Loading...
Agenda 07/09/2013 Item #16C2 7/9/2013 16.C.2. EXECUTIVE SUMMARY Recommendation to approve a work order under Request for Quotation 08-5011-91 in the amount of$256,130 to Haskins, Inc., for Underground Utility Contracting Services for Wastewater Pump Station 312.21, Rehabilitation Project Number 70046, and to authorize the necessary budget amendment. OBJECTIVE: Bring outdated utility infrastructure into compliance with current county standards while meeting demand, protecting public health and safety and providing proactive environmental protection. CONSIDERATIONS: On June 24, 2008, as Agenda Item IOG, the Board of County Commissioners (Board) adopted the 2008 Wastewater Master Plan Update that identified the requirement for rehabilitating lift stations. The proposed scope of work for Project 70046, "Wastewater Pump Station Technical Support," is consistent with the 2010 Wastewater CIP Update, page 2 of 4, line 66, as identified in the 2011 User Fee Rate Study. Wastewater Pump Station (PS) 312.21 is located to the northeast of the intersection of Tollhouse Drive and Tollgate Boulevard, approximately one-quarter mile south of I-75. The pump station is not in conformance with Collier County standards. The primary issue compelling rehabilitation of this pump station involves the corrosion of components due to the hydrogen sulfide gases. The pump station's deficiencies include electrical equipment deterioration, and corrosion in the valve vault and wetwell piping. Businesses benefitted by the pump station rehabilitation include three retail buildings (98,980 square feet), two restaurants, three hotels and one storage facility. The scope of work includes replacing the existing pumps with more efficient pumps, and replacing the existing deteriorating pipes and electrical panels to accommodate the required upgrades. The installation of plastic HDPE pipe instead of ductile iron will greatly reduce pipe corrosion. Eliminating the underground valve vault will reduce valve corrosion, and will also eliminate the confined space restraints for valve maintenance by Wastewater Department staff. The Purchasing Department distributed Request for Quotation 08-5011-91, PS 312.21 Rehabilitation, on May 17, 2013, to the five vendors under the Fixed-Term Underground Utilities Contract No. 08-5011. All the contractors submitted quotations by the June 7, 2013, deadline. The quotations are summarized below. VENDOR TOTAL PROJECT Haskins, Inc. $256,130.00 Quality Enterprises USA, Inc. $269,755.40 Douglas N. Higgins, Inc $333,052.55 Kyle Construction, Inc $365,970.00 Mitchell & Stark Construction $449,400.00 The engineer's estimate of probable construction cost was $357,550.00. Staff reviewed the quotations and determined Haskins, Inc., to be the lowest qualified and responsive bidder at approximately 28 percent below the engineer's cost estimate. The quote tabulation and graph are Attachments 1 and 2. The Purchasing Department concluded that bidding was competitive and representative of market conditions. The project design professional, Tetra Tech, Inc., also recommends award of this work order to Haskins, Inc., per the attached letter(Attachment 3). Haskins, Inc., has a satisfactory performance and warranty record on other similar utility-related construction projects with Collier County. The hid snecifications informed the bidders there may Packet Page-689- 7/9/2013 16.C.2. be unforeseen conditions associated with the project. The total project cost incivaes an allowance of $32,500.00 for owner-directed work due to unforeseen corrosive or