Loading...
Agenda 06/23/2015 Item #11E6/23/2015 11.E. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid 15 -6379 Collier Area Transit (CAT) Facility Improvements — Phase II for construction of improvements at the Collier Area Transit Administration and Operations Facility, to DEC Contracting Group, Inc., in the amount of 51,454,508.67 and authorize the Chairman to sign the attached contract. OBJECTIVE: To construct improvements at the Collier Area Transit (CAT) Administration and Operations Facility to enhance existing operations, safety and security. CONSIDERATIONS: In January 2001, the Board approved the Public Transportation Operation Plan, and the CAT System was initiated with a fleet of seven buses. Today the CAT system operates from 5:00 a.m. to 8:00 p.m., seven days a week, excluding holidays. The CAT system consists of ten fixed routes with sixteen buses operating during peak hours. CAT provides more than one million passenger trips on its fixed route system each year. Collier County purchased the site at 8300 Radio Road in 2005. The facility is located on the south side of Radio Road, east of Santa Barbara Boulevard, within the Gallman Olds Dealership Planned Unit Development. Prior to the purchase of this property by Collier County, it was a new and used car dealership. Required repairs and minimal improvements were made to the property to allow it to function as a transit operations and maintenance facility. The facility currently houses the transit administration offices, maintenance area and transfer center. At the time that CAT moved into the facility, Radio Road was a two -lane roadway. Collier County committed that no transfer activities would take place prior to the four- laning of Radio Road. After Radio Road was widened to four lanes, CAT began to request a conditional use to allow transfer activities to take place. Staff worked with residents in the area to minimize impacts of the project, and Collier County was granted a conditional use to allow the facility to serve as a secondary transfer center in March 2010. Minor improvements were completed in January 2011 (portable restrooms, signage and striping, and construction of steps) using local funding so that preliminary transfer activities could take place at the facility until such time that permanent improvements could be made. Phase one improvements are nearing completion, which consist of Americans with Disabilities Act improvements, site civil improvements, the addition of a saw tooth bus bay and a permanent fueling station. This phase of the construction project will be consistent with the granted conditional use and will include the addition of a canopy over the saw tooth bus bay, bus wash facility and site civil improvements to enhance existing operations, safety and security. Collier County has secured grant funding from the Federal Transit Administration to cover 100% of the construction costs associated with Phase 2. The Purchasing Department advertised this bid on February 27, 2015, consistent with grant requirements for open competition; staff removed the County's Local Vendor Preference Policy consideration from the solicitation document. Email notices of the Invitation to Bid were sent to 1,546 and 93 firms downloaded the bid package. Staff held a non - mandatory pre -bid meeting that was attended by 4 firms; 4 of those firms attended a subsequent site visit/walk- through. Three bids we r e received by the due date of April 16, 2015. One bidder was deemed non responsive for not submitting the required bond. Packet Page -343- 6/23/2015 11. E. This item was presented to the Board on June 9`", 2015, whereas staff was asked to provide more details concerning the removal of fill material and to seek out