Loading...
Agenda 09/13/2011 Item #16C 29/1312011 Item} 16.C.2. EXECUTIVE SUMMARY Recommendation to approve the purchase and installation of two clarifier drive mechanisms from Douglas N. Higgins, Inc., in the amount of $220,800, for the North County Water Reclamation Facility Technical Support Project,_ Project Number 73968; anal, approve a budget amendment in the amount of $220,800 from Project Number 70050, Master Pump Station Technical Support, to Project Number 7396$. f_4Z =: The public purpose of this rehabilitation project is to increase reliability of the clarification operation at the North County Wastewater Reclamation Facility (NCWRF), to meet operational and reliability needs, to meet the demand for irrigation quality water and to stay in compliance with regulatory requirements. CONSIDERATION: On June 24, 2008, Agenda Item 10(G), the Board adopted the 2008 Wastewater Master Plan Update that identified the requirement for performing various Technical Support Projects at the NCWRF. The proposed scope of work for replacing the drive mechanisms on clarifiers number six and seven is consistent with the 200'8 Wastewater Master Plan Update, Project 73968, "NCWRF Technical` Support Projects ", Section 8, Table 8 -2, page 3 of 5, line 100, and the 2010 Wastewater CIP Update, Page 2 of 4, Line 79, as identified in the 2011 User Fee Rate Study. The drive mechanisms on clarifiers number six and seven are near failure. In 2009, the drive mechanisms on clarifiers number eight and nine had failed, and they were replaced with a more robust, reliable design. These upgraded drives continue to operate dependably; therefore, this project rehabilitates clarifiers number six and seven by replacing their drive mechanisms with the same successful design used on clarifiers number eight and nine. Rehabilitating these two clarifiers will result in the ability to clarify wastewater more reliably. Furthermore, the overall plant reliability will be upgraded. Request for Quotation number 08- 5011 -49, "NCWRF Clarifiers 6 and 7" was posted on June 27, 2011, and distributed to all vendors of the Fixed -Term Underground Utilities Contract 08 -5011 via the County's electronic bid process. Of the five vendors notified, three submitted quotations for this project by the July 21, 2011 deadline. The design professional's opinion of cost for this project was $170,000. Whip the quotations were higher than the opinion of cost, all were within 15 %9 of each other, demonstrating that the resulting cost is fair and reasonable. The quotations received are summarized in the table below. Vendor Quotation .Douglas N. Hi ins, Inc. $220,800 Kyle Construction $245,000 Mitchell & Stark Company, Inc. $254,150 Staff recommends awarding the project to Douglas N. Higgins, Inc., the lowest responsive and qualified vendor. `The design professional, Hole Montes, Inc., in the attached letter dated August 23, 2011, recommends award to Douglas N. Higgins, Inc. Packet Page 2114 9/13/2011 Item 16.C.2. Executive Summary NCWRF Clarifiers 6 and 7, Project Number 73968 Page Two FISCAL IMPACT: A Budget Amendment is required to transfer funds from Project Number' 70050 Master Pump Station Technical Support, to Project Number 73968, North County Water Reclamation Facility Technical Support Project, for the implementation of this project. The source of funding is the Wastewater User Fee Fund (414). LEGAL CONM TIONS: This item is legally sufficient and requires a majority vote. - JBW GROWTH MANAGEMENT arkCT: This project meets current Growth Management Plan standards to insure the viability of public facilities. RECOMMENDATIONS: That the