geological conditions that include, but are not limited to, repairs due to structural deterioration, and replacement of defective mechanical equipment and electrical components. In accordance with the County's Purchasing Policy, staff will negotiate a price for any unforeseen conditions prior to the start of any additional work. FISCAL IMPACT: Funding is available in, and is consistent with, the FY13 Capital Budget approved by the Board on September 20, 2012. The source of funding is the Wastewater User Fee Fund (414). A Budget Amendment is required to transfer funds in the amount of $256,130.00 from Project Number 73950, North County Water Reclamation Facility Expansion to 30.6 MGD,to Project Number 70046, Wastewater Pump Station Technical Support. Using today's dollars, the total capital cost of this project is $256,130.00. The project has a life expectancy of 20 years, generating an approximate annualized capital cost of$12,806.50. The project is expected to be completed by February 2014. This is a maintenance project; therefore, operating costs are not expected to change significantly. Elements FY 2013 FY 2014 FY 2014 - FY2033 Capital Outlay $256,130.00 $ 0 $ 0 Operating Cost $ 0 $ 0 $ 0 Change Cost Savings $ 0 $ 0 $ 0 Net Operating Effect $ 0 $ 0 $ 0 New Personnel (FTE) 0 0 0 *This reflects the approximate cost in the annual operating budget for each fiscal year over the life of the asset. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires a majority vote for Board approval.—ERP 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 Governing Board of the Collier County Water-Sewer District, approves a work order under Request For Quotation 08-5011-91 in the amount of$256,130.00 to Haskins, Inc., for Underground Utility Contracting Services for the Wastewater Pump Station 312.21 Rehabilitation Project Number 70046; and authorizes the Chairwoman to sign and execute the work order after final review by the County Attorney's Office, and, authorize the necessary Budget Amendment. Prepared By: Zamira Del Toro, Project Manager, Public Utilities Planning and Project Management Department. Attachment 1- Quote tabulation Attachment 2-Bid Analysis Attachment 3-Recommendation Letter Attachment 4-Work Order Packet Page-690- 7/9/2013 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 08-5011-91 in the amount of$256,130 to Haskins, Inc.,for Underground Utility Contracting Services for Wastewater Pump Station 312.21, Rehabilitation Project Number 70046, and to authorize the necessary budget amendment. Meeting Date: 7/9/2013 Prepared By Name: DeltoroZamira Title: Project Manager,Public Utilities Engineering 6/12/2013 4:00:40 PM Submitted by Title: Project Manager,Public Utilities Engineering Name: DeltoroZamira 6/12/2013 4:00:42 PM Approved By Name: JohnssenBeth Date: 6/14/2013 11:57:51 AM Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 6/14/2013 2:46:46 PM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 6/20/2013 7:14:19 AM Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 6/20/2013 10:55:42 AM Packet Page -691- 7/9/2013 16.C.2. Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 6/21/2013 9:51:44 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 6/21/2013 9:52:19 AM Name: PajerCraig Title: Project Manager, Senior,Public Utilities Engineeri Date: 6/21/2013 10:32:24 AM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 6/21/2013 11:52:47 AM Name: YilmazGeorge Title: Administrator,Public Utilities Date: 6/21/2013 2:38:00 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 6/24/2013 2:15:59 PM Name: KlatzkowJeff Title: County Attorney Date: 6/24/2013 3:36:26 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 6/27/2013 9:55:48 AM Name: OchsLeo Title: County Manager Date: 6/30/2013 3:19:38 PM Packet Page-692- -E69- abed la)tDed Z000 0. ..00 0 0000 0 0 00000000000000000000000 6666666666666666666666 0 0 0 0 00000 0 0 0 0 0 .66g 6666 Q 66686 o 6 0 0 0 Y 0 0 0 0 0 0 0 -O v, 0-00 N O U' 0 Q M 0 0 0 0 0 0 0 0 O O O 0.00.. ■O Q r, Q Q r-M 1 P- h P r - 0 0000= ∎=∎0 O W O�+M N N tq Fro +'^ — _ r e8 m 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 ..6 0 0 0000 000000000000e000000000 0 0 0 0 0 0 0 0 0 0 p0 0 0 0 c i 0 0 0 0 0 0 6 6 0 0 6 6 0 6 0 6 6 0 6 6 6 0 0 6 66666 0 0 0 0 0 r U O O O 8888 0 0 n r n o n m=m.M a OO R vMi?r W,,n V'00 Q0042. 0 0 O O O S O a ;#0-=,.; v,Vi N O ■ N N D N C ^ O N 7 - 0 000p 00 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 q 0 0 0 00 _ p , , SS 00 00 SN80 00N 000 0OC -'SSO0N N O-N 00 00 00 QN 0 O0 rn O 00 W 0 Ni O-C M- M U∎P M■N Q P M -N V 0N N1 00■ 0 --O N0 1 N -N F O M m ..0 00 S 0 00 0 0 8 8 8 8 8 8 8 8 3 8 8 8 8 8 8 8 8 8 8 8 8 8 88888 8 8 8 8 8 p O 6 6 S 0 S 06866668666666666668666 888.66 66868 o 0 0 0 0 0 0 0 0 0 .0 o 0 U O N 000 0 0000000000 O N n N-M O rY h 0,-.N,. 0 0 0 CO N N M C-N N - 4N-4' < 0.- N Q N N -S88 O O O S O 0^0 ,0 0 O S∎0 0 0 C N h N 0 S∎ S N S S 0.W O N 0 N T OM n 0 - o. O R ed rG e6.. N 00 O N I� O N N M 1�M N O O O P Q•0 00 O N P ,164-1-- M N Q 2.p U N o0 ■o n o N 0 0 00 0 0 0 O 0 O N-N 1S 0 00 N P N O Q O 0,.1.P00 00 00 O N 000 00 0.D P- O 1.W 00 I'Q•0 M Y N P M h 0 N W-O 0 M Y N O 07 Y N Q C W - N-^N ‘6,-. M M^P-N C N■ N ∎N 0-M N^ 00 O^N.O C O en F m '.2- A Q 0 0 ...Dr N O N O 0o Q O N O O n O o00 1� 00000 �+ D 0 0 ...= O Y o0 h o 0 0 0 N.0 M O-P h Y O •0 O- O O O O Z 24e60 ,- Q O O --∎ R,O O V O a Q-,D T O•O D P Y ,64-,:,.; N Q Q O O O W n n 00 O P O N N O 0 Q C M W U N P N 0,O 00 0 00 O 0 O 00 0 N 0 P, M Q D ` 0 Q 00 Q 0 0 00 Y Y C N- N--N M N■ -8F,8 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O o O Q .O N Q O P N Q 0 1 0 O 0 0 0 0 0 00,,DM O N 6,:6, Y O Q Y Q ^P n O - Y O •D M O ,64,r: O N P NN - (Joao, N PO VM OP W N m oo N o 0■,O Y M N N 0 O P n, N Q . Q Y- M Y„ 0,-O,O 0:..,h- O R N ,, N O_ .0 -F 10 0 0 0 0 oN o O 6 0 0 0 0 0 0 0.o 0 0 0 0 0 0 0 0 o o o 0 0 °„ no.. 0 0 N o 0 S O O O 0 0 P O O Q P 00 P - .O .0.O 0-Y C O O O O .D O onov co i4y r^6o 4N, ov i rMM ,64, ' o V O o^0 N 0 o -� P 4 O N -r O N,O O N o, O Y N P O N Y,O N 00 00 Y W Q N=0, -,,0, 0,0 N U- 0,-,, 0 h .0 m-M - N N O ■ ■ 0 0 0 0000 0000000000000000000000 0 0 0 0 0 0 0 0 0 0 Z000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0,0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 goo.. 0 0 0 0 0 0 0 0 0 0 0- 0 6-N 6 6 6 6 6,6 6 N 6 6 6 M 6 6 6-,6 6 0 00 0 0 00 0 6 ,,D 6 V.0 0 6 UN No 0000 0 0 000o0oroo0no o N,00 oN O oP N o o0 O h O o,O 0 N 6M Q- o vO r P P o P - o .P 00 W O Yr N e F Y 6 6 6 6 6 6 6 + o o o 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O 0 0 0 6 6 6 6 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 _ 00 00 000 0 0 00 0 6660 66,660 00 666,66 000 00 ,6666 U._o N o 6666 0 P-P O, 00 0,0._.0.O oovo r oP N 00 ON O NP r ,o m P O y O n - - U P ^ U N N P E Q R N - •- - Q o0 00-M .O�i yr _ •Ctiyw, lnv,v,ti GmQQ GGGQtiviGGyGQQQQGu, ti!nlnrnrn timcl, -4 .a.1 JJJ J L'.1Jww w W wwJJ w W JLl W w W wwJJJ - JJJ J JJJ..]�] v Lam' 7.= 0 O 4a L 7, -0 O m m a m > _ a .r t - _' W T > A 6 O. 6 C ° Q R N V > >o - m es v '� Y F a C N z F o. m v m O ° s o dg E m = E W y 2 ' mo c v = v u� c - ,, > c ° N _ a U O mg 6 C m 1 m Z O ie 3 ,�.X a,Z > g 0 w .' ! g - �L as m 3 vm a°3 - a O 0.. 