Loading...
Agenda 07/10/2018 Item #11G07/10/2018 EXECUTIVE SUMMARY Recommendation to award Bid No. 18-7322 to WPM-Southern, LLC, for construction of the West Goodlette-Frank Road Joint Stormwater-Sewer Project in the amount of $14,370,000 (of which $6,715,239 is the responsibility of the County and $7,654,761 is the responsibility of the City of Naples in accordance with the terms of an existing Interlocal Agreement), authorize the Chairman to execute the Contract, authorize the necessary budget amendments (Project No. 60142), contingent on the approval by the City of Naples within 120 days of the revised Notice of Recommendation, and authorize the Chairman to sign a letter to the City of Naples outlining Collier County’s commitment to the project. OBJECTIVE: To award solicitation No. 18-7322 for the construction of potable water, sanitary sewer, and stormwater management facilities to serve properties in an area along Hollygate Lane to the north, US- 41 to the west, Rosemary Lane/Rosemary Court to the south, and Goodlette-Frank Road to the east, contingent on project approval from the City of Naples Council. CONSIDERATIONS: On September 14, 2015 a letter was provided to the City of Naples (City) from Collier County (County) formally requesting joint participation by the parties for a comprehensive solution to provide sanitary sewer and stormwater improvements in an area west of Goodlette -Frank Road and east of US-41 that is currently un-sewered and experiences significant flooding. On September 27, 2016 (Agenda Item 16A9), the Board of County Commissioners (Board) approved an Interlocal Agreement with the City of Naples for a joint project to design and construct stormwater and sanitary sewer facilities in the “West Goodlette” area, and on April 24, 2018 (Agenda Item 16A2), the Board approved the First Amendment to the Interlocal Agreement, which was also approved by the City. The engineering plans were prepared by Q. Grady Minor and Associates, a local consulting firm, selected in accordance with Request for Proposals No. 17-7103. The engineering contract was awarded by the Board on July 11, 2017 (Agenda Item 16A17). Additionally, on November 14, 2017 (Agenda Item 16A13), the Board approved the South Florida Water Management District/Big Cypress Basin (SFWMD/BCB) Agreement No. 4600003762 and authorized any necessary budget amendment to recognize grant funding in the amount of up to $800,000 for the West Goodlette -Frank Road Stormwater Improvement (Project No. 60142). The County advertised Invitation to Bid (ITB) No. 18-7322 for construction on April 13, 2018, in the Naples Daily News, and on the County’s web based bidding portal with BidSync (www.bidsync.com <http://www.bidsync.com>). Eight bids were received by the May 14, 2018 due date. Three of the bidders were deemed non-responsive for failing to comply with the bid submittal requirements to return all required forms with signatures and are shown at the bottom of the list below. PWC, LLC would have been the lowest responsive bidder if they had correctly submitted all required information. Both C ity and County staff will continue to explore various options and grant opportunities to lower project costs. Contractor Bid Amount Responsive/Responsible 1 WPM Southern, LLC $13,353,480.00 Yes/Yes 2 Haskins, Inc. $14,428,152.50 Yes/Yes 3 Quality Enterprises USA, Inc. $14,883,331.50 Yes/Yes 4 Douglas N. Higgins, Inc. $15,668,435.00 Yes/Yes 5 Mitchell & Stark Construction Co., Inc. $17,544,550.00 Yes/Yes * PWC, LLC $11,205,115.00 No/Yes * Andrew Sitework, LLC $13,985,827.30 No/Yes 11.G Packet Pg. 364 07/10/2018 * Ric-Man Construction Florida, Inc. $14,889,266.00 No/Yes The Procurement Services staff and the design engineer tabulated and verified the bids received. WPM Southern, LLC, is the apparent lowest, responsive and responsible bidder. Staff and the design engineer performed a bid analysis to determine if there were any anomalies in the bids and found a math error in the subtotal lines of WPM Southern, LLC. This affected its final price but not the unit pricing for any of the line items. This mathematical error has been corrected by staff resulting in a decrease to WPM’s overall bid by $88,761.00, which is reflected in the bid amount in the above list. On May 18, 2018, WPM Southern, LLC provided an e-mail to Collier County Procurement Services acknowledging the math error and accepting the corrected sub-totals. The design engineer also completed reference checks and compared the bid amount to the engineer’s Opinion of Probable Construction Cost (OPCC). The bid amount is approximately 9% less than the design engineer’s OPCC of $14,347,350.00 for construction, prior to inclusion of contingencies. In accordance with the First Amendment to the Interlocal Agreement, the County and City are to enter into a three-party construction contract with the responsible, responsive and low bid contractor awarded the bid. The County is responsible for payment of construction costs set forth in Section 4 of the Contractor’s Bid Schedule: Stormwater System components and half of the Section 1: General components in its purchase order with the contractor. See Exhibit A-1 to the proposed Agreement. The City of Naples is responsible for payment of construction costs for the Sections 2 and 3 of the Contractor’s Bid Schedule: Water System components and Wastewater System components, respectively, and half of the Section 1: General components with its purchase order with the contractor. Id. A project of this size and complexity is likely to encounter unexpected underground conditions during construction. Section 5 of the Contractor’s Bid Schedule includes a contingency expenditure for this project, developed by City and County staff, should unexpected conditions result in additional expense. Therefore, staff recommends awarding ITBid No. 18-7322 to WMP Southern, LLC, the lowest, responsive and responsible bidder. On June 13, 2018, the City Council of the City of Naples voted to deny the Assessment proposed to be utilized to fund the majority of the City portion of the project, primarily due to the cost to the residents. This project, which represents nearly a 3-year partnership, is intended to address two significant issues: chronic flooding, which was significant during the 2017 rainy season, even pre -Hurricane Irma, and ongoing issues related to septic tank failures and drain field inundation and/or failures. The project is designed for the sewer and stormwater improvements to be constructed together and is the basis for the partnership agreement. Addressing Stormwater without the conversion from septic to sewer will not remedy the failure of existing drain fields. The Stormwater portion of the project will handle stormwater runoff and decrease depth and duration of