Loading...
Backup Documents 04/24/2012 Item #11EORIGINAL DOCUMENTS CHECKLIST & ROUTING 1I1 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. Original documents should be hand delivered to the Board Office. The completed routing slip and original documents are to be forwarded to the Board Office only after the Board has taken action on the item.) ROUTING SLIP Complete routing lines #I through #4 as appropriate for additional signatures, dates, and/or information needed. If the document is already complete with the exception of the Chairman's signature, draw a line through routing lines #I through 44, complete the checklist, and forward to Ian Mitchell (line #5). Route to Addressee(s) (List in routing order) Office Initials Date 1. appropriate. (Initial) Applicable) 2. 4/24/12 Agenda Item Number 11 -E 3. signed by the Chairman, with the exception of most letters, must be reviewed and signed 4. Jennifer B. White, Asst. County Attorney County Attorney JBW 5/1/12 5. Ian Mitchell, Executive Manager BCC Board of County Commissioners Documents Attached tt �� 12 6. Minutes and Records Clerk of Court's Office ?m 4y r(2 PRIMARY CONTACT INFORMATION (The primary contact is the holder of the original document pending BCC approval. Normally the primary contact is the person who created/prepared the executive summary. Primary contact information is needed in the event one of the addressees above, including Ian Mitchell needs to contact staff for additional or missing information. All original documents needing the BCC Chairman's signature are to be delivered to the BCC office only after the BCC has acted to approve the item.) Name of Primary Staff Nicole Parker, Procurement Specialist Phone Number 252 -4270 Contact appropriate. (Initial) Applicable) Agenda Date Item was 4/24/12 Agenda Item Number 11 -E Approved by the BCC signed by the Chairman, with the exception of most letters, must be reviewed and signed Type of Document Work Order (Contract 08 -5011) Number of Original One Attached resolutions, etc. signed by the County Attorney's Office and signature pages from Documents Attached INSTRUCTIONS & CHECKLIST I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05 08- MGR - 00132/33 Initial the Yes column or mark "N /A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. (Initial) Applicable) 1. Original document has been signed/initialed for legal sufficiency. (All documents to be JBW signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. This includes signature pages from ordinances, resolutions, etc. signed by the County Attorney's Office and signature pages from contracts, agreements, etc. that have been fully executed by all parties except the BCC Chairman and Clerk to the Board and possibly State Officials.) 2. All handwritten strike - through and revisions have been initialed by the County Attorney's JBW Office and all other parties except the BCC Chairman and the Clerk to the Board 3. The Chairman's signature line date has been entered as the date of BCC approval of the JBW document or the final negotiated contract date whichever is applicable. 4. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's JBW si nature and initials are required. 5. In most cases (some contracts are an exception), the original document and this routing slip JBW should be provided to Ian Mitchell in the BCC office within 24 hours of BCC approval. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 6. The document was approved by the BCC on 4/24/12 and all changes made during the JBW meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. I: Forms/ County Forms/ BCC Forms/ Original Documents Routing Slip WWS Original 9.03.04, Revised 1.26.05, Revised 2.24.05 08- MGR - 00132/33 1!E 'It ;A MEMORANDUM Date: May 4, 2012 To: Nicole Parker, Purchasing Technician Purchasing Department From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #08- 5011 -60: Work Order for Underground Utility Construction Services for Projects #70045 & #73045 required for the Davis Boulevard Road Widening Project Contractor: Haskins, Inc. Attached is a copy of the document referenced above, (Item #11E) approved by the Board of County Commissioners on April 24, 2012. The original will be held on file in the Minutes and Record's Department for the Board's Official Record. If you have any questions, please contact me at 252 -8406. Thank you. Attachment 4/24/2012 11E EXECUTIVE SUMMARY Recommendation to approve a work order in the amount of $648,324.35 to Haskins, Inc., for construction tasks set forth in Request for Quotation 08- 5011 -60, Davis Boulevard from Santa Barbara Boulevard to Radio Road. OBJECTIVE: To minimize disruptions to services during the relocation of water and wastewater underground infrastructure associated with the construction of an important road improvement project. CONSIDERATIONS: On June 24, 2008, as Agenda Item 10G, the Board of County Commissioner (Board) adopted the 2008 Water and Wastewater Master Plan Updates that identified the need to relocate utility infrastructure in coordination with Florida Department of Transportation (FDOT) road improvement projects. The. scope of work for Projects 70045 and 73045 is consistent with the 2010 Water and Wastewater CIP Updates as identified in the 2011 User Fee Rate Study. On March 27, 2012, Agenda Item 16C3, the Board approved a Utility Work Agreement with the FDOT for the Collier County Water -Sewer District to perform required utility relocations ahead of the FDOT road widening construction project. The scope of work for the project includes relocating approximately 3,600 feet of wastewater force main, and 2,000 feet of water main. To expedite the project, the following piping and other materials are being purchased separately and in advance, for an additional $150,723.25. 1. 1,520 feet of 16" PVC 6. 500 feet of 16" HDPE 2. 240 feet of 16" DI 7. 350 feet of 18" HDPE 3. 720 feet of 4" HDPE 8. 300 feet of 20" HDPE 4. 960 feet of 8" HDPE 9. 16 Plug Valves 5. 320 feet of 10" HDPE Request for Quotation 08- 5011 -60, Davis Boulevard from Santa Barbara Boulevard to Radio Road, was electronically distributed to the five vendors of the Fixed -Term Underground Utilities Contract 08 -5011 on March 15, 2012. All five vendors submitted quotations by the April 6, 2012, deadline. The quotations are summarized in the table below. Firm Total $ Haskins, Inc. $ 648,324.35 Quality Enterprises $ 673,448.87 Kyle Construction $ 708,120.55 DN Higgins $ 746,299.40 Mitchell & Stark $ 917,107.75 The engineer's estimate of probable construction cost was $514,965.75 (not including the material listed above being purchased in advance). Staff reviewed the quotations and determined Packet Page -792- 4/24/2012 1 1 M' Haskins, Inc., the lowest qualified and responsive bidder at 26% percent above the engineer's total cost estimate. Attachment 1 is a letter dated April 9, 2012, from the project design professional, Johnson Engineering, Inc., explaining that its estimate did not take into account the shortened schedule for construction from 450 days to 90 days due to the utilities relocations now needing to be completed prior to FDOT beginning construction. Johnson Engineering's letter recommends award to Haskins, Inc. The Purchasing Department concluded that bidding was competitive and representative of market conditions using the awarded vendors from contract 08- 5011 (see attachment 2). Staff reviewed the quotation, found it to be fair and reasonable given the reduced construction timeline, and also recommends the award. Haskins, Inc. has a satisfactory performance and warranty record on other similar utility- related construction projects. FISCAL IMPACT: Construction cost is $318,645.93 for water facilities, and $329,678.42 for wastewater facilities (combined total of $648,324.35). Water user fee funds (Fund 412) in the amount of $318,645.93 are available in project 70045 for the relocation of water lines. Wastewater user fee funds (Fund 414) in the amount of $329,678.42 are available in project 73045 for the relocation of wastewater lines. Operating costs at the project site are not expected to change due to this project, as shown in Chart 1. Operating costs are not expected to increase because the relocated infrastructure has inherently higher reliability and useful life. Chart 1. Forecast — Change in Operatina Cost Elements FY 2012 FY 2013 FY 2014 FY 2015 FY 2016 FY 2017 Capital Outlay $648,324.35 $0 $0 $0 $0 $0 Total Change in Operating Costs $0 $0 $0 $0 $0 $0 LEGAL CONSIDERATIONS: This item is legally sufficient and requires a majority vote for Board consideration. -JBW 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, as Ex- officio the Governing Board of the Collier County Water -Sewer District, approve a work order in the amount of $648,324.35 to Haskins, Inc. for construction tasks set forth in Request for Quotation 08 -5011- 60, Davis Boulevard from Santa Barbara Boulevard to Radio Road, and authorize the Chairman to sign and execute the work order. Prepared By: Nathan Beals, Project Manager, Public Utilities Planning and Project Management Packet Page -793- 11E ": 4'4 WORK ORDER Agreement for Fixed -Term Underground Utilities Contract (08 -5011) Dated: April 24, 2012 (RFQ #08- 5011 -60) Fixed Term Contract Expires March 11, 2013 This Work Order is for Underground Utility Construction services work known as: Project Name: Davis Boulevard from Santa Barbara Boulevard to Radio Road Utility Relocates Project No: 70045 & 73045 The work is specified in the Proposal Page, dated April 6, 2012 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 -60, dated March 16, 2012, Work Order # (please fill out once received) is assigned to: Haskins, Inc. Scope of Work: As detailed in the attached Proposal Page and the following: • Task I - General (mobilization, maintenance of traffic, utility locates, survey layout and record drawings, silt fence) • Task II - Install Sewer Force Main • Task III - Install Potable Water Main • Task IV - Restoration • Task V - 15% Contingency for Unforeseen Conditions (ie: cap rock, other utility conflicts, etc.) Schedule of Work: Complete work within 90 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Agreement #08 -5011, the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum; ❑Lump Sum Plus Reimbursable Costs; ®Time & Material (established hourly rate — Schedule A); FjCost Plus Fixed Fee, as provided in the attached proposal. Task I $ 82,371.00 (LS) Task 11 $239,390.90 (LS) Task III $228,358.40 (LS) Task IV $ 13,640.00 (LS) Task V $ 84,564.05 (TM) TOTAL PRICE $648,324.35 PREPARED BY: Nathan Vews, Project Manager PI in an roject Management Department APPROVED BY: A on Cromer, P.E., Princi Project Manager Planning and Proje a g ent Department APPROVED BY: Tom Oiffielik, P.E., Department Director Planning-and Project Management Department APPROVED BY: r , Tom Wides, Department Director Operations Management Department c /Z Date Y- /z./L' Date _� lZ v Date Date 11E APPROVED BY: 9, Ll Steve Messner, Messner, Department Director Date ' Waste ater Elepartm e t APPROVED BY: P 1 a use , 154partfnent Director Date ater Department APPROVED BY: — 4/ / /Z Nicole Parker, Procurement Specialist Da Purchasing Department ".,APPROVED '16y: George Yilmaz, Administrator Dat . 