Loading...
Agenda 06/26/2018 Item #16C 806/26/2018 EXECUTIVE SUMMARY Recommendation to approve a $560,618 work order under Request for Quotation 14-6213-119 to Quality Enterprises USA, Inc., under Project Number 70172, “Gulf Shore Drive Asbestos Water Main Abandonment Phase 2,” which includes abandoning 3,700 feet of asbestos cement water main and transferring its connections to the existing 16-inch ductile iron water main, and authorize the necessary budget amendment. OBJECTIVE: To abandon a section of asbestos concrete (AC) water main to provide a compliant and reliable potable water system to the Collier County Water -Sewer District customers in the Gulf Shore Drive community, located north of Vanderbilt Beach Road and south of Bluebill Avenue. CONSIDERATIONS: The proposed scope of work under Project No. 70172, “Gulf Shore Drive Asbestos Water Main Abandonment Phase 2,” is consistent with the Capital Improvement Program (CIP) contained in the 2014 Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water Master Plan/CIP Plan approved by the Board of County Commissioners (Board) on November 10, 2015 (Agenda Item 9C), as Appendix III of the 2015 AUIR/CIE. The proposed Gulf Shore Drive South Water Main Abandonment is located on Gulf Shore Drive from Le Dauphin (9790 Gulf Shore Drive) to Vanderbilt Beach Road, Vanderbilt Beach Road from Gulf Shore Drive to Gulf Shore Court, and Vanderbilt Beach Road from South Bay Drive to Vanderbilt Drive. The project will consist of abandoning approximately 3,700 linear feet of 8” AC water main and transferri ng its connections to the existing 16” ductile iron water main. The project is anticipated to have twelve (12) areas of work that include roadway crossings via open cut and eight (8) areas of work that do not require open cutting the road (Attachment No. 6). The condition of this asset is defined as “Red: Level 3 - Risked Compliance,” as reported to the Board at the October 1, 2013 Asset Assessment and Management Workshop. The asbestos concrete water main has reached the end of its useful life, and presents significant risk due to its materials, age, and condition. Small leaks and breaks can easily become large failures, as evidenced by past incidents along this street, affecting more residents for longer periods of time. There are a limited number of isolation valves in the area, hindering operational control during maintenance of the distribution system. This potable water main project will benefit the Gulf Shore Drive community by increasing reliability and improving water quality. The County posted Request for Quotation 14-6213-119, “Gulf Shore Drive Asbestos Water Main Abandonment Phase 2,” on April 23, 2018, and distributed it to all vendors on the Fixed-Term Underground Utilities Contract 14-6213 via the county’s electronic bid process (Attachment No. 3). Of the six vendors notified, two submitted quotations by the May 9, 2017 deadline, as follows (Attachment No. 1): VENDOR QUOTE Quality Enterprises USA, Inc. $560,618 DN Higgins, Inc. $818,300 No quotes were received from Haskins, Kyle Construction, Mitchell & Stark, and Southwest Utility. 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 allowance for work 06/26/2018 related to unforeseen conditions including but not limited to conflicts with existing facilities not reflected in record drawings and modifications or repairs resulting from unforeseen utility work associated with this project. The price for any needed additional work will be negotiated prior to commencement in accordance with the county’s Procurement Ordinance and the terms of the agreement. County staff determined the lowest bid to be fair and reasonable and recommends awarding the project to Quality Enterprises USA, Inc., the lowest responsive and qualified vendor (Attachment No. 2). The bid received was 0.4 percent less than the engineer’s cost opinion. In its recommendation letter (Attachment No. 4), dated May 10, 2018, the