9 -0 y a m 9 00 0 rn ti 0 C �' v _ m E' W 3 - r = a a 3 o U a ” ..3 v .y `°p F v.7 O, u7 °v =mc W'nr c m u 0.-0 °' _a v .c.o 2601 �°. E ° N 0 9 .;-1.1t4 E 6liD LiJ�. 3 0 x y C¢1 ..I U^'G.{i.5 0' 0 5 O. n T4 p o oW V= a V.-a- ° 52 °a5 r,>Z ° 75t;'4 'EL' c c >GG= °,--...,;a,-....y u k o ,,g Q. $o. d o 2 ,2 _ °e °m u ,7 °a v. md2icW. Cy a"'°m�cvm�Na 5 .6 t=•2v-- c°,Q o ;"�- o-.-- C O a U °.=�� u.Ci u P S U V)=t to�t L�� ;� o u -°,... ,u C a A -U Q c V ° E E „ E S v ffi�y c c c c c F.c c y c c.S.S.S.S.S o v i 2 3 01 0 o " °°U N x Kn C1 t .ao'C n U CI F Z E: e Z 7 7 7• 7 S 7 v'c.rn c:�7.6.b.n.n 7; 5 0 L7ro C in Z U M U F Z OL L. K W J E O J d.z - N M 0 0 N 0001 0- N M Y- N P M Y N N O-NS M N M 0550N0001 0 U .Z.0.9 I. £J0Z/6/L • -V69-aged lalDed O O°O O°o o Oo .. 000 000 00 O O O O O O O O 000 M Y Y 0 0 0 O O O 0 0 0 0 0 6.66 O C G 8 8 8 881 vNi h N r b N 0 0 0 O O O O O 0 0 0 O O C Om o O 000— N N O N P C M N C 00 M Nh M m b M M 8 8 8 88 O C C G O O 8 8 8 O O O — O M N O 00 N 0 0 0 :O 0 N Y O n 66— N N -O N ,66 e Y H h O h m O�D O M B N O O N Iry O M M M M 000 N O O 0 0 0 O O 66— 6N O ,66 m b M W 6, O O O ,O<O T O O D N N m O m m a0 b v.—, nick r ,6 N N O O O O 6 6 6 O O O', 00 N O 0 O O O O 0.6 0 0 0 0 0 0.6 O O 66, 6 6 6 66 h Q�N O O M O M_ 6,6 O N W m M N m NM.V O O O O O O O O O O 66, O O O n 0 N O O Q M r7 C O O O T O - a y o G o 9 5 c Q T L C � O ��V `5.0 z A F: v e m 0 ••O y 1Z n _R O .� =C c e F o°= d°1 3 8O —UrvieUTv�OU f-� 0,N M R T C< T 7 R £1-0Z/6/1 -S69-aged la)IDed C) ... . nr• 0 = L., ..-' • a) ,.,.-, 1.... (1.1 co n, ar n - •-• ,-. ,„;;...-0 ____ - A...7 w ..= -'° :0 a, n, ra •-, = -.• "0 ,-• r., - ,- <V CV `-r, CO 0...• rn• f- _,-; __. ...0 = = •,...., 1-... ry t''' '..• •-■-• .. ..- - = 5, m• "`, ...,_, < -4- -i- 0 £ ift3 > 03 .... ,..... -■ a, 0 CI r'I 1 ■ III CRS -E.)- -.0 I : ...". I I I I ' • : . 1 ' 1 • Z1 --• ••••■•••■ I .17. C 1 , 0 I 0 L.! •••=1. 4—, .. 1 I i , CO 1 7, — CU 1 CC 1 I i : tri • 1 e%1 • 1 I 1 • . . Q. CL / • ..... . M I • I : N—I i 0 i I LA -ne. 1 00 77, CS * cr : U.- • CC . VI 4.4 ....... = VI QJ Ce -,-; MI uf • LJ 1 I i 1 ' 0 0 CY 0 0 0 0 G 0 0 n 0 0 0 0 0 0 0 0 CD C> vn. _ . .ri •-i •, •■•• rn C■1 4..r,. .Z.0'91. £1.0Z/6/L 7/9/2013 16.C.2. TETRA TECH 4.44, June 10th, 2013 Zamira DelToro Collier County Public Utilities 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: PS 312.21 Rehabilitation: Recommendation of Award Tt#200-08486-11002A Dear Mrs. DelToro, Collier County recently received bids for the rehabilitation of pump station (PS) 312.21. Tetra Tech Inc. has reviewed the attached tabulated bids for the PS rehabilitation and based on the results, Haskins, Inc. was the apparent low bidder with a bid of$256,130.00. Upon review of their bid Haskins has shown to be responsive and based on previous work experience with Haskins, Tetra Tech Inc.believes that they are a responsible bidder. Haskins, Inc. has been incorporated in the state of Florida since 1978 and is based in Bonita Springs, Florida. Haskins has completed several projects in the wastewater field for Collier County and is currently working on a wastewater project that Tetra Tech designed for the City of S anibel. Based on the above information, Tetra Tech Inc. recommends that the contract for RFQ 08-5011- 91 be awarded to Haskins, Inc. in the bid amount of$256,130.00 which is approximately 28% below Tetra Tech's opinion or probable construction cost of$357,550.00. Please give me a call if you have any questions. Sincerely, Tetra Tech Daniel M. Nelson, P.E. Vice President Tetra Tech, Inc. 10600 Chevrolet Way.Suite 300 Estero,FL 33428 Tel 239 340.