Loading...
Agenda 07/10/2018 Item #16C1307/10/2018 EXECUTIVE SUMMARY Recommendation to approve a $443,160 work order under Request for Quotation 14-6213-124 to Douglas N. Higgins, Inc., to install a wastewater force main along Oil Well road under Orange Tree Pump Station and Force Main Project Number 70228, and authorize the necessary budget amendment. OBJECTIVE: To meet demand, stay in compliance, and serve customers efficiently by providing a compliant and reliable wastewater system for Collier County Water-Sewer District (CCWSD) customers. CONSIDERATIONS: The proposed scope of work for Project 70228, “OT Pump Station and Force Main,” is consistent with the Capital Improvement Program (CIP) contained in the 2014 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) November 10, 2015, as Agenda Item 9C, Appendix III of the 2015 AUIR/CIE. Funding is available in, and is consistent with, the FY2018 CIP Budget. The work order for the Oil Well Road Force Main Improvements is part of the Orange Tree Pump Station and Force Main project. The purpose of this larger project is to allow plant effluent and peak wastewater flows from the Orange Tree Wastewater Treatment Plant to be pumped to the North Collier Water Reclamation Facility (NCWRF). At times the Orange Tree treatment plant capacity is limited by its effluent disposal system (percolation ponds). If the ponds are unable to dispose of the excess plant effluent a plant overflow may occur. This work order will install 3,700 feet of force main along Oil Well Road thereby providing the conduit for transfer of flows from the plant westward to the NCWRF. A subsequent procurement will occur to construct a pump station on the former Orange Tree Utility site that will pump flows through the requested force main to provide the ultimate result of pumping flows to the NCWRF. The County distributed Request for Quotation 14-6213-124, “Oil Well Road Force Main Improvements,” on May 15, 2018 to the six vendors under the Fixed-Term Underground Utilities Contract 14-6213. Four contractors submitted quotations (summarized below) by the May 30, 2018, deadline. All bidders were found to be responsive and responsible. After review, staff is recommending award to the lowest, responsive and responsible bidder D. N. Higgins, Inc. The bids are summarized below and in Attachments 1 and 2. VENDOR TOTAL QUOTED PRICE D. N. Higgins, Inc. $443,160.00 Haskins, Inc. $526,225.00 Quality Enterprises USA, Inc. $562,621.25 Mitchell & Stark $721,920.00 D. N. Higgins’ bid was 32 percent less than the engineer’s cost opinion. In its letter dated June 5, 2018 (Attachment 3), the design professional, Johnson Engineering, Inc., recommends awarding the contract to D. N. Higgins, Inc., who has a satisfactory performance and warranty record on previous, similar, utility - related projects. The quote amount incorporates an allowance of $60,000 for owner-directed work related to unforeseen conditions including, but not limited to, conflicts with existing facilities not reflected in record drawings, and modifications or repairs resulting from unforeseen utility work associated with this project. The compensation method for work done under the allowance will be determined by the owner to be lump 16.C.13 Packet Pg. 1610 07/10/2018 sum, unit price, and/or time and materials depending upon the nature of the work. The price for any needed additional work will be negotiated prior to commencement in accordance with the county’s Procurement Ordinance, the terms of the agreement, and will be reviewed by the