Loading...
Agenda 06/08/2021 Item #16C 2 (Work Order for RFQ under Agreement #14-6213 to Douglas N. Higgins, Inc.)06/08/2021 EXECUTIVE SUMMARY Recommendation to approve a Work Order in the amount of $457,680, pursuant to a Request for Quotation under Agreement No. 14-6213 to Douglas N. Higgins, Inc., and to authorize the necessary budget amendment for the NCRWTP Surge Control System (Project No. 70136). OBJECTIVE: To reduce the chance of pipe breaks, leaks, or loss of service in the north service area of the Collier County Water-Sewer District. CONSIDERATIONS: The proposed scope of work under Project No. 70136, “North County Regional Water Treatment Plant (“NCRWTP”) Surge Control System,” is consistent with the FY2021 Budget approved by the Board on September 17, 2020. The Collier County Water Division is committed to consistently providing potable water to its current and future customers at consistent pressures from the North and South County Regional Water Treatment Plants and remote pump stations. As the County’s water service area has increased in size, the water distribution system has experienced large pressure transients, that in some instances, resulted in pipe breaks, leaks and temporary service outages at various locations within the distribution system. An engineering analysis of the County’s distribution system recommended installation of a hydro-pneumatic surge control system at the NCRWTP to address the transients and improve the County’s service to its customers. The scope of work includes installation of a pressure vessel, controls, and ancillary equipment at the NCRWTP to dampen the inertial forces and equalize the flow after the plant’s high service pumps start up or if they lose power suddenly. Staff distributed a Request for Quotation, “NCRWTP Surge Control System,” to the four vendors on the Fixed-Term Underground Utilities Agreement No. 14-6213. Of the four vendors notified, three submitted quotations by the October 31, 2018 deadline as summarized below. VENDOR QUOTE Douglas N Higgins, Inc. $457,680.00 Quality Enterprises USA, Inc. $498.488.43 Mitchell & Stark Construction Co., Inc. $638,000.00 One vendor did not submit a quote: Haskins, Inc. Staff determined the lowest quote is fair and reasonable, and recommends awarding the Work Order to Douglas N Higgins, Inc. The quote received is approximately 14 percent above the engineer’s opinion of probable cost. Because there may be unforeseen conditions associated with the project, the solicitation incorporated an allowance of $50,000 to address undocumented infrastructure that may be encountered during construction. The price for any additional work that would utilize this allowance would be negotiated prior to commencement in accordance with the County’s Procurement Ordinance and the terms of the Agreement. Douglas N. Higgins, Inc. is a Florida licensed general and underground utility contractor. T hey have been providing plant and underground utility contracting services to Collier County for more than 30 years. They have consistently delivered quality projects while meeting schedule and budget commitments. 16.C.2 Packet Pg. 896 06/08/2021 FISCAL IMPACT: A budget amendment in the amount of $400,000 is required to reallocate funding from another project within the Water User Fee Capital Fund (412). The project is expected to be completed in 2021. Operation of the surge control system will have a minor increase in operating costs as compared to potential emergency repair costs. The source of funding is water user fees. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve a Work Order in the amount of $457,680, pursuant to a Request for Quotation under Agreement No. 14-6213 to Douglas N. Higgins, Inc.; authorize the necessary budget amendment for the NCRWTP Surge Control System (Project No. 70136); and authorize the Chair to sign the attached Work Order. Prepared By: Tom Sivert, P.E., Senior Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. Quote Tab (PDF) 2. Higgins Quote (PDF) 3. Engineer's Letter of Recommendation (PDF) 4. Work Order CAO (PDF) 5. Certificate of Liability Insurance (PDF) 6. Bonds DNH (PDF) 7. 14-6213 Agreement (PDF) 8. 14-6213 Agreement Amend #1 (PDF) 9. 14-6213 Agreement Amend #2 (PDF) 10. 14-6213 Agreement Amend #3 (PDF) 16.C.2 Packet Pg. 897 06/08/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doc ID: 15770 Item Summary: Recommendation to approve a Work Order in the amount of $457,680, pursuant to a Request for Quotation under Agreement No. 14-6213 to Douglas N. Higgins, Inc., and to authorize the necessary budget amendment for the NCRWTP Surge Control System (Project No. 70136). Meeting Date: 06/08/2021 Prepared by: Title: Project Manager, Senior – Public Utilities Planning and Project Management Name: Tom Sivert 05/04/2021 7:17 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 05/04/2021 7:17 AM Approved By: Review: Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Completed 05/04/2021 9:03 AM Public Utilities Planning and Project Management Benjamin Bullert Additional Reviewer Completed 