Board of County Commissioners, as the Ex- officio Governing Board of the Collier County Water -Sewer District, • Approve the quote in the amount of $220,800.00 from Douglas N. Higgins, Inc. for the purchase and installation of two clarifier mechanisms; authorized the Chairman to sign and execute the work order; and, • Approve the necessary Budget Amendment to transfer funds in the amount of $220,800 from 'Project Number 70050 Master Pump Station Technical Support to Project Number 73968 NCWRF Technical Support Projects. • Approve the extension of the Master Agreement until March 10, 2015 to coincide with the work order. PREPARED BY: Craig J >Pajer, P.E., Principal Project Manager, Public Utilities Division. Attachment 1: Engineer's letter of award recommendation Attachment 2: Quote tabulation Attachment 3: RFQ #08 -5011 Attachment 4: Signed Work Order Attachment 5: Timeline Packet Page -2115- 9/13/2011 Item 16.0.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2, Item Summary: Recommendation to approve the purchase and installation of two clarifier mechanisms from Douglas N. Higgins, Inc. in the amount of $220,800 for the North County Water Reclamation Facility (NCWRF) Technical Support Project, Project Number 73968; and approve a ,budget amendment in the amount of $220,800 from Project Number 70050 Master Pump Station Technical Support to Project Number 73968. Meeting Date: 9/13/2011 Prepared By Name: PajerCraig Title:'Project Manager, Senior,Public Utilities 8/5/2011 1:56:19 PM- Submitted by Title: Project Manager, Senior,Public Utilities Engineering Name: PajerCraig 8/5/2011 1:56:20 PM Approved By Name: Steve Messner Title: Plant Manager,Water Date: 8/23/20113:24:16 PM Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Dater 8/24/20117:46-57 AM Name: ChmelikTom Title: Project Manager, Principal,Public Utilities Engine Date: 8/24/2011 3:37:10 PM �► �.� Name: CaellSteve Title: Director - Purchasing/General ServicesPurchasing Packet Page - 2116- 9/13/2011 Item 16.0.2. Date: 8/25/20117-14:07 AM Name: HapkeMargie Title: VALUE MISSING Date: 8/26/20118:41:17 AM Name: Steve Messner Title: Plant Manager,Water Date: 8/26/2011`10:05 :21 AM Name: WidesTom Title: Director - Operations Support- PUD,Utilities Finn Date: 8/26/2011 1:33:48 PM Name: WhiteJennifer Title: Assistant County Attorney,County Attorney Date: 8/26/20115:07:55 PM Name: YilmazGeorge Title: Director - Wastewater,Wastewater Date: 8/28/201110:40:09 PM Name: KlatzkowJefi ' Title: County Attorney, Date: 8/29/2011 2:38:27 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 9/2/20114:47:53 PM Name: OchsLeo Title: County Manager Date: 9/3/2011 11:32:58 AM i �1 Packet Page - 2117 - 9/13/2011 Item 16.C.2. HOLE N1ONTES 10� t9NVIE:ERS PLANNERS SURVEYORS LA.'iOSCAPE ARCHIT CTS 950 Encore Way Naples, Florida 34110 • Phone, 239.254.2000 - Fax: 239.254.2099 August 23, 2011 Craig Pajer, Project Manager Collier County Public Utilities 3339 Tarniami Trail East Suite 303 Naples FL 34112 RE: EVALUATION OF QUOTATIONS NCWRF OPERATIONAL READINESS — CLARIFIERS 6 AND 7 HM File No. 2010.075 Dear Craig, We have reviewed the five bids received by the County on June 27, 2011 for the NCWRF Operational Readiness Clarifiers 6 and 7, County Quote No. 08- 5011 -49. The five bidders and their quoted price are identified below as supplied by the County Purchasing Department. The apparent low quote is front D.N. Higgins Inc. in the amount of $220,800.00. D.N. Higgins, Inc Kyle Construction Mitcllell & Stark Company, Inc. Quality Enterprises, USA, Inc. Haskins, Inc. Naples, FL Naples, FL Naples, FL Naples, FL Naples, FL $220,800.00 $245,000.00 $254,150.00 NO QUOTE NO QUOTE D.N Higgins has successfully completed other construction projects for Collier County and is on the County's list of approved utility contractors. Therefore, we recommend award of this construction contract to D.N. Higgins in the annount of $220,800.00 subject to a final review by the Purchasing Department of the quotation documents. Please contact us if there are any questions about this quote evaluation, Thaink yogi, LE M[ONTES, INC ti rry aricska, Ph.D., P.E., B.C.E.E. Associate /Environmental Engineering Manager JRT:dlli K \2010\2010075'tEMH Constniction Bidding & Contract \H2 Bidding\20110522 CP Clarifiers 6 & 7 Award Recommendation IV HCP.doc Packet Page -2118- $254,150.00 QUOTE TABULATION 08- 5011 -49 MULTIPLE RFQ'S 05 Clarifiers 6 & 7 $220,800.00 Packet Page -2119- $245,000.00 9/13/2011 Item 16.C.2. 9/13/2011 Item 16.C.2. From: ParkerNicole To: ParkerNicole; "Belwell "; Ryan MacPhee "Kyle Construction Inc "; "Brian Penner ": "Mike Westhafer ": "Lou Gaudio" "Marcie Cohen": Brandy Bartolone: 'Tammy Ludwig" Cc: PaierCraig: PrattJon SchaltPeter Subject: RFQ #08-5011 -49 (Multiple RFQ "s for Craig Pajer) Date: Friday, July 29, 20119:07:08 AM Attachments: Ouote Tabulation 08- 5011 -49 Multiple RFO xlsx Good morning — please see the attached quote results. Each project is broken out on the lower tabs on the spreadsheet. Thank you for your participation! PROJECT LOWEST QUOTER COST 01 SLUDGE CONVEYOR MITCHELL & STARK $84,870.00 02 BLEACH PIPING DN HIGGINS $24,322.50 03 KNIFE GATE VALVES DN HIGGINS $128,972.50 04 CHANNEL MIXERS DN HIGGINS $120,750.00 05 CLARIFIERS DN HIGGINS $220,800.00 06 POTABLE WATER INTERCONNECT MITCHELL & STARK- DN HIGGINS $16,098.85 07 MOTORIZED STRAINERS MITCHELL & STARK $267,720.00 08 RAS / WAS PUMPS MITCHELL & STARK $245,728.00 Nicole Parker Procurement Strategist Collier County Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Tel: 239- 252 -4270 Fax: 239 - 252 -6549 Email: nicoleparkerPcolliergov.net U, de RDnda Lay., e -trail addresses vb:, resords. ¢r y„u nag t van-,. you e aii a 'v a elea. _wpan�e *.o c biic m eco yue do no? send c;e'Wo V;. rnai, to .:is r wi+y, in.> a_ ,, cortzlct .' „c> _.r ..e by r, karRIr.g Packet Page -2120- 9/13/2011 Item 16.C.2. WORK ORDER/PURCHASE ORDER Agreement for "Fixed -Term Underground Utilities Contract" Dated: March 11, 2008 (Contract 08- 5011) This Work Order is for underground construction services for work known as: Project Name: NCWRF Clarifiers 6 and 7, Project No. 73968.43.25 The work is specified in the quote dated July 21, 201 lwhich 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 is assigned to: Douglas N. Higgins, Inc. Scope of Work: As detailed in the attached proposal and the following: • Task 1 $192,000.00 Install Two Clarifier Drive Mechanisms • Task 2 $28,800.00 Owner Directed Work Schedule of Work: Complete work within 1,200 days from Date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance Adth Article Five of the Agreement, the County will compensate the Firm in accordance with following method(s): ONegotiated Lump Sum Lump Sum Quote Time & Material (established hourly rate – Schedule A) ❑Cost Plus Fixed Fee, as provided in the attached proposal. "task l S192.000.00 Lump Sum Task 2 S 28,800.00 Time and Materials Total Fee 5 220,800.00 Any chance made subsequent to final department approval will be considered an additional service and charged accordin- to Schedule "A" of the original Contract Agreement. " P Prepared. By: Craig P-aj , rA cip,al Project Manager Date Authorized >3y: `':?�. _t f To Chmelik, PE, PPMD Director – `Date Approved Beth, "Johnssen�.