Loading...
Agenda 10/22/2013 Item #11A 10/22/2013 11 .A. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid number 13-6151 in the amount of $1,669,994.80 to ADJ Excavating of Florida, Inc., to replace the water mains on 93rd and 94th Avenues North, under Project Number 71010. OBJECTIVE: Provide compliant and reliable potable water service to the Collier County Water-Sewer District(CCWSD)customers on 93`d and 94th Avenues North in Naples Park. CONSIDERATIONS: On June 24, 2008, Agenda Item 10G, the Board of County Commissioners (Board) adopted the 2008 Water Master Plan Update that identified the requirement for rehabilitating the potable water distribution system. The proposed scope of work is consistent with the 2008 Water Master Plan Update, Project 71010, "Distribution System Renewal and Replacement," Section 8, Table 8-2, page 3 of 5, line 91; and with the 2010 Potable Water CIP Update, page 3 of 4, line 90, as identified in the 2011 User Fee Rate Study. The design of this project is under a separate work order to Q Grady Minor and Associates,P.A.,under the Fixed Term Professional Engineering Services Contract Number 09-5262. On September 10, 2013, as Agenda Item 11D, the Board approved a similar project to replace the water mains on 91' and 92i1 Avenues North in Naples Park. This project is a continuation of the ten-year program to replace all of the water mains in Naples Park. A summary of the program is provided in the table below. LOCATION STATUS 91st&92n1 Avenues North Board approved September 10, 2013 as Agenda Item 11D. Completion in FY2014. 93rd& 94th Avenues North This Agenda Item. FY2014 completion. 95th&96th Avenues North Planned for FY2015 Completion. 97th through 111"'Avenues North Planned two Avenues per FY dependent upon funding. The water mains on 93rd and 94th Avenues are approximately 50 years old. The distribution system was installed in the late 1960s. The asbestos cement pipe has reached the end of its useful life. Due to the pipe's age and environment, there are an ever increasing number of water main leaks and breaks, which directly affects the CCWSD's ability to supply uninterrupted service to its customers. There are a limited number of isolation valves in this area, limiting operational control during maintenance of the distribution system. The system also lacks a sufficient number of fire hydrants. This project will increase the number of hydrants from five to 16. The CCWSD considers the 93`d and 94`x' Avenues Water Main Replacement Project to be a mission-critical part of its overall distribution system rehabilitation program. The project includes removing the asbestos pipe and replacing it with PVC pipe, as well as replacing valves, meters and service lines. The new water distribution system will provide a reliable source of potable water and will help sustain a compliant level of water quality. Eleven additional fire hydrants will be added at new locations, ensuring sufficient fire flow and improving the coverage for fire fighting. All roadways within the project area will be resurfaced at the completion of the underground work. This project will directly benefit approximately 640 residents. Packet Page-85- 10/22/2013 11 .A. Invitation to Bid number 13-6151 was advertised on July 25, 2013, with 1,836 vendor email addresses notified. Sixty-seven bidders downloaded full packages. The six bids received were publicly opened on August 29, 2013,and are summarized in the following table. BIDDER TOTAL ADJ Excavating of Florida,Inc. $1,669,994.80 Quality Enterprises USA,Inc. $1,789,807.80 DN Higgins,Inc. $1,862,230.00 Southwest Utilities Systems $1,991,580.00 Kyle Construction, Inc. $2,429,755.00 Haskins,Inc. $2,481,300.00 