Loading...
Agenda 10/14/2008 Item #10DAgenda Item No. 1 O October 14, 2008 Page 1 of 15 EXECUTIVE SUMMARY Recommendation to approve award of Bid 08 -5078 in the Amount of $1,887,800 to Douglas N. Higgins for Master Pump Station 302 Improvements and Purchase order to ITT FLYGT to purchase pumps in the amount of $471,588 for a total amount of $2,359,388, Project 72548 and 72549. OBJECTIVE: The public purpose is to increase the pumping capacity due to increased flow, to build a spill containment system to avoid discharge of untreated wastewater at this location and to remain in compliance. CONSIDERATIONS: This project is included in the 2008 Wastewater Master Plan Update adopted by the Board of Collier County Commissioners on June 24, 2008, under Item 10(B). This project is identified in the Wastewater Master Plan under section 8, page 1 of 7 line 9. The wet well at Master Pump Station (MPS) 302 located at Polly Avenue and Rattlesnake Hammock needs to be modified in order to mix the grease and to handle the increased flow. The scope of work at this station is to remove the existing pumps, pipes and electrical panels and replace with the higher efficiency equipment. At present the existing flow is at peak capacity. Currently the MPS has seven 100 hp pumps that are 20 years old and reaching the end of their useful life. It is proposed to install eight new replacement pumps, sized to accommodate peak flows. These new pumps which are more efficient and economical to run, will handle flows consistent with the Master Plan. New spill containment system is also required to protect the adjacent canal in case of an overflow. This station will also be equipped with a permanent by -pass system for emergency use. The spill containment and the permanent bypass system will be funded by the user fees. On October 10, 2006, under item 16 (C) 5, the Board authorized Q Grady Minor and Associates to provide engineering services related to the design, pen-nitting, and construction for the pump station improvements. In accordance with the purchasing policy as amended by the Board on June 10, 2008, 383 notices were sent, and 79 prospective bidders downloaded the construction plans and three bids were submitted on June 25, 2008. The bid proposal amounts were as follows: Company Base Bid Line Item 14 -19 Net Bid Douglas N. Higgins S 1,887,800.00 $124,800.00 $1,763,000.00 Mitchell and Stark $2,167,038.00 $0.00 $2,167,038.00 Quality Enterprises USA Inc., $2,174,538.00 $87,750.00 $2,086,788.00 Staff reviewed the proposals and concluded that Douglas N. Higgins has submitted the lowest, qualified and responsive proposal. This contractor has a satisfactory performance record on previous projects involving similar work. The Engineer's estimate for this work is $1,700,000. The design professional's recommendation letter dated June 26, 2008. is attached. The bid which came in close to 10% of the engineer's estimate is in CA\Documents and Settings \mullinw ill iam\Local Settings \Temporary Internet Files \Content.Outlook \K6A26149\XSUM for pump station] 302 (3).doe Executive Summary Award bid 08 -5078 to Douglas N. Higgins Page 2 Agenda (tem No. 1 CD October 14, 2008 Page 2 of 15 line with market conditions and pricing, and is determined to be fair and reasonable. The Purchasing Department has reviewed the information in this Executive Summary. The apparent lowest bidder offered $124,800.00 in prospective deductive credits which are listed in items 14 -19 of the bid schedule. These