Loading...
Agenda 01/13/2015 Item #16C 1 1/13/2015 16.C.1. n EXECUTIVE SUMMARY Recommendation to approve a$646,100 work order to N.Higgins,Inc.t under Request for Quotation Number 14-6213-10 to install four wastewater force mains nepr the Immokalee Road/Collier Boulevard intersection,Force Main Technical Support Project Nu4iber 70044. OBJECTIVE: To make needed modifications to wastewater infrastructure in coordination with the Transportation Department's Immokalee Road/Collier Boulevard intersection improvement project. CONSIDERATIONS: The proposed scope of work under Project Number 70044, "Force Main Technical Support," is consistent with the Capital Improvement Program (CIP) contained in the Water, Wastewater,Irrigation Quality Water, and Bulk Potable Water User Rate Study approved by the Board of County Commissioners (Board) on June 10, 2014, as Agenda Item 11C. Funding for Project Number 70044 is available in,and consistent with,the FY2015 CIP Budget. This project coincides with the Transportation Department's Immokalee Read/Collier Boulevard intersection improvement project. The intersection improvements include changes in the Immokalee Road Canal alignment and a new bridge extending Collier Boulevard northward, both of which affect existing and proposed wastewater force main alignments. These intersection improvements are currently scheduled to start in May 2015. The intersection and bridge improvement project will include a 24-inch irrigation quality water main and a 36-inch potable water main.Due to the complexity of the delsign and construction, the wastewater force mains must be installed prior to commencement of the intersection improvements. The project includes 1) a 24-inch wastewater force main tied to the east end of the recently installed wastewater force main along the frontage of the Mirasol PUD (a/k/a Esplanade), running eastward and connecting to the existing 16-inch wastewater force main just east of Collier Boulevard; 2) a 16-inch wastewater force main that will connect to the existing 16-inch wastewater force main along Collier Boulevard running northward under Immokalee Road and connecting to the 24-inch main; and, 3)two 24- inch wastewater force mains that will run along the northward extension of Collier Boulevard, currently referred to as Broken Back Road,to Tract G of the Heritage Bay PUD, (a/k/a The Quarry). This tract will be utilized for the future Heritage Bay Booster Pump Station. Approximately 460 feet of the existing Immokalee Road 16-inch wastewater force main will be plugged or removed to accommodate the proposed canal and intersection modifications. Request for Quotation Number 14-6213-10 _ was advertised on October 29, 2014. On November 14,2014, the five quotes summarized below were received for the construction of this project. Contractor Amount Douglas N. Higgins,Inc. $646,100.00 Quality Enterprises $687,981.53 Mitchell&Stark $713,930.00 Haskins $820,437.00 Southwest Utility Systems $855,400.00 Packet Page-992- 1/13/2015 16.C.1. Staff and the project design engineer, CH2M Hill, Inc., determined the lowest quote is fair and reasonable, and recommend awarding the contract to Douglas N. Higgins, Inc. The quote is approximately three percent below the design engineer's $669,100 opinion of cost. The quote tabulation, request for quotes, quote analysis chart, engineer's recommendation letter, work order and project location exhibit are attached(Attachments 1 -6,respectively). The quote specifications informed the respondents there may be unforeseen conditions associated with the project. The quote amount incorporates an allowance of $50,000 for owner-directed additional work including, but not limited to, any additional piping needed for operational or testing purposes, and/or modifications to existing piping, valves, and conduits. The price for any additional work will be negotiated prior to commencement in accordance with the county's Purchasing Ordinance and the terms of the agreement. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2015 Capital Budget approved by the Board on September 18, 2014. The source of funding is the Wastewater User Fee Fund (414).There will be an increase in annual operation and maintenance costs for the additional force mains of approximately $1,750 per year, based on the ratio of the FY2015 budget for operation and maintenance of existing system transmission mains,and the cumulative length of the existing mains. 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. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the.Govemitvg liteartl of the Collier County Water-Sewer District, award a $646,100 work order to Douglas N. Higgins, Inc., under Request for Quotation Number 14-6213-10; and, authorize the Chairman to sign and execute the attached work order after final review and approval by the County Attorney's Office. Prepared By: Gary Butler,Senior Project Manager,Public Utilities Division Attachments: Attachment 1-Quote Tabulation Attachment 2-Request for Quotes Attachment 3-PPMD Quote Analysis Attachment 4-Recommendation Letter Attachment 5-Work Order Attachment 6-Project Location Exhibit Packet Page-993- 1/13/2015 16.C.1 . COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.1. Item Summary: Recommendation to approve a $646,100 work order to Douglas N. Higgins, Inc., under Request for Quotation Number 14-6213-10 to install four wastewater force mains near the Immokalee Road/Collier Boulevard intersection, Force Main Technical Support Project Number 70044. Meeting Date: 1/13/2015 Prepared By Name: ButlerGary Title: Senior Project Manager 11/25/2014 3:38:52 PM Submitted by Title: Senior Project Manager Name: ButlerGary 11/25/2014 3:38:53 PM Approved By Name:NagySteve Title: Manager- Wastewater Collection, Wastewater Date: 12/3/2014 1:35:35 PM Name: HapkeMargie Title: Recycling Coordinator, Solid&Hazardous Waste Management Date: 12/3/2014 2:06:48 PM Name: JohnsonScott Title:Manager-Procurement, Purchasing&General Services Date: 12/3/2014 4:04:10 PM Name: JohnssenBeth Title:Director-Wastewater, Wastewater Date: 12/3/2014 4:18:51 PM Packet Page-994- 1/13/2015 16.C.1 . Name: HerreraSandra Title: Manager-Procurement, Purchasing&General Services Date: 12/4/2014 3:30:58 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Division Date: 12/5/2014 3:15:05 PM Name: HallSwainson Title: Procurement Specialist, Purchasing&General Services Date: 12/8/2014 11:24:04 AM Name: PajerCraig Title: Project Manager,Principal, Public Utilities Engineering Date: 12/10/2014 10:49:23 AM Name: MarkiewiczJoanne Title: Director-Purchasing/General Services, Purchasing&General Services Date: 12/11/2014 7:04:51 AM Name: ChmelikTom Title: Director-Public Utilities Engineering, Public Utilities Engineering Date: 12/11/2014 3:25:33 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 12/17/2014 12:51:47 PM Name: YilmazGeorge Title: Administrator-Public Utilities,Public Utilities Division Date: 12/22/2014 7:49:57 AM Name: KlatzkowJeff Title: County Attorney, Date: 12/22/2014 9:30:44 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 12/30/2014 3:25:57 PM Name: DurhamTim Title: Executive Manager of Corp Business Ops, Date: 1/5/2015 4:16:12 PM Packet Page -995- 1/13/2015 16.C.1 . Packet Page-996- 1/13/2015 16.C.1 . 888888888888888888888888888888 8, omo8enad 'ct. '' ' g 8a' o t. ° g 'sg'8 g .-;* m y N N N N N N N N N N N N N N N N N N N N N N N N N N N N N Vf N = 8888888888888888888888888888 o §§ §§ §«" § » gg g g g gg $ g g g g ggV gg to g N N N M y 5 5y N- N N K H fN W W y 8 8 88 8. 8 8 8tub. 8 8 8 8 8`a 88 8 8 8 £ 8 8 8 8 r88 88 8 ' o F 0. � ^'. 