Loading...
Agenda 12/11/2018 Item #16C 812/11/2018 EXECUTIVE SUMMARY Recommendation to approve a $583,000 Work Order under Request for Quotation No. 14-6213-128 to Haskins, Inc., under Project Number 70182, “Wildflower Way Water Main Looping,” which includes installing 4,000 feet of 12-inch and 14-inch water main on Wildflower Way from St. Andrews Boulevard to Lely High School Boulevard, and authorize the necessary budget amendment. OBJECTIVE: To install the last remaining potable water main section on Wildflower Way from St. Andrews Boulevard to Lely High School Boulevard for improved potable water reliability to the heavily populated Lely and Lely Resort neighborhoods. CONSIDERATIONS: The proposed scope of work under Project No. 70182, “Wildflower Way Water Main Looping,” is consistent with the FY2019 Budget approved by the Board of County Commissioners on September 20, 2018. The proposed project consists of the installation of a new water main along Wildflower Way from Saint Andrews Boulevard to Lely High School Boulevard. The new water main will consist of approximately 400 linear feet of 12-inch PVC water main piping installed via open cut and approximately 3,600 linear feet of 14-inch HDPE (12-inch PVC equivalent) water main piping directional drilled along Wildflower Way. The proposed project will provide additional water reliability to the Lely neighborhood and Lely Resort neighborhood by constructing the last water main section on Wildflower Way. There will be additional isolation valves installed on this project, which provide operational control during maintenance of the distribution system. The County advertised Request for Quotation No. 14-6213-128, “Wildflower Way Public Utilities Improvement Project,” on September 18, 2018, and distributed it to all contractors on the County’s Fixe d- Term Underground Utilities Contract No. 14-6213. Five of the six contractors on that contract submitted quotations by the September 27, 2018 deadline, as summarized in the below table: VENDOR QUOTE Haskins, Inc. $583,000.00 Kyle Construction, Inc. $638,000.00 Mitchell & Stark Construction Co. $687,640.00 Quality Enterprises USA, Inc. $719,500.00 DN Higgins, Inc. $723,800.00 No quote was received from Southwest Utility. The quote specifications noted that there may be unforeseen conditions associated with the project and included a $50,000 owner-directed allowance for 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 price for any needed additional work will be negotiated prior to commencement in accordance with the County’s Procurement Ordinance and the terms of the agreement. County staff determined the lowest bid to be fair and reasonable and recommends awarding the project to Haskins, Inc., the lowest responsive and qualified vendor. The bid received is 22 percent less than the engineer’s cost opinion. In its recommendation letter dated October 1, 2018, the design professional, Q. 16.C.8 Packet Pg. 1783 12/11/2018 Grady Minor & Associates, P.A., recommends awarding the project to Haskins, Inc. Haskins has a satisfactory performance and warranty record on previous, similar, utility-related projects. FISCAL IMPACT: The source of funding is Water User Fees, Fund (412). A budget amendment in the amount of $700,000 is required to reallocate funds from Project 70185 and Project 70071 into Project 70182. The budget amendment is necessary to cover the construction cost, construction administration cost and to purchase the construction materials. The project is expected to be completed in 2019. 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 and to remain in compliance with all regulatory programs. RECOMMENDATION: To approve a $583,000 Work Order under Request for Quotation No. 14- 6213-128 to Haskins, Inc.; authorize the necessary budget amendment; and, authorize the Chairman to sign the attached Work Order. Prepared By: Benjamin N. Bullert, P.E., Senior Project Manager, Engineering and Project Management Division ATTACHMENT(S) 1. Attachment No 1 - RFQ 14-6213-128 Quote Tabulation (PDF) 2. Attachment No 2 - RFQ 14-6213-128 Quote Analysis (PDF) 3. Attachment No 3 - RFQ 14-6213-128 Quote Cover Sheet (PDF) 4. Attachment No 4 - RFQ 14-6213-128 Recommendation Letter (PDF) 5. Attachment No 5 - RFQ 14-6213-128 Work Order (PDF) 16.C.8 Packet Pg. 1784 12/11/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.8 Doc ID: 7332 Item Summary: Recommendation to approve a $583,000 Work Order under Request for Quotation No. 14-6213-128 to Haskins, Inc., under Project Number 70182, “Wildflower Way Water Main Looping,” which includes installing 4,000 feet of 12-inch and 14-inch water main on Wildflower Way from St. Andrews Boulevard to Lely High School Boulevard, and authorize the necessary budget amendment. Meeting Date: 12/11/2018 Prepared by: Title: – Public Utilities Planning and Project Management Name: Benjamin Bullert 11/13/2018 11:42 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 11/13/2018 11:42 AM Approved By: Review: Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 11/13/2018 12:17 PM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 11/13/2018 12:17 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 11/13/2018 12:52 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/13/2018 1:01 PM Water Pamela Libby Additional Reviewer Completed 11/14/2018 1:21 PM Wastewater Beth Johnssen Additional Reviewer Completed 11/14/2018 3:10 PM Procurement Services Evelyn Colon Additional Reviewer Completed 11/15/2018 9:30 AM Procurement Services Swainson Hall Additional Reviewer Completed 11/15/2018 9:54 AM Procurement Services Ted Coyman Additional Reviewer Completed 11/15/2018 5:43 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 11/16/2018 3:54 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 11/16/2018 4:16 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 11/19/2018 1:46 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/19/2018 2:28 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/20/2018 9:04 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/20/2018 12:40 PM 16.C.8 Packet Pg. 1785 12/11/2018 County Attorney's Office Emily Pepin CAO Preview Completed 11/20/2018 3:37 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/27/2018 10:15 AM Board of County Commissioners MaryJo Brock Meeting Pending 12/11/2018 9:00 AM 16.C.8 Packet Pg. 1786 ITEM NO.DESCRIPTION EST. QTY.UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1.1 Mobilization/Demobilization (Max 10% of base bid)1 LS $25,000.00 $25,000.00 $57,000.00 $57,000.00 $75,000.00 $75,000.00 $71,900.00 $71,900.00 $72,000.00 $72,000.00 -- 1.2 Maintenance of Traffic 1 LS $15,000.00 $15,000.00 $15,000.00 $15,000.00 $25,000.00 $25,000.00 $15,000.00 $15,000.00 $37,800.00 $37,800.00 -- 1.3 Survey Layout & Record Drawings 1 LS $6,100.00 $6,100.00 $7,500.00 $7,500.00 $5,940.00 $5,940.00 $17,000.00 $17,000.00 $6,000.00 $6,000.00 -- 1.4 Erosion and Sedimentation Control 1 LS $4,300.00 $4,300.00 $2,000.00 $2,000.00 $5,000.00 $5,000.00 $2,000.00 $2,000.00 $5,000.00 $5,000.00 -- 1.5 Pre-Construction Video & Photographs 1 LS $3,000.00 $3,000.00 $4,000.00 $4,000.00 $1,400.00 $1,400.00 $1,900.00 $1,900.00 $4,000.00 $4,000.00 -- 1.6 Roadway Restoration 1 LS $30,000.00 $30,000.00 $30,000.00 $30,000.00 $11,400.00 $11,400.00 $10,000.00 $10,000.00 $20,000.00 $20,000.00 -- 1.7 General Restoration 1 LS $15,000.00 $15,000.00 $22,000.00 $22,000.00 $15,000.00 $15,000.00 $27,000.00 $27,000.00 $22,000.00 $22,000.00 -- $98,400.00 $137,500.00 $138,740.00 $144,800.00 $166,800.00 No Quote 2.1 14-inch DR11 HDPE Water Main HDD 3,600 LF $100.00 $360,000.00 $92.00 $331,200.00 $109.00 $392,400.00 $130.00 $468,000.00 $105.00 $378,000.00 -- 2.2 12-inch C900 DR18 PVC Water Main 400 LF $45.00 $18,000.00 $75.00 $30,000.00 $108.00 $43,200.00 $35.00 $14,000.00 $105.00 $42,000.00 -- 2.3 Gate Valves and Boxes a.12-inch Gate Valve 4 EA $1,500.00 $6,000.00 $1,950.00 $7,800.00 $1,200.00 $4,800.00 $1,900.00 $7,600.00 $1,500.00 $6,000.00 -- b.8-inch Gate Valve 2 EA $1,500.00 $3,000.00 $1,500.00 $3,000.00 $1,000.00 $2,000.00 $1,000.00 $2,000.00 $1,200.00 $2,400.00 -- 2.4 Fire Hydrant Assemblies 4 EA $1,800.00 $7,200.00 $3,500.00 $14,000.00 $3,500.00 $14,000.00 $2,000.00 $8,000.00 $1,800.00 $7,200.00 -- 2.5 Connection to Existing Water Main a.St. Andrews Boulevard 8-inch PVC Water Main 1 EA $10,000.00 $10,000.00 $30,000.00 $30,000.00 $15,000.00 $15,000.00 $3,400.00 $3,400.00 $35,000.00 $35,000.00 -- b.Wildflower Way 12-inch PVC Water Main 1 EA $7,000.00 $7,000.00 $18,000.00 $18,000.00 $8,000.00 $8,000.00 $2,500.00 $2,500.00 $20,000.00 $20,000.00 -- 2.6 Bacteriological Sample Points a.Temporary Sample Point 3 EA $2,000.00 $6,000.00 $500.00 $1,500.00 $500.00 $1,500.00 $1,200.00 $3,600.00 $2,000.00 $6,000.00 -- b.Permanent Sample Point 2 EA $2,400.00 $4,800.00 $1,500.00 $3,000.00 $1,500.00 $3,000.00 $1,800.00 $3,600.00 $1,000.00 $2,000.00 -- 2.7 Air Release Valves 6 EA $2,100.00 $12,600.00 $2,000.00 $12,000.00 $2,500.00 $15,000.00 $2,000.00 $12,000.00 $1,400.00 $8,400.00 -- 2.8 Allowance to cover unanticipated cost including but not limited to, un- located utilities and unforeseen site conditions. (No additional payment shall be made for rock excavation, replacement of fill material or dewatering). Use of allowance must be approved by the County prior to the execution of the work. 1 TBD $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 -- $484,600.00 $500,500.00 $548,900.00 $574,700.00 $557,000.00 No Quote $98,400.00 $137,500.00 $138,740.00 $144,800.00 $166,800.00 No Quote $484,600.00 $500,500.00 $548,900.00 $574,700.00 $557,000.00 No Quote $583,000.00 $638,000.00 $687,640.00 $719,500.00 $723,800.00 No QuoteTOTAL: Kyle Southwest SECTION 1: GENERAL SECTION 1 SUBTOTAL: Haskins DN HigginsQualityMitchell & Stark SECTION 2: WATER SYSTEM SECTION 2 SUBTOTAL: SUMMARY Section 1: General Section 2: Water System 16.C.8.a Packet Pg. 1787 Attachment: Attachment No 1 - RFQ 14-6213-128 Quote Tabulation (7332 : Wildflower Way Water Main $200,000.00 $300,000.00 $400,000.00 $500,000.00 $600,000.00 $700,000.00 $800,000.00 $900,000.00 $1,000,000.00 Eng Est Haskins Kyle Construction Mitchell & Stark Quality Enterprises DN Higgins Results for RFQ 14-6213-128 Wildflower Way Public Utilities Improvements KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid 16.C.8.b Packet Pg. 1788 Attachment: Attachment No 2 - RFQ 14-6213-128 Quote Analysis (7332 : Wildflower Way Water Main 16.C.8.c Packet Pg. 1789 Attachment: Attachment No 3 - RFQ 14-6213-128 Quote Cover Sheet (7332 : Wildflower Way Water Main Looping) Civil Engineers  Land Surveyors  Planners  Landscape Architects Q. Grady Minor & Associates, P.A. 3800 Via Del Rey Bonita Springs, FL 34134 EB 0005151  LB 0005151  LC 26000266 Ph. 239-947-1144  Fax. 239-947-0375 www.gradyminor.com October 1, 2018 Mr. Benjamin Bullert, P.E. Collier County Public Utilities Engineering 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 RE: Award Recommendation Wildflower Way Public Utilities Improvements Dear Mr. Bullert: Q. Grady Minor & Associates, P.A. (GradyMinor) has completed our review of the quotes submitted for the above-referenced project. Five bids were received per the attached quote tabulation and as summarized below: Company: Quote Amount: Haskins, Inc. $583,000.00 Kyle Construction, Inc. $638,000.00 Mitchell & Stark $687,640.00 Quality Enterprises USA, Inc. $719,500.00 DN Higgins $723,800.00 The scope includes installation of water main along Wildflower Way from St. Andrew’s Blvd to Lely High School Blvd by horizontal directional drill and open-cut. Haskins, Inc. is the apparent low bidder with a low bid of $583,000.00. The opinion of probable construction cost for the project was $743,105.00. Haskins, Inc. is a local contractor with extensive experience with underground utility construction within Collier County. Based on the above information, GradyMinor recommends Haskins, Inc. is awarded the Wildflower Way Public Utilities Improvements project in the amount of $583,000.00. Please feel free to call me with any questions. Regards, Justin Frederiksen, P.E. Director of Municipal Engineering 16.C.8.d Packet Pg. 1790 Attachment: Attachment No 4 - RFQ 14-6213-128 Recommendation Letter (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1791 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1792 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1793 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1794 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1795 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1796 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1797 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1798 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1799 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1800 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1801 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1802 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1803 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1804 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1805 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping) 16.C.8.e Packet Pg. 1806 Attachment: Attachment No 5 - RFQ 14-6213-128 Work Order (7332 : Wildflower Way Water Main Looping)