credits could be utilized if staff, design engineer and the contractor determine that the existing station by- pass(s) (valves) operate adequately. This will be determined in coordination with the project delivery team in a timely manner during the performance of the work. If the listed items are not needed, the deduction will be taken and the awarded amount would be $1,763,000. The recommended awarded amount ($1,887,800) excludes these potential credits. FISCAL IMPACT: This project was approved by the Board in the FY08 budget on September 18, 2008. The total amount of funds required for this obligation is $2,359,388.00, which includes the cost of pumps in the amount of $471,588 (proposal attached) and a contingency of approximately 10% is necessary to fund this project. Douglas N. Higgins contract value $1,887,800.00 ITT FLYGT pumps $471,588.00 Total $2,359,388.00 Appropriations for this project are contained under project 72546 and in Project 73970. The source of funds is Impact Fees Fund 413, and User Fees Fund 414. LEGAL CONSIDERATIONS: If this item is approved, the County's standard contract will be used. The County Attorney's Office has previously approved the County's standard contract for form and legal sufficiency and will review the executed contract prior to Chairman signature. This item is legally sufficient for the Board of County Commissioners' consideration. - JAB. GROWTH MANAGEMENT IMPACT: This project will benefit the County and is consistent with and furthers the Goals, Objectives, and Policies of the Collier County Growth Management Plan. This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATIONS: That the Board of County Commissioners, as Ex- officio the Governing Board of the Collier County Water -Sewer District: 1. Award Bid 08 -5078 in the amount of $1,887,800 for the Master Pump Station 302 improvements to Douglas N. Higgins. 2. Authorize staff to purchase FLYGT pumps (sole source, approved by the Board on Nov 28, 2006 under agenda item 16 C 7) to replace current pumps in the amount of $471,588. 3. Authorize the Chairman to sign the contract documents after approval by the County Attorney's Office. C ^Documents and Settings \tnullinwilliam`1,oca1 Settings \Temporary Internet Files \Content.0utlookUf6A26149 \xSLIM for pump stationl 302 (3).doc Agenda Item Igo. IOD October 14, 2008 Executive Summary Page 3 of 15 Award bid 08 -5078 to Douglas N. Higgins Page 3 Prepared By: Shanthi Sridhar, Project Manager, Public Utilities Engineering Department. C:\Docunimts and Settings\mullinw ill iam \Local Settings \Temporary Internet Files \Content.Cutlook \K6A26149 \XSUM for pump station] 302 (3).doc Page lof 2 Agenda |hemNu. 10D October 14.23O8 Paae 4 of '15 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: 101 Item Summary: Recommendation to approve award of Bid 06-5078 in the Amount of $1 .887.800 to Douglas N, Higgins for Master Pump Station 302 Improvements and Purchase order to ITT FLYGTm purchase pvmpsin the amount o{$471.5DV for a total amount of$2.353.J8B, Project 72548 and 72549. (Jim DeLony, Public Utilities Administrator) Meeting Date: 10/14/2008 9:00:00 AM Approved By Jack P. Curran Purchasing Agent Date Administrative Services pumxns`nQ e11912008 1:36 PM Approved By Phil e.Gsmatges'P.E. Sr. Project Manager 000n Public Utilities Public Utilities Engineering mm/zoaoc:onpM Approved By William D. Mullin, PE pnnc|pa| Project managa, Date Public Utilities Public Utilities Engineering 9119/2003 *s7 pm