Loading...
Agenda 05/26/2009 Item #16B 7 Agenda Item No. 16B7 May 26, 2009 Page 1 of 7 EXECUTIVE SUMMARY Recommendation to award Bid #09-5200 for construction of Magnolia Pond Drive Stormwater Improvements, Project No. 51007.1, to Douglas N. Higgins, Inc. in the amount of $78,900.00 plus a ten percent contingency ($7,890.00) for a total amount of $86,790.00, and to approve the necessary budget amendment. OBJECTIVE: To receive Board approval for the award of a contract to proceed with the Magnolia Pond Drive Stormwater Improvements Project for $78,900.00 per plans and specifications to the lowest, qualified and responsive bidder, Douglas N. Higgins, Inc. CONSIDERATIONS: The bid was advertised on March 10, 2009 in the Naples Daily News and notices were sent to eight hundred eighty-six (886) vendors. On March 25, 2009, a non- mandatory pre-bid meeting was held to explain the contract specifications and answer any questions that the prospective bidders may have. On April 9, 2009, fifteen (15) bids were received and reviewed by the Stormwater Management Section's staff and the Project's Design Professional in conjunction with the Purchasing Department. Responses were received from the following firms: Contractors - Douglas N. Higgins, Inc. S.W. Utility Bonness, Inc. Denco Construction, Inc. Mitchell & Stark Company, Inc. Earth Tech Enterprises, Inc. Cross Country Underground Kyle Construction, Inc. E.H.C., Inc. Quality Enterprises USA, Inc. Gulf Coast Site, Inc. Dave Foote Environmental Construction, Inc. Stahlman-England Irrigation, Inc. Vanderbilt Bay ADI Excavation Base Bids/Totals $ 78,900.00 $ 81,000.00 $ 99,114.11 $ 99.950.00 $107,358.00 $107,575.00 $118,220.83 $125,317.20 $126,113.54 $128,028.80 $134,272.51 $134,786.81 $135,260.84 $149,422.51 $240,420.00 The fifteen (15) responsive base bids received ranged from $78,900.00 to $240,420.00. Bid costs are noted on the attachment. The Engineer's project estimate was $107,050.00. This stormwater project is located within a drainage easement that runs north of Magnolia Pond Drive. The proposed work generally consists of clearing and grubbing, ditch realignment increasing the flow way's capacity, and construction of an access maintenance pathway. The project is a little over one thousand feet (1,000') in length and has a duration of sixty (60) days. Construction shall be in accordance with the plans and specifications by Q. Grady Minor and Associates, P.A. - Agenda Item No. 16B7 May 26, 2009 Page 2 of 7 In this project's community involvement efforts, the Stormwater Management Section staff has had meetings with the adjacent property owner(s) within the work zone. Adjacent owner comments were considered in the design's final plans. Staff has reviewed the bids received and recommends awarding the construction contract to Douglas N. Higgins, Inc. as the lowest, qualified and responsive bidder. Their base bid was the lowest at a cost of$78,900.00. FISCAL IMPACT: A budget amendment in the amount of $87,000.00 is necessary to cover the bid amount of $78,900.00 plus a ten percent contingency amount of $7,890.00 for unforeseen related expenses for a total amount of $86,790.00. The source of funds requested ($87,000.00) are available in the countywide Stormwater Conveyance Project #51141.1. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is not quasi-judicial and requires no ex parte disclosure, requires only a majority vote for approval, and is otherwise legally sufficient for Board action.-SRT GROWTH MANAGEMENT IMP ACT: This project is in accordance with the goals and objectives of the Drainage Sub-element of the Growth Management Plan for Collier County Stormwater Management. RECOMMENDATION: That the Board of County Commissioners: (1) Approve award of Bid No. 09-5200 to Douglas N. Higgins, Inc. for the Magnolia Pond Drive Stormwater Improvements, Project No. 51007.1 for the total Base Bid of $78,900.00 plus a ten percent (10%) contingency ($7,890.00) totaling $86,790.00. (2) Authorize the Chair to execute, subject to final review and approval by the County Attorney's Office for legal sufficiency, the standard Board approved contract after execution by the vendor. (3) Approve the necessary budget amendment. Prepared By: Brandy Otero, Operations Analyst, Stormwater Management Section Attachments: (1) Bid Tab; (2) Recommendation Letter from Q. Grady Minor and Associates, P.A.; (3) Location Map ,- Page] of2 Agenda Item No. 16B7 May 26, 2009 Page 3 of 7 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: 16B7 Item Summary: Recommendation to award Bid #09-5200 for construction of Magnolia Pond Drive Stormwater Improvements, Project No. 510071, to Douglas N. Higgins, Inc., in the amount of $78,900.00 plus a ten percent contingency ($7,890.00) for a total amount of $86,79000, and to approve the necessary budget amendment. Meeting Date: 5/26/2009 90000 AM Prepared By Brandy Otero Transportation Services Planning Tech Transportation Planning Date 5/11/20098:34:09 AM Approved By John Vliet Roads Maintenance Superintendant Date Transportation Services Road Maintenance 5/11/2009 9:43 AM Approved By Gerald Kurtz Transportation Services Senior Engineer Stormwater Management Date 5/11/200911 :56 AM Approved By Scott R. Teach County Attorney Assistant County Attorney County Attorney Office Date 5/11/2009 2:21 PM Approved By Najeh Ahmad Director Date Transportation Services Transportation Engineering & Construction Management 5/11/20092:33 PM Approved By Therese Stanley Transportation Grants Coordinator Date Transportation Administration 5/11/20092:41 PM Approved By Caroline Soto Administrative Assistant Date Transportation Services Transportation Engineering and Construction 5/12/20098:37 AM Approved By Brenda Brilhart Purchasing Agent Purchasing Date Administrative Services 5/12/20098:59 AM Approved By Jeff Klatzkow County Attorney County Attorney County Attorney Office Date 5/14/20092:29 PM Approved By Pat Lehnhard Transportation Services Executive Secretary Transportation Services Admin Date 5/14/2009 3:09 PM Approved By file://C:\AgendaTest\Export\] 30-May%2026,%202009\ 16.%20CONSENT%20AGENDA \] ... 5/20/2009 Page 2 of 2 Agenda Item No. 16B7 May 26, 2009 Page 4 of 7 OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 5/15/2009 9:12 AM Approved By Susan Usher County Manager's Office Senior Management/Budget Analyst Office of Management & Budget Date 5/15/2009 9:52 AM Approved By Leo E. Ochs, Jr. Board of County Commissioners Deputy County Manager Date County Manager's Office 5115/20097:02 PM file://C:\AgendaTest\Export\ 130-May%2026, %202009\ 16. %20CONSENT%20AG ENDA \ 1... 