potential value engineering options. The following is a brief re -cap of the chronology of events that lead to the Board's decision to authorize the removal of the excess fill material: • The contract for phase one construction was awarded on March 25, 2014 to Compass Construction in the amount of $3,721,994.00. • The original bid contract contemplated removing excess excavated material from the property. • During the construction process staff required the contractor to ensure that usable material excavated for the property would be utilized on site for phase one construction and also considered retaining the excess material (which included 1,908 CY of fill; and 3,960 CY of cap rock) for future use. • Soil borings were conducted as part of phase one construction but the information obtained from the borings was limited to the location of the borings and did not provide information on the quantity of rock/material that would be excavated. Therefore the quantity of usable material or rock to be extracted was not known prior to the excavation. In further evaluating the option to retain the excess fill material, staff noted the following: The Site Development Plan (SDP) would have had to be amended, creating a delay to the project. The contract would have had to be modified to compensate the contractor at a fair value for the material in addition to the cost for processing the cap rock for use on future phases, thus diminishing any potential cost savings. Storing the excess materials for an extended and unknown period of time could have raised objections from the surrounding neighbors. Staff has worked with very closely with our neighbors over the years to minimize noise and visual impacts from both construction and operational activities on the site. In light of these considerations and after fully evaluating the option of retaining the excess fill on site, staff recommended to the Board and the Board approved the removal of all excess fill from the project site on November 18, 2014, agenda item 16.A. ] .Per Board direction, the dirt was removed and is no longer available at the site. In response to the Board's direction to seek potential value engineering option for phase two construction, Staff has worked with the lowest responsive bidder, DEC Contracting Group, Inc., to value engineer aspects of the project as detailed in the bid tab summary to address the Board's concerns while still fulfilling the obligations of the grants. It has been proposed to minimize the asphalt profile from 3" to 2" in all areas of this project. The value engineering efforts are anticipated to save an additional $33,135. If awarded, the reduction will be memorialized in a change order that will result in a total project price of $1,421,373.67. FISCAL IMPACT: The proposed contract award is $1,454,508.67. Funding for the project is available within the Collier Area Transit Grant Fund (424) Federal Transit Administration capital improvement grants under Sections 5307, (project numbers 33344 & 33370). The project is scheduled to be completed by fiscal year 2017. When the project is completed, the operating budget impact for the bus wash facility and canopy are reflected in the table below. At this time, these costs are not eligible grant expenditures and are funded by the annual support of Gas Tax (local funding). Elements FY FY FY FY FY 2016* 2017* 2018* 2019* 2020* Operating and Maintenance $0 $9,000 $9,000 $9,000 $9,000 Packet Page -344- 6/23/2015 11. E. Minus Cost Savings (Water Savings) $0 ($2,690 ($2,692 ) 2 692 ($ ) ($2 69_ 2) Net Operating Effect $0 $6,308 $6,308 $6,308 56,308 *This reflects an estimate of the additional funds needed in the annual operating budget for each fiscal year. Costs are recurring. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: This project is consistent with Objectives 10 and 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approves the award of ITB 15- 6379 Collier Area Transit (CAT) Facility Improvements — Phase II to DEC Contracting Group, Inc. for construction of improvements at the CAT Administration and Operations Facility, in the amount of $1,454,508.67 and authorizes the Chainnan to sign the attached contract. Prepared By: Michelle Arnold, Director, Public Transit & Neighborhood Enhancement Attachments: l) Bid Tabu. at; on; 2) Value Engineering Deductive Pricing; 3) Contract 15 -6379 due to the size of the Contract, which is 43.1 MB, it is accessible at: l lttn:// DurchasinE .colliei-Lov.netNendors/ Audio %2OFiles /Forms /Allitems.aspx 4) Back -up Packet Page -345- 6/23/2015 11. E. COLLIER COUNTY Board of County Commissioners Item Number: 11.11.E. Item Summary: Recommendation to award Invitation to Bid 15 -6379 Collier Area Transit (CAT) Facility Improvements - Phase II for construction of improvements at the Collier Area Transit Administration and Operations Facility, to DEC Contracting Group, Inc., in the amount of $1,454,508.67 and authorize the Chairman to sign the attached contract. (Michelle Arnold, Public Transportation Division Director) Meeting Date: 6/23/2015 Prepared By Name: ScottTrinity Title: Manager - Planning. Growth Management Department 6/15/2015 4:14:04 PM Submitted by Title: Division Director - Pub Tran & Nbrhd Enh, Public Services Department Name: ArnoldMichelle 6/15/2015 4:14:05 PM Approved By Name: AlonsoHailey Title: Operations Analyst, Public Services Department Date: 6/15/2015 4:33:45 PM Name: TownsendAmanda Title: Division Director - Operations Support, Public Services Department Date: 6/15/2015 4:41:33 PM Name: BrilhartBrenda Title: Procurement Specialist, Administrative Services Department Date: 6/15/2015 4:52:38 PM Name: AlonsoHailey Title: Operations Analyst, Public Services Department Packet Page -346- Date: 6/16/2015 8:44:57 AM 6/23/2015 11. E. Name: HerreraSandra Title: Manager - Procurement, Administrative Services Department Date: 6/16/2015 9:08:12 AM Name: ArnoldMichelle Title: Division Director - Pub Tran & Nbrhd Enh, Public Services Department Date: 6/16/2015 9:48:12 AM Name: Markiewiczloanne Title: Division Director - Purchasing & Gen Svc, Administrative Services Department Date: 6/16/2015 11:01:59 AM Name: AlonsoHailey Title: Operations Analyst, Public Services Department Date: 6/16/2015 5:00:47 PM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 6/17/2015 9:17:42 AM Name: CarnellSteve Title: Department Head - Public Services, Public Services Department Date: 6/17/2015 9:35:24 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 6/17/2015 12:19:10 PM Name: KlatzkowJeff Title: County Attorney, Date: 6/17/2015 12:32:07 PM Name: StanleyTherese Title: Manager - Grants Compliance, Grants Management Office Date: 6/17/2015 1:12:03 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 6/17/2015 2:44:01 PM Packet Page -347- N 3 O O O Z d t a M 4 O H C � F T H Q U Q a C Z 4 L U a 6/23/2015 11. E. 0 0 N o 0 m G 0 m 0 � O c» r» en c» e3 e» e3 c» e» w c» en e» r» e» cn en en w w V V3 w -oo_ -0- _c7_ :- W ��- -C3 w v> N O O N O W fA o w O m m w N w to O O (A N N 0 va 8 I� w 0 N c» m 3 >_ w O H N 0 Qt e» 0 O «» W � (MO N3 N V tWD w N m fA fA N N w w N O fA - a CC m N W N M V3 fA w to t9 fA w to fA t9 «» f9 to fA f9 w fA M O Q W Q e» 0 0 0 0 p G O O p ci N O O cn J cn J 0 0 O O O O O U) J O 0 J O O O p to J U) J N m o o Q N o W o o t0 C r In rn N O O N 7 O .