design professional, RWA, Inc., recommends awarding the project to Quality Enterprises USA, Inc., who has a satisfactory performance and warranty record on previous, similar, utility-related projects. Approximately two (2) weeks before the start of construction, properties/businesses located within the project area will receive written notification of this project and what they can expect during construction. FISCAL IMPACT: The source of funding is Water User Fees, Fund (412). A budget amendment is required to transfer funds from Project 70197 in the amount of $80,000. The budget amendment is necessary to cover the construction cost, construction administration cost and to purchase the construction materials. The project is expected to be completed in 2018. This is a replacement project; therefore, operating costs are not expected to change. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities and to remain in compliance with all regulatory programs. RECOMMENDATION: To approve a $560,618 work order (Attachment No. 5) under Request for Quotation 14-6213-119 to Quality Enterprises USA, Inc., authorize the necessary budget amendment; and, authorize the Chairman to sign the attached Work Order. Prepared By: Benjamin N. Bullert, P.E., Senior Project Manager, Engineering and Project Management ATTACHMENT(S) 1. Attachment No. 1 - RFQ 14-6213-119 Quote Tabulation (PDF) 2. Attachment No. 2 - RFQ 14-6213-119 Quote Analysis (PDF) 3. Attachment No. 3 - RFQ 14-6213-119 Quality_RFQ Form (PDF) 4. Attachment No. 4 - RFQ 14-6213-119 Recommendation of Award Letter (PDF) 5. Attachment No. 5 - RFQ 14-6213-119 Work Order (PDF) 6. Attachment No. 6 - RFQ 14-6213-119 Project Map (PDF) 06/26/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.8 Doc ID: 5851 Item Summary: Recommendation to approve a $560,618 work order under Request for Quotation 14-6213-119 to Quality Enterprises USA, Inc., under Project Number 70172, “Gulf Shore Drive Asbestos Water Main Abandonment Phase 2,” which includes abandoning 3,700 feet of asbestos cement water main and transferring its connections to the existing 16-inch ductile iron water main, and authorize the necessary budget amendment. Meeting Date: 06/26/2018 Prepared by: Title: – Public Utilities Planning and Project Management Name: Benjamin Bullert 06/01/2018 11:28 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 06/01/2018 11:28 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/01/2018 11:49 AM Public Utilities Planning and Project Management Oscar Martinez Additional Reviewer Completed 06/01/2018 2:58 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/02/2018 3:23 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/05/2018 9:04 AM Procurement Services Swainson Hall Additional Reviewer Completed 06/05/2018 2:13 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 06/07/2018 11:53 AM Water Pamela Libby Additional Reviewer Completed 06/07/2018 2:51 PM Wastewater Beth Johnssen Additional Reviewer Completed 06/07/2018 3:26 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/08/2018 11:32 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/13/2018 9:02 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/14/2018 2:59 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/14/2018 3:17 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/14/2018 4:09 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/15/2018 2:46 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 06/15/2018 4:17 PM 06/26/2018 Board of County Commissioners MaryJo Brock Meeting Pending 06/26/2018 9:00 AM Lump Sum 9,433.50$ Lump Sum 15,400.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 8,113.50$ Lump Sum 9,600.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 29,811.90$ Lump Sum 45,800.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 27,159.90$ Lump Sum 56,800.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 19,321.50$ Lump Sum 17,700.