Approved By Jennifer 4.8r}p=dio Ass/stamcvumy Attorney Date County Attorney County Attorney Office 912e120108 3:16 Pm Approved By Mike Hauer 4cmmsmonmanngur Dats Administrative Services Purchasing 9/z3 /2 0u3 11 :1I xm Approved By Donald Edwards Onn,,uionsNrianage, oaon puuiicixmnes Wasze�r,,aua, 4:38 PM Approved By SmvsCameU Par-chasing/General Svcs Director oaa/ Administrative Services Purchasing e/z3/20018 8:17 PIVI Approved By G. George vxmaz Wastemateroimcto, on»m Public Utilities wmnzovvutm, 9o412008 4:3epm Approved By rxornasVvidps Operations Director Date Public Utilities Public Utilities Operations 9/24/2008 5:10 PM fl)czYC:\AgcudaTcst\Expmd\1 144}ctnber%.101 4.%202000\1 0.%20C(} /\(]— 10/8/2008 I- Page 21 of 2 Agenda item Nb. 10D October 14. 2008 Page 5 of 15 Approved By James W. DeLony Public Utilities Administrator Date Public Utilities Public Utilities Administration 912912008 8:10 AM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 912912008 8:69 AM Approved By Susan Usher Senior Management/Budget Analyst Date County Manager's Office Office of Management & Budget 101312008 3:50 PM Approved By James V. Mudd County Manager Date Board of County County Manager's Office 101712008 1:00 PM Commissioners file://C:\A2endaTest\EXD0rt\I 14-0etober%2014.%202-008\1 0.%2000I INTYO/,)')OM AN AG i nlpzoom Agenda Item No. 10D October 14, 2008 Q. GRADY MINOR & ASSOCIATES, P.A. Page 6 of 15 Civil Engineers ■ Land Surveyors ■ Planners ■ Landscape Architects MARK W. MINOR, P.E. JOSHUA R. EVANS, P.E. MICHAEL T. HERRERA, P.E. DAVID W. SCHMITT, P.E. MICHAEL J. DELATE, P.E. ELIZABETH A. FOUNTAIN, P.E. ANDRES F. CORREA, P.E. June 26, 2008 Ms. Shanthi Sridhar Collier County Public Utilities Division 3301 East Tamiami Trail Building H Naples, Florida 34112 RE: Master Pump Station 302 (Bid 08 -5078) Dear Ms. Sridhar: D. WAYNE ARNOLD, A.I.C.P. KEITH A. =HENSON, P.S.M. JUAN A. ARAQUE, P.S.M. HEIDI K WILLIAMS, A.I.C.P. D. KENT CARLYLE, R.L.A. KENNETH W. PAHUTSKI, P.S.M. PAMELA M. HYYTI On June 25, 2008, a total of three (3) bids were received for the Rehabilitation of Master Pump Station 302. The quotes on the Base Bid ranged from $1,887,800.00 to $2,167,038.00. Our preliminary Opinion of Probable Cost for the Base Bid was $1,400,000.00 to $1,700,000.00. A summary of the quotes has been attached. Upon review of the quotes, it is recommended that a contract be awarded to D.N. Higgins in the amount of $1,887,800.00 with the deductive bid alternates held open if it is found possible to operate the existing bypass valves and piping. (D.N. Higgins is low on both Base Bid and Base Bid plus deductive alternates.) If you have any questions or need additional information, please call. DWS:smc Attachment Very truly yours, /OW David W. Schmitt, P.E. (239) 947 -1144 ■ FAX (239) 947 -0375 ■ Web Site: www.gradyminor.com 3500 Via Del Rey e Bonita Springs, Florida 34134 -7569 EB 0005151 ■ LB 0005151 e LC 26000266 \\bonitavault \vault.wfljob \c -d \Collier Co. Contracts \CCU 38 \6- 26- 08sridhar302.doc Collier County Online Bidding System - Expired Solicitations A -aenda PaVIDot --p October 14. 2003 Page 7 of 15 http:// www.colliergov.net /bidldefault. asp ?id = 96757159 -FC 08- 4E74- 8A23- 8EO814C2AD5... 