- O N m > Z Z Z O z ~ n O Q O M O M p O Q O O � O O N O O W_ O O r O O �- O O � O O N O O W O O O D O t• O O Q� O O O O w O c O W U a0 N Q N w N N en «» w w w N w w w N w F» «s w w rn U) O o O 0 O 0 O o o g O o O q O o O 0 O 0 O 0 O 0 Z O 0 O O 0 O 0 O 0 W N cp W O M N O W O N N Ki R V N r N �1 N lc W ~ U 0 O O r [V O r M O QJ p p p O Q C En 0 7 0 z UW N O = U z O N N U U Cn F cn O 0 W J U J (n w c» e» w «» ra «» as e» w «» cn r w w w N w Q LU 2 OJ � 67 N � r i(1 M O C O l0 O O O rr Q m V N N N W N l!J O N Z O N M Z r (; F- U W Y z w X z 0 (n Q 1— w 0= W W a z W d O Cf z w w O z J C V W J N N w EA f9 f9 w fA f9 to Vi fA w N N fA b9 w w R O Z O] V w N ^ V M M 1- n N (D M M 10 O W W < N N W M t0 D O O O U N M V In co r N m O N ch Z Z U Z O N V m N O N Cr; O N W Z M z Q V O O O O O O O 0 O O O O O O O O O cn O cn Cn cn (n O cn � cn (n Cn cn (n rn cn (n (n m > > > > > > > > > > 0 ,H+,+ 0 to CY J J J J J J J J J J J J J J J J J J Z O Z � U) Z O � U W U O K �� n O d w O z co O z U a z0 z Q w a_ w cn z z w z O Q L a > LU ° �� g W 0 �r Cn g< Z � cn U O C7 w >�� J� � z J Z= �ZZUZ� Lu U Q W p] Z Cr z C Q d Q' O a E5 > z~ Q z u) z 0= W W z w z 2 W O W F- u) W (7 X W O U Q w F a O W w (n O W z w a u) U J [1 2 J W X W to N M t Lo c0 r- co m O N M � N c O N m O O O O O O O O o �- N N N M J z Z Z Z Z Z Z Z Z Z z z Z Z Z Z Z Z Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L/) cn 0 0 0 0 cn in cn n n n in cn w cn 0 W r _ > > > > > > > > > > > > > > > > > > > Q C CD a Q a C Z 4 L U a 6/23/2015 11. E. 0 0 N o 0 m G 0 m 0 � O c» r» en c» e3 e» e3 c» e» w c» en e» r» e» cn en en w w V3 w O o w O m N O o fA w w w w N O O N O W fA N w O m m w N w to O O (A N O n N 0 va 8 I� w 0 N c» 0 O «» 0 W ea 0 Qt e» 0 O «» W � (MO N3 N V tWD w N m fA fA N N w w N O fA - w m N W N N w- w N �fl O w w N O G N D N t» W M w o 0 w O_ M F» � w W Q e» + dd+ + cn J cn J cn J co J cn J cn J U) J n J co J U) J cn J 0 J V) J co J 0 J U) J to J U) J Z O z ~ n O Z W U O W U a0 Q O Oz U) cn Z U w Z z Q W W cn z o z ~ U W :5 C7 Z W O Q C En 0 7 0 z UW U z O na U Cl) Cn F cn O 0 W J U J (n W JQQ iW- r J a� Z w Q LU 2 [n Q W Z O O LO n- m W cn U Q O Z U Z U> z F- U W Y z w X z 0 (n Q 1— w 0= W W a z W d O Cf z w w O z J W J I— X a- O C7 w U 0 u_ cn w W cn U d 2 w w Z ' N M V In co r N m O N ch Z Z z Z Z z Z Z z Z Z Z Z Z Z Z Z z H O O O O O O O O 0 O O O O O O O O O cn O cn Cn cn (n � cn � cn (n Cn cn (n rn cn (n (n m > > > > > > > > > > 0 0 0 to r r N N N N N N N N N N M C1 M M M f7 M Packet Page -348- v .gym c y9 0 j C O ❑ O � Z J Q O F- F- Z J a 0 IJ Q 0 _ F- d Z A a C E r > CJ s o ti a E _ Z u Z 0 F- a U U) W 0 � m d A w a w C d O •O d O N d a N c a m CL E E N r C U 0 Y O y`O ° = E •- t6 Ev z a E > d c y a z � d E U o d C > � d d U a CL o y m O m m o o M . a E � O @ y N E m m r a " R a d d - G m m w o a p U N O m a o c E a 3 Y � o` E 3 m C G o d a d A . fn y `m d d f- z aE 10 > ' W O E y y NO CL �`o o Tdm� W a v '> a � F- o d c _ o` a m o Fn p � CL J mdo'E d a ° = U zo U O O O O O O O O O O 0 O 0O O ITT1 T O O O O O o O O N m N Q m co ro v O o o I I N (^p s» NO M ri fA TITI Q N Cn (O 0 Cn U) w w w w f» f» w as w w N 00 00 °0 00 00 00 00 00 z ....o.. ..o--o of ,o oo 0 oo - ---o o --- -C. N N O m O O L O r m 0 w m f9 IA w f9 w N m o m m 8 m o m o 0 0 U O O m (O'J N W w m � Q N t0 Q C Co Co N Q N m cp o N EA w fA d3 w w b9 X O H) w bi M E••.. o N M V' to Q 0 O O O O O o 00 O O O O O r m T M_ O O N V 1 �2 N O c�D U) U) > N > N (D (O O N u, I� M m, co fA w to to 0 0 m U_ O o C^'1 M iND fD Q m m Lr5 o° w w w w w w e» w w rn en E» ea w w O N N O O w O O O O u) w w w w o �Nn ° roi m o Q m 0 o o oo N (m'� 0 tM0 N V m O N N to �p O K) w f9 b9 EA to en «» f» es fn tp QN J J J J J N Q (p M c6 Q O m f c M Ir m n m o c mJ m w o m N V 100 m m Q o 0^ 0 z W N co W 0 ai a e» en <» f» ea e» a � 0 i —H—H— m w dd— d — — — — i r w a o z N w O ? w w cr J W O w Z m o d 1-- Z ) J J w J J J J J J W QO i z < J Q d O N O