(467 Fax 239 390.1769 www,tetrateci.con Packet Page-696- WORK ORDER 7/9/2013 16.C.2. Agreement for Fixed Term Underground Utilities Contract#08-501I Contract Date: March 11,2008 Fixed Term Contract Expires March 10.2014 (RFQ#08-501 1-91) BCC approval Date: July 9,2013 Item#16.C.2 This Work Order is for Underground Utility Construction services for work known as: Project Name: PS312.21 Rehabilitation Project No: 70046 The work is specified in the Proposal Page, dated June 7,2013,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 #08-5011-91 dated May 17,2013, attached hereto a part of this Work Order is assigned to: Haskins Inc. Scope of Work: Per quote form attached and the following: Existing valve vault, wet well piping and pumps shall be removed. The wet well shall be patched and coated. New wet well piping. pumps, guide bars, brackets, floats, etc. are proposed along with new above ground piping and valves, and electrical upgrades are also included. The Contractor is responsible for all required bypassing and shall provide power to pump station throughout construction. * Task I-From Item 1 to Item 44 of Quote. Supply and install pumps,control panels, piping in the wet well, above ground piping,and other necessary materials to complete the work as intended by the plans. * Task II-Item 45 of Quote. Owner—Directed Work for geological or Corrosion Unforeseen Conditions(Allowances) Schedule of Work: A limited NIP will be issued to Contractor to purchase materials and obtain permits. Another NTP will be issued to complete work within 140 days from the date of the Notice to Proceed. Compensation: In accordance with Agreement #08-501 1, the County will compensate the Firm in accordance with following method(s): Negotiated Lump Sum; ❑Lump Sum Plus Reimbursable Costs: Time & Material (non-guaranteed, owner directed work); ['Cost Plus Fixed Fee, as provided in the attached proposal. Task I 5223,630.00 (Lump Sum) Task II S 32,500.00 (Time& Material) 5256,130.00 TOTAL COST FOR TASKS I & [I 5256,130.00 PREPARED BY A. L �_. t—t"r ` &_,/ 1270 Zamira DelToro, Project Manager / Dd'te Planning& Project Management Department (APPROVED BY: 151 i cr�,,F=•^�... Craig P .er P,E.,Pfaincipal Project Manager Date Planni2-i' _Project Management Department APPROVED BY: [ `` # f Tom Chmelik, P.E., Director Date c> Planning& Project Management Department Packet Page-697- rs# A 7/9/2013 16.C.2. RFQ#08-5011-91 Page 2 ----,7 APPROVED e.01;DO '.;eth Johnssei nterim Director te /Wastewater Iepartment * -- , ;■:,\ ___,--- , 6; /7 APPROVED ( _ ......,==.......-..--- -,..--- .„, _ -...ki......--- 7 / i George Yilmaz, Administrator Date Public Utilities Division *-- / t , ... j...5 ...,-,(11.41 6''' ill/1//1_5 APPROVED BY: f"---/I t' /Hi-) / /- 7 i'''im'' Evelyn Coron,Procurement Specialist Date Purchasing Department ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock,Clerk Collier County,Florida By: - --- Deputy Clerk Georgia A.Hiller,Esq.,Chairwoman Haskins Inc, --. -' (7/ 5/ (._ , ,,, .,— , i- By: _,..... /. ,- r ,A-_-= 4'7 L-1:si zi"Lit_..J_-,L,,:Lif ,,X:2________ --c-- (Print Name/Title) ATTEST „,-,---, Approved as to form and legality ( iTh _ (: I- , "(Print Name Tide) Assistant County Auorney — Packet Page-698- 7/9/2013 16.C.2. CI-ter° Cawity Adntistrative Services Division Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ#08-5011-91 Refurbishment of Pump Station 312.21 PROPOSAL PAGE DUE DATE: June 7, 2013 at 11:30 a.m. The undersigned, as quoter, hereby declares that the firm has examined the specifications and is informed fully in regard to all terms and conditions pertaining to the project and, if this Proposal is accepted, to furnish same in full, according to the following: See separate Quote Schedule IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 144 day of , 2013 in the County of Lee. , in the state of FL QS6r,5 \nG. Firm's Complete Legal Name 2,6 9-g4. -I R4(17 Telephone Number FAX Number rrnnc C Ohc,SLA.