05/04/2021 11:56 AM Water Steve Messner Additional Reviewer Completed 05/04/2021 12:17 PM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 05/04/2021 2:13 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 05/04/2021 2:47 PM Public Utilities Operations Support Jennifer Morse Additional Reviewer Completed 05/04/2021 4:16 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 05/05/2021 9:25 AM Procurement Services Evelyn Colon Additional Reviewer Completed 05/05/2021 4:51 PM Procurement Services Sandra Herrera Additional Reviewer Completed 05/07/2021 10:16 AM Water Howard Brogdon Additional Reviewer Completed 05/12/2021 6:37 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 05/12/2021 12:25 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 05/14/2021 2:35 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 05/17/2021 10:05 AM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 05/17/2021 10:21 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/17/2021 1:57 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 05/30/2021 2:42 PM 16.C.2 Packet Pg. 898 06/08/2021 County Manager's Office Amy Patterson Level 4 County Manager Review Completed 06/01/2021 10:13 AM Board of County Commissioners Geoffrey Willig Meeting Pending 06/08/2021 9:00 AM 16.C.2 Packet Pg. 899 16.C.2.aPacket Pg. 900Attachment: Quote Tab (15770 : NCRWTP Surge Control System) 16.C.2.bPacket Pg. 901Attachment: Higgins Quote (15770 : NCRWTP Surge Control System) Solicitation No: 14-6213 Solictation Title: North County Regional Water Treatment Plant (NCRWTP) Surge Control System Bid Due Date: 4f7/21 QUOTE SCHEDULE Collier County Public Utilities Department Project No. 70136.2.2.1 BIDDER: Dcajas N. Hloo'ns, Ire. BASE BID: Includes all items described in the Summary of Work and as shown in the attached Drawings and Specifications with no substitutions or limitations. ITEM DESCRIPTION UNIT COST UNIT MISCELLANEOUS ITEMS: 1 Mobilization/Demobilization /not more than 5% □er Section 01 20 om $22,000.00 LUMP SUM 2 Record Orawinas $5 000.00 LUMP SUM SUBTOTAL -ITEMS 1-2 NORTH COUNTY REGIONAL WATER TREATMENT PLANT INCRWTPl 3 Site Work at NCRWTP $158 680.00 LUMP SUM 4 Surae Svstem Installation at NCRWTP $140 000.00 LUMP SUM 5 Electrical at NCRWTP $62 000.00 LUMP SUM 6 Startuo and trainino at NCRWTP $10,000.00 LUMP SUM 7 Disinfection at NCRWTP $5 000.00 LUMP SUM 8 Commissionino at NCRWTP $5,000.00 LUMP SUM SUBTOTAL -ITEMS 3-8 9 Owner's Allowance (Time & Materials)m TIME & MATERIALS TOTAL BID PRICE NOTES: TOTAL $22,000.00 $5 000.00 $27 000.00 $158 680,00 $140 000.00 $62 000.00 $10,000.00 $5 000.00 $5 000.00 $380 680,00 $50,000.00 $457,680.00 (1) Failure of the bidder to provide information in ALL of the boxes above may result in the bid proposal being considered non-responsive and rejection of the bid proposal. Zero (0) is considered a valid response, but a blank is not. (2) Owners Allowance -for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance 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. Expendrtures of Owners Allowance will be made through Change Order wrth proper documentation of Time and Materials supporting the change 16.C.2.b Packet Pg. 902 Attachment: Higgins Quote (15770 : NCRWTP Surge Control System) 16.C.2.cPacket Pg. 903Attachment: Engineer's Letter of Recommendation (15770 : NCRWTP Surge Control System) 16.C.2.dPacket Pg. 904Attachment: Work Order CAO (15770 : NCRWTP Surge Control System) 16.C.2.dPacket Pg. 905Attachment: Work Order CAO (15770 : NCRWTP Surge Control System) 16.C.2.dPacket Pg. 906Attachment: Work Order CAO (15770 : NCRWTP Surge Control System) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/30/2021 Hylant Group Inc -Ann Arbor 24 Frank Lloyd Wright Dr J4100 Ann Arbor MI 48105 734-741-0044 734-741-1850 Transportation Insurance Co 20494 HIGGI-5 Valley Forge Insurance Co 20508DouglasN.Higgins,Inc. 3390 Travis Pointe,Suite A Ann Arbor MI 48108 Continental Insurance Company 35289 Allied World Assurance Co Inc (US)19489 541258827 A X 1,000,000 X 500,000 X Incl XCU 15,000 X Incl contractual 1,000,000 2,000,000 X Y U1061922047 4/1/2021 4/1/2022 2,000,000 B 1,000,000 X BUA1061922033 4/1/2021 4/1/2022 C X X 8,000,000U10619220504/1/2021 4/1/2022 8,000,000 X 0 B XWC70122655714/1/2021 4/1/2022 1,000,000 1,000,000 1,000,000 D Professional/ Pollution 0312-7992 4/1/2021 4/1/2022 2,000,000 4,000,000 Each Claim Aggregate Project:Contract 14-6213 Annual Contract for Underground Utilities. Additional Insured for General Liability,as required by written contract (primary)-Board of County Commissioners,Collier County. A thirty day prior notice of any insurer initiated cancellation for reasons other than nonpayment of premium is included or a ten day prior notice of any cancellation for nonpayment of premium. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 16.C.2.e Packet Pg. 907 Attachment: Certificate of Liability Insurance (15770 : NCRWTP Surge Control System) 16.C.2.fPacket Pg. 908Attachment: Bonds DNH (15770 : NCRWTP Surge Control System) 16.C.2.fPacket Pg. 909Attachment: Bonds DNH (15770 : NCRWTP Surge Control System) 16.C.2.fPacket Pg. 910Attachment: Bonds DNH (15770 : NCRWTP Surge Control System) 16.C.2.fPacket Pg. 911Attachment: Bonds DNH (15770 : NCRWTP Surge Control System) 16.C.2.fPacket Pg. 912Attachment: Bonds DNH (15770 : NCRWTP Surge Control System) 16.C.2.fPacket Pg. 913Attachment: Bonds DNH (15770 : NCRWTP Surge Control System) 16.C.2.fPacket Pg. 914Attachment: Bonds DNH (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 915 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 916 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 917 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 918 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 919 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 920 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 921 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 922 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 923 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 924 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 925 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 926 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 927 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 928 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 929 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 930 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 931 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 932 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 933 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.h Packet Pg. 934 Attachment: 14-6213 Agreement (15770 : NCRWTP Surge Control System) 16.C.2.i Packet Pg. 935 Attachment: 14-6213 Agreement Amend #1 (15770 : NCRWTP Surge Control System) 16.C.2.i Packet Pg. 936 Attachment: 14-6213 Agreement Amend #1 (15770 : NCRWTP Surge Control System) 16.C.2.i Packet Pg. 937 Attachment: 14-6213 Agreement Amend #1 (15770 : NCRWTP Surge Control System) 16.C.2.j Packet Pg. 938 Attachment: 14-6213 Agreement Amend #2 (15770 : NCRWTP Surge Control System) 16.C.2.j Packet Pg. 939 Attachment: 14-6213 Agreement Amend #2 (15770 : NCRWTP Surge Control System) THIRD AMENDMENT TO AGREEMENT #14-6213 FOR UNDERGROUND UTILITY CONTRACTORS THIS AMENDMENT, made and entered into on this V day of bcgotkc 2020, by and between Douglas N. Higgins, Inc. (the Contractor ) and Collier County, a political subdivision of the State of Florida, (the "County" or"Owner"): WHEREAS, on July 8, 2014 (Agenda Item No. 16.C.10), the County entered into an Agreement with Contractor to obtain the professional utility contracting services (the "Agreement"); and WHEREAS, on October 6, 2014, the County administratively approved the First Amendment to the Agreement amending Section 4, The Contract Sum, to include language allowing Contractor to be compensated for time and material work, including material and specialty equipment markup, either for emergency and non-emergency work, include Exhibit Al-A rate sheet and a not to exceed markup of 10% for subcontractors; and WHEREAS, on May 6, 2016, the County administratively approved the Second Amendment to the Agreement to include Section 4.1 Price Methodologies (Lump Sum, Time and Material and Unit Price) definitions to Section 4. The Contract Sum; and WHEREAS, the Agreement has exhausted all renewals and extensions and is set to expire on 01/03/2021; and WHEREAS, the parties desire to amend the Agreement to request an additional six-month extension to the existing Agreement to allow staff time to enter a new contract for underground contractor services. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the parties as follows: 1. The Agreement shall now be extended for an additional six months, commencing on 01/04/2021 and terminating on 07/04/2021 or until the County exercises termination for convenience in accordance with paragraph 9 of the Agreement, whichever is sooner. 2. All other terms and conditions of the Agreement, as amended, shall remain the same. Signature page to follow] 20-PRC-04500/1577587/1] Page 1 of 2 Third Amendment to Agreement 14-6213 Douglas N. Higgins, Inc. CAO 16.C.2.k Packet Pg. 940 Attachment: 14-6213 Agreement Amend #3 (15770 : NCRWTP Surge Control System) IN WITNESS WHEREOF, the parties have executed this Third Amendment on the date and year first written above by an authorized person or agent. ATTEST: Crystal K. Ki,niel,€lerk of oust& BOARD OF COUNTY COMMISSIONERS Comptroller COLLIER COUNTY, FLORIDA By: 0 a aft By: Dated: 51n Ygeonl . Burt L. Saunders, Chairman SEAL) Contractor's Witnesses: CONTRACTOR: Douglas N. Higgi ,Inc. First Witness By: rgnature TT}pe/print witness name V/\.-t 1 JV , 14l 61 glC.c 2 TType/print signature and fillet V ICE f l?E Si 0E-dt-7 Second fitness I ) 1)0 /Q0Av Orif, .J. tiv Lg./ Date TType/print witness nameT Approved to Form and Legality: Assists ounty Attorney Sa'LL 1Ak-r, 0\ IP Print Name 0\i 20-PRC-04500/1577587/1] Page 2 of 2 Third Amendment to Agreement 14-6213 Douglas N. Higgins, Inc. CAO 16.C.2.k Packet Pg. 941 Attachment: 14-6213 Agreement Amend #3 (15770 : NCRWTP Surge Control System)