W O Q Z J z Q U W U Y Z m m o w m O w F.. _O �' ~ Y J W J J m z ) Q w = z m Q 0 rh a Q i 0 O ~ ~ m w a w w m Q Q N w w : F- Q m o 7 u) o ! N � Q O p s � m 1 p Q w w❑ W p z Lu O K w o a o CL z 3 3 w > Z p Z W w W O Q w W z z Y o g c z a s o o o m x in z a w 5 g w Q w o w Q K C7 J J U S U m a W O m m m cn O Lwi W m 0 O z O W Q W W Z y d K U V) W < z w cG = Z J w U X Z Z m Z J z o o a w a a o z m z a- Q w U U 0 0 ❑ = = w U Z Z Z m 0 01010 olm m 0lalo [+) M Q Q Q Q Q Q - m m O � N m Q n m - m m O � Packet Page -349- 6/23/2015 11. E. 0 0 o O o O o o O O V m m i� m V N mN O N N O m N Q M -t O M N Ea sn s» ea F» ri fA TITI Cn 0 0 Cn U) w w w w f» f» w as w w 00 00 °0 00 00 00 00 00 z of v of o 0 U) w O N N L O M m 0 w w f9 IA w f9 w f9 LU o m m 8 m o m o 0 0 U O O m (O'J N W w m � Q N t0 Q C Co Co N (V m (O o N Z o n U) Z W X O Q W N M E••.. o N M V' to Q 0 O O o o O O O Z o Z O O O r m T M_ N m �p �O m N V 1 �2 N O c�D U) U) > N > N (D (O O N w d) w w fA w to to m U_ O O C^'1 M iND fD Q m Lr5 o° M O mo N m M N I� m tD :2 fO uNi_ N N Q D N t2 O N N N w w F» ea w u) w w w w ID M Q m N O o o oo N (m'� 0 tM0 N V m N N to M O ea e» en «» f» es fn J J J J J Ir mJ w o en ❑ z W N co W Ww a V) z z a � 0 m w r w a o z N w O ? w w cr W O w Z m o d 1-- Z z w ~ W N W QO ? Y z < J Q d O N O W O Q Z J z Q U W U Y Z m m o w m O w F.. _O �' ~ Y J W J J m z U Q w = z m Q 0 rh a Q 0 O ~ ~ m w a w w m Q Q N w Q m o m m o N � Q - m m O � N m Q n m - m m O � Packet Page -349- 6/23/2015 11. E. Q O Z� U Z� O `o sn w f» E» ev 0 N O t` w fA to t9 w 00 O w O M N Ea sn s» ea F» ri fA TITI Cn 0 0 Cn U) J J J J J z W U) w O L 0 o LU 0 uj U O w Ctf z Co Co W U O Q — Z U) z U) Z W X O Q W E••.. o N M V' to Q 0 0 0 0 U z z Z Z Z O O O O O Z in cn 0 U) U) > > > > > O U_ U Q O Z� U Z� O `o c 3 � o ' 0 0 m z m a M y m ;.1 O m E _ T Q U m - N O O O N r •� r o s, 0 N N I ID voi m n us n __- try_._ -�- w M w 0 0 0 0 0 0 0 0 0 0 W O OI h O C m c h O co H tf O w w w w w w N N t0 M t0 1� O °o M Z _.._. On ONi O N � w w w w w H f9 J Q zw W Z O v N O O �c � O O } O p M UCL m - _ m CL U) m LLJ U) t» es F» en v u3 F» «» F» w w w e3 rn w F- m m U H Q m U O °o N o Z m w m C O � M J r O� N C T C N H°o a H on O N O z V O C c1 Cm n a F» w m c v Nd O « m c c W c o o m e Y W C Z � •- } f CY ddd — — — — z O O O C a L�a tz Z n J U) J CO J n J n J n J co J cn J n J J J J n J J ��� - E s d y U tV6 � A � � c � in z_ d E c" O _C m O 7 N Z - Q y m w Z O z c N m Ez w U , .� W a p p O � U N c O Z CL ❑ N o y C ll] (n O U O z Z Q ❑ z m 0 Z w d? F- 0 W Z } IM c `w u 2 Q Vj d W w `y m W g < oEd° p v Q U) w� z? 0 O U CD Z U' w > Q Z p J U z= Q a CO C W p] Z K d o S p O c W z W �_ z U W Z z U W Z 5 Q v W U W •- N w F- Q: H d O d n O w x W cn O 0 J a x J w J w o o X� w L) CO O O N O m O O N V N M cO N N > R 9 N N M J z z z z z z z z z z z z z Q g z F 0 0 0 0 0 0 0 0 0 0 0 0 0 E o O 0 p o7 E75 ncncn cn007)7 ;o m >> 5 5 5 5 5 5 >>>> o ?❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ o ❑ o c" loll rn a � � Z� �s n r I� I� �- � �_- I-- r- r Packet Page -350- 6/23/2015 11. E. z Y r r>> Z r> r Z >> r Y v v o. D N � O m � o � o w o Q a � E =� _m rco 'p > a ? O c m mi���E�= O o LL Z p m C: C7 E 5 3 s � m v v v m Y M m N O O O N r •� r ri s, c Ot N N I ID voi m n us n n w w w w w 0 0 0 0 0 0 0 0 0 0 W O OI h O C m c h O co N tf O w w w w w w N N t0 M t0 1� O N IN On ONi O N � w w w w w H Cn zw W Z W } O p M UCL m - _ CL U) LLJ U) ZH� 03 Q N � O 2 U) U) IS M m m U H Q m U O Packet Page -350- 6/23/2015 11. E. z Y r r>> Z r> r Z >> r Y v v o. D N � O m � o � o w o Q a � E =� _m rco 'p > a ? O c m mi���E�= O o LL Z p m C: C7 E 5 3 s � m v v v m Y M m CGC I IS 19511 Submitted To: DEC Contracting Group, Inc. 1560 Matthew Drive, Suite B Fort Myers, Fl- 33907 Ph: 239-332.4322 