roadway flooding. It will not lower the average peak level of the ground water table, which is what causes drain fields to be ineffective in treating waste water, and makes the installation of sanitary sewer an essential component of the project. There are numerous studies and publications that link nutrient impacts to groundwater and surrounding surface waters to septic tanks. Septic tanks are designed to remove bacteria, but not eliminate nutrients. Therefore, even properly functioning septic tanks discharge nutrients to the groundwater. The Gordon River Extension (GRE) watershed currently has a Total Maximum Daily Load (TMDL) that requires an overall total nitrogen reduction of 29% to the MS4. The TMDL requires that the surfaces waters in this watershed meet a total nitrogen concentration of 0.074 mg/L. The TMDL was established in 2008. The Florida Department of Environmental Protection (FDEP) performed a groundwater study in the GRE to investigate sources of nutrients from 2014-2016. They found that average total nitrogen in the groundwater in the GRE to be 3.07 mg/L. This is above the TMDL required 0.74 mg/L limit for surface waters within 11.G Packet Pg. 365 07/10/2018 the GRE. Therefore, staff would not recommend a stormwater project in this area that did not also include the needed conversion from septic to sewer as it would increase the pollutant load within the impaired receiving waters. (Water Quality exhibit attached) Since the denial of the proposed Assessment by the City, staff from the City, County and SFWMD/BCB have been working to identify possible alternatives to allow the project to move forward. These options include: 1) additional grant funding in Fiscal Year 2019, if approved by the SFWMD/BCB to assist with the cost of the sewer portion of the project and therefore the related Assessment; 2) a joint request for a Legislative Appropriation for the 2019 Legislative Session to provide funding for the sewer portion of the project and therefore the related Assessment; and 3) apply for a FDEP 319 Grant in the Spring of 2019 to address the private property costs of septic tank abandonment, installation of lateral sewer lines, etc., which would lessen additional costs that would otherwise be the responsibility of the affected property owners. Staff also recommends that the Board authorize the Chairman to sign a letter to the City of Naples outlining the County’s commitment to the West Goodlette-Frank Road Joint Stormwater-Sewer Project. FISCAL IMPACT: Separating the total project bid costs for the County and City results in the following amounts: Section No. County Responsibility City Responsibility 1 General $2,188,227.00 $2,188,227.00 2 Water Improve $0.00 $1,174,050.00 3 Wastewater $0.00 $3,795,526.00 4 Stormwater Imp $4,007,450.00 $0.00 5 Contingencies $519,562.00 $496,958.00 Totals: $6,715,239.00 $7,654,761.00 The County’s portion of the total cost of the project is $6,715,239.00. SFWMD grant funding in the amount of 40% of the stormwater component costs, up to a maximum of $800,000, is available in Growth Management Grant Fund (711) Project 60142. Budget amendments are required to appropriate the required 60% match of $1,200,000 within GMD Match Grant Fund (712). The source of the local match and excess expenditures above the grant reimbursement threshold is Stormwater Capital Improvement Fund (325). The project area is currently maintained by the Road Maintenance Division and is included in the maintenance schedule. Likewise, upon completion of the project, the Stormwater improvements will continue to be maintained by GMD as part of the Stormwater Utility. GROWTH MANAGEMENT IMPACT: The proposed construction project is consistent with the applicable sections of the Stormwater Management and Conservation and Coastal Management elements of the Collier County Growth Management Plan. This project has high prioritization due to the flooding experienced in the neighborhood and has been approved as part of the Annual Update and Inventory Report/Capital Improvement Element and the annual Stormwater Capital Budget. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award ITB No. 18-7322 “West Goodlette-Frank Road Joint Stormwater- Sewer Project” construction contract to WPM-Southern, LLC, in the amount of $14,370,000.00 (County portion is $6,715,239.00); authorize the Chairman to execute the attached contract, contingent on approval by the City of Naples within 120 days of the revised Notice of Recommended Award; authorize the 11.G Packet Pg. 366 07/10/2018 Chairman to sign a letter to the City of Naples outlining the County’s commitment to the project; and authorize all budget amendments necessary to recognize and appropriate funds for the project. PREPARED BY: Amy Patterson, Director, Stormwater Management Section, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. [Linked] WGF 18-7322 WPM-Southern_VendSign Tri-Party Construction Services Agreement (PDF) 2. NORA (001) (PDF) 3. WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (PDF) 4. County Manager Partner Letter to Bill Moss re- Illinois Drive (9-14-15) (PDF) 5. 06-29-18 Gordon River Extension WBID (PDF) 11.G Packet Pg. 367 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 11.G Doc ID: 6134 Item Summary: Recommendation to award Bid No. 18-7322 to WPM-Southern, LLC, for construction of the West Goodlette-Frank Road Joint Stormwater-Sewer Project in the amount of $14,370,000 (of which $6,715,239 is the responsibility of the County and $7,654,761 is the responsibility of the City of Naples in accordance with the terms of an existing Interlocal Agreement), authorize the Chairman to execute the Contract, authorize the necessary budget amendments (Project No. 60142), contingent on the approval by the City of Naples within 120 days of the revised Notice of Recommendation, and authorize the Chairman to sign a letter to the City of Naples outlining Collier County’s commitment to the project. (Amy Patterson, Director, Capital Project Planning, Impact Fees and Program Management) Meeting Date: 07/10/2018 Prepared by: Title: Senior Grants and Housing Coordinator – Capital Project Planning, Impact Fees, and Program Management Name: Gino Santabarbara 06/29/2018 3:12 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 06/29/2018 3:12 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/29/2018 3:25 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 06/29/2018 4:09 PM Growth Management Department Judy Puig Level 1 Reviewer Completed 06/29/2018 4:26 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/29/2018 5:17 PM Procurement Services Adam Northrup Additional Reviewer Completed 07/02/2018 7:42 AM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 07/02/2018 8:26 AM Procurement Services Sandra Herrera Additional Reviewer Completed 