6/26,12008 � a Expired Solicitations s � Active Solicitation Title: Master Pump Station 302 Rehabilitation Solicitation Number: 08 -5078 E�Pr .d ROOM" solicitation Summary I spedfications. T3rms �L rid o i tton I Q" i Addenda I Plan_ holde I Tabulation Ma u:nent Suligtations My Prolile Agency: collier C0Vn FVrc4asing Contact: DohnC rnno �olnr(,Q_nst My Solicitation Starts: Friday, April 25, 2008 6:00:00 AM Eastern ;.ragout Solicitation Ends: Wednesday, June 25, 20D8 2:30 :00 PM Eastern Q&A Deadline: Monday, June 23, 2008 10:00:00 AM Eastern Submission Method: Electronic Subcommodlty !94701 - General Contractor (other) Tabulation Vendors Who Subscribe to Solicitation Commodities: 383 Vendors Who Downloaded Specs: 79 Vendors Who Submitted Solicitation: 3 Item Description: Mobilization / Demobilization Item Number: 1 !, Vendor ComnaJC Quantity .... Unit Price _. Unit of Measure Subtotal _ __..._._. Notes . Mitchell Stark Company, Inc. 1 $61,600.00 L.S. Quality Enterprises USA, Inc. 1 $61,600.00 $96,900.00 LS• $96,900.00 Douglas N. Higgins, inc. 1 $73,000.00 L.S. $73,000,00 Item Description: Temporary Bypass Pumping and Piping Item Number: 2 Vendrs Como�ny Quantity __._.. _ Unit Pace Unit of Measure Sstbteral Notes Mncnell Stark, Company, Inc. 1 $345,000.00 L.S. .Quality Enterprises USA, Inc. 1 $345,000.00 §112,69 &00 L.S. $112,698.00 Douglas N. Higgins Inc. 1 L.S. ..$124,80C.00 ...... .. ..._..._ $124,800.00 ..... ..... ............ ....__....... .... ....... Item Description: Permanent Bypass Piping . Item Number: 3 ...._.. ... Vendor Comoa� Quantity r _......_.__. Unit Price ._ ___.. ^_.__�....___ ._... Unit of Measure __. ...._____..... . _.. __..__. Subtotal __._._.._.__.. Notes - M¢cneIt Stark Company, Inc. 1 $335,672.00 L.S. 5336,672.00 Quality Enterprises USA, Inc. 1 $654,000.00 L.S. $654,000.00 LD.0 Qlas N. Higgins Inc. 1 $270,000.00 L.S. .... _........_ $270.000.00 .. .. ....... ...... ..... .......... Item Description: Pump Station Wetwell /Valve Vault Piping, Pumps, Valves ....... ........ .... ... , Item Number: 4 _gn o, CQmpat1y, Quantity Unit Price Unit of Measure $ubtotad Notes .Mitchell Stark Company, lnc. 1 $440,272.00 LS. 'Quality Enterprises USA, Inc. 1 $440,272.00 $120,000.00 L5. 5120,000.00 Douglas N. Higgins, Inc. ___._..... ..._......._ _.. 1 ....._..._.... §373,000.00 L.S. $373,000.00 Item Description: Above Grade Piping/ meter Item Number. 5 Quantity Unit Price Unit of Measure Subtotal Notes Mitcnell Stark Company, Inc. 1 $015,000.00 L.S. Quality Enterprses USA, Inc 1 $515,000.00 $744,000.00 L.S. $744,000.00 !.Douglas N. H ggms Inc. 1 $590,000.00 LS• $690,000.00 _..... 0.._.. .__.._.._...._ ._......___._._: Item Description: Duplex Blower, Piping, Aeration Item Number: 6 gndor COmoaOy Quantity - Unit Price _. _ _.__. ._.__. __. __.______ Uni t of Subtotal Notes Mitchell Stark Company, Inc. 1 $88,300.00 L.S. §58,300.00 :Quality Enterprises USA, Inc. i $37,620.00 L.S. $37, 620.00 Douglas N. Higgins, inc. _ 1 $35,000.00 L.S. $35,000.00 ` Item Description: Miscellaneous site Demolition Item Number: 7 Vendor Co_ m�_a� Quantity Unit Price Unit of Measure Subtotal Notes - Mitchell Stark Company, Inc. 1 $51900.00 LS. (Quality Enterprises USA, Inc. 1 $5,900.00 $166,200.00 L.S. $166,200.00 DOUglas N. Higgins, Inc,1 $60,000.00 L.S. ...._.. ......._` $60,000.00 -._.. _ _.............. ._...___. ._ Item Description: Perimeter Concrete Wall /Fence .... http:// www.colliergov.net /bidldefault. asp ?id = 96757159 -FC 08- 4E74- 8A23- 8EO814C2AD5... 6/26,12008 Collier County Online Bidding System - Expired Solicitations Agenda ft ober g pl ol�p Oct 14. 2008 Page 8 of 15 Item Number: 8 ........... . .. .... ... . ... .. ... .... . .......... ......... ... .. ..... .. .... ... - Quantity . ........ ............. . .... .......... . ..... .... Unit Price .... ..... ......... ............ ..... .. . ........ Unit of Measure ......... .... ............ sawtAl Notes .Mitchell Stark Company, Inc. $ 140,000.00 L.S. $140,000.00 Quality Enterprises USA, Inc. 3 $53,400.00 L.S. $53,400.00 Douglas N. Higgins, Inc. 1 $90,000 D0 L.S. $90,000.00 -- - ---- - ---- item Description: Miscellaneous Site Work Item Number: 9 ...... . ......... . ... . ... ... .. ........ ....... ... ....... . ........ . ........... .. . ....... . . . .... . .... . ....... � Vp.qgr_r.many Quantity ............. ---- ... ... . ......... Unit Price ...... . .. .......... . . .. . ...... ...... ....... .. . Unit of Measure . . . .......... ... ...... . .... .. ......... Subtotal ... . ......... Notes I i Mitchell Stark Company, Inc. i $82,000.00 L.S. $82,000.00 Quality Enterprises USA, Inc. 1 $68,9813.00 L.S. $68,988-00 Douglas N. Higgins, Inc. $40,000.00 ........... . .... _ ........................ L.S. ............... ... L.S.,,,..,_, $40,000.00 .. . .. - , - . ... ....... Description: Site Landscape/Irrigation Item Number: 10 Quantity . ......... ... Unit Price ------- ------------- Unit of Measure . . ....... . . . - sut1total ----- Notes Mitchell Stark Company, Inc. 1 $41,294.00 L.S. $41,294.00 .Quality Enterprises USA, Inc. 1 $17,532.00 L.S. $17,532.00 Douglas N. Higgins, Inc. 1 ............. ........ ... .... . ... 111.1 ............. -- . .. ...... . .................. . . . . ................ ....... ... . . . . .. ............L5............._. -. _. $ 12 0 0 . 0 0 0,__..___... ._.._._....._......_..__..._._i - Item Description: Site Electrical Work Item Number: 11 '�; Vendor Company Quantity Unit Price Unit of Measure S ubtLq I Notes Mitchell Stark Company, Inc. 1 $56,000.00 L.S. $56,000.00 Quality Enterprises USA, Inc. 3 $37,200.00 LS. $37,200.00 Douglas N. Higgins, Inc. $65,000.00 L.S. 565 . 000-J0-0 Item Description; Extra sewper coating and a maximum of influent Pipe "Placement It necessary. Item Number: 12 ...... . ... . ... .... ....... P;Pny Quantity .... ..... .... Unit Price Unit of Measure .. .... . ... ..... . .... smbulw .. . ............. Notes j Mitchell Stark Company, Inc. 1 $40,000.00 L.S. $40,000-00 .Quality Enterprises USA, Inc. $48,000.00 L.S. C48,000 Douglas N. Higgins, Inc. 1 .. ..... ............. ............ .... $40,000.00 ........... ... L.S. ........... ... . .. .......... ..... . . .... .... .......... ............ $40,000.DD .. . ................ ........ ......... ........... ...... ... . ...... ................ . .... Item ciaecription: zElectrical, Pump 0—current Note 2 Item Number: 13 Vendor Com oany Quantity Unit Price Unit of Measure . .... .......... .......... . . . ...... . Subtotal . ..... Notes Mitchell Stark Company, Inc. 1 $15,000.00 L.S. $15,000.00 'Quality Enterprises USA, Inc. 1 $18,000.00 L.S. $18,000.00 Douglas N. Higgins, Inc. 1 $15,000.00 L.S. $15,000m Item Description: 20" Influent Main,Existing bypass with cold cut no Line Stops Item Number: 14 .......... . ....... .. ..... . . ............. ---- ............. .... . ...... p ny Quantity Vsndprt' -qn jzrn Unit Price Unit of Measure .. ... ...... . .............. ......... . .. .. Subtokdl . ........ . . . ......... Notes Mitchell Stark Company, Inc, 1 $0. DO L.S. $0.00 Quality Enterprises USA, Inc. 1 $0.00 L.S. $0.00 Douglas N. Higgins, Inc,. 