonable, and responsive bidder for the project is Mitchell & Stark Construction Co., Inc. Subject to concurrence with the County's Purchasing Department, and the contractor furnishing the appropriate bonding and required insurances, we recommend the selection of Mitchell & Stark by Collier County for the intended work contained within the quote documents. Sincerely, JOHNSON ENGINEERING, INC. J ed R. B wn, P.E. 2350 Stanford Court•Naples,Florida 34112 (239)4 Packet Page-650-'4-9320 ----- ----�---- --------� � — - 5/28/2013 16.C.3. ~, WORK ORDER/PURCHASE ORDER Agreement for"Annual Underground Utility Contractors" -#O8-5D11 Contract Date: March 11, 2008 Fixed Term Contract Expires: March 10, 2014 (RFO#O0'5D11-83) BCC approval Date: May 28, 2013 This Work Order is for Underground Utility Construction services forwork known as: Project Name: Woodcrest Drive Utility Extension Phase 2 Project No(s).: 70044.11.2,70071.7.3 The work is specified in the proposa page dated April 26, 2013 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above and Request for Quotation #08-5011'83 dated April 18m, attached hereto a part of this Work Order* ~--~ (please fill out once received), is assigned to: Mitchell&Stark Construction Company.Inc. Scope of Work: As detailed in the Quote Tabulation form and the following: Task 1 Instauation of an 8-inch and 4-inch wastewater force main Task 2 Allowance fund (wastewater) Task 3 Installation of a 12-inch potable water main Task 4 Allowance fund (water) Schedule of Work: Complete Wastewater work substantially 60 days after issuance of the Notice to Proceed, with an additional 14 days to Final completion for a total of 74 days. Complete Water work substantially 80 days after issuance of the Notice to Pnooeed, with an additional 14 days to Final completion for a total of 104 days. The Notice to Proceed which is accompanying this Work Order Compensation: In Accordance with Numbered Para h Four of the Agreement, the County will compensate the Firm in accordance with following method(s): Negotiated Lump Sum DLump Sum Plus Reimbursable Costs Time & Material (established hourly rate - Schedule A) DCost Plus Fixed Fee, as provided in the attached proposal. Task 1 S 278,405.00(LS) Task 2 $ 28,000.00(T&M) Task 3 $ 135,115.00(LS) Task 4 $ 28,000.00(T&M) Total Fee. $ 469.520 OO Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule"A"of the original Cantract Agreement. ' � 63 Prepared prepared By: �.~n+'e~~--"�-p—�-~ ���~_� ,_~ Corinne Trtan, Project Manager Date Approved By: di _ Ii 5 Craig , Pe P/inoipa| PnjeotyWanaoer Date lN�' er / / ��/ _} / l Approved By: - .� �. Mark Su 'k, PE, Principal Project Manager Date Authorized 8y' It3Y1/1Z ac/ //L) Ton�Chn�e|ik. PE, PPM Dinac�or ' ' Date / Packet Page -651- - ---- --- '-- ---- ---' 5/28y2013 16.C.3. RF{}#OB-5O11-83 Page 2 Approved 8.10/001— ----- 6l7/ Beth . .hnssen, Int im Wastewater Director []ate Approved By: . 9N�� \/�—~~__' ) S1ecssnei. Water Director matm • Authorized By:C --- - Dr. George Yi\maz, Public Utilities Administrator ^� /' Date y " �� �� Approved By: y t21/2,: �� 510,3 Evelyn Purchasing Agent I Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Bronk, Clerk Collier County, Florida ,mtto*^ By: By: ^ ^ Deputy Clerk Georgia A. H|Uor, Esq., Chairwoman Inc.(-7.---77 / \ _ ' ~`=__.-- By'.` 'r---_ � l)/(4,i• / /_ � C. -�c+�;�ch . Via (Print Name/Title) Approved as to Form and Legal Sufficiency: ATTEST: ' ./ By Assistant County Attorney - CO LAY - �� (Print Name/Title) „^� Packet Page -652- 5/28/2013 16.C.3. Co aer Cove AdmtrustratIve Services Dtvtsion Purchasing REQUEST FOR QUOTATIONS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: April 18, 2013 From: Nicole Parker, Procurement Strategist 239-252-4270, Telephone Number 239-252-6549, Fax Number nicoleparkercollieroov.net To: Prospective Vendors Subject: RFQ #08-5011-83 Woodcrest Drive Utility Extension Phase 2 As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. All quotations for individual projects shall be in accordance with the terms, conditions, and specifications stated herein and in accordance with the terms and conditions of Contract#08- 5011 of which your firm was an awardee. NO OTHER FIRMS ARE ELIGIBLE TO SUBMIT OR RECEIVE AN AWARD FOR THIS PROJECT. RFQ Due Date: April 26, 2013 at 3:00 P.M. Non Mandatory Pre-Quote Meeting April 22, 2013 at 3:30 P.M. Date/Time: Pre-Quote Meeting Location: Purchasing Bldg G, Conference Room A Q&A Deadline: April 24, 2013 at 3:00 P.M, Wastewater: 60 days to Substantial + 2 Number of Days to Completion: weeks to Final Completion= 74 days total Water: 90 days to Substantial + 2 weeks to Final Completion = 104 days total Liquidated Damages: $1,271.50 per day Plans and Specifications: By Johnson Engineering dated March 2013 • 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. Performance and payment bonds shall be required if the lowest responsive quote exceeds $200,000. Packet Page -653- 5/28/2013 16.C.3. - Co er County Public Utilities Planning and Project Management FACT SHEET FOR: Project Name: Woodcrest Drive Utility Extension Phase 2 Project Manager Name: Craig Pajer/Corinne Trtan Project Manager Department: PUPPMD Contract#: 08-5011 RFQ#: 83 Contract Title: Fixed Term Underground Utilities Project Number(s): 70044(Wastewater) and 