07/02/2018 10:28 AM Procurement Services Swainson Hall Additional Reviewer Completed 07/02/2018 10:32 AM Growth Management Department Gino Santabarbara Deputy Department Head Review Skipped 06/29/2018 1:25 PM Growth Management Department Gino Santabarbara Department Head Review Skipped 06/29/2018 3:10 PM Grants Edmond Kushi Level 2 Grants Review Completed 07/02/2018 3:59 PM 11.G Packet Pg. 368 07/10/2018 Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 07/02/2018 4:17 PM County Attorney's Office Scott Teach Additional Reviewer Completed 07/03/2018 8:50 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 07/03/2018 8:57 AM Grants Valerie Fleming Additional Reviewer Skipped 07/03/2018 10:45 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 07/03/2018 10:54 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/03/2018 11:02 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 11.G Packet Pg. 369 11.G.2Packet Pg. 370Attachment: NORA (001) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Civil Engineers  Land Surveyors  Planners  Landscape Architects Q. Grady Minor & Associates, P.A. Ph. 239-947-1144  Fax. 239-947-0375 3800 Via Del Rey EB 0005151  LB 0005151  LC 26000266 Bonita Springs, FL 34134 www.gradyminor.com May 21, 2018 Mr. Adam Northup Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Award Recommendation West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Storm Water - Sewer Improvements Dear Mr. Northrup: Q. Grady Minor & Associates, P.A. (GradyMinor) has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. The scope of the West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Storm Water – Sewer Improvements project (WGF) includes replacing the existing water and storm water systems, the installation of a complete wastewater collection system, and the complete rebuilding of affected roadways. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, PWC Construction. (PWC) is the low bidder with a bid amount of $11,205,115.00, which is approximately 23% less than the project’s Opinion of Probable Construct ion Cost (OPCC) amount of $14,528,367.00. During the bid review process, it was determined PWC did not include the required grant forms, which automatically disqualified PWC. WPM Southern LLC (WPM) was the second lowest bidder with a bid amount of $13,442,241.00, which is approximately 8% less that the project’s OPCC amount of $14,528,367.00. During the bid review it was determined that WPM had calculation errors in their bid schedule which created a discrepancy of $88,761.01. Collier County Purchasing Division contacted WPM and confirmed that WPM will honor the new bid amount of $13,353,480.00, which is approximately 9% less that the project’s OPCC amount of $14,528,367.00. WPM is a general contractor with utility construction experience locally as well as throughout the states of Florida and Texas. The projects provided by WPM as references are primarily commercial site work with WPM as the utility subcontractor. GradyMinor contacted the provided references to discuss if the work performed by WPM was similar in nature to the proposed WGF project and if WPM performed acceptably on the projects. All the references were contacted and we received responses from the following: 1) Marco Island JW Marriot, Marco Island GradyMinor contacted the senior project manager from Austin Industries, who was the general contractor for the Marco Island JW Marriot. The reference contacted provided positive feedback on WPM’s work and confirmed that WPM completed work as their subcontractor which included deep utility installations, but was not within a residential neighborhood. 11.G.3 Packet Pg. 371 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Mr. Adam Northup West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Stormwater-Sewer Improvements Award Recommendation May 21, 2018 Page 2 G:\Engineering\PROJ-ENG\C\CCU230\08CDocs\01Bidding-Addenda-COs-Corr\Bid Submittal\Recommendations for Reward WGF.docx 2) Miami Beach Convention Center, Miami Beach GradyMinor contacted the senior project manager for Clark Construction, the general contractor responsible for the Miami Beach Convention Center. The reference contacted provided positive feedback on WPM’s work and confirmed that WPM completed work as their subcontractor which included deep utility installations within a residential neighborhood 3) Golisano Children’s Hospital, Lee County GradyMinor contacted the general superintendent for Skanska USA Building, the general contractor responsible for the Golisano Children’s Hospital. The reference contacted provided positive feedback regarding WPM’s work contractor, but confirmed that the project did not include deep utility installation nor was it within a residential neighborhood. 4) Cancer Center, Lee County GradyMinor contacted the general superintendent for Skanska USA Building, the general contractor responsible for the Cancer Center. The reference contacted provided positive feedback regarding WPM’s work contractor, but confirmed that the project did not include deep utility installation nor was it within a residential neighborhood. 5) Gulf Coast Medical Center, Lee County GradyMinor contacted the general superintendent for Skanska USA Building, the general contractor responsible for the Gulf Coast Medical Center. The reference contacted provided positive feedback regarding WPM’s work contractor, but confirmed that the project did not include deep utility installation nor was it within a residential neighborhood While WPM only provided one reference project that was similar in nature to the WGF project (deep utility installation within a residential neighborhood), all references that responded to GradyMinor provided positive feedback on WPM’s work. WPM submitted all the required bid forms and is the lowest responsive and responsible bidder. Based on the above information, GradyMinor recommends WPM Southern LLC be awarded the West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Storm Water – Sewer Improvements project in the amount of $13,353,480.00. Please feel free to call me with any questions. Very truly yours, Justin Frederiksen, P.E. Project Manager 11.G.3 Packet Pg. 372 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 WPM Haskins Quality Higgins ITEM NO.DESCRIPTION EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT 1.1 Mobilization/Demobilization (Max 10% of base bid)1 LS $1,300,000.00 1,300,000.00$ 1 LS $1,400,000.00 $1,400,000.00 1 LS $1,438,349.75 $1,438,349.75 1 LS $1,148,000.00 $1,148,000.00 1.2 Maintenance of Traffic 1 LS $975,712.00 975,712.00$ 1 LS $275,000.00 $275,000.00 1 LS $810,306.90 $810,306.90 1 LS $480,000.00 $480,000.00 1.3 Survey Layout & Record Drawings 1 LS $125,800.00 125,800.00$ 1 LS $235,000.00 $235,000.00 1 LS $192,066.66 $192,066.66 