engineer of record for cost reasonableness. FISCAL IMPACT: Budget amendments are required to move $1,000,000 from Project Number 70209, Fund (414); and $350,000 from project number 70141, within the Wastewater User Fee Capital Fund (414). These budget amendments exceed the cost of this agenda item as they cover the entire cost of the Orange Tree Pump Station and Force Main project number 70228 including: owner furnished materials, construction engineering services, and construction of the new pump station and force main work on the Orange Tree Wastewater Treatment Plant site. The estimated costs are summarized below. DESCRIPTION ESTIMATED COST Oil Well Road Force Main Improvements $443,160.00 Owner Furnished Materials $314,240.00 Orange Tree WWTP Site Pump Station and Force Main $531,220.00 Construction Engineering $61,380.00 Total Estimated Cost $1,350,000.00 Staff has analyzed current and future needs to be funded from the cited project numbers to assure that these budget amendments will not affect current and future financial commitments. 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 $443,160 work order to Douglas N. Higgins, Inc., under Request for Quotation 14-6213-124 for the “Oil Well Road Force Main Improvements” Project Number 70228; authorize the necessary budget amendment; and, authorize the Chairman to sign and execute the attached work order. Prepared By: Wayne M. Karlovich, Senior Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. Attachment 1 Quote Tabulation (PDF) 2. Attachment 2 EPMD quote analysis (PDF) 3. Attachment 3 Engineer Recommendation (PDF) 4. Attachment 4 Work Order (PDF) 16.C.13 Packet Pg. 1611 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.13 Doc ID: 5919 Item Summary: Recommendation to approve a $443,160 work order under Request for Quotation 14-6213-124 to Douglas N. Higgins, Inc., to install a wastewater force main along Oil Well road under Orange Tree Pump Station and Force Main Project Number 70228, and authorize the necessary budget amendment. Meeting Date: 07/10/2018 Prepared by: Title: Project Manager, Senior – Public Utilities Planning and Project Management Name: Wayne Karlovich 06/14/2018 5:17 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 06/14/2018 5:17 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/15/2018 8:01 AM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed 06/15/2018 10:55 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/15/2018 1:15 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 06/18/2018 1:13 PM Wastewater Beth Johnssen Additional Reviewer Completed 06/19/2018 10:48 AM Procurement Services Ted Coyman Additional Reviewer Completed 06/19/2018 5:51 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/21/2018 1:32 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/21/2018 3:03 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/22/2018 8:21 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/22/2018 9:42 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/22/2018 9:44 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/22/2018 11:57 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/28/2018 4:43 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/02/2018 10:54 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 16.C.13 Packet Pg. 1612 ITEM # DESCRIPTIONEST. QTY.