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 30,051.90$ Lump Sum 48,100.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 31,251.90$ Lump Sum 47,800.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 32,031.90$ Lump Sum 48,500.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 9,469.50$ Lump Sum 9,600.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 29,181.90$ Lump Sum 40,700.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 26,961.90$ Lump Sum 36,400.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 25,941.90$ Lump Sum 46,200.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 15,493.50$ Lump Sum 17,800.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 32,961.90$ Lump Sum 48,100.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 9,043.50$ Lump Sum 17,700.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 7,291.50$ Lump Sum 9,600.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 9,649.50$ Lump Sum 9,600.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 19,891.50$ Lump Sum 21,400.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 28,581.90$ Lump Sum 52,300.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 30,171.90$ Lump Sum 54,300.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 27,621.90$ Lump Sum 59,100.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 8,569.50$ Lump Sum 9,600.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 30,500.70$ Lump Sum 28,800.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - Lump Sum 12,109.50$ Lump Sum 17,400.00$ Lump Sum -Lump Sum -Lump Sum -Lump Sum - 50,000.00$ 50,000.00$ ---- TOTAL 560,618.00$ 818,300.00$ NO QUOTE NO QUOTE NO QUOTE NO QUOTE 155 Vanderbilt Beach Rd. Southbay Dr. and Vanderbilt Beach Rd. (Detail "G") 9318 Gulf Shore Dr. (Crossing #15) 9256 Gulf Shore Dr. (Crossing #16) 9155 Gulf Shore Dr. (Detail "E") Gulf Shore Dr. North Appurtenances 435 Launch Cir. (Crossing #19) 325 Vanderbilt Beach Rd. (Detail "H") 377 Vanderbilt Beach Rd. (Crossing #18) Allowance Gulf Shore Dr. South Water Main Abandonment 435 Launch Cir. (Crossing #20) Vanderbilt Beach Rd. and Vanderbilt Dr. 9790 Gulf Shore Dr. (Detail "A") 10482 Gulf Shore Dr. (Detail "F") Southbay Dr. and Gulf Shore Dr. (Crossing #17) 9485 Gulf Shore Dr. (Detail "C") 9467 Gulf Shore Dr. (Crossing #11) 9375 Gulf Shore Dr. (Detail "D") 9380 Gulf Shore Dr. (Crossing #13) 9400 Gulf Shore Dr. (Crossing #12) 9380 Gulf Shore Dr. (Crossing #14) 9700 Gulf Shore Dr. (Crossing #9) 9790 Gulf Shore Dr. (Detail "B") 9566 Gulf Shore Dr. (Crossing #10) RFQ 14-6213-119 Gulf Shore Drive South Water Main Abandonment Quote Tabulation Higgins Haskins Kyle Construction Southwest Utility Mitchell & StarkQuality Enterprises 5/10/2018 11:24 AM $200,000.00 $300,000.00 $400,000.00 $500,000.00 $600,000.00 $700,000.00 $800,000.00 $900,000.00 $1,000,000.00 Eng Est Quality Enterprises DN Higgins Results for RFQ 14-6213-119 Gulf Shore Drive South Water Main Abandonment KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid Co r Count Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: April 23, 2018 From: Swainson Hall, Procurement Manager - Acquisitions 239-252-8935, Telephone Number 239-252-6334, Fax Number swainsonhall(c)-colliergov.net To: Potential Quoters Subject: RFQ 14-6213-119 Gulf Shore Drive South Water Main Abandonment As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Wednesday, May 9, 2018 at 3:00 PM Pre -Quote Meeting: Wednesday, May 2, 2018 at 2:00 PM Procurement Services Conference Room 3295 Tamiami Trail East Naples, FL 34112 Q&A Deadline: Friday, May 4, 2018 at 5:00 PM Number of Days to Final Completion: 90 days to substantial + 30 days final =120 days total Scope Provided Yes Plans and Specs: Yes Liquidated Damages: $1,584.00 per day Payment & Performance Bonds If over $200,000.00 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. Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-435-7200 239-435-7202 Telephone Number / Fax Number Signatr-- Vice President Title Louis J. Gaudio 5/9/18 Print Name Date C: Benjamin Bullert / Project Manager RFQ 14-6213-119 RFQ 14-6213-119 Gulf Shore Drive South Water Main Abandonment 9790 Gulf Shore Dr. (Detail "A") 9790 Gulf Shore Dr. (Detail "B") 9700 Gulf Shore Dr. (Crossing #9) 9566 Gulf Shore Dr. (Crossing #10) 9485 Gulf Shore Dr. (Detail "C") 9467 Gulf Shore Dr. (Crossing #11) 9400 Gulf Shore Dr. (Crossing #12) 9380 Gulf Shore Dr. (Crossing #13) 9375 Gulf Shore Dr. (Detail "D") 9380 Gulf Shore Dr. (Crossing #14) 9318 Gulf Shore Dr. (Crossing #15) 9256 Gulf Shore Dr. (Crossing #16) 9155 Gulf Shore Dr. (Detail "E") Southbay Dr. and Gulf Shore Dr. (Crossing #17) 10482 Gulf Shore Dr. (Detail "I'") 155 Vanderbilt Beach Rd. Southbay Dr. and Vanderbilt Beach Rd. (Detail "G") 325 Vanderbilt Beach Rd. (Detail "H") 377 Vanderbilt Beach Rd. (Crossing#18) 435 Launch Cir. (Crossing #19) 435 Launch Cir. (Crossing #20) Vanderbilt Beach Rd. and Vanderbilt Dr. Gulf Shore Dr. South Water Main Abandonment Gulf Shore Dr. North Appurtenances Allowance Quote Schedule Lump Sum $ 9,433.50 Lump Sum $ 8,113.50 Lump Sum $ 29,811.90 Lump Sum $ 27,159.90 Lump Sum $ 19,321.50 Lump Sum $ 30,051.90 Lump Sum $ 31,251.90 Lump Sum $ 32,031.90 Lump Sum $ 9,469.50 Lump Sum $ 29,181.90 Lump Sum $ 26,961.90 Lump Sum $ 25,941.90 Lump Sum $ 15,493.50 Lump Sum $ 32,961.90 Lump Sum $ 9,043.50 Lump Sum $ 7,291.50 Lump Sum $ 9,649.50 Lump Sum $ 19,891.50 Lump Sum $ 28,581.90 Lump Sum $ 30,171.90 Lump Sum $ 27,621.90 Lump Sum $ 8,569.50 Lump Sum $ 30,500.70 Lump Sum $ 12,109.50 $ 50,000.00 TOTAL $ 560,618.00 Note: 1. Contractor shall be responsible to verify all quantities. Lump sum items shall include all items the contractor deems necessary for their bid. 2. County is responsible for right-of-way permit fees. 3. The Contractor shall be responsible for providing necessary fittings, appurtenances, and material not included in the County's list of pre - purchased materials. 5/8/2018 3:29 PM K:\2013\130063.00.46 13-6164 Gulf Shore Dr. S. WM Abandonment\010 Bidding Services\Quality Recommendation of Award Letter.docx 6610 Willow Park Drive Suite 200 Naples, FL 34109 | (239) 597-0575 | Fax (239) 597-0578 www.consult-rwa.com May 10, 2018 Benjamin Bullert, P.E. Senior Project Manager Public Utilities Engineering and Project Management Division 3339 Tamiami Trail East, Suite 303 Naples, Florida 34112 Re: Invitation to Bid Number RFQ 14-6213-119, Gulf Shore Drive South Water Main Abandonment Recommendation for Award Dear Mr. Bullert: We have received and reviewed the Bid Tabulation for the referenced project. The information provided to us included bids from two contractors. The lowest responsive and responsible bid was provided by Quality Enterprises USA, Inc. in the amount of $560,618.00, which is $2,240.50 or 0.4% lower than the engineer’s estimate of $562,858.50. Quality Enterprises USA, Inc. has been working in the area for more than a decade and has completed many projects in southwest Florida and directly for Collier County. They have sufficient staff and equipment to successfully complete public utility projects similar in size to this project. Based on the information listed above, I am recommending award of the contract to Quality Enterprises USA, Inc. in the bid amount of $560,618.00. If you should have any questions, please contact me at (239)260-4341. Sincerely, Mark J. Sunyak, P.E. Senior Project Manager WORK ORDERIPURCHASE ORDER Contract 14-62Y3 "Annual Contract for llnderground Utilities anal General Contractors" Contract Fxpiration Date: July 7,2020" This Work Order is for professional water main replacement construction services for work known as: Project Name: Gulf Shore Drive South Water Main Abandonment Project No: 70172.4✓ The work is specified in RFQ #14-6212-119 from Quality Enterprises USA, Inc. dated May 9, 2018 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: Quality/ Enterprises USA, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Water