1 LS $170,000.00 $170,000.00 1.4 Pre-Construction Video & Photographs 1 LS $32,000.00 32,000.00$ 1 LS $8,000.00 $8,000.00 1 LS $6,643.82 $6,643.82 1 LS $60,000.00 $60,000.00 1.5 Remove, Dispose, and Replace Driveway a.Concrete 6,600 SY $52.00 343,200.00$ 6,600 SY $69.00 $455,400.00 6,600 SY $55.82 $368,412.00 6,600 SY $95.00 $627,000.00 b.Decorative Concrete 1,000 SY $99.00 99,000.00$ 1,000 SY $85.00 $85,000.00 1,000 SY $75.88 $75,880.00 1,000 SY $95.00 $95,000.00 c.Asphalt 1,200 SY $78.00 93,600.00$ 1,200 SY $65.00 $78,000.00 1,200 SY $53.31 $63,972.00 1,200 SY $84.00 $100,800.00 d.Brick Pavers 1,600 SY $93.00 148,800.00$ 1,600 SY $67.25 $107,600.00 1,600 SY $56.02 $89,632.00 1,600 SY $80.00 $128,000.00 1.6 Remove, Dispose, and Replace Sidewalk 2,600 SY $51.00 132,600.00$ 2,600 SY $53.00 $137,800.00 2,600 SY $44.77 $116,402.00 2,600 SY $38.00 $98,800.00 1.7 Road Restoration - Stabilized Subgrade 35,000 SY $7.00 245,000.00$ 35,000 SY $7.00 $245,000.00 35,000 SY $3.83 $134,050.00 35,000 SY $14.00 $490,000.00 1.8 Road Restoration - Limerock Base (6-inch Limerock Base)30,000 SY $11.55 346,500.00$ 30,000 SY $13.75 $412,500.00 30,000 SY $14.34 $430,200.00 30,000 SY $22.00 $660,000.00 1.9 Road Restoration - 2-1/2" Asphalt (Two Lifts)29,000 SY $14.00 406,000.00$ 29,000 SY $17.50 $507,500.00 29,000 SY $21.02 $609,580.00 29,000 SY $34.00 $986,000.00 1.10 Milling & Resurfacing 6,600 SY $13.37 88,242.00$ 6,600 SY $15.50 $102,300.00 6,600 SY $16.74 $110,484.00 6,600 SY $40.00 $264,000.00 1.11 Private Property Tree Removal 100 EA $400.00 40,000.00$ 100 EA $250.00 $25,000.00 100 EA $447.30 $44,730.00 100 EA $300.00 $30,000.00 SECTION 1 SUBTOTAL:$4,376,454.00 $4,074,100.00 $4,490,709.13 $5,337,600.00 SECTION 2: WATER SYSTEM (CITY OF NAPLES) 2.1 6-inch C900 DR18 PVC Water Main Pipelines 14,750 LF $30.00 $442,500.00 14,750 LF $47.00 $693,250.00 14,750 LF $40.98 $604,455.00 14,750 LF $27.00 $398,250.00 2.2 6-inch Gate Valves and Boxes 65 EA $870.00 $56,550.00 65 EA $1,350.00 $87,750.00 65 EA $1,230.70 $79,995.50 65 EA $1,300.00 $84,500.00 2.3 Fire Hydrant Assemblies 35 EA $3,600.00 $126,000.00 35 EA $4,500.00 $157,500.00 35 EA $5,028.12 $175,984.20 35 EA $4,900.00 $171,500.00 2.4 Water Services a.Single Short Water Service 138 EA $1,000.00 $138,000.00 138 EA $1,085.00 $149,730.00 138 EA $893.29 $123,274.02 138 EA $1,200.00 $165,600.00 b.Double Short Water Service 10 EA $1,200.00 $12,000.00 10 EA $1,975.00 $19,750.00 10 EA $1,077.63 $10,776.30 10 EA $1,500.00 $15,000.00 c.Single Long Water Service 155 EA $1,350.00 $209,250.00 155 EA $2,365.00 $366,575.00 155 EA $1,320.72 $204,711.60 155 EA $2,400.00 $372,000.00 d.Double Long Water Service 10 EA $1,500.00 $15,000.00 10 EA $2,500.00 $25,000.00 10 EA $1,648.87 $16,488.70 10 EA $2,700.00 $27,000.00 2.5 Connection to Existing Water Main a.Hollygate Lane/Hemmingway 1 EA $3,000.00 $3,000.00 1 EA $4,500.00 $4,500.00 1 EA $3,837.53 $3,837.53 1 EA $6,000.00 $6,000.00 b.Frank Whiteman Blvd/US 41 1 EA $18,000.00 $18,000.00 1 EA $8,400.00 $8,400.00 1 EA $3,636.34 $3,636.34 1 EA $9,000.00 $9,000.00 c.Ohio Drive/10 Street North 1 EA $3,000.00 $3,000.00 1 EA $4,450.00 $4,450.00 1 EA $3,971.17 $3,971.17 1 EA $6,000.00 $6,000.00 d.Highpoint Circle/14th Street 1 EA $3,000.00 $3,000.00 1 EA $6,045.00 $6,045.00 1 EA $3,960.96 $3,960.96 1 EA $9,000.00 $9,000.00 e.Rosemary/US41 1 EA $18,000.00 $18,000.00 1 EA $8,375.00 $8,375.00 1 EA $3,665.98 $3,665.98 1 EA $9,000.00 $9,000.00 f.Ridge Street/Rosemary Lane 1 EA $2,800.00 $2,800.00 1 EA $4,500.00 $4,500.00 1 EA $3,673.56 $3,673.56 1 EA $6,000.00 $6,000.00 2.6 Bacteriological Sample Points a.Temporary Sample Point 14 EA $600.00 $8,400.00 14 EA $725.00 $10,150.00 14 EA $530.17 $7,422.38 14 EA $1,000.00 $14,000.00 b.Permanent Sample Point 6 EA $1,400.00 $8,400.00 6 EA $2,025.00 $12,150.00 6 EA $2,232.51 $13,395.06 6 EA $2,200.00 $13,200.00 2.7 Air Release Valves 5 EA $3,000.00 $15,000.00 5 EA $2,200.00 $11,000.00 5 EA $2,026.54 $10,132.70 5 EA $3,700.00 $18,500.00 2.8 Grout Abandonment of Existing Water Main (4-inch and Larger)6,000 CF $12.15 $72,900.00 6,000 CF $5.50 $33,000.00 6,000 CF $13.69 $82,140.00 6,000 CF $1.50 $9,000.00 2.9 Remove and Dispose Existing Water Main (4-inch and Larger)1,000 LF $22.25 $22,250.00 1,000 LF $13.50 $13,500.00 1,000 LF $20.94 $20,940.00 1,000 LF $18.00 $18,000.00 SECTION 2 SUBTOTAL:$1,174,050.00 $1,615,625.00 $1,372,461.00 $1,351,550.00 SECTION 1: GENERAL (CITY OF NAPLES/COLLIER COUNTY) 11.G.3 Packet Pg. 373 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 ITEM NO.DESCRIPTION EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT SECTION 3: WASTEWATER SYSTEM (CITY OF NAPLES) 3.1 Force Main Pipelines a.4-inch DR11 HDPE (Directional Drilled)190 LF $2,800.00 $532,000.00 190 LF $50.00 $9,500.00 190 LF $42.86 $8,143.40 190 LF $100.00 $19,000.00 b.4-inch C900 DR18 PVC 80 LF $181.00 $14,480.00 80 LF $300.00 $24,000.00 80 LF $41.69 $3,335.20 80 LF $33.00 $2,640.00 c.6-inch C900 DR18 PVC 1,625 LF $50.00 $81,250.00 1,625 LF $44.50 $72,312.50 1,625 LF $60.57 $98,426.25 1,625 LF $33.00 $53,625.00 c.8-inch C900 DR18 PVC 2,650 LF $53.00 $140,450.00 2,650 LF $54.00 $143,100.00 2,650 LF $42.19 $111,803.50 2,650 LF $44.00 $116,600.00 3.2 10-inch PVC Gravity Sewer a.(0-6 Feet)1,250 LF $67.00 $83,750.00 1,250 LF $90.00 $112,500.00 1,250 LF $87.21 $109,012.50 1,250 LF $42.00 $52,500.00 b.(6-10 Feet)9,550 LF $70.00 $668,500.00 9,550 LF $102.00 $974,100.00 9,550 LF $105.65 $1,008,957.50 9,550 LF $68.00 $649,400.00 c.(10-14 Feet)5,500 LF $82.00 $451,000.00 5,500 LF $125.00 $687,500.00 5,500 LF $139.20 $765,600.00 5,500 LF $114.00 $627,000.00 d.(14+ Feet)950 EA $110.00 $104,500.00 950 EA $156.00 $148,200.00 950 EA $196.28 $186,466.00 950 EA $160.00 $152,000.00 3.3 Sanitary Sewer Service Lateral 350 EA $2,225.00 $778,750.00 350 EA $1,450.00 $507,500.00 350 EA $2,066.89 $723,411.50 350 EA $1,600.00 $560,000.00 3.4 Air Release Valves 8 EA $2,900.00 $23,200.00 8 EA $5,700.00 $45,600.00 8 EA $2,898.14 $23,185.12 8 EA $6,000.00 $48,000.00 3.5 Resilient Seat Gate Valves and Boxes a.4-inch 2 EA $787.00 $1,574.00 2 EA $1,705.00 $3,410.00 2 EA $1,697.99 $3,395.98 2 EA $1,200.00 $2,400.00 b.6-inch 6 EA $912.00 $5,472.00 6 EA $2,375.00 $14,250.00 6 EA $1,230.87 $7,385.22 6 EA $1,600.00 $9,600.00 c.8-inch 4 EA $1,300.00 $5,200.00 4 EA $2,930.00 $11,720.00 4 EA $1,562.59 $6,250.36 4 EA $2,600.00 $10,400.00 d.6-inch insert valve 1 EA $9,200.00 $9,200.00 1 EA $14,800.00 $14,800.00 1 EA $12,168.39 $12,168.39 1 EA $11,000.00 $11,000.00 3.6 Precast Concrete Manholes a.(0-6 Feet)8 EA $6,200.00 $49,600.00 8 EA $5,275.00 $42,200.00 8 EA $4,896.07 $39,168.56 8 EA $20,000.00 $160,000.00 b.(6-10 Feet)25 EA $7,300.00 $182,500.00 25 EA $6,355.00 $158,875.00 25 EA $6,729.51 $168,237.75 25 EA $27,000.00 $675,000.00 c.