Loading...
Agenda 07/22/2008 Item #16B11Agenda Item No. 16B11 July 22, 2008 Page 1 of 8 EXECUTIVE SUMMARY Recommendation to approve award of Bid No. 08 -5069 to Douglas N. Higgins, Inc. for completion of the Willow West Stormwater Improvements Project # 510076 in the total amount of $218,834.00. OBJECTIVE: To receive Board approval for the award of a contract to proceed with completion of the Willow West Stormwater Improvements for a total amount of $198,940.00 plus a ten (10 %) contingency, per plans and specifications to the lowest, qualified and responsive bidder, Douglas N. Higgins, Inc. CONSIDERATIONS: On March 27, 2007, staff presented to the Board an approach to the Willow West Stormwater Improvement Project for BCC endorsement, Item 10 B. The project approach was to reconstruct the roadside swales and driveway culverts allowing stormwater runoff to properly discharge from the western portions of Johnny Cake and Mentor Drives, in the Willoughby Acres area, developed under the name of Willow West. The Board approved moving forward with the project but with stipulations. The Board stipulated that reconstruction of the roadside swales can be completed per the original plan; however, any reconstruction of driveways and driveway culverts must be funded and completed by the property owners. The majority of the affected property owners on Johnny Cake Drive accepted this project approach; however, the property owners on Mentor Drive did not agree with the stipulated approach and decided not to participate in the project. Therefore, on May 17, 2007, construction began on Johnny Cake Drive only with nine (9) residents paying for reconstruction of their driveway culverts and the county paying for reconstruction of the roadside swales. No work was completed on Mentor Drive at that time. On October 3, 2007, staff was directed to complete reconstruction of the roadside swale work on Mentor Drive regardless of the lack of participation in the project on the part of the property owners. Swales were reconstructed but no driveway culverts were replaced. On November 13, 2007, Item 6C, Willow West property owner Sue Thompson presented a Public Petition to the Board requesting that the Board revisit the project issues. The request was approved and on January 15, 2008, Item 10B, Stormwater staff provided the Board of County Commissioners with a complete summary of the stormwater issues in the Willow West neighborhood detailing staff's recommended plan of action to compete the project. The Board approved the plan. The completion plan had a cost estimate of $310,000. Additional time was necessary to update the construction plans to reflect the changes made to date on both Johnny Cake and Mentor Drives. In March 2008, the plans were complete and on April 3, 2008, the bid was advertised in the Naples Daily News with notices sent to 468 vendors. On April 28, 2008, a non - mandatory pre -bid meeting was held to explain the contract specifications and answer any questions that the prospective bidders may have. On May 5, 2008, eleven (11) bids were received (one (1) being non- responsive) 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: Agenda Item No. 16811 July 22, 2008 Page 2 of 8 TMD Construction Company Stahlman- England Irrigation, Inc. Bonness, Inc. Stevens & Layton, Inc. Douglas N. Higgins, Inc. David Foote Environmental Construction, Inc. ADJ Excavating of Florida, Inc. Belair Excavating, Inc. Quality Enterprises USA, Inc. Kyle Construction, Inc. RLV Enterprises, Inc. (non- responsive) The ten (10) responsive base bids received ranged from $198,940.00 to $282,278.58. Bid tab indicating costs are noted on the attachment. The Engineer's project estimate was $325,000 to $360,000. This Executive Summary award will enable staff to complete the improvement project located within platted easements and road right -of -way in Willow West. The proposed work generally consists of driveway replacements, installation of side drain and cross drain culverts, catch basins, and miter ends. Right -of -Way once constructed per plans should be maintained by the adjacent/fronting property owner; therefore, an annual maintenance cost by Road Maintenance is not anticipated. Construction shall be in accordance with the plans and specifications by Q. Grady Minor and Associates, P.A. In this project's continued community involvement efforts, the Stormwater Management Section staff notified the affected property owners and advised them of the latest project status update as of April 23, 2008. Staff has reviewed the bids received. It is staff's intent to recommend awarding the construction contract to Douglas N. Higgins, Inc. as the lowest, qualified and responsive bidder. A pre -award meeting is scheduled to discuss the contractor's prior job performances and review the Willow West Project performance expectations. The second lowest bidder was Stahlman — England Irrigation Inc. at $212,147.49. RLV Enterprises, Inc. bids were determined by staff to be non - responsive. Douglas N. Higgins, base bid was the lowest being $198,940.00. FISCAL IMPACT: Funds in the amount of $218,834.00 which are being requested are for the Base Bid of $198.940.00, plus a ten percent (10 %) contingency ($19,894.00) and are available in Project No. 510076 of the Stormwater Capital Improvement Fund 325. The source of funds are ad valorem taxes. LEGAL CONSIDERATIONS: There are no Legal Considerations associated with this Executive Summary. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: Agenda Item No. 16B11 July 22, 2008 Page 3 of 8 • That the Board of County Commissioners approve award of Bid No. 08 -5069 to Douglas N. Higgins, Inc. for the Willow West Stormwater Improvements having Project #510076 for a total Base Bid of $198.940.00, plus a ten percent (10 %) contingency ($19,894.00) totaling $218,834.00; • The Board authorizes the Chairman to execute, subject to final review and approval by the County Attorney's Office for legal sufficiency, the standard contract after execution by the vendor. (The standard form construction contract document has not been attached to this ES due to it having had prior review and approval by the CAO and the BCC.) Prepared By: Val Prince, Project Manager, Transportation Services Division, Stormwater Management Department Attachments: (1) Bid Tab; (2) Recommendation Letter from Q. Grady Minor and Associates, P.A. Page 1 of 2 Agenda Item No. 16811 July 22, 2008 Page 4 of 8 fi1e://C:\AgendaTest\ Export\111- July% 2022,% 202008\ 16 %2000NSENT %20AGENDA\ I ... 7/15/2008 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS Item Number: 16B11 Item Summary: Recommendation to approve award of Bid No. 08 -5069 to Douglas N. Higgins, Inc. for completion of the Willow West Stormwater Improvements Project #510076 in the total amount of $218,834. Meeting Date: 7122/2008 9:00:00 AM Prepared By Val Prince Project Manager Date Transportation Services Stormwater Management 6/10/2008 1:35:43 PM Approved By Gerald Kurtz Senior Engineer Date Transportation Services Stormwater Management 6/1712008 6:08 AM Approved By Caroline Soto Administrative Assistant Date Transportation Engineering and Transportation Services Construction 6/25/2008 1:48 PM Approved By Norm E. Feder, AICP Transportation Division Administrator Date Transportation Services Transportation Services Admin. 7/3/2008 1:19 PM Approved By Brenda Brilhart Purchasing Agent Date Administrative Services Purchasing 71312008 2:33 PM Approved By Steve Carnell Purchasing /General Svcs Director Date Administrative Services Purchasing 7/312008 2:51 PM Approved By Mike Hauer Acquisition Manager Date Administrative Services Purchasing 7/3/2008 4:53 PM Approved By John Wet Roads Maintenance Superintendant Date Transportation Services Road Maintenance 7/8/2006 8:35 AM Approved By Sharon Newman Accounting Supervisor Date Transportation Services Transportation Services Admin 7/8/2008 1:49 PM fi1e://C:\AgendaTest\ Export\111- July% 2022,% 202008\ 16 %2000NSENT %20AGENDA\ I ... 7/15/2008 Page 2 of 2 Agenda Item No. 161311 July 22, 2008 Page 5 of 8 Approved By Pat Lehnhard Executive Secretary Date Transportation Services Transportation Services Admin 7/812008 1:57 PM Approved By OMB Coordinator OMB Coordinator Date County Manager's Office Office of Management & Budget 718/2008 2:47 PM Approved By Susan Usher Senior Management /Budget Analyst Date County Manager's Office Office of Management & Budget 7/812008 7:39 PM Approved By James V. Mudd County Manager Date Board of County County Manager's Office 7/9/2008 4:51 PM Commissioners file: / /C:AAgendaTest \Export\ 111 -July %2022, %202008\ 16. %20C0NSENT %20AGENDA\ 1... 