Email: doug@deccontracting.com Project: CAT Facility Improvements - Phase 2 8300 Radio Rd Naples FL 34014 Based on Plans Dated: July 2013 (Revision #6 121212013) Sheets: I thru 14 Sitework Proposal REVISED 611212015 Description Mobilization Sill Fence Strip Sod From Existing Future Devr-loprnent Area I Export Sod d Stri ' ppirgs Export Excavated Pill t?ouah Grade 2- Stabilized Sutg-ade 8- Limercz}� 1 112" Asphalt Type S-111 Over Prime Coat Construction Course I Ir-)" Asphalt *Type S-111 (Surface Course ;inal Grade MOT Stop Signs Stop Barn (Traffic Point) 6' S.)hd while Str;pe ( Tragic Paint ) Total Earthwork 6/23/2015 11. E. SITEWORK AND UTILITIES Alternate #1 - 2" Thick Asphalt Pavement In Lieu of 3" Thick Asphalt Pavement 1 112" Asphalt Type S-111 Over Prime Coat Construction Course 1 -6,70500 1 1!2" Asphalt Tyne Edit ( Surface Course - 7,395.00 1" Asphalt Type 5-111 Over Prime Coal Construction Course) 6,70500 I' Asphalt Type S-111 ( Surface Course) 00 Deduct From Base Bid SY S 9.20 Unit Extended Quantity Unit Price Price 100 LS $ 1,500.00 S 1,500.00 1.80000 LF S 0.90 $ 1,620.00 1 75 AC $ -950.00 5 9,62.50 56200 CY S 8,00 S 4,406-00 574 OD CY $ 8.00 S, 4,592.00 1.00 LS $ 10,826.18 S 10,826.18 6.565.00 SY S i 00 6.665.00 6,480,00 SY S 9.50 S 61,560.00 6,705,00 SY S 920 $ 61,686.00 7,395.00 SY $ 8.65 S 63,960.75 100 LS 5 1.500.00 S 1,500.00 1.00 LS S 80000 't 800-00 3.00 EA S 200,00 S MOM 300 EA S 10000 IS 300.00 21 5 '� 3 00 L F S 0.95 IS 2,377.85 S 223,452.28 Alternate #1 - 2" Thick Asphalt Pavement In Lieu of 3" Thick Asphalt Pavement 1 112" Asphalt Type S-111 Over Prime Coat Construction Course 1 -6,70500 1 1!2" Asphalt Tyne Edit ( Surface Course - 7,395.00 1" Asphalt Type 5-111 Over Prime Coal Construction Course) 6,70500 I' Asphalt Type S-111 ( Surface Course) 00 Deduct From Base Bid SY S 9.20 S (61,696.0) SY S 8.65 S (63,966,75) SY S 6,85 S 45,92925 SY $1 6 30 5 46,5B8.50 $ (33,135.00) 12960 Commerce Lakes Drive, Suite 12 Phone: 239-226-1310 Fort Myers, FL 33913 Fax: 239-332-1329 Packet Page -351- 1� BACKBAY CONSTRUCTION. INC. CGC 1519511 6/23/2015 11. E. SITEWORI {AND UTILITIES Proposal Submitted By: Backbay Construction, Inc. io o The following are our assumption and we respectfully request that you consider them an integral part of our proposal and contract. Any alteration or deviation from the soncifications will become an extra charge over the estimated amount and will be executed upon written orders only. Strikes, accidents or delays beyond our control will void or necessitate change to our agreement. The Owner is to carry fire, tornado and other necessary insurance on the work. Backbay Construction, Inc. will be responsible for workers' Compensation and public liability insurance on the work. This proposal may be withdrawn if not accepted within thirty (30) days. Backbay Construction, Inc. will perform all work in accordance with the drawings and specifications as referenced above and complete the project in a substantial, workmanlike manner for the amount of Two Hundred Twenty -Three Thousand Four Hundred Fifty -Two and 281100 Dollars Backbay Construction, Inc. is not responsible for the following: Stakeout, Layout or Surveying ( By Others 1 Testing Rock Excavation and Removal From Site Excavation of unsuitable fill or replacement with acceptable material Impact fees and connection fees Bonds or permits Sod, seed, landscaping, relocation or transplanting of existing trees and landscape Certified As- Buitts Concrete Flattivork and Curbing ( None Shown On Phase 2 Plans I Removal or Relocat on of Existing Light I Power Poies and gases All Fence and Gates Proposed Site Lighting, Light Poles and Pole Bases Pipe Bollards Storm Sewer 1 Potable Water I Sanitary Sewer/ Fire Lines I Irrigation Proposal Motes: Backbay Construction, Inc. is not responsible for damage to private utilities not located by owner 12960 Commerce ! lkes Ilrivc, Suite 12 Phone: 239 -226 -1310 Fort hf)Fers, FL 33913 Fax: 239. 