(10-14 Feet)16 EA $10,200.00 $163,200.00 16 EA $8,740.00 $139,840.00 16 EA $10,019.60 $160,313.60 16 EA $36,000.00 $576,000.00 d.(14+ Feet)4 EA $12,000.00 $48,000.00 4 EA $13,755.00 $55,020.00 4 EA $17,701.96 $70,807.84 4 EA $43,000.00 $172,000.00 3.7 New Wastewater Pump Station a.PS 132 1 LS $185,000.00 $185,000.00 1 LS $255,000.00 $255,000.00 1 LS $320,322.97 $320,322.97 1 LS $185,000.00 $185,000.00 b.PS 133 1 LS $235,000.00 $235,000.00 1 LS $285,000.00 $285,000.00 1 LS $371,574.10 $371,574.10 1 LS $185,000.00 $185,000.00 3.8 PS 72 & 73 Discharge Tie-in 1 LS $8,900.00 $8,900.00 1 LS $25,000.00 $25,000.00 1 LS $9,875.13 $9,875.13 1 LS $20,000.00 $20,000.00 3.9 PS 133 Emergency Diesel Pumping System (EDPS) Installation 1 LS $24,000.00 $24,000.00 1 LS $18,995.00 $18,995.00 1 LS $15,166.02 $15,166.02 1 LS $25,000.00 $25,000.00 SECTION 3 SUBTOTAL:$3,795,526.00 $3,748,422.50 $4,223,006.89 $4,312,165.00 11.G.3 Packet Pg. 374 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 ITEM NO.DESCRIPTION EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT SECTIO 4.1 15-inch Perforated HDPE Pipe 2,750 LF $61.00 $167,750.00 2,750 LF $82.00 $225,500.00 2,750 LF $67.33 $185,157.50 2,750 LF $92.00 $253,000.00 4.2 18-inch Perforated HDPE Pipe 2,500 LF $65.00 $162,500.00 2,500 LF $88.00 $220,000.00 2,500 LF $79.06 $197,650.00 2,500 LF $94.00 $235,000.00 4.3 24-inch Perforated HDPE Pipe 3,500 LF $78.00 $273,000.00 3,500 LF $111.50 $390,250.00 3,500 LF $100.70 $352,450.00 3,500 LF $116.00 $406,000.00 4.4 HDPE Pipe a.15-inch 10,500 LF $65.00 $682,500.00 10,500 LF $78.00 $819,000.00 10,500 LF $52.96 $556,080.00 10,500 LF $59.00 $619,500.00 b.18-inch 1,000 LF $68.00 $68,000.00 1,000 LF $82.50 $82,500.00 1,000 LF $58.30 $58,300.00 1,000 LF $69.00 $69,000.00 c.24-inch 3,000 LF $80.00 $240,000.00 3,000 LF $100.00 $300,000.00 3,000 LF $81.28 $243,840.00 3,000 LF $83.00 $249,000.00 d.30-inch 2,500 LF $96.00 $240,000.00 2,500 LF $128.00 $320,000.00 2,500 LF $110.36 $275,900.00 2,500 LF $131.00 $327,500.00 e.36-inch 800 LF $102.00 $81,600.00 800 LF $140.00 $112,000.00 800 LF $116.25 $93,000.00 800 LF $156.00 $124,800.00 4.5 RCP a.15-inch 5,000 LF $70.00 $350,000.00 5,000 LF $71.00 $355,000.00 5,000 LF $80.27 $401,350.00 5,000 LF $140.00 $700,000.00 b.18-inch 400 LF $75.00 $30,000.00 400 LF $78.50 $31,400.00 400 LF $79.00 $31,600.00 400 LF $141.00 $56,400.00 c.24-inch 750 LF $88.00 $66,000.00 750 LF $98.00 $73,500.00 750 LF $105.47 $79,102.50 750 LF $155.00 $116,250.00 d.30-inch 450 LF $105.00 $47,250.00 450 LF $120.00 $54,000.00 450 LF $139.87 $62,941.50 450 LF $175.00 $78,750.00 e.36-inch 500 LF $125.00 $62,500.00 500 LF $160.00 $80,000.00 500 LF $213.87 $106,935.00 500 LF $250.00 $125,000.00 4.6 Concrete Mitered End Sections a.15-inch 147 EA $450.00 $66,150.00 147 EA $1,270.00 $186,690.00 147 EA $1,518.93 $223,282.71 147 EA $1,100.00 $161,700.00 b.18-inch 1 EA $500.00 $500.00 1 EA $1,380.00 $1,380.00 1 EA $1,574.34 $1,574.34 1 EA $1,900.00 $1,900.00 c.30-inch 1 EA $1,400.00 $1,400.00 1 EA $2,750.00 $2,750.00 1 EA $2,871.82 $2,871.82 1 EA $2,700.00 $2,700.00 d.36-inch 1 EA $1,800.00 $1,800.00 1 EA $3,500.00 $3,500.00 1 EA $3,236.14 $3,236.14 1 EA $3,100.00 $3,100.00 4.7 Catch Basins a.Ditch Bottom Inlet Type C 146 EA $2,100.00 $306,600.00 146 EA $3,230.00 $471,580.00 146 EA $2,751.95 $401,784.70 146 EA $1,800.00 $262,800.00 b.Ditch Bottom Inlet Type E 32 EA $3,500.00 $112,000.00 32 EA $4,240.00 $135,680.00 32 EA $4,163.75 $133,240.00 32 EA $3,700.00 $118,400.00 c.Ditch Bottom Inlet Type E w/ Weir Wall 4 EA $3,500.00 $14,000.00 4 EA $4,130.00 $16,520.00 4 EA $4,120.56 $16,482.24 4 EA $5,200.00 $20,800.00 4.8 Cylindrical Junction Structures 6 EA $2,100.00 $12,600.00 6 EA $3,770.00 $22,620.00 6 EA $3,763.72 $22,582.32 6 EA $3,500.00 $21,000.00 4.9 Concrete Headwall 2 EA $2,200.00 $4,400.00 2 EA $5,660.00 $11,320.00 2 EA $1,600.01 $3,200.02 2 EA $12,000.00 $24,000.00 4.10 Inline Yard Drain (LD)196 EA $1,200.00 $235,200.00 196 EA $1,160.00 $227,360.00 196 EA $1,109.54 $217,469.84 196 EA $850.00 $166,600.00 4.11 Type X Yard Drain (YD)72 EA $1,600.00 $115,200.00 72 EA $1,950.00 $140,400.00 72 EA $3,127.40 $225,172.80 72 EA $2,600.00 $187,200.00 4.12 Valley Gutter 160 LF $15.00 $2,400.00 160 LF $17.50 $2,800.00 160 LF $24.16 $3,865.60 160 LF $42.00 $6,720.00 4.13 J-Bottom a.5'x 5' Modified Top 12 EA $3,800.00 $45,600.00 12 EA $5,400.00 $64,800.00 12 EA $5,686.41 $68,236.92 12 EA $6,200.00 $74,400.00 b.5'x 5' Valley Gutter Inlet 1 EA $3,200.00 $3,200.00 1 EA $5,225.00 $5,225.00 1 EA $5,299.83 $5,299.83 1 EA $6,900.00 $6,900.00 c.5'x 5' Modified Top with USF 170 Ring and Type E Cover 1 EA $4,300.00 $4,300.00 1 EA $4,060.00 $4,060.00 1 EA $5,138.27 $5,138.27 1 EA $6,800.00 $6,800.00 d.5'x 5' Mono Top w/ USF 170, Type E, & C Cover w/ Weir Wall 1 EA $4,300.00 $4,300.00 1 EA $5,100.00 $5,100.00 1 EA $6,094.73 $6,094.73 1 EA $8,500.00 $8,500.00 e.5'x 7' Mono Top w/ USF 170, Type E, & C Cover w/ Weir Wall 1 EA $4,500.00 $4,500.00 1 EA $6,950.00 $6,950.00 1 EA $8,997.24 $8,997.24 1 EA $11,000.00 $11,000.00 f.5'x 7' Mono Top w/ two USF 170 & Type E Cover w/ Weir Wall 2 EA $4,500.00 $9,000.00 2 EA $7,210.00 $14,420.00 2 EA $9,343.32 $18,686.64 2 EA $11,500.00 $23,000.00 4.14 Connection to Existing Storm Structure 4 EA $2,800.00 $11,200.00 4 EA $3,615.00 $14,460.00 4 EA $4,448.34 $17,793.36 4 EA $2,200.00 $8,800.00 4.15 Connection of Existing Storm Pipe to New Storm Structure 4 EA $2,500.00 $10,000.00 4 EA $2,310.00 $9,240.00 4 EA $4,448.34 $17,793.36 4 EA $1,400.00 $5,600.00 4.16 Box Culvert 2 EA $136,000.00 $272,000.00 2 EA $190,000.00 $380,000.00 2 EA $226,272.55 $452,545.10 2 EA $80,000.00 $160,000.00 4.17 Swale Grading 25,000 LF $12.00 $300,000.00 25,000 LF $8.00 $200,000.00 25,000 LF $11.90 $297,500.00 25,000 LF $1.00 $25,000.00 SECTION 4 SUBTOTAL:$4,007,450.00 $4,990,005.00 $4,797,154.48 $4,667,120.00 SUMMARY Section 1: General $4,376,454.00 $4,074,100.00 $4,490,709.13 $5,337,600.00 Section 2: Water System $1,174,050.00 $1,615,625.00 $1,372,461.00 $1,351,550.00 Section 3: Wastewater System $3,795,526.00 $3,748,422.50 $4,223,006.89 $4,312,165.00 Section 4: Stormwater System $4,007,450.00 $4,990,005.00 $4,797,154.48 $4,667,120.00 TOTAL:$13,353,480.00 $14,428,152.50 $14,883,331.50 $15,668,435.00 11.G.3 Packet Pg. 375 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 ITEM NO.DESCRIPTION EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT BID ALTERNATE SECTION 3: WASTEWATER SYSTEM (ALTERNATE 1) 3.6 ALT Polymer Precast Concrete Manholes a.(0-6 Feet)8 EA $5,800.00 $46,400.00 8 EA $9,700.00 $77,600.00 8 EA $7,393.35 $59,146.80 8 EA $21,000.00 $168,000.00 b.(6-10 Feet)25 EA $7,800.00 $195,000.00 25 EA $10,765.00 $269,125.00 25 EA $9,049.20 $226,230.00 25 EA $28,000.00 $700,000.00 c.(10-14 Feet)16 EA $9,000.00 $144,000.00 16 EA $12,350.00 $197,600.00 16 EA $12,564.79 $201,036.64 16 EA $37,000.00 $592,000.00 d.