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 1 Mobilization/Demobilization1 LS 40,000.00$ 40,000.00$ 22,000.00$ 22,000.00$ 56,437.50$ 56,437.50$ 35,000.00$ 35,000$ 2 Maintenance of Traffic 1 LS 10,000.00$ 10,000.00$ 6,700.00$ 6,700.00$ 5,812.50$ 5,812.50$ 9,000.00$ 9,000$ 3 Project Signs1 LS 600.00$ 600.00$ 1,000.00$ 1,000.00$ 937.50$ 937.50$ 2,000.00$ 2,000$ 4 Survey Layout & Record Drawings1 LS 3,000.00$ 3,000.00$ 5,000.00$ 5,000.00$ 6,875.00$ 6,875.00$ 8,000.00$ 8,000$ 5 Pre-Construction Video1 LS 2,500.00$ 2,500.00$ 2,500.00$ 2,500.00$ 937.50$ 937.50$ 4,000.00$ 4,000$ 56,100.00$ 37,200.00$ 71,000.00$ 58,000$ ITEM # DESCRIPTIONEST. QTY.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 6 Force Main (Installation Only)a. 8" HDPE DR11 DIPS Force Main (Directional Drill) 1,500 LF 53.00$ 79,500.00$ 62.00$ 93,000.00$ 80.83$ 121,245.00$ 109.00$ 163,500$ b. 8" PVC DR18 Force Main 220 LF 41.00$ 9,020.00$ 75.00$ 16,500.00$ 51.14$ 11,250.80$ 54.00$ 11,880$ c. 10" PVC C900 DR18 60 LF 52.00$ 3,120.00$ 95.00$ 5,700.00$ 62.50$ 3,750.00$ 54.00$ 3,240$ d. 12" HDPE DR11 DIPS Force Main (Directional Drill) 1,700 LF 93.00$ 158,100.00$ 105.00$ 178,500.00$ 115.00$ 195,500.00$ 159.00$ 270,300$ e. 12" PVC C900 DR18 Force Main 200 LF 63.00$ 12,600.00$ 80.00$ 16,000.00$ 56.25$ 11,250.00$ 50.00$ 10,000$ 7 Plug Valves (Installation Only)a. 8" Plug Valve 5 EA 400.00$ 2,000.00$ 750.00$ 3,750.00$ 1,500.00$ 7,500.00$ 1,000.00$ 5,000$ b. 10" Plug Valve 1 EA 550.00$ 550.00$ 950.00$ 950.00$ 1,875.00$ 1,875.00$ 1,500.00$ 1,500$ c. 12" Plug Valve 3 EA 800.00$ 2,400.00$ 1,400.00$ 4,200.00$ 1,875.00$ 5,625.00$ 2,000.00$ 6,000$ 8 Air Release Valve (Installation Only)6 EA 900.00$ 5,400.00$ 875.00$ 5,250.00$ 1,875.00$ 11,250.00$ 2,500.00$ 15,000$ 9 Connections (Installation Only)a. Connect to Existing 8" Force Main 1 EA 4,000.00$ 4,000.00$ 12,500.00$ 12,500.00$ 1,875.00$ 1,875.00$ 15,000.00$ 15,000$ b. Connect to Existing 10" Force Main 2 EA 5,000.00$ 10,000.00$ 12,500.00$ 25,000.00$ 2,343.75$ 4,687.50$ 20,000.00$ 40,000$ c. Connect to Existing 16" Force Main 1 EA 7,000.00$ 7,000.00$ 20,000.00$ 20,000.00$ 3,750.00$ 3,750.00$ 26,000.00$ 26,000$ SECTIO SECTION 2 SUB-TOTAL: 293,690.00$ 381,350.00$ 379,558.30$ 567,420$ SECTION 1 SUBTOTAL: SECTION 1: GENERALSECTION 2: FORCE MAIN IMPROVEMENTSCOLLIER COUNTY QUOTE UNDER AGREEMENT 14-6213BID TABULATIONCOLLIER COUNTY PUBLIC UTILITIES DEPARTMENT - EPMD PROJECT #70103.8OIL WELL ROAD FORCE MAIN IMPROVEMENTSHiggins Haskins Quality Mitchell & StarkPage 1 of 2Bid Tabulation14‐6213‐12416.C.13.aPacket Pg. 1613Attachment: Attachment 1 Quote Tabulation (5919 : Oil Well Road Force Main Improvements) COLLIER COUNTY QUOTE UNDER AGREEMENT 14-6213BID TABULATIONCOLLIER COUNTY PUBLIC UTILITIES DEPARTMENT - EPMD PROJECT #70103.8OIL WELL ROAD FORCE MAIN IMPROVEMENTSHiggins Haskins Quality Mitchell & StarkITEM # DESCRIPTIONEST. QTY.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 10 General Restoration1 LS 20,000.00$ 20,000.00$ 35,000.00$ 35,000.00$ 34,375.00$ 34,375.00$ 13,000.00$ 13,000$ 11 Roadway Repair35 SY 200.00$ 7,000.00$ 195.00$ 6,825.00$ 301.79$ 10,562.65$ 300.00$ 10,500$ 12 Sidewalk Repair65 SY 98.00$ 6,370.00$ 90.00$ 5,850.00$ 109.62$ 7,125.30$ 200.00$ 13,000$ SECTIO SECTION 3 SUB-TOTAL: 33,370.00$ 47,675.00$ 52,062.95$ 36,500$ ITEM # DESCRIPTIONEST. QTY.UNIT UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE 13Allowance:Partial payments from this allowance forunforeseen conditions will be made based on either lumpsum, unit price, or time & materials methods as chosen by theCounty Project Manager. Use of allowance must beapproved by Collier County prior to the execution of the work.60,000.00$ 60,000.00$ 60,000.00$ 60,000$ SECTIO SECTION 4 SUB-TOTAL: 60,000.00$ 60,000.00$ 60,000.00$ 60,000$ 56,100$ 37,200$ 71,000$ 