- Wastewater Operations Manager Date Approved By:—,,,.,, C- ?1 _---- - -- '� _,� ! i Steve essner, Interim Wastewater Director Date Approved By:%�L` --. f Nicole Parker, Purchasing Agent Date Packet Page -2121- A**-N 9/13/2011 Item 16.C.2. Approved By: Dr. George JD Date jt Accepted Ely-_//, -,�- ( Dotiglas N. Higgins, Inc. iv (Dan Higgins, Vice President) Date ATTEST: W i t a e s s, —(Z10 46 L4y w I Signature' ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock, Clerb-, Collier County, Florida L� By:_ By: — Deputy Clerk chainnall Approved �1.s to Form and Legal Sufficiency: Asslstzirtt County Aftorm,,y Packet Page -2122- Y N Cu N Cf Z ti p n uj Q 0,6 'J L m W a) M r I Ln p O 00 O O O O O O LM VT N V-)- O O O O O N N Arl- O O O LP1 Lff N i!} Packet Page -2123- 9/13/2011 Item 16.C.2. 9/13/2011 Item 16.C.2. r ti �:) t'r:i�rL1�� \Ie? iYi•iNC.:.'\ :. �i'���1�, COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ #08- 5011 -49 Multiple Projects Separately Awarded PROPOSALPAGE DUE DATE: July 21 2019 at 2:30 pm 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 Bid Schedules This firm has submitted a quote for the individual stand -alone project (check all that applies): Packet Page -2124- RFO_ContractDriven. RevisedSeptember2009 5 01 — Sludge Conveyor 02 — Bleach Piping -- 03 — Knife Gates Valve 04 — Channel Mixers 05 — Clarifiers 05 — Potable Water Interconnect 07 — Motorized Strainers y - 108 — RAS / WAS Pumps Packet Page -2124- RFO_ContractDriven. RevisedSeptember2009 5 9/13/2011 Item 16.C.2. i i IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of July 2011 in the County of Collier in the state Of Florid° i Douglas N. Higgins, Inc, Firm's Complete Legal Name 239-774 -3130 Telephone Number 239 - 774 -4266 ' FAX Number brandyboidnbiggins.com Email Address 4485 Enterprise Ave. Address Naples City Florida State 34104 , m ts-ofi4,,thorit, Document Number { m_n� 7,;z :rL� r ti a ager lone ! ! c~i, y 1 i 1 Packet Page -2125- Date RFQ contrac lDriven_RevisedSeptember2UO9 6 9/13/2011 Item 16.C.2. COLLIER COUNTY QUOTE NO. r.1 '.S61 I - q 1 QUOTATION OPENING DATE 2 W I I I REPLACE DRIVE UNITS - CLARIFIERS 6 & 7 NORTH COUNTY WATER RECLAMATION FACILITY COLLIER COUNTY PUBLIC UTILITIES DIVISION Item No. Description Estimated Quanti Total 1 Perform all Contract Work described in the Contract Documents Lump Sum $ 182,000.00 2 Allowance Fund for Owners Use as Directed. This fund will be used only at the Owner's direction for unforeseen work associated with modifications to the existing clarifiers' center columns and changes due to existing underground piping, Inclusion of the Allowance Fund as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund, Insert 15% of cost, Lump Sum $ 28,800.00 TOTAL PRICE FOR ITEMS 1 AND 2 Packet Page -2126- 220,800.00 9/13/2011 Item 16.C.2. Packet Page -2127- a M . S' 0...................... N .............. N ............... ....... ...................... y_.........._ r .............. ............................... a Q Co to N N I� ...................... .... .................... ... ............................ O W � Z d ca 0 �O M C! :. N .............. N ..................... ................... . M C9 � r\ d ++ N a V... N o ............................... ........... ............................... � �- O_ N N .................................. ;...... .................'s............ r CY m _ 4 tr 2 1 � L) � Co M l C i b 15 ry Fit` � 4f V t7 .................. CS a� W V j R.................. ............................... ...... d U? N U •may CO Cu LL as O cc R U N w N w Z d 2 C O r R Z W > r U O H •+ W L .�� d y t1 Cu O C n O CL U d Packet Page -2127-