(14+ Feet)4 EA $10,300.00 $41,200.00 4 EA $17,650.00 $70,600.00 4 EA $18,144.64 $72,578.56 4 EA $44,000.00 $176,000.00 SECTION 3 (ALTERNATE 1) SUBTOTAL:$426,600.00 $614,925.00 $558,992.00 $1,636,000.00 1. Bid Response Form X X X X 2. Key Personnel X X X X 3. Material Manufacturers X X X X 4. List of Major Subcontractors X X X X 5. Statement of Experience of Bidder X X X X 6. Trench Safety Act X X X X 7. Bid Bond X X X X 8. Insurance X X X X 9. Conflict of Interest X X X X 10. Vendor Declaration X X X X 11. Immigration Law Afidavit Certification X X X X 12. W9/Substitute W9 X X X X 13. Bidder Checklist X X X X E-Verify X X X Grant Forms X X X X 11.G.3 Packet Pg. 376 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 Mitchell and Stark PWC Andrew Sitework Ric-Man EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT 1 LS $1,000,000 $1,000,000.00 1 LS $1,015,000.00 $1,015,000.00 1 LS $1,323,397.00 $1,323,397.00 1 LS $1,469,658.00 $1,469,658.00 1 LS $970,000 $970,000.00 1 LS $410,000.00 $410,000.00 1 LS $283,532.00 $283,532.00 1 LS $198,168.00 $198,168.00 1 LS $210,000 $210,000.00 1 LS $257,000.00 $257,000.00 1 LS $281,340.00 $281,340.00 1 LS $63,402.00 $63,402.00 1 LS $52,000 $52,000.00 1 LS $20,000.00 $20,000.00 1 LS $18,396.00 $18,396.00 1 LS $44,254.00 $44,254.00 6,600 SY $77 $508,200.00 6,600 SY $65.00 $429,000.00 6,600 SY $64.67 $426,822.00 6,600 SY $77.00 $508,200.00 1,000 SY $122 $122,000.00 1,000 SY $95.00 $95,000.00 1,000 SY $143.00 $143,000.00 1,000 SY $102.00 $102,000.00 1,200 SY $78 $93,600.00 1,200 SY $45.00 $54,000.00 1,200 SY $50.00 $60,000.00 1,200 SY $34.00 $40,800.00 1,600 SY $80 $128,000.00 1,600 SY $90.00 $144,000.00 1,600 SY $82.00 $131,200.00 1,600 SY $82.00 $131,200.00 2,600 SY $48 $124,800.00 2,600 SY $65.00 $169,000.00 2,600 SY $60.00 $156,000.00 2,600 SY $80.00 $208,000.00 35,000 SY $5 $175,000.00 35,000 SY $6.00 $210,000.00 35,000 SY $8.50 $297,500.00 35,000 SY $4.00 $140,000.00 30,000 SY $11 $322,500.00 30,000 SY $12.00 $360,000.00 30,000 SY $11.00 $330,000.00 30,000 SY $20.00 $600,000.00 29,000 SY $16 $464,000.00 29,000 SY $15.00 $435,000.00 29,000 SY $18.30 $530,700.00 29,000 SY $16.00 $464,000.00 6,600 SY $17 $111,870.00 6,600 SY $17.00 $112,200.00 6,600 SY $16.50 $108,900.00 6,600 SY $18.00 $118,800.00 100 EA $3,000 $300,000.00 100 EA $320.00 $32,000.00 100 EA $255.00 $25,500.00 100 EA $1,268.00 $126,800.00 $4,581,970.00 $3,742,200.00 $4,116,287.00 $4,215,282.00 14,750 LF $92 $1,353,755.00 14,750 LF $40.00 $590,000.00 14,750 LF $28.00 $413,000.00 14,750 LF $47.00 $693,250.00 65 EA 1,350 $87,750.00 65 EA $1,800.00 $117,000.00 65 EA $1,200.00 $78,000.00 65 EA $1,879.00 $122,135.00 35 EA $5,470 $191,450.00 35 EA $4,100.00 $143,500.00 35 EA $4,690.00 $164,150.00 35 EA $5,286.00 $185,010.00 138 EA $1,420 $195,960.00 138 EA $700.00 $96,600.00 138 EA $995.60 $137,392.80 138 EA $1,612.00 $222,456.00 10 EA $2,010 $20,100.00 10 EA $1,500.00 $15,000.00 10 EA $1,262.00 $12,620.00 10 EA $1,803.00 $18,030.00 155 EA $2,770 $429,350.00 155 EA $1,100.00 $170,500.00 155 EA $1,552.50 $240,637.50 155 EA $2,351.00 $364,405.00 10 EA $2,240 $22,400.00 10 EA $2,000.00 $20,000.00 10 EA $1,716.50 $17,165.00 10 EA $2,475.00 $24,750.00 1 EA $6,860 $6,860.00 1 EA $4,400.00 $4,400.00 1 EA $3,984.00 $3,984.00 1 EA $4,495.00 $4,495.00 1 EA $5,160 $5,160.00 1 EA $5,600.00 $5,600.00 1 EA $6,482.00 $6,482.00 1 EA $13,383.00 $13,383.00 1 EA $6,590 $6,590.00 1 EA $5,320.00 $5,320.00 1 EA $6,802.00 $6,802.00 1 EA $4,282.00 $4,282.00 1 EA $6,860 $6,860.00 1 EA $6,600.00 $6,600.00 1 EA $3,716.00 $3,716.00 1 EA $4,613.00 $4,613.00 1 EA $8,060 $8,060.00 1 EA $6,900.00 $6,900.00 1 EA $8,892.00 $8,892.00 1 EA $11,627.00 $11,627.00 1 EA $6,540 $6,540.00 1 EA $6,100.00 $6,100.00 1 EA $4,552.00 $4,552.00 1 EA $8,582.00 $8,582.00 14 EA $410 $5,740.00 14 EA $500.00 $7,000.00 14 EA $1,132.00 $15,848.00 14 EA $672.00 $9,408.00 6 EA $2,250 $13,500.00 6 EA $2,600.00 $15,600.00 6 EA $1,886.00 $11,316.00 6 EA $1,821.00 $10,926.00 5 EA $3,410 $17,050.00 5 EA $4,100.00 $20,500.00 5 EA $2,522.00 $12,610.00 5 EA $5,243.00 $26,215.00 6,000 CF $12 $72,000.00 6,000 CF $20.00 $120,000.00 6,000 CF $14.20 $85,200.00 6,000 CF $20.00 $120,000.00 1,000 LF $25 $25,000.00 1,000 LF $60.00 $60,000.00 1,000 LF $15.50 $15,500.00 1,000 LF $20.00 $20,000.00 $2,474,125.00 $1,410,620.00 $1,237,867.30 $1,863,567.00 11.G.3 Packet Pg. 377 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT 190 LF $166 $31,540.00 190 LF $325.00 $61,750.00 190 LF $87.20 $16,568.00 190 LF $104.00 $19,760.00 80 LF $110 $8,800.00 80 LF $105.00 $8,400.00 80 LF $67.00 $5,360.00 80 LF $46.00 $3,680.00 1,625 LF $88 $142,252.50 1,625 LF $60.00 $97,500.00 1,625 LF $32.80 $53,300.00 1,625 LF $44.00 $71,500.00 2,650 LF $92 $243,217.00 2,650 LF $70.00 $185,500.00 2,650 LF $34.70 $91,955.00 2,650 LF $64.00 $169,600.00 1,250 LF $92 $115,000.00 1,250 LF $60.00 $75,000.00 1,250 LF $75.40 $94,250.00 1,250 LF $61.00 $76,250.00 9,550 LF $138 $1,317,900.00 9,550 LF $75.00 $716,250.00 9,550 LF $99.20 $947,360.00 9,550 LF $102.00 $974,100.00 5,500 LF $173 $951,500.00 5,500 LF $80.00 $440,000.00 5,500 LF $144.50 $794,750.00 5,500 LF $133.00 $731,500.00 950 EA $209 $198,550.00 950 EA $105.00 $99,750.00 950 EA $189.20 $179,740.00 950 EA $217.00 $206,150.00 350 EA $1,530 $535,500.00 350 EA $1,500.00 $525,000.00 350 EA $1,667.00 $583,450.00 350 EA $1,388.00 $485,800.00 8 EA $8,830 $70,640.00 8 EA $4,100.00 $32,800.00 8 EA $6,331.00 $50,648.00 8 EA $23,744.00 $189,952.00 2 EA $1,130 $2,260.00 2 EA $2,700.00 $5,400.00 2 EA $1,076.00 $2,152.00 2 EA $3,181.00 $6,362.00 6 EA $1,290 $7,740.00 6 EA $2,450.00 $14,700.00 6 EA $1,231.00 $7,386.00 6 EA $7,104.00 $42,624.00 4 EA $1,620 $6,480.00 4 EA $3,100.00 $12,400.00 4 EA $1,625.00 $6,500.00 4 EA $8,394.00 $33,576.00 1 EA $20,600 $20,600.00 1 EA $5,220.00 $5,220.00 1 EA $9,346.00 $9,346.00 1 EA $16,115.00 $16,115.00 8 EA $7,500 $60,000.00 8 EA $5,600.00 $44,800.00 8 EA $6,887.00 $55,096.00 8 EA $5,717.00 $45,736.00 25 EA $9,060 $226,500.00 25 EA $7,200.00 $180,000.00 25 EA $8,562.00 $214,050.00 25 EA $6,067.00 $151,675.00 16 EA $11,750 $188,000.00 16 EA $10,000.00 $160,000.00 16 EA $12,169.00 $194,704.00 16 EA $7,790.00 $124,640.00 4 EA $14,540 $58,160.00 4 EA $13,800.00 $55,200.00 4 EA $18,311.00 $73,244.00 4 EA $13,779.00 $55,116.00 1 LS $185,000 $185,000.00 1 LS $285,000.00 $285,000.00 1 LS $587,423.00 $587,423.00 1 LS $208.00 $208.00 1 LS $230,000 $230,000.00 1 LS $325,000.00 $325,000.00 1 LS $558,175.00 $558,175.00 1 LS $310,990.00 $310,990.00 1 LS $19,140 $19,140.00 1 LS $45,000.00 $45,000.00 1 LS $12,000.00 $12,000.00 1 LS $37,734.00 $37,734.00 1 LS $75,000 $75,000.00 1 LS $40,000.00 $40,000.00 1 LS $24,749.00 $24,749.00 1 LS $5,789.00 $5,789.00 $4,693,779.50 $3,414,670.00 $4,562,206.00 $3,758,857.00 