5/20/2009 II GradyMinor Civil Engineers · Land Surveyors · Planners · Landscape Architeots Agenda Item No. 16B7 May 26, 2009 Page 5 of 7 May 8, 2009 Mr. Val Prince Collier County Stormwater Department 2885 South Horseshoe Drive Naples, FL 34104 RE: Magnolia Pond Drive Stormwater Improvements Bid No. 09-5200 Dear Mr. Prince: On April 9, 2009, the Bid Opening was held on the above referenced project. A total of 15 bids were received on the project. The Bid included only a Base Bid. The Base Bids ranged from $78,900 to $240,420 with Douglas N. Higgins, Inc. being the lowest responsive bidder. The Engineer's estimate of bids was $120,000. We recommend award of contract to Douglas N. Higgins, Inc. liRours, David W. Schmitt, P.E. DWS:cjd Q. Grady MillO!' & Associates. P.A. Ph. 239-947-1144 · Fx: 239-947-0375 3000 Via Del Rey EB 0005151 · LU 0005151 · LC ~6000266 Bonit8 Spl'ings. FL 3 4134 G:\PROJ-ENG\C\CCU67\O&CDocs\OlBidding-Addenda-COs-Corr\L-VPrince-rccomm award 4-13.09.doc www.g!.adyminor.com COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS May 26,2009 Page 6 of 7 Proiect No: :; J 007.1 Magnolia Pond Drive Stormwater Improvement Project PROJECT LOCATION MAP + 0 475 I Feet COLLIER COUNTY BOARD OF COUKTY COMMISSIONERS SECTION 34 TRANSPORTATION SERVICES DIVISION TOWNSHIP 49S STORMWATER MANAGEMENT DEPARTMENT RANGE 26E 950 I ~gR~ SOUTH HORSESHOE DRIVLNAPLES. ELOR IDA 3..10.. PHONE:239- 774-S 19~. FAX:239-t>59-5700 PROJECT MANAGER: Val Prince OAT. March 2009 Agenda Item No. 16B7 May 26, 2009 Page 7 of 7 ~oi.MItr.:ValPnnce Daf~lIOsted:M....cI11O.2009 DaIā‚¬'cu..:ApfiI9, 2009 BID '09.5200 Magnolia Pond Drive Stonmvater lmpro"ments NotICes r.ent: 886 Notice.oownload,125 Bidlrec:~~:l~ Do\\I[FOOTE SWUTILlTY STAHLMAN..fNGLANO IO'''''' DNHIGGINS ENVlROHMENTAl DENCD fARTtiTECHENTERPRfSES .1.01 EllCAVATlNG D..crt UnO Unit Price .... lJnhPrlaio Tat*, \JnJtPri...; ..., Unit Price ~<('Total UiVlPrIc. ..... Unit Price "Toml UnllPric. ',' TObll UnltPriu ';, Taud 1 MObIlization & Demobillzallon 1 LS 7,500,00 1,50000 2.200.00 2.200.00 1,189,35 7.189,35 9,100,00 9,1(10.00 11.90111.72 11.941.72 6.000.00 6.000.00 9,00000 9.000.00 25.000.00 25.000.00 iii" 1 LS 1,000,00 1,000.00 3.282.92 3.28292 2.17288 2.112.58 1,00000 , ,000.00 1.751.12 1.75112 2.000.00 2,000,00 2.500,00 2.500.00 5000.00 5.000.00 3 1 LS 500.00 50000 620.66 820.66 581.37 581.37 700,00 700.00 312.70 312.70 850.00 850.00 750.00 750.00 1,000.00 1.000.00 4 , LS 4,500.00 4.50000 9.641,85 9.64185 16.150,14 16.1&>-14 6,912.00 6,97200 23,600.00 23,600,00 12.400_00 12,400,00 'S,OOO.OO 15,000.00 30,000,00 30,00000 5 nd Cooslructlon 860 LF 12.00 10.320.00 42,79 36,199.40 14,66 12.607,60 111,00 1S,4lSO_00 2755 23.693,00 23_00 19,18000 31.00 26,660,00 96,00 91,700,00 740 LF '.00 2,960.00 29,51 21,837.40 991 7,333.40 600 4,4<tQ,00 21.86 16.17640 13.00 9,62000 '0.00 7,-40000 43,00 31,820.00 (1 HI hJ 60 LF 10000 6.000.00 12161 7,308.60 91,31 5.476.60 101,00 6,060,00 61.00 3,660,00 68.00 4.08000 43.00 2.58000 10000 6.000,00 9 Ellist42" MES Demolitloo 1 LS 1000.00 1.QOll_00 2,749.96 2,749_96 1,423.51 1.423,51 400,00 40000 1160.00 1,180_00 35000 35000 950_00 95000 50000 50000 1 LS 500.00 500.00 428.61 426_61 614,30 614,)0 200.00 20000 215653 2,156_53 950.00 95000 500.00 50000 5.00000 5,00000 1042" RCP Culvert 1M LF 1JO.00 23,920_00 96.35 18096,40 105,97 19,-496.48 9700 11,84600 11512 21,18208 100.00 11l,400oo 95.00 17,48000 '5000 27,600,00 11 FOOT Heedwall 1 EA 3,701H10 3,70000 6,424.48 6.424,48 1'1.190_66 6,190.65 3.60000 3,60000 5,19617 5,19617 5,000,00 5,000,00 3,800.00 ],80000 10,00000 10000,00 12DI1IinageSlruclures 1 EA 1[)!iOO,00 10,50000 1l,105.98 8,10598 3.532.22 3.532.22 5,800.00 5.800_00 11,06259 11,062,59 7.50000 7,500,00 11,500,00 11.500 00 5,000,00 5,000 DO 13 Rip-Rap Blanket 340 SY 15_00 5.1<XHlO "116 15,252-40 29" 10,172.80 20.00 6.80000 24,73 8408.20 28,00 9.S20,OO 3200 10.88000 2000 6.80000 14 Modif~ Existing Railing 1 LS 3.500_00 3.500.00 2.312,18 2,312.18 2,96Rl1 2,969.11 500_00 50000 4,466_30 4466,30 '1,50000 3,50000 1.57!).QO 157500 5.00000 5.000_00 TOTAL'BA.SE B -I1IOUlO ".1_ M "114';1i 'TI,lOlt.. 1MflilJl1 .'";9IO-M .1D71511;oO '$ '140 '420;tHI local Vendor Preference Aflidevil Y y Y Y Y Y Y . Bid Bond Y y Y Y Y Y Y Y ~' , , , . , . , , , , , . . , , , , , . , . , , , , ., , , , . . , , , Insurance N , N . , , N . license , , , '" , , , . MOT Certil,cslionIW4 , 'I' N '" '" UN , , """ COUNIT VANOEkllLTIAY MITCHEll &. nulC [HeiNe GULFCO,t,STSITE UNDERGROUND QUALm ,,~ D..crt Unll UnlIPrlce ". Tatal UflltPt-i~ eTolal 1JnltPr~ Tobil UnltPrtce Total U-i1ItPna. Total Unn Prtce Taml Unit Price ,Total 1 Mobilizalion & DemobilizatIon 1 LS 23,520,00 23.52000 6.000 00 6,00000 2.974J11 <!.974.01 :<6.66748 26,66746 27,378_95 27,37895 11.500,00 1'50000 10,00000 10.000,00 I .."",OOPI.O 1 LS 3.473.29 3.473.29 3,000 00 3,000.00 4.4f;778 4,467,18 4,16380 4,16380 236842 2,36642 6.90000 6.90000 ;2,900,00 2.900.00 3 1 LS 525.00 525,00 800,00 80000 67591 675.91 47470 47470 847.90 1147.90 002_50 86250 50000 50000 4 rubbln 1 LS 26.40900 28.40900 15.000,00 15.000,00 10.860,00 10.660_00 i 13,08000 13,08000 1-4778_95 14,77995 13.22500 13,22500 23.000.00 23.000.00 Conslrucliol' 860 LF 5100 43.860,00 2200 18,920.00 56.... 48.682_40: 31,00 26,86000 16,39 1409540 -4111 35,3~60 2870 14.682.00 740 LF 4.99 3,69260 4.00 2,960.00 463 3,574.20' 276 2,042,40 11.37 1141380 903 8,662,20 19_70 14.57800 7 Gablon Retaining Wall (1 High) "" LF 36,78 2,206,80 241,00 14.460.00 i 16571 9.'142.60 120,13 7,207,80 59.21 3,552,60 5090 3,05400 31.-47 1 ,8811 2f1 8 Conaele Flume Elltenslon 1 LS 930_00 930,00 1.000,00 1,000_00 i 1,689,18 1,66976 1,5&1,50 1.56050 1.065.19 1065,79 86250 662,50 525,00 52500 9 Ellist42" MES Demoiilion 1 LS 525_46 5:25,46 500.00 500001 1.134,72 1.13472 469,41 46941 :',31,56 331_56 57500 575.00 80000 800_00 10 42" RCP Culver! 1M LF 101,94 18,756_96 92.00 1f1.928.00 108.00 19.872.00 151,SO 27.87600 112,97 20,76646 11500 21.1&0_00 13900 25,576_00 11 FOOT Headwall 1 EA 6.169.00 6,169.00 3,250_00 ],250_00 5.260_61 5,260.67 5,164.32 5.164,32 :l.12537 3,125_37 5,17600 5.176_00 4,67000 4.67000 12 Dmlnage Slruc\ures 1 EA (1,912_00 8.912.00 10,400.00 10400,00 7.243.99 7,243_99 11.048_80 11048.80 10,35000 10.350.00 11.500 00 11.500.00 8,4000tJ 840000 D Rip-Rap Blanket 340 SY 1911 6.49740 21.00 7140_00 2069 7,034_60 17.12 5.82080 2297 7.609.60 2070 7.038.00 1470 4998_00 14 Modif E.ishng Railin 1 LS 1945_00 1,94500 7,000.00 7,000_00 2,500.68 2:,600_88 2m6.50 2,01650 ;U1579 3.31579 4,14000 4,14000 2.80000 2900_00 TOTAL SASE am, $ 149,qu'i $107.aaoo '$1.26;113:64' '1301;212:51 , 118,220;1& $U8,028;JO li1U,317..20 , local Vendor Prelerencp. Affidavit Y y , , . , , ---J Bid Bond Y y , , , , , MatflrlSls Menulacturer , . , . , , . I Tren[hSale , , , . I , . , llslorSubcontraclof'!; , . , . , , y I Ex eriance 01 Bidder , y . , . , , , Insurance , , . , . N , . license , y y . N , N MOT Certlhcalion/W4 . 'I' '" ". . 'I' , , , Pur("J1aliin Aaent Brenda Brilhart , WllneS5 Caral Ropp ,