332 -1329 Packet Page -352- Noveml_ 6/23/2015 11. E. Item 16A1 EXECUTIVE SUMMARY This item requires that ex parte disclosure be provided by Commission members. Should a hearing be held on this item, all participants are required to be sworn in. Recommendation to approve the offsite removal of up to 10,500 cubic yards of excess fill from the Collier Area Transit Passenger Transfer Facility, Commercial Excavation Permit EXP- PL20140002163. The excess fill is a result of previously approved development lake excavation within the project site. OBJEC'T'IVE: To approve the removal of excess fill associated with the approved Site Development Plan for the Collier Area Transit Passenger Facility. CONSIDERATIONS: This permit request pertains to a County owned site. The request is not to exceed 10,500 cubic yards of excavated material. Any clean fill that is usable from the excavation will be utilized onsite first, prior to hauling offsite. Based on the geotechnical reports and the excavation that has taken place to date, it is anticipated that the majority of the excavated material will be rock. Based on the short construction timeframe, the urgency to utilize the grant funds associated with the construction, and the anticipation of a large amount of rock as denoted in the design and the Board approved bid, it was determined that it was not practical for the County to retain possession of the excavated material with the exception of What was determined to be necessary for the on -site improvements. Since the construction project was a lump sum bid, the Contractor has assumed all risks associated with the excavated material. The petitioner estimates that they need to remove up to 10,500 cubic yards of excavated material from one lake on the approved site development plan. The proposed haul route is along County arterial roads and is shown on the attached Exhibit. For reference, a ten -wheel dump holds the equivalent of roughly 14 cubic yards of compacted fill, so 10,500 cubic yards represents about 750 truckloads. At roughly 12 trucks per hour (one every five minutes) working ten -hour days, it would take approximately 7 days to haul 10,500 cubic yards of fill offsite. The petitioner has requested a lake excavation depth of 14 feet (Code allows up to 20 feet of depth). FISCAL ..IMPACT: The petitioner has paid $4,654.83 to amend the existing Development Excavation permit to a Commercial Excavation permit. Additional road impact fees of $5.62 per 1,000 cubic yards will be required for the proposed removal of up to 10,500 cubic yards of material ($59.01). GROWTH MANAGEMENT PLAN IGMPI IMPACT} There is no growth management impact associated with this Executive Summary. ENVIRONMENTAL ISSUES: Offsite hauling of excess fill, if done properly, will have no Environmental impact. Packet Page -353- 6/23/2015 11. E. November 18, 2014 Item 16AI i LEGAL CONSIDERATIONS: This item has been approved as to form and legality, and requires a majority vote for Board approval. - SAS RECOMMENDATIONS: That the Board of County Commissioners (BCC) approves the offsite removal of up to 10,500 cubic yards of fill pursuant to Commercial Excavation Permit EXP- PL20140002163, Prepared By: Matthew McLean P.E., Manager, Development Review, Growth Management Division, Planning and Regulation & Trinity Scott, Transit Manager, Public Transit & j Neighborhood Enhancement Attachment: CAT proposed Offsite Haul Route Packet Page -354- 6/23/201511. E November 18, 2014 Packet Page -355- Item 16AI an < R dO i llu- 0 �L -0 u.