70071 (Water) General Information The plans and specifications are intended to provide the information by which prospective contractors may understand the requirements of Collier County relative to installing piping, valves, fittings, appurtenances and other items associated with Phase 2 of the referenced project. Project Description This project consists of the installation of 1) a 12-inch potable water main and an 8-inch wastewater force main along Woodcrest Drive and an easement within the Calusa Pines development and 2) an 8- inch wastewater force main along the undeveloped portion of Tree Farm Road. The project is located north of Vanderbilt Beach Road (Extension). east of Collier Boulevard (CR 951), and south of Immokalee Road. Scope of Work: install components as shown on the plans and specifications provided for each of the two segments. One work order will be executed for the complete project. Collier County will be pre-purchasing piping, valves, fittings, etc. from Ferguson for use by the successful contractor. A list of county-supplied materials will be distributed at the pre-bid meeting. Contractor shall provide all materials not included on the list. Successful contractor shall be responsible for pressure testing the complete project, including the potable water main and wastewater force mains constructed in Phase 1 of the project. Successful contractor shall be responsible for chlorination and successful bacteriological testing of both Phase 2 and the existing Phase 1 potable water mains. Packet Page-654- 5/28/2013 16.C.3. Pricing: • The contractor shall offer a lump sum proposal for each of the four categories as follows: 1. Woodcrest Drive Potable Water 2. Woodcrest Drive Wastewater 3, Tree Farm Road Wastewater 4. Miscellaneous • "Allowance for Owner's Use as Directed"included on the quote schedule. Special Conditions The Bent Creek developer is responsible for construction of paving, drainage, and utilities in the { Woodcrest Drive right-of-way immediately north of this project, The successful contractor will be required to interface with the Bent Creek roadway contractor in order to coordinate site access, maintenance of traffic,utility connections,et cetera. Soil borings along Tree Farm Road were performed by Forge Engineering. The geotechnical report is included in the quotation package. FDEP water and wastewater permits and an US Army Corps of Engineers (ACOE) Nationwide Permit have been issued for the project. At the pre-bid meeting we will supply a copy of the ACOE permit. Contractor is responsible for complying with the conditions of the permit. The Contractor is responsible for obtaining a dewatering permit should one be needed. Liquidated Damages Should Contractor fail to complete the Work by the Final Completion date, liquidated damages shall be $1,271.50 for each calendar day thereafter until Final Completion is achieved. Packet Page-655- , , . ... .. „ .....: _ .„ .„.. ._____....„..,..:........ . 5/28/2013 16.C.3: .7....., , -. A 1 ,5W'i rt„qF- 1gI 11i ... ".. t_ .... ; 2 2. $ ._. 1 14 5 1 iil .. .. . _ s s 2 E1i ;•: g : :css.,.gsgassgs g 1 I I E t„ «zg . « « «.... «..... ...« ; 2 44 444 444 4 ,-- - 2 g g. g : : : :41-$3,: 2■41.1, • sg I ...!,..2 . t e , n i 0 406. . . .. . .. 8 8 8 : :,8888818:,882 882 ,........... .„.7 ,s... u ... . P. . . . ,. .„ .„.. ... . '" ifWg-- v;11 m2, oze. , IN In : : : ,..: 22 .f: E, t 1E4 a aa.; . ' °'.4 .5 . . . W 444 • 1 8 S 8. ■: ..188,88c : : d 2 2; ,g88 4: r t7 . t14 L.'- ::, a- ,,7,„L 1.1.;. - . .3.7.g 1 « « « ..« «. 0 . 0 " - - 1 • ' — — -111111111114 - 4 1• '.4 : ..-- , -.• -re 1 I .81 1g . It Ai 44 1 0 i 1 : ! * i . i i 7811. 17iji ' i 1 111111111 1 i 6 s C Packet Page-656- 5/28/2013 16.C.3. Co ier County Adrrinist atn+e Services Division Purchasing REQUEST FOR QUOTATIONS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: April 18,2013 From: Nicole Parker, Procurement Strategist 239-252-4270,Telephone Number 239-252-6549, Fax Number nicoleparker(@colliergov.net To: Prospective Vendors Subject: RFQ#08-5011-83 Woodcrest Drive Utility Extension Phase 2 As provided in the referenced contract,the Collier County Purchasing Department is soliciting quotes for the referenced project. All quotations for individual projects shall be in accordance with the terms, conditions, and specifications stated herein and in accordance with the terms and conditions of Contract#08- 5011 of which your firm was an awardee. NO OTHER FIRMS ARE ELIGIBLE TO SUBMIT OR RECEIVE AN AWARD FOR THIS PROJECT. RFQ Due Date: April 26,2013 at 3:00 P.M. Non Mandatory Pre-Quote Meeting April 22,2013 at 3:30 P.M. Date/Time: Pre-Quote Meeting Location: Purchasing Bldg G,Conference Room A Q&A Deadline: April 24,2013 at 3:00 P.M. Wastewater: 60 days to Substantial+2 Number of Days to Completion: weeks to Final Completion=74 days total Water: 90 days to Substantial+2 weeks to Final Completion=104 days total Liquidated Damages: $1,271.50 per day Plans and Specifications: By Johnson Engineering dated March 2013 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. Performance and payment bonds shall be required if the lowest responsive quote exceeds$200,000. Firm's Complete Legal Name Telephone Number/Fax Number Signature Title Print Name Date RFO#08-5011-83 1 Packet Page -657-