7/15/2008 A yg5 . 8€ m� 9 3 PSg �9e X08 g °88888888888888888888gg8, �OJ M O w m O o zzm$ �N O IN 1m Ewa � QI l9 N m Q A yg5 . 8€ m� 9 3 PSg �9e X08 g °88888888888888888888gg8, MMOAMMR e ° ° ° °88R88RrR8888888888 3 888p88888888$88$888888 gm F SP' �- 88RA�888$8RRRR $ u$x »SRS »8:88RR8.4 SG.4 aP,n$$8$888$888R pRA 8, "..SR88 »8n Rob- m�R�sg83c: 8_SSAg: ° -m_A t¢,8888888888888888888888 S9.RRmA8888°°. oB R.��R�gR'�S tW w nRe °° 8$88.888 °a8888R888 $%888888888R�8 «.�S88R88_ �I 8S8�R8R�R:$mRmR.8m8R8 Qa. °888E8 ».680._88888 $.$R8= �g�$xaasa$aaaas8a$$a8a$a. s. P ����'��SSS�Rog88�88888 ~° °8888$88888888888888^ F,8888$888888$.9888888 »8R 88 °RSa�o:.$8Rm °.o8n88�m� ~888$888$ °G$$8n8 » °$ Bc;RS:c °88 m` TD, 8 R:888�`"8 °:8A ^m'- 8 ^RR88_e �.RB$e::AR686S$ryaam88m ^A^ R8$888888SR8888_88 ^8: s rAS' e8 °8mR" mA o Bm 8s$ _ 29883» ^.R» " [ -. 88$8 » °m.BB „8,^_RmeAeRR E•m ,8 «A »C9 ^3 »3 »xBRed ^ ^Rm «8888888888888- RSSRBJ� �P$maa� ^= s�xAeRe$�$x�c� °Re - 0 w�l 3 3 89n[e5. e� "e:x"zs "- o I s AVEM - °R« Agenda Item No. 16B11 July 22. 2008 COLLIER COUNTY raye '0 - -I BOARD OF COUNTY COMMISSIONERS PROJECT No. 510072 WILLOW WEST WILLOUGHBY ACRES DRAINAGE PROJECT LOCATION MAP LLJ Lo IT I I _ I I - LQ -- - - - - -- - - - -- -- -- _ - W - ,. - - - -- --- r -- _ -- Q Q c cn PROJECT LOCATION ° V W y MENTOR DR A JOHNNEYCAKE DR D 3 W Z W C PIPER BLVD _ ' I - I U A LEE OAD -- 1 - pI r C2 >: I j �- m I _ 111` 1 I \ j I 485 "' -- VANDERBILT I tBEACH RD , 1 PROPOSED ev: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS TRANSPORTATION SERVICES DIVISION STORMWATER MANAGEMENT DEPARTMENT HORSESHOE SQUARE, SUITF, No ^ 14.2695 SOUTH HORSESHOE DRIVE 0 0.5 1 NAPLES. FLORIDA 34104 (239) 732 -2501 1 1 PROJECT MANAGER: GERALD N. KURTZ DATE: AUGUST,2004 Miles July 8 2008 Mr. Val Prince Collier County Stormwater Management Department 2885 South Horseshoe Drive Naples, Florida 34104 RE: Willow West Stormwater Improvement —Phase 2 Dear Mr. Prince: On May 6, 2008, the Bid Opening on the above referenced project was held. A total of eleven (11) bids were received. One, at the time of bid opening, was found Non - Responsive. The remaining bids ranged from $198,840.00 to $282,278.58. The apparent low bidder was D. H. Higgins, Inc, with a bid price of $198,840.00. If you have any question or if we can be of further assistance, please call. Very yours, David W. Schmitt, P.E. DWS:smc (239) 947 -1144 • FAX (239) 947 -0375 . Web Site: www.gradyminorcom 3800 Via Del Rey • Bonita Springs, Florida 34134 -7569 Ell 0005151 • LB 0005151 • LC 26000266 C1Dowrnen4 and SeWngs\Cdwyer lDesktop%7- "Sprince.dm Agenda Item No. 16811 Q. GRADY MINOR & ASSOCIATES, P.A. JuPage 8 of g Civil Engineers . Land Surveyors . Planners . Landscape Architects --- MARK W. MINOR PP. D. WAYNE ARNOLD, AI.CP. JOSHUA R. EVANS, P.E KEITH A. SIEPHENSON, P.S.M. MICHAEL T. tffiRRERA, P.E. JUAN A. ARAQUE, P .S.M. DAVID W. SCHMITT. P.B. HEIDI K WILUAMs, ALC.P, MICHAEL]. DELATE, RE D. KENT CARLYLE, RLA, ELIZABETH A. FOUNTAIN, P.E. 1CJVNErH W. PAHUT'SKI, PS.M ANDRES F. CORREA, P.E PAMELA M. HYY71 July 8 2008 Mr. Val Prince Collier County Stormwater Management Department 2885 South Horseshoe Drive Naples, Florida 34104 RE: Willow West Stormwater Improvement —Phase 2 Dear Mr. Prince: On May 6, 2008, the Bid Opening on the above referenced project was held. A total of eleven (11) bids were received. One, at the time of bid opening, was found Non - Responsive. The remaining bids ranged from $198,840.00 to $282,278.58. The apparent low bidder was D. H. Higgins, Inc, with a bid price of $198,840.00. If you have any question or if we can be of further assistance, please call. Very yours, David W. Schmitt, P.E. DWS:smc (239) 947 -1144 • FAX (239) 947 -0375 . Web Site: www.gradyminorcom 3800 Via Del Rey • Bonita Springs, Florida 34134 -7569 Ell 0005151 • LB 0005151 • LC 26000266 C1Dowrnen4 and SeWngs\Cdwyer lDesktop%7- "Sprince.dm