4� . Public Utilities � A ;T~ BOARD OF COUNTY COMMISSIONERS Dwight .; tt�cic, Clerk Collier C only Florida 1 By' ` IN ay :' (Print Name/Title) Approved as to Form and Legal Sufficiency: JennifFS. White Assistant County Attorney Fred W. Coyle, Chairman HASKINS2zm INC By: e - iLtleil (Print Name/Title) I 11E co lr cagy Adrrinistrative services avision Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ #0 8-5011 -60 Davis Blvd. from Santa Barbara to Radio Road PROPOSALPAGE DUE DATE: April 6 2012 at 3.30 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 SEPERATE EXCEL FILE FOR QUOTE SCHEDULE IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 6TH day of APRIL 2012 in the County of T,Fr in the state of C-01 1- 1 E HASKINS INC Firm's Complete Legal Name 239 -947 -1846 Telephone Number 239 - 947 -3857 FAX Number RMACPHEE @HASKINSINC.NET Email Address 10956 ENTERPRISE AVENUE Address ONITA SPRINGS City FLORIDA State 34135 Zip 574159 Flori a rtifi afe of A city u en Number (Www.sunbiz.org/search/htmi) ignatur PRESIDENT Title HARLAN HASKINS Print Name Date R Fo_Contra ctDdven_RevisedSeptember2009 4 HASKINS QUOTE SCHEDULE 08- 5011 -60 1 1E DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD PART-: ZT SEWER F4.RCE MA11 2 -1 Force Main a. * *16" PVC C905 DR18 Force Main b. 8" PVC C900 DR18 Force Main C d6" PVC C900 DR18 Force Main 4" PVC C900 DR18 Force Main 2 -2 Directional Drill 8" DIPS DR11 HDPE Casing w /4" DIPS DR11 a. Carrier Pipe Sta. 1178+55----- - b **8" DIPS DR11 HDPE Casing w/4" DIPS DR11 Carrier Pipe Sta. 1183 +20 * *8" DIPS DR11 HDPE Casing w /4" DIPS DR11 C Carrier Pipe Sta. 1188 +55 d —16" DIPS DR11 HDPE Casing w /8" DIPS DR11 Carrier Pipe Sta. 1237 +55 2-3 (Plug Valves a. * *16" Plug Valve b. * *8" Plug Valve C �-6" Plug Valve d *4" Plug Valve 2-4 Air Release Assembly (Force Main) 2- 5�Tonnection to Existing Main a. 114" Force Main b. 8" Force Main c 6" Force Main d 4" Force Main 2 -6 Remove Existing Force Main 2 -7 IGrout Existing Force Main 1,520 LF $ 49.641 $ 75,452.80 80 LF $ 66.53 $ 5,322.40 235 LF $ 38.78 $ 9,113.30 160 LF $ 48.44 $ 7,750.40 l 1 LS — j $ 12,000 00 � , $ 12,000.00 $ 12,000.00 I 1 LS i— 1 LS $ 13,000.00 $ 13,000.00 1 LS $ 25,000.00 j $ 25,000.00 5 _ EA $ 985.00 $ 4,925.00 __ 3 EA $ 655.00 $ 1,965.00 1 EA $ 625.00 $ 625.00 7 EA $ 600.00 $ 4,200.00 8 EA $ 3,525.0$ 28,200.00 4 EA $ 3,165.00 $ 12,660.00 2 ! EA $ 2,475.00 $ 4,950.00 1 EA $ 2,360.00 $ 2,360.00 3 EA $ 2,280.00 $ 6,840.00 — — 1,570 LF a $ 6.70 $ 10,519.00 550 LF $ 4.56 $ 2,508.00 C • $ 239,390.90 BID ADDENDUM NO. 1 Page 1 of 3 Bidder: HASKINS QUOTE SCHEDULE 11 E 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD a. � Carrier Pipe Sta. 1189 +47 1 L5 $ 25,000.00 ' $ 25,000.00 b i -20" DIPS DR11 HDPE Casing w /10" DIPS DR11 1 LS $ 50,000.00 $ 50,000.00 16,920.00 Carrier Pipe Sta. 1209 +50 10" Water Main 1 EA $ 2,398.00 C. 1`"18" DIPS DR11 HDPE Sta. 1232 to 1235 +50 1 LS ! $ 55,000.00 $ 55,000.00 I 3 -3 ;Tapping Sleeve 8 Valve 6,300.00 2,600.00 3 -9 Relocate Existing Meter and BFP Assemblies 1 LS $ _ 7� a. 16 "X8" Tapping Sleeve and Valve 1 EA $ 5,446 00 $ 5.446_00 b. 1 16 "X10" Tapping Sleeve and Valve _ 1 EA $ - 6,500.00 $ 6,500.00 3 -4 I Gate Valves a Tr Gate Valve 2 EA $ 1,615.00 j $ 3,230.00 b. 10" Gate Valve 1 EA $ 2,2250 $ 2,225.00 3 -5 IAir Release Assmbly (Water Main) 6 EA $ 1,970.00 $ 11,820.00 - 3 -6 -- — - - !,Connection to Existing Main a. Sod b. ;Landscape a. 16" Water Main 6 EA $ 2,820 -00 $ 16,920.00 b. 10" Water Main 1 EA $ 2,398.00 $ 2,398.00 C 8" Water Main 1 ! EA $ 2,350,00 $ 2,350.00 3 -7 Remove Existing Main 3 -8 Grout Existing Main 840 LF7$ 260 L $ 7.50 $ 10.00 I $ 6,300.00 2,600.00 3 -9 Relocate Existing Meter and BFP Assemblies 1 LS $ 4,660 00 $ 4,660.00 PART SUBTOTAL: $ 228,358.40 4 -1 Restoration a. Sod b. ;Landscape 4,500 SY $ 1.92 $ 1 LS $ 5,000.00 $ • $ BID ADDENDUM NO. 1 Page 2 of 3 Bidder 8,640.00 5,000.00 13,640.00 HASKINS QUOTE SCHEDULE 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD I IE BID ADDENDUM NO. t Page 3 of 3 Bidder: SUBTOTAL PART 1: $ 82,371.00 SUBTOTAL PART 2: $ 239,390.90 SUBTOTAL PART 3: $ 228,358.40 SUBTOTAL PART 4: $ 13,640.00 SUBTOTAL ! $ 563,760.30 15% Contingency: $ 84,564.05 TOTAL • $ 648,324.35 BID ADDENDUM NO. t Page 3 of 3 Bidder: