Loading...
Agenda 07/10/2018 Item #16A1807/10/2018 EXECUTIVE SUMMARY Recommendation to award Request for Quotes RFQ No. 14-6213 to Quality Enterprises USA, Inc. for construction of the Vanderbilt Drive Stormwater Outfalls Recovery Project in the amount of $462,394, and authorize the issuance of a numbered work order/purchase order (Project No. 50154). OBJECTIVE: To obtain approval for the issuance of a work order/purchase order for the construction commencement of the Vanderbilt Drive Stormwater Outfalls Recovery Project. CONSIDERATIONS: Hurricane Irma impacts caused significant damage to County infrastructure along the west side of Vanderbilt Drive. Specifically, there are four (4) locations where the road and sidewalk have washed-out leaving stormwater infrastructure and other utilities exposed and damaged. At each of these locations, the County has a stormwater outfall that conveys runoff from the road and releases it to Vanderbilt Lagoon through the seawall via a pipe located in a ten-foot (10’) wide easement. There is some degree of seawall failure at each location. Additionally, there is on-going County construction in the area including installation of new water, wastewater and stormwater infrastructure. Construction plans have been developed by the firm of HighSpans Engineering, Inc., to recover the Vanderbilt Drive stormwater outfalls and all adjacent impacted areas. This measure is designed to stabilize all four locations from the Vanderbilt Drive west roadside area to and including reinforcement of existing canal seawalls. New stormwater culverts will be installed and all washed out areas will be backfilled and stabilized. At each location, work will center on the existing ten-foot (10’) wide drainage easement running perpendicular from the western edge of the Vanderbilt Drive right-of-way for thirty feet (30’) to the existing seawall. Each work area outside of the existing easement and road right -of-way varies in size by location up to forty-five feet long by thirty feet wide (45’ x 30’). County staff is currently working with all eight (8) affected property owners, two (2) per location, acquiring temporary easements for full access to the damaged area. The County posted Request for Quotation 14-6213-123, “Vanderbilt Drive Storm Water Outfalls Recovery,” on May 10, 2018, and distributed it to all vendors on the Fixed-Term Underground Utilities Contract 14-6213 via the county’s electronic bid process. Of the six vendors notified, three submitted quotations by the deadline. Two vendors were considered responsive and responsible, and one vendor was considered non-responsive for failing to submit a proper quote form and quantities required. The quotations received May 31, 2018, are summarized in the table below: VENDOR QUOTE Quality Enterprises USA, Inc. $462,394 Haskins, Inc. $503,651 Douglas N. Higgins, Inc. Non-Responsive No quotes were received from Mitchell & Stark Construction, Kyle Construction, or Southwest Utility. This recommendation is the first of three (3) related planned efforts to fully remediate damage Hurricane Irma caused in these four (4) areas. The second planning effort underway is dealing with the eastern ends of the four affected canals. The stormwater washout damage was an erosional event resulting in the accumulation of significant amounts of silt and debris into the ends of the canals of the Vanderbilt Lagoon waterbody. This material is beyond (waterward) of the seawalls and is currently not obstructing stormwater flow but is a boating navigation issue. A plan is being developed for Board of County Commissioners consideration to remove all material washed into the eastern ends of the four canals. 16.A.18 Packet Pg. 709 07/10/2018 The third planning effort focus is on the development of permanent solution alternatives. The emphasis is on the thirty-foot (30’) wide area between the western edge of the Vanderbilt Drive right-of-way and the eastern end of the one-hundred-foot (100’) wide waterways. This area is essentially a narrow buffer between coastal waters and significant public infrastructure. Damages caused by Hurricane Irma has revealed the vulnerability of Collier County’s public infrastructure to coastal storm events at this location. Installation of more resilient coastal infrastructure may be a cost-effective long-term solution to reducing vulnerability to damage from future coastal hazards, flooding and storm events. More resilient coastal infrastructure can be designed to mitigate physical and economic risk to public facilities and be a cost-effective long-term solution to reducing vulnerability to damage from future coastal hazards, flooding and storm events. This effort involves the establishment of state and federal funding partnerships for resilient coastal infrastructure improvements. This will play a major role in the development of permanent solution alternatives brought forward for Board consideration. Potential additional private property acquisition needs will also be evaluated. FISCAL IMPACT: Funds are available in the Stormwater Capital Improvement Fund (325) Hurricane Irma Project No. 50154. Source of funds is ad valorem. There are no grant funds or insurance proceeds available to offset these costs at this time. The Federal Highway Administration (FHWA) was contacted several months ago for financial assistance with repairs to Vanderbilt Drive, including these outfalls, and has declined to fund any emergency or permanent repairs. County staff continues to work through this funding request process with the assistance of Florida Department of Transportation contacts. In addition, this project is not eligible for FEMA reimbursement at this time since the areas of work needed to stabilize the stormwater outfalls extend onto private property; however, County staff will seek other financial assistance, such as mitigation grants, once final plans for permanent repairs are ready. Should funding be allocated to projects on Vanderbilt Drive by any agency, acceptance of the award will be brought back to the Board at a future meeting. GROWTH MANAGEMENT IMPACT: The proposed construction project is in accordance with the applicable sections of the Stormwater Management and Conservation and Coastal Management elements of the Collier County Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Request for Quotes No. 14-6213 to Quality Enterprises USA, Inc. for construction of the Vanderbilt Drive Stormwater Outfalls Recovery Project in the amount of $462,394 and authorize the issuance of a numbered work order/purchase order. Prepared by: Gerald Kurtz, Principal Project Manager, Capital Project Planning, Impact Fees and Program Management Division. ATTACHMENT(S) 1. (061118) Vanderbilt_Stormwater_Bid Tab_Addendum 1 (PDF) 2. (061118) RFQ 14-6213-123 Form (Quality) - Vanderbilt Dr SW Outfalls (PDF) 3. (061118) EOR Letter Recommendation - Vanderbilt Dr SW Outfalls (PDF) 4. 14-6213Quality_Contract_20180608190113.229_X (PDF) 5. 14-6213Quality_C#1_Amend#1 (PDF) 6. 14-6213 Quality_Amend#2 (PDF) 7. (062518) FEMA Waiver - Vanderbilt Dr SW Outfalls Repair (PDF) 16.A.18 Packet Pg. 710 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.18 Doc ID: 5896 Item Summary: Recommendation to award Request for Quotes No. 14-6213 to Quality Enterprises USA, Inc. for construction of the Vanderbilt Drive Stormwater Outfalls Recovery Project in the amount of $462,394, and authorize the issuance of a numbered work order/purchase order (Project No. 50154). Meeting Date: 07/10/2018 Prepared by: Title: Planner – Capital Project Planning, Impact Fees, and Program Management Name: Liz Gosselin 06/06/2018 10:39 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 06/06/2018 10:39 PM Approved By: Review: Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Additional Reviewer Completed 06/11/2018 5:44 PM Growth Management Department Judy Puig Level 1 Reviewer Completed 06/12/2018 8:49 AM Procurement Services Swainson Hall Additional Reviewer Completed 06/12/2018 11:10 AM Procurement Services Ted Coyman Additional Reviewer Completed 06/12/2018 11:27 AM Procurement Services Sandra Herrera Level 1 Purchasing Gatekeeper Completed 06/12/2018 11:50 AM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 06/12/2018 2:45 PM Growth Management Department Lisa Taylor Additional Reviewer Completed 06/13/2018 6:33 AM Growth Management Department James C French Deputy Department Head Review Skipped 06/13/2018 9:38 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 06/18/2018 9:52 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/20/2018 2:36 PM Grants Edmond Kushi Level 2 Grants Review Completed 06/25/2018 8:57 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/25/2018 2:30 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/25/2018 2:43 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/27/2018 1:10 PM Office of Management and Budget Allison Kearns Additional Reviewer Completed 06/28/2018 12:08 PM 16.A.18 Packet Pg. 711 07/10/2018 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/02/2018 10:50 AM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 16.A.18 Packet Pg. 712 Temporary Repairs Item Number Description Unit Bid Quantity Unit Price Contract Amount Unit Price Contract Amount Unit Price Contract Amount 101-1 Mobilization LS 1 76,500.00$ 76,500.00$ 40,000.00$ 40,000.00$ 40,000.00$ 40,000.00$ 102-1 Maintenance of Traffic LS 1 78,200.00$ 78,200.00$ 9,500.00$ 9,500.00$ 29,000.00$ 29,000.00$ 104-10-3 Sediment Barrier LF 170 3.30$ 561.00$ 7.00$ 1,190.00$ 5.00$ 850.00$ 104-11 Floating Turbidty Barrier LF 80 25.00$ 2,000.00$ 35.00$ 2,800.00$ 70.00$ 5,600.00$ 104-18 Inlet Protection System EA 2 720.00$ 1,440.00$ 250.00$ 500.00$ 300.00$ 600.00$ 110-1-1 Clearing and Grubbing AC 2 10,600.00$ 21,200.00$ 55,000.00$ 110,000.00$ 8,000.00$ 16,000.00$ 110-4-10 Removal of Existing Concrete SY 18 150.00$ 2,700.00$ 100.00$ 1,800.00$ 30.00$ 540.00$ 120-1 Excavation CY 106 20.00$ 2,120.00$ 75.00$ 7,950.00$ 100.00$ 10,600.00$ 121-70-1 Flowable Fill CY 10 225.00$ 2,250.00$ 600.00$ 6,000.00$ 600.00$ 6,000.00$ 142-70 Sand Fill CY 944 35.50$ 33,512.00$ 60.00$ 56,640.00$ 25.00$ 23,600.00$ 160-4 Type B Stabilization SY 212 24.00$ 5,088.00$ 10.00$ 2,120.00$ 8.00$ 1,696.00$ 230-2 Limerock Material, 6" Sidewalk CY 305 50.00$ 15,250.00$ 21.00$ 6,405.00$ 18.00$ 5,490.00$ 285-709 Optional Base, Base Group 9 SY 69 27.00$ 1,863.00$ 40.00$ 2,760.00$ 50.00$ 3,450.00$ 334-1-13 Superpave Asphaltic Concrete (Traffic C) 3"TN 35 300.00$ 10,500.00$ 300.00$ 10,500.00$ 500.00$ 17,500.00$ 400-4-8 Concrete Class IV, Bulkhead CY 5 5,260.00$ 26,300.00$ 9,500.00$ 47,500.00$ 10,300.00$ 51,500.00$ 415-1-6 Reinforcing Steel, Anchor Bar Tiebacks LB 1102 9.00$ 9,918.00$ 18.00$ 19,836.00$ 8.00$ 8,816.00$ 415-1-8 Reinforcing Steel, Seawall Cap LB 744 10.00$ 7,440.00$ 3.00$ 2,232.00$ 4.00$ 2,976.00$ 425-11 Modify Existing Drainage Structure EA 4 2,150.00$ 8,600.00$ 2,500.00$ 10,000.00$ 6,000.00$ 24,000.00$ 430-94-1 Desilting Pipe, 0-24"LF 264 13.00$ 3,432.00$ 20.00$ 5,280.00$ 20.00$ 5,280.00$ 430-94-2 Desilting Pipe, 24-36"LF 72 25.50$ 1,836.00$ 25.00$ 1,800.00$ 30.00$ 2,160.00$ 430-175-115 Pipe Culvert, Optional Material, 15" Round, S/CD LF 72 92.00$ 6,624.00$ 65.00$ 4,680.00$ 180.00$ 12,960.00$ 430-175-115 Pipe Culvert, Optional Material, 12"x18" ERCP LF 252 85.50$ 21,546.00$ 70.00$ 17,640.00$ 235.00$ 59,220.00$ 430-175-136 Pipe Culvert, Optional Material, 36" Round, S/CD LF 48 166.00$ 7,968.00$ 165.00$ 7,920.00$ 350.00$ 16,800.00$ 430-175-230 Pipe Culvert, Optional Material, 24"x36" ERCP LF 72 186.00$ 13,392.00$ 195.00$ 14,040.00$ 350.00$ 25,200.00$ 430-963-2 PVC Pipe for Non-Standard Drainage LF 224 20.50$ 4,592.00$ 5.00$ 1,120.00$ 35.00$ 7,840.00$ 430-982-623 Mitered End Section, Optional-Elliptical, 12"x18" S/CD EA 6 1,700.00$ 10,200.00$ 2,300.00$ 13,800.00$ 2,300.00$ 13,800.00$ 530-3-4 Rubble Rip Rap, Ditch Lining TN 54 90.00$ 4,860.00$ 165.00$ 8,910.00$ 250.00$ 6,750.00$ 530-75 Rock Drain, 57-Stone TN 1 300.00$ 300.00$ 45.00$ 45.00$ 120.00$ 120.00$ 570-1-1 Performance Turf SY 1284 4.00$ 5,136.00$ 5.25$ 6,741.00$ 10.00$ 12,840.00$ Subtotal:385,328.00$ Subtotal:419,709.00$ Subtotal:411,188.00$ 999-999 Project Allowance (20%)FIXED 1 77,066.00$ 83,942.00$ 82,238.00$ Temporary Repairs Total:462,394.00$ 503,651.00$ *Non-Responsive* * Higgin's quote cannot be used as they quoted 27 tons on Rip Rap on line 32. Higgins BID TABULATION VANDERBILT DRIVE STORMWATER OUTFALL RECOVERY Request for Bids #: 14-6213-123 Due Date May 31, 2018 @ 3:00 PM HaskinsQuality 16.A.18.a Packet Pg. 713 Attachment: (061118) Vanderbilt_Stormwater_Bid Tab_Addendum 1 (5896 : Vanderbilt Dr SW Outfalls 16.A.18.b Packet Pg. 714 Attachment: (061118) RFQ 14-6213-123 Form (Quality) - Vanderbilt Dr SW Outfalls (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.b Packet Pg. 715 Attachment: (061118) RFQ 14-6213-123 Form (Quality) - Vanderbilt Dr SW Outfalls (5896 : Vanderbilt Dr SW Outfalls Recovery) June 5, 2018 Jerry Kurtz, P.E. Principal Project Manager Collier County Growth Management Department 2665 South Horseshoe Drive, Suite 103 Naples, FL 34104 RE: Bid #14-6213-123, Vanderbilt Drive Stormwater Outfall Recovery Temporary Repairs REVISED Bid Results Review and Recommendation Mr. Kurtz, HighSpans Engineering, Inc. has reviewed the attached revised bid results for consistency with generally expected pricing. The Apparent Low Bidder, Quality Enterprises USA, Inc., was the low bidder for the total project. Unfortunately, the low bid is 177% above the Engineer’s Estimate which was created using standard FDOT historical pricing. There is no particular line item responsible for the increase. Prices on other hurricane recovery work has similarly shown to be quoted above the statewide averages. As such, the bid inflation is related to Hurricane Irma damage repairs impacting the construction industry with work and causing construction costs to rise across the state. This is evident by the proximity of the second and third low bidders. Based on our review, HighSpans Engineering, Inc. recommends award to the Apparent Low Bidder, Quality Enterprises USA, Inc. Sincerely, Vince Zaliauskas, P.E. 60524 Principal Engineer HighSpans Engineering, Inc. Cert. of Auth. 27559 16.A.18.c Packet Pg. 716 Attachment: (061118) EOR Letter Recommendation - Vanderbilt Dr SW Outfalls (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 717 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 718 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 719 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 720 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 721 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 722 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 723 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 724 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 725 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 726 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 727 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 728 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 729 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 730 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 731 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 732 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 733 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 734 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 735 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.d Packet Pg. 736 Attachment: 14-6213Quality_Contract_20180608190113.229_X (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.e Packet Pg. 737 Attachment: 14-6213Quality_C#1_Amend#1 (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.e Packet Pg. 738 Attachment: 14-6213Quality_C#1_Amend#1 (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.e Packet Pg. 739 Attachment: 14-6213Quality_C#1_Amend#1 (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.f Packet Pg. 740 Attachment: 14-6213 Quality_Amend#2 (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.f Packet Pg. 741 Attachment: 14-6213 Quality_Amend#2 (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.gPacket Pg. 742Attachment: (062518) FEMA Waiver - Vanderbilt Dr SW Outfalls Repair (5896 : Vanderbilt Dr SW Outfalls Recovery) 16.A.18.gPacket Pg. 743Attachment: (062518) FEMA Waiver - Vanderbilt Dr SW Outfalls Repair (5896 : Vanderbilt Dr SW Outfalls Recovery)