$\ Email Address 109 acre,Fe r ... Ayr., Address BOn40. tic+ns,FL City FL- State Zip S-74//59 Florida aCCertificate,of uthority Document Number(www.sunbiz.orgtsearchmlml) Signature Title f,?� 27 PA Print Name Date RFQ_contraciDriven_Revised S eptember2009 4 ' I Packet Page-699- • 7/9/2013 16.C.2. BID SHEET COLLIER COUNTY PS 312.21 IMPROVEMENTS • Item Estimated Unit No DESCRIPTION _ Quantity , Unit _ Cost Total Cost I Mobilization/Demobilization I LS 54.500 54.500 2 Pre-Construction Video and Post Construction Video I LS $1.200 $1.200 3 Record Drawings I LS $1900 $1,900 Demolition,Relocation,and Temporary Facilities $0 4 Demolition of Existing Wetwell Concrete Top.Valve Vault.Piping and Slab I LS $L000 51.000 5 Clearing and Grubbing I LS $50() $500 6 Demolition of Electrical Panel,Main Breaker Panel,and Meter I _ LS $1500 $1.500 7 Temporary Bypass Piping and Pumping Operations I LS 54.300 $4,300 Mechanical $0 Flygt CP 3127-484 Impeller Submerishle Pumps and Appurtenances 8 (Equipment Only) 3 EA 519,000 $57,000 9 Installation of Pumps and Appurtenances I LS $1,950 $E950 10 4-inch Tee Fitting(Fused) 2 EA $500 $1,000 I I 4-inch Tee Fitting(FL) I EA $850 $850 12 4-Inch 90°Bend(Fused) 4 EA 5300 $1,200 13 4-inch Plug Valve(FL) 4 EA $700 $2.800 14 4-inch Check Valve(FL)(Re-Use Existing) 2 EA $180 $360 15 11-Tee 986 SS ARV w1-Way Check Valve 2 EA $5,700 51 1.400 16 4-inch HOPE Above Ground Piping I LS 51.100 $1.100 17 4-inch HOPE Risers 1 ES $1,700 51.700 18 Pipe Supports 5 EA $4,675 523.375 19 Stainless Steel Pressure Gauges w!Hand Valve 2 EA $650 51.300 20 4-inch Bypass Connection(DI Riser,3"Camlock.and Plastic Valve Box) I LS 52.300 52.300 21 Link Seals for IDPE Risers 2 EA $300 560(}4 22 4-inch x 6-inch Increaser 1 EA $550 $550( 23 6-inch Plug Valve(MI.w/Valve Box) 2 EA 51.500 53.0001 24 16-inch Tee(FL) 1 1 EA $750 57 25 6-inch x 12-inch Increaser 1 ( EA 51.900 51.9001 26 6-inch 45 Bend(MJ) 2 I EA $990 51.9801 27 Below Grade PVC Piping 1 LS 51.275 51.2751 28 Roto-Float S4ONO Floats 1 LS $960 $960 29 Clean and Re-Coat the Entire Wet Well 1 LS 54.600 54.600_ Civil $0- 30 6'Metal Fence wit Gates(Style to Match Existing.See Plans) 1 ES 58.900 58.900 31 Dewatering,Excavation,and Backtill 1 I ES 51.500 51.500 32 Site Work(Concrete Slabs,Replace Sidewalk,etc.) I ( LS 58,050 58.050 33 _New Concrete Wet Well Top and Hatch I i LS I 51.50E $1.5001 34 Compacted Sub-base for Entry Way 1 I 1.5 j 53,I90 $3.1901 Electrical j I 1 35 Counterpoise I 1 I LS 56.675 $6.6754 36 TCU Panel(Equipment Only) I 1 ES 55.250 55.2501 37 Installation ofTCC Panel 1 , LS 55.250 55.250 38 Relocate Antenna I LS $89001 58.900 39 Flygt Control Panel and Electrical Rack(Equipment Only) I I LS 51 1.5001 511.500 4( Installation of Flygt Control Panel and Electrical Rack I LS $9,3501 $9350 41 Conduit&Wire I LS 52,7901 $2,790 42 240/120V Panelboard I I LS 51.725) 51.725 Site Restoration 4 1 43 Clean,Fill,and Sod Installation,Re-Grade.Weed Control,etc 1 I LS 58.9001 58,900 44 Hedge and Tree Replacement 1 I LS 53.3001 $3,300 Subtotal i I 5223.630 Owner Directed Allowance for Geological or Corrosion Unforeseen] I 45 Conditions I 1 TM 532.5001 532,500 TOTAL BID 1 1 5256,130; 