8 o om m o y8 sa 5, g � t U 2 .1 < ,, Q aR E1 0 m• ac 4 ,i. .e o: of a' d.d ui^vi"' n' v' v'J' m r, <"gi tz S2 L N N N 49 N N N N N N N N N N N N N N N N N N N N N N N N N N G 88888 88888888858888 " 8TA58 W■ O O N N N N� A N O 7 v `Na5 w � 1J w:a ;.� �'' N« g q N N w V)<9 N 888888888888888888888888888888 iii Q n rS tr .fir re,' ,, m P ^ M .+ N 72, d^N m M T P e N g m 4 N n 4 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N = 888888 _8888888888888888888888 gO g g g g a`" mgm N g g g g g a a a g g g g g g h y g g .H N-y — y err N."' N W y H N K dg N 888888888888888888888888888888 g . gg 8ggggg gg, gggu8gV § 080g0,5gppgppg "°nl d G t,;. V' C C .G^^ o ap O tJ cn P g OD M P fJ(4 m m N N N m 8' 2 pN 8 $ $ $ 8R $ $ $ $ $ $ $ 888 $ 88 $ $ $ $ $ $ $ $N N N N N N N N N N N 69 N N N N N N N N N N N N N N N N N go $ 1:-.i. ~'S M 1 y44 N " K9 N N N 4:9" ^' N N N 888888888888888888888888888888 .' gggggggggggggggggggggggggggg § 8 m 4. O 00 m g ,-.1. 4 ht h ,-.r[.i cJ[n O pl.1. V r.1 ,. .- 4.N N O N 4.of ' Z. N N N N N N N N N N N N N N N N N N N N N N N N N N N N 4 8 8 8 8888 $ $ $ $ $ $ $ $ $ $ $ 8 $ $ $ $ 88 $ 8. rggg § g � - g ° ggggg9e92ggaggg ° 0, g 0° d• o ec ac tJ ui °r ni tJ of - - g ui. N 8i NNNNNNNNNNNNNNNNNNNNNNNNNNNN ^. J 1. F t¢it a^ • 8 ? ° to w z 12 ni F tm Q d a `n ' Z O U W C s > = n Q .Y p ti °', m p O d z " P Q Z .§ ti F m :J v o v 5 O a, 2 are 417 ° V to ? ° = ' 9 a m 8 w N w 0 0 ~ o ^5 7' Q ' I U " a eo w Z t t y z G U F = C L., M Z Q = .a ^^ N a c0 G ^ c S c i- Or V ° - F Y a ° O (p ti j E C b;t...1 < ° N U= v d " C C _ + Z c .`�• ] v o % iii Z O .° -. ,, . + C.. m Z Z O j z z Vl i y m r U a Z z z ti t v m , p p p C ° N_, J - D Ja Z O O w F ,° E j Z ¢ m +0 U + ,d z .. U ,, 5--. ¢ ¢ Fa- -' -' J E J o F= c Z `'d z z z Z 2 u~i C Z F¢- t¢- ' -c 0 ° 5 r m 2 = '' !-pp� z z z N S 3 O ..?,. --z Z z vo 2 8' uU-. m N - w . U 2 2 L m - }Z .-1 C z .. _ n U p C c to z ¢m t i O Z m ,, u„ E ul-i I-i .- C Z Z A o- _. w ZO , Z o ¢ Ot000OO ??m mUU j CZU C as ° ¢ '5) O D U a . �. "" J J m i Z Z C p ¢ Z o csi Z.un d' Z U ? Z IC- F- ■O O Z Z Z � Z U z Q a O O o Z 3 a 1-1 O Z L p Z; N j L Z } O O O Z Z N a Q p 0 -E o N tai p 0 to Z p m Y m ¢ U U U U V p U a c ,1 1, ¢ ¢ �-- b. m ¢ L J F- Ll i- >¢ z ,- > > ts] u1 uJ u' 2 2 . C V t1 ec m- z > > W ¢ SC 3 ¢ E2 '= z Z Z G. C = J > > tY C w U.' Z G F O ¢ 2 2 Q OJ cp i ¢ ¢ G O O t a ff m ¢ ¢ . . ¢ ¢ p p H a" i 2 a a a e v' m a L O D U 'a E c tai' > > Q Q :°. :° n ° 7 S C5' >. 8g ^ 0 88t°. v2 " - ', P - _ a . ei 8 z to 4 i' t. ap c o .n ' n ° c a `r1 a s .n N t.c E LL tai. U. t:. un. L t8i. t2L t8i. tab. 4 2 1 2 4 2 2 2 t4 8 2 V ..i .. ti k. tr. La. 4 LL [L u. tz 4, Packet Page-997- 1/13/2015 16.C.1 . ift4 cr County Adn inistrative Services Division Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACTS #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: October 30, 2014 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number SwainsonHall(c�colliergov.net To: Prospective Vendors Subject: RFQ#14-6213-10 Immokalee Road/Collier Boulevard 24" and 16" Forcemains As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 11/14/14 Q&A Deadline: 5:00 PM 11/11/14 2:00 PM 11/6/14 Purchasing Conference Room B Pre-Quote Meeting 3327 Tamiami Trail East, Naples, Florida 34112 Number of Days to Final Completion: 90 days substantial/30 days final/120 total Scope Provided Yes Plans and Specs: Yes Estimated Value $669,000.00 Liquidated Damages: $1,271.50 per day Payment & Performance Bonds Yes Direct Material Purchase , Yes Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Douglas N. Higgins, Inc. Firm's Complete Legal Name 23_9r7.74-313o1Z39=772Pt2&6 -- e�f 553Tre l rnber/Fax Number ) Signature Vice President/Regional Manager Title �1 Brandy Bartolone Print Name Date C: Craig Pajer/Corinne Trtan/Gary Butler, Project