58,000$ 293,690$ 381,350$ 379,558$ 567,420$ 33,370$ 47,675$ 52,063$ 36,500$ 60,000$ 60,000$ 60,000$ 60,000$ 443,160$ 526,225$ 562,621$ 721,920$ Vendors not submitting quotes:1. Kyle Construction, Inc.2. Southwest Utility Systems, Inc.PROJECT TOTAL:SECTION 1 SUBTOTAL: SUMMARYSECTION 2 SUBTOTAL:SECTION 3 SUBTOTAL:SECTION 4 SUBTOTAL:SECTION 3: RESTORATIONSECTION 4: ALLOWANCEPage 2 of 2Bid Tabulation14‐6213‐12416.C.13.aPacket Pg. 1614Attachment: Attachment 1 Quote Tabulation (5919 : Oil Well Road Force Main Improvements) $0.00 $100,000.00 $200,000.00 $300,000.00 $400,000.00 $500,000.00 $600,000.00 $700,000.00 $800,000.00 $900,000.00 Eng Est D.N. Higgins Haskins Quality Enterprises Mitchell & Stark Bid Results of RFQ 14-6213-124 (Oil Well Road Force Main Improvements) KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid Dotted red- +/-20% of eng estimate 16.C.13.b Packet Pg. 1615 Attachment: Attachment 2 EPMD quote analysis (5919 : Oil Well Road Force Main Improvements) 2122 Johnson Street ■ Post Office Box 1550 ■ Fort Myers, Florida 33902-1550 (239) 334-0046 ■ Fax (239) 334-3661 SINCE 1946 June 5, 2018 Via Email Only: Wayne.Karlovich@colliergov.net Mr. Wayne Karlovich, P.E. Collier County Public Utilities - EPMD 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 RE: Bid Recommendation for Collier County 14-6213-124, Oil Well Road Force Main Improvements / Low Bidder: Douglas N. Higgins, Inc. Dear Wayne: The bid opening for the above-referenced project took place on Wednesday, May 30, 2018. Collier County provided the results of the bid opening to Johnson Engineering and we performed an evaluation of the results and our recommendation is contained herein. BIDDER TOTAL BASE BID Douglas N. Higgins, Inc. $443,160.00 Haskins $526,225.00 Quality Enterprises USA, Inc. $562,621.25 Mitchell & Stark Construction Co., Inc. $721,920.00 Following the bid opening, Collier County prepared the enclosed Bid Tabulation Analysis, which includes an analysis for mathematical errors. No errors were discovered. For comparison purposes, Johnson Engineering provided Collier County with an Opinion of Probable Construction Cost for the Bid in the amount of $647,200.00. The results show Douglas N. Higgins, Inc. as the low bidder. Based upon our review, the low bidder, Douglas N. Higgins, Inc. appears to be a reasonable and responsive bid. Subject to concurrence with the County’s Purchasing and Contracts Administration Division, we believe selection of Douglas N. Higgins, Inc. by Collier County for the intended work contained within the bid documents would be an appropriate choice. Should you have any questions, or require additional information, please let me know. Very truly yours, Michael S. Dickey, P.E. Director of Utility Services MSD/ljb Enclosure 20149700-155 16.C.13.c Packet Pg. 1616 Attachment: Attachment 3 Engineer Recommendation (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1617 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1618 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1619 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1620 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1621 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1622 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1623 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1624 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1625 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements) 16.C.13.d Packet Pg. 1626 Attachment: Attachment 4 Work Order [Revision 2] (5919 : Oil Well Road Force Main Improvements)