1 $100.00 L.S. ................. ..... $100.00 Item Description: 20" Influent Kain,Existing bypass with cold cut no Line Stops Item Number: 15 Kqridmr Cornpany Quantity Unit Price Unit of Measure Subtotal Notes Mitchell Stark Company, Inc. 1 $0.00 L.S. $0.00 Quality Enterprisers USA, Inc. 1 $39,000.00 L.S. $39,000.00 Douglas N. Higgins, Inc. .. .. ...... - $64,000.00 . L.S. . .. ....... . ...................... ... $64,000.0.0 Item Description: 30" influent Main Existing Bypass with Cold Cut no line stops Item Number: 16 ......... . ........ Quantity ....... .... ...... Unit Price .... ..... ....... Unit of Measure .. . ...... . ....... . subtotal . ..... . .......... Notes I Mitchell Stark Company, Inc. 1 $0.00 L.S. $0.00 .Quality Enterprises USA, Inc. 1 $0.00 L.S. $0.00 Douglas N. Higgins, Inc. 1 $100.00 L.S. $100.00 Item Description: 30" influent Main Existing Bypass with Cold Cut no line stops It.. Number: 17 -1-1 .............. ........ ........ .. .... . ...... ......... . ... ------ . . .... ..... . . ........... Vendor Cpsilipany Quantity ......................... Unit Price .......... Unit of Measure . .... ....... . . ....... . . ...... . .. . . .............. Subtotal Notes Mitchell Stark Company, Inc. 1 $0,00 L.S. $0.00 .Quality Enterprises USA, Inc.. 1 $27,750.00 LS. $27,750.00 Douglas N. Higgins, Inc. . . ...... .. ... ...... ............. . .. $61,000.00 ........... . . ........... ....... .... LS. $61,000.00 . ... . .......... . .. ..... Item Description: 30" effluent Maim Perm. Bypass with cold cut no line stops 36x36x30 Hot Tap Tern Bypass It.. Number: IS 0% 0 GO http://www.colliergov.net/bid/default.asp?id=96757159-FC08-4E74-8A23-8EO814C2AD5... 6/26/2008 Collier County Online Bidding System - Expired Solicitations Agenda PaP11)0f3o October 14, 2DC8 Page 9 of 15 T t4 E7 Ll- 4 S11P.- X2 Z, (,-7 A-z - l, Tj 12tZ I E.S 1-7 4 A 0� W>11cr U. H. 1-11 (, c. 'es7, sc) 6 D VE V 0.) Cr -G., L-7,14j ( bat iS M 11 C Lt— 6- Wr ok;vz Y— "J vv-1. (A -Is :t z Bit ©O CR http:/iwv,,w.colliergov.netlbidldefault.asp?id=96757159-FC08-4E74-8A23-8EO814C2AD5... 6/26/2008 Quantity Unit Price unit Of measure Fmbtotal Notes Mitchell Stark Company, Inc. $0.00 L.S. Quality Enterprises USA, Inc. 1 $0.00 $0,00 L.S. $0,00 Douglas N Higgins, n c - 1 $100.00 L.S. - . , - . .. . .. ........ . . . ...... ... --- ..... .. ... ...... .. ............................. ... ... ........ .. ...... .. .. .. . .......... ..... .. Stem Description: 30" effluent Main Per- Bypass Item Number: 19 with cold cut no line stops 36x36x3D Hot Tap TeM Bypass .. . ............. r Quantity Unit Price Unit of Measure . ... ......... $mbjqW Notes Mitchell Stark Company, Inc. 1 $0.00 LS Quality Enterprises USA, Inc, $21,000.00 L.S $0.00 Douglas N. Higgins, Inc. $21,000.00 $100.00 .. ...... .... . . - L.S $100.00 ....... ........ ..... . . ... . .......... Vendor Grand Totals Bid GrandTotal Mitchell Stark Company, Inc. 13 $2,167,038.00 ✓ :Quality Enterprises USA, Inc. 16 Douglas N. Higgins, Inc. 19 $2,262,288.00 . ....... .... . .... . ... ......... - . . ... ..... ..... ......... . ........ ............ $2,013,200.00 ..... . .. ......... ... .... ....... .... ...... . . This solicitation has no admin fields, ---] o GO to Solicitation -List r"; 1- e'IC:M 1.0 -ilt'll "Y " .On 1vt, T t4 E7 Ll- 4 S11P.- X2 Z, (,-7 A-z - l, Tj 12tZ I E.S 1-7 4 A 0� W>11cr U. H. 1-11 (, c. 'es7, sc) 6 D VE V 0.) Cr -G., L-7,14j ( bat iS M 11 C Lt— 6- Wr ok;vz Y— "J vv-1. (A -Is :t z Bit ©O CR http:/iwv,,w.colliergov.netlbidldefault.asp?id=96757159-FC08-4E74-8A23-8EO814C2AD5... 6/26/2008 ITEM 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11. 