Loading...
Agenda 10/22/2013 Item #16C2 10/22/2013 16.C.2. EXECUTIVE SUMMARY Recommendation to approve a work order under Request For Quotation 08-5011-105, in the amount of $215,000, to Quality Enterprises USA, Inc., for Underground Utility Contracting Services for the South County Regional Water Treatment Plant Replacement of Chemical Piping, Project No. 71065. OBJECTIVE: Maintain a reliable treatment process to meet the potable water demand, and remain in compliance with all regulatory requirements at the South County Regional Water Treatment Plant (SCRWTP), which serves customers throughout the Collier County water service area. CONSIDERATIONS: On June 24, 2008, as Agenda Item 10G, the Board of County Commissioners (Board) adopted the 2008 Water Master Plan Update that identified the requirement for a technical support project for the SCRWTP. The proposed scope of work is consistent with the 2008 Water Master Plan Update, Project 71065, "SCRWTP Technical Support Projects," Section 8, Table 8-2, page 4 of 5, line 115, and the 2010 Potable Water CIP (dated October 5, 2010) Update, page 3 of 4, line 75, as identified in the 2011 User Fee Rate Study. The original plant, built in 1983, was designed to produce 12 million gallons per day (MGD) of potable water utilizing a lime softening treatment process. There are 13 chemical pipelines within this treatment process. These pipelines range in age from 10 to 27 years and are in need of replacement. This project involves the removal of existing chemical piping and installation of new chemical piping. The chemical piping will be replaced from the chemical building to the point of injection. A new section of pipe trench will be added, and modifications will be made to the existing pipe trench. Request for Quotation number 08-5011-105, SCRWTP Replacement of Chemical Piping, was posted on September 3, 2013, and distributed to all vendors of the Fixed-Term Underground Utilities Contract 08-5011, via the County electronic bid process. Of the five vendors notified, two submitted quotations for this project by the deadline of September 18, 2013. The quotations received are summarized in the table below: VENDOR SUB-TOTAL ALLOWANCE QUOTATION Quality Enterprises $ 207,500 $7,500 $215,000 Mitchell & Stark* $ 208,945 $7,500 $216,445 *Mitchell&Stark did not use the revised Quote schedule in addendum 2 and was therefore considered non-responsive. Staff determined the lowest quote to be fair and reasonable and recommends awarding the project to Quality Enterprise USA, Inc., the lowest responsive and qualified vendor. At $215,000, the quote is five percent more than the engineer's cost opinion, including the allowance. The quote tabulation is attached (Attachment 1). The project consultant, CPH Engineers, recommends award of the project to Quality Enterprises USA, Inc., in its letter dated Packet Page-706- 10/22/2013 16.C.2. September 19, 2013 (Attachment 3). The project cost includes a$7,500 allowance that includes, but is not limited to, installation of additional piping and appurtenance replacement, as determined by staff,that 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. Quality Enterprises USA, Inc., has a satisfactory performance and warranty record on other previous similar water utility-related projects. Performance and payment bonds shall be required from the awarded contractor since the lowest responsive quote exceeds $200,000. FISCAL IMPACT: Funding is available in, and is consistent with, the FY14 Capital Budget approved by the Board on September 19, 2013. The source of funding is the Water User Fee Fund (412). Funds are available in Project 71065, SCWRF Technical Support Project. The total capital cost to install the Replacement of Chemical Piping Project is $215,000. This is a direct replacement of assets that have reached the end of their useful lives; therefore, operating costs are not expected to change significantly, as shown in the table below. Elements FY 2014 FY 2015 FY 2016 -FY2034 Capital Outlay $215,000 $0 $0 Operating Cost Change * $0 $0 $0 *This reflects the approximate cost savings in the annual operating budget for each fiscal year over the life of the asset. 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 Governing Board of the Collier County Water-Sewer District, approve a work order for RFQ 08-5011-105 in the amount of$215,000, to Quality Enterprises USA, Inc.; and, authorize the Chairwoman to sign and execute the work order after approval by the County Attorney's Office. Prepared By: Alicia Abbott, Project Manager,Public Utilities Planning and Project Management. Attachments: Attachment 1 - Quote tabulation Attachment 2–Graph Attachment 3 –Work Order Attachment 4 -Recommendation Letter Packet Page -707- 10/22/2013 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 08-5011-105, in the amount of$215,000,to Quality Enterprises USA, Inc., for Underground Utility Contracting Services for the South County Regional Water Treatment Plant Replacement of Chemical Piping, Project No. 71065. Meeting Date: 10/22/2013 Prepared By Name: Abbott Alicia Title: Project Manager,Public Utilities Engineering 9/27/2013 10:53:16 AM Submitted by Title: Project Manager,Public Utilities Engineering Name: AbbottAlicia 9/27/2013 10:53:17 AM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 9/27/2013 1:00:11 PM Name: Steve Messner Title: Plant Manager,Water Date: 9/27/2013 5:12:40 PM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 9/30/2013 11:11:00 AM Name: SunyakMark Title: Project Manager,Principal,Public Utilities Engine Date: 9/30/2013 11:58:44 AM Packet Page-708- 10/22/2013 16.C.2. Name: randy lewis Title: Plant Operator, Senior,Water Date: 9/30/2013 12:24:09 PM Name: ChmelikTom Title:Director,Public Utilities Engineering Date: 10/1/2013 4:02:44 PM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 10/2/2013 6:40:25 AM Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 10/3/2013 11:13:37 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 10/3/2013 12:20:47 PM Name: YilmazGeorge Title:Administrator,Public Utilities Date: 10/4/2013 2:11:34 PM Name: TeachScott Title:Deputy County Attorney,County Attorney Date: 10/9/2013 2:11:50 PM Name: KlatzkowJeff Title: County Attorney Date: 10/10/2013 2:22:18 PM Name:UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 10/11/2013 12:32:56 PM Name: OchsLeo Title: County Manager Date: 10/14/2013 11:28:34 AM Packet Page-709- 10/22/2013 16.C.2. a • '= k O rye � ; w 7 e i! '-';'::- .;;;P 'ti":7-':' ',.":'',.,',- ,;:f i,,,;4,-,:: -,,i' VI_ • 1 � yy � 1 t J-..t.,-4,., .°1-r.-..k, il',,,:`AI-:',...7.-.. t ',. i=1:::::, ri.. i.,„ � y �r � O O 8181 0 m O N 0) u1— D r-1 L1) O i�3 a C-1 up oD C a a!! 1 a U c v-O 'o C a y d -0 y H V C as G 00. N it L c a3 Q. cv NO p .2 O) a E) ca c y c ~ a) cO V W L 5 U c O .i.. CG O co O �p G f6 c • y O ei a c m uwi a) 5 c H - - C F:1) MI c — =a ooS 00 - c > " •c O) Q V •a O G C c tlJ U a N C co N — t t vi d ; o c H N O a� c m . a) 0 a O c) to E m V a c a O — O O W . c) -0 •- G X (q ' G N F- ro aa)) O a) as a) c W o r x O E N O U o O f0 U c V j G N 3 ` f6 GO .- O O s y m CD C Cl) a) cY) a) j a) O rt Packet Page-710- 10/22/2013 16.C.2. 1 L m co v -'d O _ O (, W -0 01 O r- (6 N 0) a.+ U 0) Q 0) H CD p) O O a..l r w N .1 Y c., E .N c YI 0 Q 0 + O 0 + L OU b CC0 a a U ra H f0 V • • c • .I L a • • • E. co "• Lu Y • U1� @• 1 • a 1 • 1 li • • 1 f 1 O 7 1 LL • • • N 1 LU O °° w a.+ I CC oo oo oo oo oo oo to/} i 0 0 0 0 0 0 0 0 0 0 0 0 1 Packet Page-711- 10/22/2013 16.C.2. WORK ORDER/PURCHASE ORDER Agreement for Fixed Term Underground Utilities Contract Dated: March 11, 2008 (Contract 08-5011-105) Contract Expiration Date: March 10, 2014. This Work Order is for professional Underground Utility Construction services for work known as: Project Name: SCRWTP Replacement of Chemical Piping Project No: 71065 The work is specified in the proposal dated September 16, 2013, 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 Quality Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: Task I General Requirements Task II Installation of Pipe Trench, including manhole removal and pipe drain Task III Replacement of CO2 Piping System, including vapor heater, electrical disconnect, all supports, wall penetrations, connections, and diffusers Task IV Replacement of Chemical & Lime Piping, including wall penetration, supports, connections, and diffusers Task V Removal of Existing Piping & Restoration of Existing Pipe Trench Task VI Allowance Schedule of Work: Complete work within 150 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): Negotiated Lump Sum (NLS) OLump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate— Schedule A) ❑ Cost Plus Fixed Fee(CPFF), as provided in the attached proposal. Task I $ 31,600.00 LS Task II 47,604.00 LS Task III 65,200.00 LS Task IV 60,936.00 LS Task V 2,160.00 LS Task VI 7,500.00 T&M TOTAL FEE $ 215,000.00 LS & T&M *Liquidated Damages: $660.00 per day **10%retainage will be held on progress payments only. PREPARED BY: e.c\ Alicia Abbott, PPMD Project Manager. Date Packet Page-712- 10/22/2013 16.C.2. RFQ#08-5011-105 SCRWTP Sulfuric Acid Feed System Page 2 APPROVED BY: / k 7 l � 3 Mark J. Sunyak,P.IPP■rii� 'ncipal Project Manager Date APPROVED BY: I ; ,.,,�, /� ■ 9 ho/13 Randy Lewis, S.•WTP anager Date APPROVE I BY: / V -� ftipSteve -ssner,Inter' Water Director ate APPROVED BY: fr Tom Ch elik,P.E.,PPMD Director at APPROVED BY: a 711,3 �0�1/13 Evel • .olon,Purchasin Procurement Strategist Date / APPROVED BY: k1/4 -- /13a;1/3 Joe Bell"-,Uti • ie• $perations Support Director Date APPROVED BY: 4/3 v/ George Yilmaz,Public Utilities Administrator Date Date ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.Brock,Clerk Collier County,Florida By: By: Deputy Clerk Georgia A.Hiller,Esq.,Chairwoman y:/. /1 L.[l.. Quality Enterprises USA, Inc. (Witness One Name/Title) Louis J.Gaudio,Vice President J (Name and Title) By: / G mAa-c e- dolt e i (Witness Two Name/Title) Approved as to Form and 1'!4 I, lty • Assistant County Attorney Dep"i/ Packet Page-713- 10/22/2013 16.C.2. Co e>r County Administrative Services Division Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT#08-5011 "Annual Contract for Underground Utilities" Date: September 16, 2013 From: Evelyn ColOn, Procurement Strategist 239-252-2667, Telephone Number 239-252-2810, Fax Number evelvncolonecoilieroov.net To: Prospective Vendors Subject: RFQ#08-5011-105-SCRWTP Replacement of Chemical Piping As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: September 18,2013 at 3:00 P.M. Pre-Quote Meeting Date/Time: September 9,2013 at 3:00 P.M. Pre-Quote Meeting Location: 3851 City Gate Drive Naples FL.34117 Q&A Deadline: September 13,2013 at 3:00 P.M. Number of Days to Final Completion: Substantial 120 days, Final 150 days Liquated Damages: $660.00/day Retainage:g 10%retaining will be held for partial pay request only Plans and Specs: Plans&Specifications attached Bonds will be required in over$200,000 Description Unit Total General Requirements Lump Sum $ 31,600.00 Installation of Pipe Trench, including manhole removal and pipe drain Lump Sum $ 47,604.00 Replacement of CO2 Piping System, including vapor heater, electrical disconnect, all supports,wall penetrations,connections, and diffusers Lump Sum $ 65,200.00 Replacement of Chemical&Lime Piping, including wall penetration, supports, connections, and diffusers Lump Sum $ 60,936.00 Removal of Existing Piping&Restoration of Existing Pipe Trench Lump Sum $ 2,160.00 Allowance Time&Material $7,500.00 Total $ 215,000.00 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. P' Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 239-435-7202 Packet Page-714- 10/22/2013 16.C.2. Telephone Number/F Siq nature Vice President Title Louis J. Gaudio 9/18/13 Print Name Date Packet Page-715- 10/22/2013 16.C.2. 'fr-.'t,Li4441:11#1,d v 41,..U0 lk, v . ice, ' r.'v b i�dt a rt rw•';::'-4% 6- 'W�...,4.4.-... 0" 1,41 i err_'ttm� r � 5i 111 r ` 'r 1, an a,c. ,`b P,o-1 hoe%,' 1 r47.;4-0.�e : h 11a jt 1 h — tii *il ]1 1 6� I I a�=s d 1II i lM °--� w V. E,' ea ��9 a* ,. 1 G r � `' ' 9� k� 9�' � , O u * 'O O O O o b O O O o m o' N ri OO Iri N!� r: °3 mt4 C r.to C 'a a E E J t U c - ` O c• ._ vim) c C - N• V d 0 a) f-' U C ((00 CV Q N ra C y a a m 0 c m a- m > `• o .0 • rn E c cm E cC a '- > .X 3 a) c F. w U c v- i 0 t!1 N U 0 p) 0 to fx re E C O C O rn .- .a ~ c N N d. N 0 • aaci _E c ai E U ¢JV0 in C = _c 3 j °) c c c -° vi . .a m g c N O C a ai E O n o m v n _U _U .V a) E O N 0 C X Ca C W 0 {� O C C O _ fp 2 O E E ° ° g) g a) y To m ca 0 ca O 0 3 y 0 a a E 0 i 0 c � 'v vii Q C Packet Page-716- 10/22/2013 16.C.2. Architects Engineers JVV11VLallltel JLLCCL 0 Environmental Landscape Architects Suite 240 M/E/P Planners Tampa,FL 33609 Surveyors Transportation/Traffic Phone:813.288.0233 Fax:813.288.04? September 19,2013 Ms.Alicia Abbott Project Manager Collier County 3339 Tamiami Trail E., Suite 303 Naples,FL 34112 Re: South County Regional Water Treatment Plant Chemical Piping Replacement RFQ No. 08-5011-105 Engineer's Bid Review Dear Ms.Abbott: The County received bid packages from two (2)pre-qualified contractors under contract with the County for the South County Regional Water Treatment Plant(SCRWTP) Chemical Piping Replacement Project. This project involves the installation of a new chemical pipe trench, including the replacement of the CO2, Chlorine, Polymer, Ammonia Gas, Carbon Dioxide, Fluoride, Polyphosphate, and Lime Slurry pipes. The project also involves the restoration of the existing pipe trench, and supports for all new piping. The bid tab provided by the County is detailed below. Lowest Bid Bidder's Name Total Bid Mitchell& Stark Construction 1 Company Inc. $216,445.00 2 Quality Enterprises USA,Inc. $215,000.00 Based on our review of the available data (bid pricing) and the fact that Mitchell & Stark's bid is considered non-responsive, we have no objection to the County proceeding with the award of the bid to Quality Enterprises USA, Inc. in the amount of $215.000.00, which includes the County's $7,500.00 allowance. Please note that we have not reviewed any references for the lowest bid; however this should not be required since each of the contractors are pre-qualified to perform this type of work for the County. If such a review is required, please provide contact information for each bidder so that we may ask for references and similar projects. If the contractor's bonds and insurance as required by the County's contractual documents this should be reviewed prior to execution of the agreement. Please contact us if additional information is needed concerning the above. Sincerely, CP: E GINEERS,INC. Tir W.Wade Wood,P.E. Vice President Packet Page-717- w w w . c p h c o r p . c o m