Manager Packet Page -998- RFO 14-8913-1I 1/13/2015 16.C.1 . Co M , Ctm42t Email: SwainsonHall @colliergov.net Telephone: (239)252-8935 Administ-atire Services Division FAX: (239) 252-6334 Purchasing ADDENDUM #1 Memorandum Date: November 12, 2014 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 to RFQ#14-6213-10 Immokalee Road/Collier Boulevard 24" and 16" Forcemains The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The following questions were raised during the November 6, 2014 Non-mandatory Pre-Quote meeting. Please see questions and answers below: 1. Can we have more than 90 days to substantial completion?Time limit has been extended to 180 days to substantial completion, 210 days to final completion. 2. Do we have to hire professional engineer to certify the directional bore design? No, utilize/follow the county's standard specifications on direction bores, section 330523.16. 3. Can we raise the main along the Immokalee Road Canal and import fill to establish the required cover? No, any fill installed between the canal and the upstream area would obstruct the drainage pattern of the upstream area. ADDED: • Aerial PDF requested by potential proposers. If you require additional information please contact me using the above contact information. C: Craig Pajer/Gary Butler, Project Manager _, 1 Packet Page-999- \\L\ 1/13/2015 16.C.1. CD t10 i 0 Y C -, U Q) CC cc G) -a 4- 4- OV al Oa 'O : : \ . Q o O co I- W L ' - C 0 o of , CO a+ 1 0 0 Q 0 + O 0 + O a .. E N I I I 1 N I i c CU I H O I _ CO 1 I L I I I Y I I }o O I f 06 V I 1 s 10 H 1 Y 1 1 Ira O •cO I 1 E 1 I 0 1v a, 1 To 0- C) L • I° I I 1 w IECDC O : I • 1 — i to I CO o M N N t0 N ct '-I ~- O cn ; 0 a C ao Ce w MS CO o 0 0 0 0 0 0 0 0 0 0 �� 0 0 0 0 0 0 0 0 rn co o Lo o o � 0 0 0 Packet Page-1000- 1/13/2015 16.C.1 . CH2M HILL 5801 Pelican Bay Boulevard Suite 505 Naples,FL 34108 C CH2MHILL Telephone: 239-596-1715 Fax:239-596-2579 November 24, 2014 Gary Butler, PE Collier County Government Public Utilities Planning & Project Management 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject:Request for Quotation 14-6213-10 Immokalee Road/Collier Boulevard 24"and 16" Forcemains, Recommendation for Award—Douglas N. Higgins, Inc Dear Mr. Butler, The purpose of this letter is to document our recommendation that Douglas N. Higgins, Inc. be awarded the following project: Immokalee Road/Collier Boulevard 24"and 16"Forcemains. A review of the Bid Tabulation sheets for Request for Quotation 14-6213-10, confirmed that their price quote of$646,100.00 was the low bid out of the five (5) Firms which submitted price proposals. VENDOR QUOTE Southwest Utility Systems $855,400.00 Haskins, Inc $820,437.00 Mitchell& Stark Construction Co. $713,930.00 Quality Enterprise USA Inc. $687,981.53 Douglas N. Higgins, Inc. $646,100.00 The unit prices quoted for the items of work where final field quantities could deviate from estimated plan quantities were in line with estimates, industry prices and the other bidders. Therefore, based on a review of the bid tabulations and unit prices, it would be CH2M HILL's recommendation to award the Contract to Douglas N. Higgins, Inc pending a successful review and approval of their remaining bid documentation by Collier County staff. If you have any questions, please do not hesitate to call with your inquiry. Regards, Bill Gramer, P.E. - Project Manager CH2M HILL Vice President Transportation .