Main Construction✓ * Task II Water Main Construction Allowant e Schedule of Work: Complete work within 12'0 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement # 14-620 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 ff b&I) (established hourly rate — Schedule A) ❑Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $510,618.00 (NLS)/ Task II $ 50,000.001 TOTAL FEE $560,618.00 PREPARED BY: 63 Benjamin N. Bullert, Senior Project Manager O./le, Date Page 1 of 3 APPROVED BY: Lf� Oscar P. Mar ' z, Princ' Project Manager APPROVED BY: v, .I,on Chmelik, EPMD Director la4V k - APPROVED BY: Pamela Libby, WaterNi ribution and Wellfield Mgr APPROVED BYE " /--- Beth J nssen n -Ground Services Director LAPPROVED BY: �- —�-�" J1ell4fie, Pperations Support Director n APPROVED BY: Dr. George Yilmaz, Public Utilities Administrator V" �� /'f Date _ Stl� ig Date S1�7`M- Date Date �-/-xh �- Date )ate 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: Quality Enterprises USA, Inc. Louis J. Gaudio, Vice President (Remainder of page intentionally left blank) Date a� Page 2 of 3 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: Dwight E. Brock, Clerk of Courts Dated: (SEAL) firstitnes 1 f"ype/p ' t witness n,,{eT K*i'Gwy Second Witness Mkf} Casey TType/print witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Andy Solis, Chair Name of Firm Quality Enterprises USA, Inc. By. - _s— Signature LOOZ.S 64joFo V r-Lf(— TType/print signature and titleT . iS Page 3 of 3 Coler county Administrative Services Department Procurement services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities & General Contractors" Date: April 23, 2018 From: Swainson Hall, Procurement Manager - Acquisitions 239-252-8935, Telephone Number 239-252-6334, Fax Number swainsonhall cDcollieMov.net To: Potential Quoters Subject: RFQ 14-6213.119 Gulf Shore Drive South Water Main Abandonment As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Pre -Quote Me( Q&A Deadline: Number of Days to Final Completion_ Scope Provided Plans and Specs: Liquidated Dama es: _ Payment & Performance Bonds Wednesday, May 9, 2018 at 3:00 PM Wednesday, May 2, 2018 at 2:00 PM Procurement Services Conference Room 3295 Tamiami Trail East Naples, FL34112 Friday, May 4, 2018 at 5:00 PM 90 days to substantial + 30 days final =120 days total - - Yes Yes - $1,584.00 per day If over $200,000.00 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. f i alert;} Enterprises USA, Ind._ __— Firm's Complete Legal Name 239-435-7200 239-435-7202 Telephone Number / Fax Number Sig`r�'Car� Vice Presidpnr Title --------- ------ -- — Louis J. Gaudio 5/9/18 Print Name Date C: Benjamin Bullert / Project Manager GAO RFQ 14-6213-119 RFQ 14-6213-119 Gulf Shore Drive South Water Main Abandonment Quote Schedule 9790 Gulf Shore Dr. (Detail "A") Lump Sum $ 9,433.50 9790 Gulf Shore Dr. (Detail "B") Lump Sum $ 8,113.50 9700 Gulf Shore Dr. (Crossing #9) Lump Sum $ 29,811.90 9566 Gulf Shore Dr. (Crossing #10) Lump Sum $ 27,159.90 9485 Gulf Shore Dr. (Detail "C") Lump Sum $ 19,321.50 9467 Gulf Shore Dr. (Crossing #11) Lump Sum $ 30,051.90 9400 Gulf Shore Dr. (Crossing #12) Lump Sum $ 31,251.90 9380 Gulf Shore Dr. (Crossing #13) Lump Sum $ 32,031,90 9375 Gulf Shore Dr. (Detail "D") Lump Sum $ 9,469.50 9380 Gulf Shore Dr. (Crossing #14) Lump Sum $ 29,181.90 9318 Gulf Shore Dr. (Crossing #15) Lump Sum $ 26,961.90 9256 Gulf Shore Dr. (Crossing #16) Lump Sum $ 25,941.90 9155 Gulf Shore Dr. (Detail "E") Lump Sum $ 15,493.50 Southbay Dr. and Gulf Shore Dr. (Crossing #17) Lump Sum $ 32,961.90 10482 Gulf Shore Dr. (Detail "F") Lump Sum $ 9,043.50 155 Vanderbilt Beach Rd. Lump Sum $ 7,291,50 Southbay Dr. and Vanderbilt Beach Rd. (Detail "G") Lump Sum $ 9,649.50 325 Vanderbilt Beach Rd. (Detail "H") Lump Sum $ 19,891.50 377 Vanderbilt Beach Rd. (Crossing #18) Lump Sum $ 28,581.90 435 Launch Cir. (Crossing #19) Lump Sum $ 30,171.90 435 Launch Cir. (Crossing #20) Lump