11.G.3 Packet Pg. 378 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT 2,750 LF $97 $267,190.00 2,750 LF $38.00 $104,500.00 2,750 LF $41.60 $114,400.00 2,750 LF $61.00 $167,750.00 2,500 LF $101 $253,425.00 2,500 LF $38.00 $95,000.00 2,500 LF $42.10 $105,250.00 2,500 LF $58.00 $145,000.00 3,500 LF $119 $416,185.00 3,500 LF $52.00 $182,000.00 3,500 LF $58.60 $205,100.00 3,500 LF $73.00 $255,500.00 10,500 LF $97 $1,014,300.00 10,500 LF $30.00 $315,000.00 10,500 LF $35.50 $372,750.00 10,500 LF $51.00 $535,500.00 1,000 LF $105 $105,030.00 1,000 LF $35.00 $35,000.00 1,000 LF $53.90 $53,900.00 1,000 LF $54.00 $54,000.00 3,000 LF $120 $358,620.00 3,000 LF $45.00 $135,000.00 3,000 LF $56.70 $170,100.00 3,000 LF $73.00 $219,000.00 2,500 LF $137 $342,450.00 2,500 LF $55.00 $137,500.00 2,500 LF $90.00 $225,000.00 2,500 LF $108.00 $270,000.00 800 LF $157 $125,376.00 800 LF $65.00 $52,000.00 800 LF $75.00 $60,000.00 800 LF $186.00 $148,800.00 5,000 LF $109 $543,900.00 5,000 LF $38.00 $190,000.00 5,000 LF $58.20 $291,000.00 5,000 LF $82.00 $410,000.00 400 LF $119 $47,732.00 400 LF $45.00 $18,000.00 400 LF $78.00 $31,200.00 400 LF $101.00 $40,400.00 750 LF $133 $99,982.50 750 LF $60.00 $45,000.00 750 LF $103.00 $77,250.00 750 LF $66.00 $49,500.00 450 LF $170 $76,599.00 450 LF $75.00 $33,750.00 450 LF $131.10 $58,995.00 450 LF $128.00 $57,600.00 500 LF $200 $99,750.00 500 LF $100.00 $50,000.00 500 LF $146.00 $73,000.00 500 LF $136.00 $68,000.00 147 EA $1,350 $198,450.00 147 EA $540.00 $79,380.00 147 EA $1,571.00 $230,937.00 147 EA $1,310.00 $192,570.00 1 EA $1,600 $1,600.00 1 EA $2,235.00 $2,235.00 1 EA $1,828.00 $1,828.00 1 EA $4,485.00 $4,485.00 1 EA $2,560 $2,560.00 1 EA $3,000.00 $3,000.00 1 EA $2,794.00 $2,794.00 1 EA $5,348.00 $5,348.00 1 EA $3,180 $3,180.00 1 EA $2,050.00 $2,050.00 1 EA $3,241.00 $3,241.00 1 EA $5,738.00 $5,738.00 146 EA $3,980 $581,080.00 146 EA $1,835.00 $267,910.00 146 EA $2,282.00 $333,172.00 146 EA $3,780.00 $551,880.00 32 EA $6,140 $196,480.00 32 EA $2,200.00 $70,400.00 32 EA $3,493.00 $111,776.00 32 EA $6,114.00 $195,648.00 4 EA $4,190 $16,760.00 4 EA $3,750.00 $15,000.00 4 EA $3,983.00 $15,932.00 4 EA $4,388.00 $17,552.00 6 EA $5,040 $30,240.00 6 EA $5,300.00 $31,800.00 6 EA $5,991.00 $35,946.00 6 EA $6,257.00 $37,542.00 2 EA $3,100 $6,200.00 2 EA $5,500.00 $11,000.00 2 EA $16,268.00 $32,536.00 2 EA $13,656.00 $27,312.00 196 EA $1,110 $217,560.00 196 EA $900.00 $176,400.00 196 EA $1,300.00 $254,800.00 196 EA $540.00 $105,840.00 72 EA $1,290 $92,880.00 72 EA $1,350.00 $97,200.00 72 EA $1,661.00 $119,592.00 72 EA $2,641.00 $190,152.00 160 LF $50 $8,000.00 160 LF $60.00 $9,600.00 160 LF $34.00 $5,440.00 160 LF $104.00 $16,640.00 12 EA $4,650 $55,800.00 12 EA $1,700.00 $20,400.00 12 EA $8,451.00 $101,412.00 12 EA $7,055.00 $84,660.00 1 EA $5,326 $5,326.00 1 EA $11,750.00 $11,750.00 1 EA $4,387.00 $4,387.00 1 EA $10,890.00 $10,890.00 1 EA $5,380 $5,380.00 1 EA $6,350.00 $6,350.00 1 EA $4,408.00 $4,408.00 1 EA $4,649.00 $4,649.00 1 EA $4,850 $4,850.00 1 EA $6,350.00 $6,350.00 1 EA $7,328.00 $7,328.00 1 EA $5,885.00 $5,885.00 1 EA $5,910 $5,910.00 1 EA $6,350.00 $6,350.00 1 EA $9,033.00 $9,033.00 1 EA $9,199.00 $9,199.00 2 EA $6,940 $13,880.00 2 EA $6,350.00 $12,700.00 2 EA $8,342.00 $16,684.00 2 EA $9,481.00 $18,962.00 4 EA $1,500 $6,000.00 4 EA $4,000.00 $16,000.00 4 EA $1,830.00 $7,320.00 4 EA $9,601.00 $38,404.00 4 EA $1,500 $6,000.00 4 EA $6,000.00 $24,000.00 4 EA $765.00 $3,060.00 4 EA $5,699.00 $22,796.00 2 EA $243,000 $486,000.00 2 EA $100,000.00 $200,000.00 2 EA $241,823.00 $483,646.00 2 EA $154,679.00 $309,358.00 25,000 LF $4 $100,000.00 25,000 LF $7.00 $175,000.00 25,000 LF $17.85 $446,250.00 25,000 LF $31.00 $775,000.00 $5,794,675.50 $2,637,625.00 $4,069,467.00 $5,051,560.00 $4,581,970.00 $3,742,200.00 $4,116,287.00 $4,215,282.00 $2,474,125.00 $1,410,620.00 $1,237,867.30 $1,863,567.00 $4,693,779.50 $3,414,670.00 $4,562,206.00 $3,758,857.00 $5,794,675.50 $2,637,625.00 $4,069,467.00 $5,051,560.00 $17,544,550.00 $11,205,115.00 $13,985,827.30 $14,889,266.00 11.G.3 Packet Pg. 379 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Project Manager: Robert Wily/Allyson Holland Procurement: Adam Northrup 18-7322 - West Goodlette Frank Road Area Joint Stormwater-Sewer Project Notices: 17390 Viewed: 133 Bids: 8 EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT EST. QTY.UNIT UNIT PRICE AMOUNT 8 EA $14,200.00 $113,600.00 8 EA $6,550.00 $52,400.00 8 EA $8,167.00 $65,336.00 8 EA $5,044.00 $40,352.00 25 EA $17,310.00 $432,750.00 25 EA $9,000.00 $225,000.00 25 EA $9,842.00 $246,050.00 25 EA $54,734.00 $1,368,350.00 16 EA $21,900.00 $350,400.00 16 EA $13,000.00 $208,000.00 16 EA $13,449.00 $215,184.00 16 EA $6,196.00 $99,136.00 4 EA $29,080.00 $116,320.00 4 EA $15,500.00 $62,000.00 4 EA $19,591.00 $78,364.00 4 EA $24,024.00 $96,096.00 $1,013,070.00 $547,400.00 $604,934.00 $1,603,934.00 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X NO NO NO 11.G.3 Packet Pg. 380 Attachment: WGF 18-7322 Bid Recommendation Letter from EOR (QGM 5-21-18) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Office of the County Manager Leo E. Ochs, Jr. 3299 Tamiami Tra∥East,Sute 202・ Naples F oHda 34112‐5746・ (239)252‐8383・ FAX:(239)2524010 September 14′2015 Mr Bill Moss,City Manager City of Naples City Ha∥ 735 Eight Street South l'd like to take this opportunity to thank you and your staff for taking time out of your busy schedules to meet with Davld Wllkison and the members of his team to discuss lllinols Drlve. lwas pleased to hear from David that the City is willing to consider partnering with the County to explore a comprehensive solution to effectuate sanitary sewer and stormwater improvements in this area. As such I would like to take this opportunity to formally request that the City of Naples partner with Collier County on this very important project. David has informed me that .ioint participation by the City and County on this project will be regarded favorably by granting agencies such as the Big Cypress Basin ofthe South Florida Water Management District. Again thanks for meeting with our team and we look forward to partnering with the City on this very important project. Nick Casalanguida, Deputy County Manager David wilkison, Growth ManaBement Department Head Jerry Kurtz, Principal Stormwater Planner Leυ E Ochs′Jr 11.G.7 Packet Pg. 381 Attachment: County Manager Partner Letter to Bill Moss re- Illinois Drive (9-14-15) (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer The Gordon River Extension (GRE) watershed had a Total Maximum Daily Load (TMDL) established in 2008. The TMDL is based on a dissolved oxygen impairment, but the causative pollutant was found to be total nitrogen. The TMDL calls for a 29% reduction of nitrogen loads to the watershed to meet a target concentration