'NOTE Owner reserves these funds for owner-directed work There is no guarantee that the contractor wit receive any portion of these additional funds Packet Page-700- `-_1,,'4' 7/9/2013 16.C.2. Notes (1)Contractor will be responsible for any items required during the installation and system start up that are excluded in manufacturer's quotations Contractor to coordinate with the County and install odor control unit,pumps and control panel (2)The Contractor is responsible for all required hypassine and shall provide power to lift station throughout construction (3)Weekly progress meetings will be held for the project The Contractor shall have his Project Manager and Job Superintendent at all progress meetings The Contractor shall provide an update of all work in the past week and a two (2) week look ahead The Contractor on a weekly basis shall provide an updated project schedule The Contractor will need to supplement with additional crews as necessary to remain on schedule for timely completion 14) All Contractor Personnel (including subcontractors) shall complete a Collier County Facilities Contractor background check Only those personnel passing this security check shall be allowed on the Project Site All personel shall wear the issued badge at all times while on the project The Contractor shall he responsible for all costs of obtaining the background checks and issued identification badge Badges shall be reissued annually as required (5)All excavation shall be unclassified with no additional payment to be made for rock, muck or other materials Contractor will be responsible for all replacement till material (6) Pre-Construction/Post-Construction Video recording in accordance with the County Specification(022200)shall be completed (7)The Contractor shall designate a representative,such as their Superintendent who will be on-site during all work to assist the County in responding to customer questions or needs (8) The Contractor is responsible for preparation of a safety program/risk management program This document should not only address daily activities but also required actions for tropical storms and hurricanes (4)All quotes to he per the Utility Underground Contract,plans,standards,specifications and all documentation provided within the Bid Package Packet Page-701- ,,��� 7/9/2013 16.C.2. Co er Col* tv Ariministshve Services tisicn Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: May 17, 2013 From: Evelyn Colon, Contract Specialist 239-252-2667, Telephone Number 239-252-6549, Fax Number evelyncolon a(�colliergov.net To: Prospective Vendors Subject: RFQ#08-5011-91 Refurbishment of Pump Station 312.21 As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. Your response must be received in the Purchasing Department, 3327 E. Tamiami Trail Naples, Florida 34112 or via email to evelyncolon a(?colliergov.net no later than 11:00 a.m. on June 7, 2013. Any response received after that time shall not be considered. All quotations for this project 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. If you have any questions regarding the specifications or intended scope of work, you must make those inquiries by 3:00 p.m. May 28, 2013. For general questions, you may contact the Purchasing staff member noted above. Your quotation response for the 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. No late quotation responses will be accepted. We look forward to your participation in this request for information/quotation process. cc: Zamira DelToro, Project Manager RFQ_ContractDriven RevisedSeptember2009 1 Packet Page-702-