12. 13. Agenda !tern No. 10D October 14. 2008 Page 10 of 15 BID SCHEDULE MASTER PUMP STATION 302 BID NO. DESCRIPTION QUANTITY UNIT UNIT PRICE Mobilization/Demobilization 1 LS $ Temporary Bypass Pumping and 1 LS $ Piping Permanent Bypass Piping 1 LS $ Pump Station Wetwell/Valve Vault 1 LS $ Piping, Pumps, Valves Above Grade Piping/Meter 1 LS $ Duplex Blower, Piping, Aeration 1 LS $ Miscellaneous Site Demolition 1 LS $ Perimeter Concrete Wall/Fence 1 LS $ Miscellaneous Site Work 1 LS $ Site Landscape /Irrigation 1 I.S $ Site Electrical Work 1 LS $ Extra Sewper Coat Lining (Note 1) 1 TM $Allowance Electrical, Pump Overcurrent (Note 2) 1 TM $Allowance TOTAL BASE BID AMOUNT $ /40,dUD $ �O,00v $300,000 $ 40c� 000 $ 54000 $ 2!o'-0- $//0"000 $ (®0,O00 $ /0,000 $ 60"C)o0 $40,000.00 $15,000.00 $4555 0CYJ Write Total Bid in Words: ,(3 u ac. ET /, 4d o, Q 0 y '0 Y � � Dollars Bid Alternate No. l: 20" Influent Main, Existing Bypass with Cold Cut (No Line Stops) Add $ I--- Deduct ($ 501006 ) Note: This price is per each of the potential two (2) cold cuts on 20" mains. CADocuments and Setdngs\dschmitt\Local SettingsUemporary Intemet Files \OLKI \1- 14 -08bid schedule302.doc Agenda Stem No. 1OD Qctober 14; 26 Oc3 Page 11 of 15 Bid Alternate No. 2: 30" Influent Main Existing Bypass with Cold Cut (No Line Stops) Add $ Deduct ($ ?5i00() ) Bid Alternate No. 3: 30" Effluent Main Permanent Bypass with Cold Cut (No Line Stops) with 36" x 36" x 30" Hot Tap Temporary Bypass. Add $ Deduct ($ 70, O o O ) Note 1: This allowance is for the buildup of additional Sewper Coat Lining if necessary due to unknown additional deterioration of concrete in the wetwell or influent chambers. Note 2: This allowance is for the adjustment and/or replacement of existing overcurrent protection devices in the main control panels if the Owner chooses to use lower horsepower pump motors. C :\Documents and SetiingsldschmittTocal SettingsUemporary Intemet Files \0LK1 \1- 14 -08bid schedule302.doc f To: BIDDING CONTRACTIORS Attention: Subject: COLLIER COUNTY MPS 3.02 We are pleased to offer the following equipment: Agenda Item No. 10D October 14, 2008 Page 12 of 15 ITT WATER & WASTEWATER FLORIDA, LLC 5771 Country Lakes ['fir. Ff. Myers, FL 33919 Phone: 239 -693 -5228 « Fax: 339- 693 -1485 Date: May 12, 2008 Quote #: 2008 -FTM -0078 8 12" CP 3306/665 Drive 610 Imp 350MM, 460v /3ph /110hp Flygt pump with 50' of motor and pilot cable 8 Mas unit assembly 8 Transformer 50va 110/220 -24v 12 ENM -10 mechanical float 40' 32 Anchor bolt, heavy duty 8 12" x 12" discharge connection 16 3" x 20' guide rail 316ss 8 3" upper guide bar bracket 316ss 8 Lift chain 3/8" x 20' 316ss 8 Base plate 30" x 30" x' /4" 304ss 32 Anchor 7" x' /Z" 316ss for base plate 1 Start -up charge NOTE: Deduct $ 82,150.00 if (8) 12" NP 3301 / 626 Imp -356mm 460v /3ph/70hp Flygt pumps are to be used instead of the quoted 12" CP3306's above. Price: $ 471,588,00 plus taxes F.O.B. Factory allowed to jobsite THIS PROPOSAL WILL EXPIRE IN NINETY (90) DAYS UNLESS EXTENDED IN WRITING BY ITT FLYGT NOTE: WE DO NOT SUPPLY, PIPING, VALVES, GUIDE BARS, PRESSURE GAUGES, DISCONNECTS, JUNCTION BOXES, KELLUMS GRIPS, SURGE PROTECTION EQUIPMENT, SPARE PARTS, LABOR OR ANY OTHER ITEM NOT SPECIFICALLY LISTED ABOVE. TERMS: Subject to credit approval net 30 days after date of invoice or 1 DO% payable before start -up of equipment (whichever comes first).A service charge of 1.5% per month will be added to all balances unpaid 30 days after invoice date. Failure to pay in accordance with these terms will void all warranties. A cancellation charge of 20 %of the value of the order will be assessed for special orders or control panels cancelled after production is completed. CONDITIONS: 1. Price is firm based on our receiving complete approval and release for productions four (4) weeks after drawings have been submitted by ITT Flygt. 2. PARTIAL BILLING WILL BE MADE ON ANY PARTIAL SHIPMENT. We thank you for your interest In our equipment and look forward to being of service to you in the near future. A SIGNED FACSIMILE COPY OF THIS PROPOSAL IS ACCEPTABLE AS A BINDING CONTRACT. ITT Flygt, LLC Company Name: Christopher Ste Accepted By: Print Name Date: � CO o CD Z _ L ^^cu 1.1. Qi 0 M 0 is oc9 c o0 �o 0 ozo9 D U O :2 2F :IndXTIod Q � c*4 W o � 6\ z ssss W U) do J Q 6061 6050 O 0 00 L-) oo� o r� � L LL � U O Q ryW V od °o ..� C7 -. N N N O O u' Z ,« N d V ` O M O I O � N N L V co r � C'1 Ya: N <L m 0 Q r S O CY L i O aiS Z LO C N N L T O '- J i r� > 7 J .N m O _s o7 O OOD O Oct �.+ N m = 0 co co o a - 64 w C rt in °o a 0 ca E ,01 o F- C ifl v 7 LU j � >. � G cS u yj Q C m Z •E d U N ' cr V V C u U +m+ Imp &- L Q, D cn ii m in I�— a ro E :J U -O o0 Z m Q W a 0 W Er N O M 0 m Cn CL E a' H �o co Co C) O ft M m co L a m m >, � O 0 1() CO CON O m N_ to Cm G � vCL0 � m a 's a`oa m CYSSS RSSSSSO . R 8 g O 00 O p p �S q co � � (D rn V) g a its `�' o° "� to ° ti 69 rvi� Q9. 4e 691if 69 » C K 888 08888885 88 8 0 CD CD g o Smp6 O88OO oOm(Vp o O O o O p W SO oOCNnN V��C°y OO t C0 6» ti o mCN O�I�COM W t�f� Q 1p0 N7M8 MCO e: (O r � N LO 369 r� rNi d�9 69 69 69 69 � W to 69 S88 0$88885 . 0 o S o 0 0 o g o0 V N NS O O OO ppv O O co O O O O O O00 69 (D [O N O S S 9 O N O O O O » Hi e9 eA O 1!') CO O Ln a0 In N CD O «� 1� w V M O 69 O } } } } } } } U &S 691 ��� 69696969 W 69 N N C fp 69 w y�8 o 8 08888888 8 v S�� NSg�� S S d _ U m LO M fD ° Ld m C6 L6 6 C4 69 V' CA m C L 69 M 69 69 69 69 69 EH V i f!i 609169. Vi 88g °888$888 000 0 o o g $ CQQo 0 0 0pppp000 0 0 0 0 0 0 0 o So S O 0 0 S O O 8 8 8 0 0 0 O O O O O g$ co o° oo m o 0 co h o M (C3 O pp O N U) O L I� 'V = I-- N I- tI S M to O) , r (D er Op L-I cD V3 — 69 N M (D 69 69 69 69 69 Vi (A 69 M 69 E? 6q ER 69 _ T "BOO 8$8Q888a8 SS e o o g g g 30 � °o °o0 880 °oo °O ° °a ° a ° v p�N�O P- COOSOV• NCc °v ; � E<i 69 e .J 6q N CO to 69 40 69 64 69 64 69 69 19 o-3 69 69 69 69 V 7 3 0 0 V O U U 0 0 o O -0 co U U U J o 0 Q a Eca UE V E a D co N i U i 3 3 -c a L a _ m > o m m m Z auk aL @ N- 0 m c Z a Q F- m F- C m m o m tQ aci m O m G CB [1T] U a 0 0. D m C. O •a m i6 U7 a '0 �- Y '- '6 C 0, N Ql m = Cn = ao 0 Ef) 0'io E' m? E o m c' •M �_ c c� . 0 0 0 (n a a y .N L g a ° •'a o f E ,� '�' .N y N w= X E X ;': _ N c Q o IL fl �p.Q O m •-°' �` E 0 (j ¢ I j Q LL a 'x a r�i ti M ,°- — V N N a a o a CD `o o a Q a a W a c (n c (o H m= w 0 t m E 10 10 0_ m m o> 4) m o m y g U) U .2 n in � n 2 U) o y a� c w¢ Y o d = O J m m o a°> U a a s c c c c c �_ c° o 5 Y m a ° w m` `a m c m c 'Cc: a a a a -- a m m a m o co r o L (n (6 a a ld -0 0 J 0 J 7 J J 0 N N fl. Co. m c_Xi a E m J W iy pCj U m C Z C Z C Z C Z C vNl � C 0� �� y �9 m E t O v> -g E E O L). N N aa. a .., 0 U N _ _ _ W J W W J a A =_ O a: NNO0�0 a- X..aO pjpjpj�YjpO T p Oa O t 2.1-- 2 Cl n- Q c IZ 2 (n (/S W c W CO N U N (..) t'7 U M U M Z m m Z m F- Q J Q) a+ i Cn (n (A CA C4 M m 6 C7 (n CA C/7 6 Cn Cn Cn U) !n (n J J J J J J J J J J J J J J J J J -J. J r r r r r r Q r N t- W Oa O r N } 00 4m