Staff reviewed the bids and determined the lowest qualified and responsive bidder to be ADJ Excavating of Florida, Inc., as shown by the bid tabulation and graph in Attachments 1 and 2. The design professional, Q Grady Minor and Associates, P.A., recommends award of the bid to ADJ Excavating of Florida, Inc., in its September 27, 2013, recommendation letter(Attachment 3) as the bid is $425,095.20 (20.3 percent)below its $2,095,090 estimate of probable construction cost. The project cost contains an allowance of$50,000.00 that includes, but is not limited to, additional piping and appurtenance replacement, and unforeseen site conditions, as determined by staff, which may be required during construction. The price for any additional work shall be negotiated prior to commencement in accordance with the county's Purchasing Policy and the terms of the Agreement. An initial neighborhood information meeting was held on May 23, 2013,to review the overall project and gather initial feedback from residents. Following the award of contract, a second neighborhood information meeting will be held to familiarize the residents with project specifics and to introduce the Project Delivery Team. FISCAL IMPACT: The source of funds is Water User Fees, Fund (412). Funding is available under the Distribution Renewal and Replacement Project, Project Number 71010, and is consistent with the FY14 budget approved by the Board on September 19, 2013. This compliance driven project is a direct replacement of assets that have reached the end of their useful lives. The new assets have an approximate life of fifty years. This project is not expected to generate additional annual operating costs. 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 viability of public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, award Invitation to Bid 13-6151, "93`d and 94th Avenue North Water Main Replacement Project," in the amount of$1,669,994.80 to ADJ Excavating of Florida, Inc., and authorize the Chairwoman to sign and execute the attached agreement after final review and approval by the County Attorney's Office. Prepared By: Jereme Shaidle,P.E., Senior Project Manager, Public Utilities Division Packet Page-86- 10/22/2013 11 .A. Attachments: 1. Bid Tabulation 2. Public Utilities Bid Analysis 3. Recommendation Letter 4. Contract — Due to the size of the contract (277 pages), a web link is provided to view the document http://www.colliergov.net/FTP/ADJContract091913.pdf A hard copy is available in the County Manager's Office. Packet Page-87- 10/22/2013 11 .A. COLLIER COUNTY Board of County Commissioners Item Number: 11.11.A. Item Summary: Recommendation to award Invitation to Bid number 13-6151 in the amount of$1,669,994.80 to ADJ Excavating of Florida, Inc.,to replace the water mains on 93rd and 94th Avenues North, under Project Number 71010. Meeting Date: 10/22/2013 Prepared By Name: ShaidleJereme Title:VALUE MISSING 9/27/2013 10:45:00 AM Submitted by Title: VALUE MISSING Name: ShaidleJereme 9/27/2013 10:45:01 AM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 9/27/2013 1:34:22 PM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 9/27/2013 2:37:19 PM Name: Steve Messner Title: Plant Manager,Water Date: 9/27/2013 5:12:27 PM Name: WardKelsey Title:Manager-Contracts Administration,Purchasing&Ge Date: 9/27/2013 6:36:47 PM Packet Page-88- 10/22/2013 11 .A. Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 9/28/2013 7:01:15 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Date: 9/30/2013 11:35:58 AM Name: SunyakMark Title: Project Manager, Principal,Public Utilities Engine Date: 9/30/2013 11:58:31 AM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 9/30/2013 12:23:55 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing&General Services Date: 9/30/2013 4:07:01 PM Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 10/1/2013 4:40:14 PM Name: Pam Libby Title: Manager-Operations-Water/WW,Water Date: 10/2/2013 1:36:24 PM Name: YilmazGeorge Title: Administrator,Public Utilities Date: 10/4/2013 2:11:20 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 10/9/2013 2:11:24 PM Name: KlatzkowJeff Title: County Attorney Date: 10/10/2013 2:58:49 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 10/11/2013 12:22:25 PM Packet Page-89- 10/22/2013 11 .A. Name: OchsLeo Title: County Manager Date: 10/14/2013 11:17:12 AM Packet Page-90- 10/22/2013 11.A. =3 2 8 8888888888888888 888888888 8888888858888888888888588888888 §§§g§§gME. g8Ag§§s$°$ gg§ §°8§§ § M§:12M§g§§gg o §M§§§§§§ Z w .. o N N.. ,, .... g g e,,a ca" N " " .. - - N cQ H w w.n.n.n.n w.n w .n.n...n.n.n.n.n.n.n,, .n, ,us.n.n.n.n .n H H 28882,888$88$888 $8.8888$88888$88888888888888888.5188.g8$882.2$vm i db e:.°• xw8§ m °o Y N mm4 H,I.4gFAI °i§4N§ vrvg5§ou^8 ? 1� b „^]_ . N nN N N. - . V 44� m m m .505 ry - f Z N w w w N N N N N N N Nan.n .nN w w N H.n N.nNN Nh.n N.n H.n w w N N H.n./,NNNNN VfN Vf N N N w H w 88888888888888 888888888888 8888888888888888888888888888888 ...,. ,.;4 ,oma� .° n$n;2,o,n t$,;NN ,, �gv m oN .. N � ry 1 Q N N N N.n.N.N.n..N.n.n N N.rt an N N N N N.,.n.n N.n.n .N-.-N N N N N N.N.n ,,.n N V, .n.n t 88888$88$8888 888885 8888 8888°888888888888888H88$$$$88$$ m v S§: , mMg <8°mw° o r$88 8 $ W ° MN .^:8 8NN$°<NN'o4A7,§ V o c � 1E g 8— .. , . 'i N. . . m n N N v _H g H H .n.n.n.n v.w w.nww w w.n.nw.n.n.n.n v.v.u,.n.n.nN w ww.n.n.n.n.n.n v.w v.v.v.ww w w ww w ww w w ww w 888° 8888858 °8888888888SS8 8$588888888885$$8888888°8888888$ g § § M§g gg ggggsg§§g§§gggggggggggggggggggg gs o°sggg§M§ g n:F .i on;.6 m N .. mNN '." °$dN,n :i NN .ti :,K. Nm ry + ,, 5 e 7 mn NQ N Vr.n-N N NN NN.n.n.n.n.n..1.n N.n.n N N N-.n N.n.n.n.-NNN N.n N.n.n.n.n.n.n.n.n ~o r $58 8 8888°$$S 8S8 8 58 8 8 8 8 8 8 8$ 8°8$8$58 8888 8888888$$$8SS8° ° W _ gg0 0"" gsssg0 0 gg0gg °gg o ng g g < °$"" nm mho� K OO � 44.1,444444 44✓t 44 m m n 44 0 w j V,./i N./../�./�N UVw w.nN N w w NUf w NNNN.n .nM N M N.n NU,NNN.n./�.nw w N N w N w w H w N w w w R' Z 8888888888888888888888888888 88888858888888888888888888888 F8§§ §$ $$$ §§gS°8ogggg8gg8 §§ggggggg0gg§§§ M°°58 °°mg§§§§§ cc w ∎igz ,e 4,,2466.. m .. u+ � .. ni6md wdoouioe G =m., N e m n N N N m.. = c<.n.n.n.n.nu..n.n.nH.n.n.n.n.nh.n.nh.nH.nv..nH.n.nHH--„ .n.n.n.nhHV..nwHUS.n.n.n.n-- .nhHV..n.n.n re 8° 8 °$88888 88°S$° °$8 °$$8$°8888888 °°88�,$ 8$°5° 8°$8 Iorg8eNm mggggS88Sggg°mag4�8S» O�2� n g gg n.r -t ,4 .+,4.. .. a 4 . .h./�N./f.n.h M w.n w w w w.n.n N n w w N w .n.n H w w w w w w w w w w F '^°8888° 828R828 °88888888 ° $ 85888°888° 88°88°°St.QS8888 g momen, Ng a ronimo v0°+g° meo §E o .1.0U n °Vil §^j ZmN :cP aN ” " r .. v 4 cr ~.4° N . . .° nveN m c. p °O cc c G H u,H .n m m.n.n.n.n.n.n.n.n .n.n m.n.n.n.n.n.n.n m m .n m.n.n.°.n.n.n ..m m m w z, M N°i $m 8 O m m n O M W N N N n O 2,p °N° t4 n p °F N m N O O n $ $CO, O$n N O N 2 m m N N N N A U N N m m m m N a n N .r 5 n g N O O N <V n O K . . N m N .- ~ar. m O j N ,N U1 N V,Uf N w N V,w w w w Uf U,w m..n.n N rns w w N Vf .N Yf w w w w N w N N N N N N w w F p °e eo0 °°8°°8 r9 8 8m2 8 8 8 8 8 8 8 8 8 8 8 8 8 8 oe 8°ee eo ee0 8 8 eo 88°e0 8 8 8 8 8 8 8 8 8 8 8 8 8 88 88 eo °e°e°o °o gggo� m """gg"ggggggSge o �ogsggsegg8""gO "ggoaoo ; . ry m° N °° ° .1o< moe� _Z6oNNN4om 4eNe . mdm ulmN4R4gim� .:744 E°ulmv1^nu,,gmmr ry eoSulNNn 0 0 u wU Ooap O88MM M$i$ 88 °g 8 888 8 88 $$8 $88 °4 $ $vi 8.o. 8880 0 o o$rv8$rve W m od " rW °$d d 05 EA 0 , o °" N I S 'E O m N . (V V .ZfV. .. ..m N ■+ .- 1-.