of total nitrogen in the surface waters of 0.74 mg/L. Because groundwater can impact surface waters in Florida, the Florida Department of Environmental Protection [FDEP (2017)] began monitoring the shallow groundwater aquifer in 2014 in several TMDL watersheds in southwest Florida to determine sources of nutrients (nitrogen and phosphorus). This two-year study involved quarterly monitoring from areas of different land use types, including agriculture, golf courses, residential and commercial development areas. Sources of nutrients in the GRE included fertilizer, reuse water, and septic tanks. FDEP’s study found that average total nitrogen in the groundwater in the GRE to be 3.07 mg/L. This is above the TMDL required 0.74 mg/L target for surface waters within the GRE indicating groundwater nutrient loads are contributing surface water impairments. FDEP does routine assessments to determine if a waterbody is meeting water quality standards. The most recent assessment (02/18/2018) indicates that Gordon River Extension, in addition to total nitrogen, is not meeting water quality standards for fecal coliform. The receiving waters downstream (Gordon River—Marine Segment) are not meeting water quality standards for total nitrogen, Enterococcus bacteria and chlorophyll-a (a plant pigment used to measure nutrient pollution). These waters will likely be declared as “impaired” in 2019. TMDLs will most likely follow. Figure 1. Gordon River Extension and Gordon River Marine Segment watersheds 11.G.8 Packet Pg. 382 Attachment: 06-29-18 Gordon River Extension WBID (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Improperly functioning septic tanks have been reported in the Goodlette-Frank Rd. ditch basin. Additionally, septic tanks cannot function properly when the drainfield is flooded or the water table is too shallow. If septic tank failures result in sewage release, flood waters could be contaminated with human pathogens potentially causing health impacts to anyone in contact with the flood waters. After a flooding event in August 2017, one sample was collected and tested only for human DNA in flood waters on Ridge St. This test was chosen in place of typical fecal coliform bacteria testing because fecal coliform bacteria are present in all natural waters and can grow in soils. Therefore, it is necessary to differentiate between human sources and natural (birds) or other (dogs) sources of coliform bacteria. The result indicated that no human fecal DNA was found in that sample of flood waters at that moment in time. To determine if nutrients from septic tanks are entering the groundwater and surrounding surface waters in the GRE, a multi-year, mutli-faceted study of groundwater and surface water using human nutrient biomarkers would be required. One potential drawback is that much of the watershed is irrigated with reuse water and the human biomarkers are also typically present in the reuse water. FDEP found in their two-year study mentioned above that Sucralose (an artificial sweetener used as a wastewater biomarker) was prevalent throughout the groundwater and surface waters in the GRE. An alternative to an additional study is to utilize the multitude of existing studies that show properly working septic tanks contribute nutrients, specifically nitrogen, to groundwater (Lapointe 2017, Katz 2014, Chang 2011, EPA 2013, Toor 2011, FDOH 2009, FDOH 2007). EPA (2013) estimates that 40% of the total nitrogen load entering a septic tank can reach surface water via groundwater transport. It is these subsurface nutrient loads that are being recognized as major contributors to surface water pollutant loads. Further recognizing the contribution of septic tanks to nutrient pollution, FDEP offers grant funding for conversion of septic tanks to centralized sewer in watershed that are impaired for nutrients. The current TMDL requires a 29% reduction in total nitrogen loads. This reduction must come from multiple sources to achieve this goal. The County constructed a water quality treatment wetland park (Freedom Park) to treat instream nutrient loads from the Goodlette- Frank Rd. ditch to the GRE and Naples Bay. This giant biofilter in the last 10 years has been removing 28-77% of the total nitrogen load coming from the Goodlette-Frank Rd. ditch. However, even with this removal, the total nitrogen levels leaving Freedom Park are still not meeting the TMDL target concentration. More nutrient removal in the watershed is needed. If the reduction is not met, it is likely that the FDEP will require a Basin Management Action Plan which have included septic to sewer conversions in other areas. 11.G.8 Packet Pg. 383 Attachment: 06-29-18 Gordon River Extension WBID (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) References 1. Chang, N.B., M. Wanielista, A. Daranpob, F. Hossain, and Z. Xuan et al. April 2011. Onsite sewage treatment and disposal systems evaluation for nutrient removal. Tallahassee, FL: Florida Department of Environmental Protection, Bureau of Watershed Restoration. Tallahassee, Florida. 2. Florida Department of Environmental Health (FDOH), June 2009. Florida Onsite Sewage Nitrogen Reduction Strategies Study: Literature Review of Nitrogen Reduction by Soils and Shallow Groundwater. Task C. Florida Department of Health, Tallahassee, Florida. 3. Florida Department of Environmental Protection (FDEP), February 2017. Everglades West Coast Final Update Lee and Collier Counties, Florida. SIS Site Number 686-1. Florida Department of Environmental Protection. Tallahassee, Florida. 4. Katz, Brian G. & Eller, Kirstin T., July 2014. Nitrogen Source Inventory of the BMAP Area for Wakulla Spring and River. Florida Department of Environmental Protection. Tallahassee, Florida. 5. Lapointe, Brian & Herren, Laura & Paule, Armelle. October 2017. Septic systems contribute to nutrient pollution and harmful algal blooms in the St. Lucie Estuary, Southeast Florida, USA. Harmful Algae. 70. 1-22. 10.1016/j.hal.2017.09.005. 6. Toor, Gurpal S., Lusk, M. & Obreza, T., June 2011. Onsite Sewage Treatment and Disposal Systems: Nitrogen. Department of Soil and Water Sciences Series SL348, University of Florida/IFAS Extension. Gainesville, Florida. 7. United States Environmental Protection Agency (USEPA), June 2013. A Model Program for Onsite System Management in the Chesapeake Bay Watershed. U.S. Environmental Protection Agency. Washington D.C. 8. Ye, Ming & Sun, Huaiwei & Hallas, Katie. January 2017. Numerical estimation of nitrogen load from septic systems to surface water bodies in St. Lucie River and Estuary Basin, Florida. Environmental Earth Sciences. 76. 10.1007/s12665-016-6358-y. 11.G.8 Packet Pg. 384 Attachment: 06-29-18 Gordon River Extension WBID (6134 : West Goodlette-Frank Road Joint Stormwater-Sewer Project bid award) Member