Sum $ 27,621.90 Vanderbilt Beach Rd. and Vanderbilt Dr. Lump Sum $ 8,569.50 Gulf Shore Dr. South Water Main Abandonment Lump Sum $ 30,500.70 Gulf Shore Dr. North Appurtenances Lump Sum $ 12,109.50 Allowance $ 50,000.00•/ TOTAL $ 560,618.00✓ Note: 1. Contractor shall be responsible to verify all quantities. Lump sum items shall include all items the contractor deems necessary for their bid. 2. County is responsible for right-of-way permit fees. 3. The Contractor shall be responsible for providing necessary fittings, appurtenances, and material not included In the County's list of pre - purchased materials. 5/14/2018 12:58 PM W r Y O N O p7J Z d E E E E E E E E E E E E E E E E E E E E E E E E VI Vl V1 VI Vl Vl V) Vl VI Vl N Vf N Vl h to VI N h N h U1 N a n d n a a a a a a a o. aC a a n d a a a a a a a E E E E E E E E E E E E E E E E E E E E E E E E 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 J 3 3 3 3 3 3 3 W r } V O a O V Z d t E E E E E E E E E E E E E E E E E E E E E E E E Vl Vl N h N N N N to to N N � � N N h h VI 3 V'1 n u'f n n d fA a V'1 d an d n a a d d n n a d d n n a o. a o. o. O E E E E E E E E E E E E E E E E E E E E E E E E 3 3 3 3 3 3 3 3 3 3 3 3 33 3 3 3 3 3 3 33 3 C W r0 v 2 C u E E E E E E E E E E E E E E E E E E E E E E E E W N Vel V'1 V1 N v'f v V'i Vii N N v'1 V'f Vl N Vl V'1 VC V't VI V'f N Ya n a a d d a d n n d a a n a n d d a n 6 d d d 333337333333333J3333333' O d c = Y i Ip = E E E E E E E E E E E E E E E E E E E E E E E E C o M > V1 > h > y > h > Vl N o N ❑ N o Vi Vl N N o N 0 t/1 0 N > VI > Vl > N o vl 0 t/t 0 Vl 0 N 0 to t0 a a n n n n n a n n n a n n a a a a a n n a n E 3 E E 3 E E 3 E 3 E 3 E 3 E E 3 E 3 E 3 E 3 E 3 E 3 E 3 E 3 E 3 E 3 E 3 E 3 E 3 E 3 E E 3 E 3 Q o 8 8 8 8$ 8 F 8 8 8$$ 8 S o$ 8 w °i e r a O1 m o r v °1 m r vrvi carni 0 ry r a vi �t E E E E E E E E E E E E E E E E E E E E E E E E Cr ,v O N N N N Vl Vl V1 ✓1 VI V1 Vl to N Vl N Vl N Vl N to Vl Vl LL n a n d n n n n a n n n a w n a d o n d n a d n K cn (� E E E E E E E E E E E E E E E E E E E E E E E E y 3 3 3 3 3 3 3 3 3 3 3 3 33 3 3 3 3 3 3 VO1 ,Oil OOi OOl v01, (r! 00i. clt pp t!1 OOI, OOI. 001, u01 T N N P p Ot p Ol N p Oo p Op M N N N V�1 V~t M b 00 t0 d Ol 1D a Ot ciy Ol m n N l0 p� O p�1 O 8 wi QI N (7im O O1 W Ocr1 1� Qi O N Oi Ol 6 Vt cal N O1 IO� Ot 00 O n w m a O N O r N c. 3 c In V w N t? Vf Vi V? VL �A t? cal N Lf N VI N th to i/� Vl VT V1 V/ N V? N Vf N ru E E E E E E E E E E E E E E E E E E E E E E E E N V H N M N N N N Vl . . N V.1 V'1 V'1 Vl lAN Q n d to a n a N a a n t/,l d V. a V'1 n a a a n V=1 a ✓. a V'1 n n a a a n E E E E E E E E E E E E E E E E E E E E E E E E 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a r 0 r - v � m v o 0 � G a m •- ik I< '� iL # h �R ik 1R p C Q em v m c LL m p n m c N c N N c N c w t' O V r 0 o R o 0 r 0 0 o L ^+ a d m m a o� u u w v w O O V f, 9 L zo 0 0 0 0 0 o o` a 0 0 0 0 0 v u u t 9 z d a v w m a v a O o O N o V1 o VI O Vt O V1 O vl o Vl o VI o O Vl O o Vl O o Vl ✓1 Vl p y � y N L y W N > j C t' p L VWV > > > > > 3 > > > > > U' l7 C C C N N C M T-4 1 M e-1 N t0 1 cr LL L Vf 75 N ppb gg 9pq8 O O V O O O pO O O O O O 0 0O O O O O O O ce 4A. i!? ice/? 4^ 4A z a a. C7 W D 'o -O 0 :5 ++ N LLI s - I co Xa a a + o ppb gg 9pq8 O O V O O O pO O O O O O 0 0O O O O O O O ce 4A. i!? ice/? 4^ 4A z a PROJECTSITEGULF SHORE DRIVEVANDERBILT DRIVEVANDER B I L T B E A C H R O A DABCDEF GH123456789101112TITLE:CLIENT:PROJECT:PROJECT NO.:6610 Willow Park Drive, Suite 200Naples, Florida 34109(239) 597-0575 FAX: (239) 597-0578www.consult-rwa.comFlorida Certificates of AuthorizationEB 7663 LB 6952FILE NAME:GULF SHORE DRIVE SOUTHWATER MAIN ABANDONMENTCOLLIER COUNTYPUBLIC UTILITIES DEPARTMENTPROJECT MAP130063.00.461300630046 PM01Feet0120240K:\2013\130063.00.46 13-6164 GULF SHORE DR. S. WM ABANDONMENT\007 FINAL DESIGN PHASE 100%\EXHIBITS\1300630046 PM01.DWGLEGENDWATER CONNECTIONNOT REQUIRING OPENCUT OF THE ROADWAYWATER CONNECTIONCROSSING ROADWAYVIA OPEN CUT