- .. r in .{of Q6- j.n------.nNw.,wwQQww.n.nw.n.n.n.n.n.n QN Qw Qw Qw.n--.n A..n.n.n.n.n.nwwwwwwwwwww Qw aNw izz `' w-o t tI t t w W W W W w w W w w w w w w w t w w W W W .W W t w w t t y y N,rTn N - W U 0 a 8° 5;8208 m 8 Z.+..O .+ o$e e m.+ry b N . V b ti a °$ 0 c O N$ ,9f N O - 4 0 E . E m I ; 0-%.11 N N� x ,15 „,, ,,,, u d w w o n .70— F 8 P1 > E � ¢ N d U = _ n, o m m L a v a> d xo g E E t o=> =. , °o.°n° c a, a v $ ";!gam m N °1 o o c k l E Y ^' a E 2Q ..N... c- E m F o„ w__ w L L °i, m, m, u cm m "% a s E c ¢ E! E E T 3 eC o E x g4.%! d= o E.°.' x m . >j A E.n a w 5 2 ".Z 2 2.- m° 'm ' °3 3 0 0 9 E> "_o _ m.E m a.4 x 2222 X N w > >' F, t , E E c.i 0 °1inin.nin .a.6-- COO Q�A ;.-E cin� m mN ya c v E3>>>a5 c cww & C75m g t g t3 1,.4_ 4 m .m. _ - > O 0=m�N dm E 4UU m w 555 0c00, c E E `F ii3 u> m vv E E r m n° t c m min t I 'm ' I F.LA.o Lo c n2ci ` ddmLL it .,Ni'fm3ma W wQ°a f z°cOO°� ciecc20 2fT ben2S W .r ry m 0 of 0 n m ,y ,y N N N N N N N N N N m m m m m m m m m m d d d< O<<O<< in N N�°N N N N Packet Page-91- 10/22/2013 11 .A. 88 ir � o � = � i > i 88 8� V�N Y r i 2 Y Y a r 88 88 • 8 F H w w g z � ww z ▪ 882 C C w w 5• o< m • gg o _ _ > > > zr > > a �s ey J Z aJ f ` byJ' Z gg F!- a zg a e J`''e tl! C U g2 v d JJN d C m w A O N p p, �6 ' u `C C. m j =m II MEM aJ Ob C C U w f.y u > Ali m g m u c 5.e d t d .� �f g gE ai 8 8 8 8 8 8,;, d o N 82130g7.41�' C C $ g $ g $ 5 d m IN m R > m .d. O 9 o ▪ fzffEwint 8 Packet Page-92- 10/22/2013 11.A. Engineers Estimate ADJ Excavating Quality Enterprise $ 2,095,090.00 $ 1,669,994.80 $ 1,789,807.80 $3,000,000.00 $2,500,000.00 $2,000,000.00 $1,500,000.00 $1,000,000.00 $500,000.00 $- tie P ��c k Packet Page-93- 10/22/2013 11 .A. I DN Higgins Southwest Utility Kyle Construction $ 1,862,230.00 $ 1,991,580.00 $ 2,429,755.00 II Seriesl t Seriesl J ya o� ey co c,2,s. `Z` 0- C, `; Packet Page-94- 10/22/2013 11.A. I Haskins $ 2,481,300.00 Packet Page-95- 10/22/2013 11.A. o °° i m ni N -'O w O O W -0 cu , • 1 -f 41 ++ 0 'a Q c N o N O"O O O ✓ CD }I C W N ,-i ✓ N E . O Q +O 0 J 0 + v ..0 U a) V fa O. a) CC 3 •� i E I c 4.., I I h, CO Co G 2 I • g a/ I t Q I : 0 d lqr I ' 7- 01 I 'O I k ~d fa I I - o c N M I • E on 1 I; y V 2 I-I I I j o0 LA I I.1 I d O tC ; I fl I M 1 I h, d I • I; I c • O I , Z I o d ' u O N 1 Q I a CC � M W on La 0 0 O O 0 0 i/- 0 0 0 0 0 0 MN N .--i L Packet Page -96- 10/22/2013 11.A. Grady Minor inor Civil Engineers • Land Surveyors • Planners • Landscape Architects September 27, 2013 Mr. Jereme Shaidle, P.E. Collier County Public Utilities Engineer 3339 Tamiami Trial East, Suite 303 Naples, FL 34112 RE: Naples Park 93rd/94th Avenue Water Main Replacement(Bid No. 13-6151) Dear Mr. Shaidle: On August 29, 2013, the Bids on the above-referenced project were received. A total of six (6) bids were received. The bids ranged from a low of$1,669,994.80 to a high of$2,481,300.00. The lowest bid was submitted by ADJ Excavating of Florida, Inc. The Engineers Opinion of Cost was $2,095,000.00. We have reviewed the bids received, checked the project references provided by ADJ Excavating as part of their bid package, and met with the bidder (in conjunction with County Staff) on September 27th. Based upon our review and meeting with the bidder, we recommend awarding the contract to the lowest responsive bidder ADJ Excavating of Florida, Inc. in the amount of $1,669,994.80. Ve Truly Yours, Ili i a/44. David W. Schmitt, P.E. DWS/jj t). f;ratiY t' r Lff `{{, �4���nCC�,,��',,��ttff�5 ' Ph. 239-947-1144 • t : 239-947-0375 P 07-ENG\C\CCU143kO8�Docs\OIBidding Addenda-COs-Corr\L-Shaidle 9-13.docx 3800 Via I1el. ey Eli 0005151 •LB 0005151 • LC 26000266 Bonita Springs, FL 34134 Packet Page-97- u'��'G�•'.Fradyrninoncom