-,, Packet Page -1001- 1/13/2015 16.C.1 . WORK ORDER/PURCHASE ORDER Contract 14-6213 "Annual Underground Utility Contractors" Contract Expiration Date: July 7,2016 This Work Order is for Utility Contractor services for work known as: Project Name: Immokalee Road/Collier Boulevard 24" and 16"Forcemains Project No: 70044.15.2 The work is specified in the proposal dated November 14, 2014 which 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/Purchase Order is assigned to:Douglas N.Higgins,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Construction Services * Task II Owner Directed Allowance Schedule of Work: Complete work within 210 days (substntial completion within 180 days) from the date of the Notice to Proceed which is accompanying this Work Order. The Vendor agrees that any Work Order that extends beyond the expiration date of Agreement #14-6213 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in �, ✓ accordance with following method(s):) ® Negotiated Lump Sum (NLS), Lump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate— Schedule A) ❑Cost Plus Fixed Fee (CPFF),as provided in the attached proposal. Task I $ 596,100.00 NLS /- Task II $ 50,000.00 T&M ✓ TOTAL FEE $ 646,100.00 PREPARED BY: Z; C Gary Butler, Senior Project Manager Date t1' APPROVED BY: ` _ 72-5 I 14 Craig 6 Pri*.iple ' oject Manager Date APPR OVED BY: � /4 To hmelik,PPMD Department Director Date APPROVED BY: cAA 7/ 23->P( Steve Nagy,Wastewater Collections Manager Date (-_1) Page 1 of 3 Packet Page -1002- 1/13/2015 16.C.1 . APPROVED B'�---"` 7 Beth Johnsse Wastewater Director Date APPROVED BY: 2_4_4_1_1 Z-5— George Yitm.v, •ministrator Date By the signature below,the Firm(including employees,officers and/or agents)certifies,and hereby discloses, that,to the best of their knowledge and belief, all relevant facts concerning past,present, or currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates to the proposed work;and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director,in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Douglas N.Higgins,Inc. 17 Brandy L Bartolone,Vice President Date Page 2 of 3 er0, Packet Page -1003- 1/13/2015 16.C.1. IN WITNESS WHEREOF,the parties hereto,have each,respectively,by an authorized person or agent,have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock,Clerk of Courts COLLIER COUNTY,FLORIDA By: By: ,Chairman Dated: • (SEAL) Douglas N.Higgins,Inc. • • \ Gt c By: First Witness Brandy L. Bertolone, ice •re •- aY&aD6- .L(Lth)t Print /! V ec6n• Witness AA Print Approved as to Form and Legality: Scott R.Teach,Deputy County Attorney 4 Page 3 of 3 Packet Page-1004- 1/13/2015 16.C.1 . ►- county - Adminis>rat ve Services Division Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACTS #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: October 30, 2014 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number SwainsonHaWcolliergov.net To: Prospective Vendors Subject: RFQ#14-6213-10 Immokalee Road/Collier Boulevard 24" and 16" Forcemains As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. RFQ Due Date: 3:00 PM 11/14/14 Q&A Deadline: 5:00 PM 11/11/14 2:00 PM 11/6/14 Purchasing Conference Room B Pre-Quote Meeting 3327 Tamiami Trail East, Naples, Florida 34112 Number of Days to Final Completion: 90 days substantial/30 days final/120 total Scope Provided Yes Plans and Specs: Yes Estimated Value _ $669,000.00 Liquidated Damages:_ $1,271.50 per day Payment & Performance Bonds Yes Direct Material Purchase Yes Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. Douglas N. Higgins, Inc. Firm's Complete Legal Name 23°- '5 239774-4266 - = ber/Fax Number Signature Vice President/Regional Manager Title Brandy Bartolone i�jr II Print Name Date C: Craig Pajer/Corinne Trtan/Gary Butler, Project Manager Packet Page -1005- RFC)14.6913_v 1/13/2015 16.C.1 . CIL, County Email: SwainsonHall @colliergov.net Telephone: (239)252-8935 Adn,inishabve Services Division FAX: (239)252-6334 Purchasing ADDENDUM#1 Memorandum Date: November 12, 2014 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 to RFQ#14-6213-10 Immokalee Road/Collier Boulevard 24" and 16" Forcemains The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The following questions were raised during the November 6, 2014 Non-mandatory Pre-Quote meeting. Please see questions and answers below: 1. Can we have more than 90 days to substantial completion?Time limit has been extended to 180 days to substantial completion, 210 days to final completion. 2. Do we have to hire professional engiheer to certify the directional bore design? No, utilize/follow the county's standard specifications on direction bores, section 330523.16. 3. Can we raise the main along the Immokalee Road Canal and import fill to establish the required cover? No, any fill installed between the canal and the upstream area would obstruct the drainage pattern of the upstream area. ADDED: • Aerial PDF requested by potential proposers. If you require additional information please contact me using the above contact information. II C: Craig Pajer/Gary Butler, Project Manager q-L \.\\.\\„›,Packet Page -1006- �\1 1/13/2015 16.C.1. 14-6213-10 IM COLLIER UTILITIES-16"&24"FORCE MAIN TABULATION SHEET Douglas N.Higgins Item Description Douglas N.Higgins MOBILIZATION(Note:Limited to 10%of Construction Cost) $ 46,000.00 $ 46,000.00 MAINTENANCE OF TRAFFIC(Intl Temp Pavement if required on Broken Back) $ 10,000.00 $ 10,000.00 PROVIDE/MAINTAIN"AS BUILT'PLANS(Signed and Sealed) $ 8,000.00 $ 8,000.00 PROVIDE CONS I RUCTION SURVEYING AND LAYOUT $ 8,000.00 $ 8,000.00 CLEARING AND GRUBBING(INCLUDES REMOVAL OF EXISTING PIPE,FIXTURES,PATHWAY,PAVEMENT,TREES) $ 30,000.00 $ 30,000.00 FLOATING TURBIDITY BARRIER(N.AND S.OF 16"AERIAL CROSSING-Dual Rows 4 @ 50 LF EACH) $ 12.00 $ 2,400.00 STAKED SILT FENCE $ 1.00 $ 1,800.00 FLOWABLE FILL CONCRETE(FOR ABANDONED 16"FM PIPE) $ 2,000.00 $ 2,000.00 EMBANKMENT(At Join Exist.121+60+/-and 132+70 to 136+20) $ 30.00 $ 16,500.00 PAVEMENT RESTORATION,CURB&GUTTER,SODDING(Broken Back and CVS Entrance) $ 5,000.00 $ 5,000.00 PATHWAY RESTORATION,SODDING(Sta.56+76 and Adjacent to CR951 Canal) $ 2,000.00 $ 2,000.00 CONNECTION(16"FORCE MAIN)(Sta.56+76 @ Plug Valve) $ 3,000.00 $ 3,000.00 CONNECTION(16"FORCE MAIN)(51+16,Active:Pumping required) $ 2,000.00 $ 2,000.00 CONNECTION(29"FORCE MAIN)(Sta.121+60+/-,Remove existing CAP) $ 3,000.00 $ 3,000.00 PIPE PVC(INSTALL ONLY)(RESTRAINED JOINT)(16") $ 80.00 $ 22,400.00 PIPE PVC(INSTALL ONLY)(RESTRAINED JOINT)(24") $ 100.00 $ 10,000.00 PIPE HDPE(INSTALL ONLY)(24"DR11-DIPS) $ 40.00 $ 132,000.00 S I hEL CASING,OPEN TRENCH,SPACERS,END SEALS(INSTALL ONLY)(42") $ 100.00 $ 17,400.00 VALVE PLUG(RJ-M1)(INSTALL ONLY)(16") $ 1,000.00 $ 4,000.00 VALVE PLUG(RJ-MJ)(INSTALL ONLY)(24") $ 1,200.00 $ 12,000.00 AIR RELEASE ASSEMBLY(FM)(INSTALL ONLY)(16") $ 400.00 $ 1,200.00 AIR RELEASE ASSEMBLY(FM)(INSTALL ONLY)(24") $ 400.00 $ 1,200.00 16"AERIAL CROSSING STRUCTURE $ 84,000.00 $ 84,000.00 16"AERIAL CROSSING UTILITY(INSTALL ONLY-Complete) $ 5,000.00 $ 5,000.00 2"DIRECTIONAL DRILLING(INSTALL ONLY)(2-2"HDPE Orange-460 LF Each)Note:Paid for by Horizontal Distance $ 30.00 $ 27,600.00 18"DIRECTIONAL DRILLING(INSTALL ONLY)Note:Paid for by Horizontal Distance(Sta.to Sta.) $ 260.00 $ 119,600.00 FITTINGS&RESTRAINTS(DI)(INSTALL ONLY)(See Plans and Materials List) $ 20,000.00 $ 20,000.00 UTILITY ALLOWANCE $ 50,000.00 $ 50,000.00 SUB TOTAL $ ,646,100.00 TOTAL COST ESTIMATE $ 646,100.00 Packet Page -1007- 1/13/2015 16.C.1 . s N ES c'i4?PE' ] i E4IA-IIE W E ELF c^;; OF P 4 'L.E a I �* 3 FEFFiT�,�' E BAY '' ORCEMINS s ( ' imi 1 — .► E s 1 k - IMMOKALEE ROAD (CR 846) iT I, 0.% [ EET E ; 1 ,W d ;JHL re itra.,6 jii, :Mot le -I APE F xfM EJT E I m Is"-LoiL :l .; i W LA FE E1511 L ERJU IY Ash' i am 57?JL F FTT �--� ` 5 `E'"rER45E rc MITE t f 1 r Zrr�. _ :aa . ° � IiF ILT c b ;L f k�. s :,,,,iir.s IIIIIIIMI l' WOLF 4' EE w r I IBtir r.iis.e,--,i--a It 3e .'J IMMOKALEE ROAD / COLLIER BLVD FORCEMAINS LO(—Packet Page -100&IIAP