Loading...
Agenda 12/10/2019 Item #11G (Contract #19-7612 - Douglas N. Higgins)12/10/2019 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid Number 19-7612, “96th Avenue North Public Utilities Renewal" (Project Numbers 60139 and 70120), to Douglas N. Higgins, Inc., in the amount of $5,357,500, authorize the necessary budget amendments and authorize the Chairman to sign the attached Agreement. This is a companion to agenda item 11.H. OBJECTIVE: Provide reliable, sustainable, and regulatorily compliant services to the customers along 96th Avenue North (N) in the Naples Park neighborhood by replacing the water, wastewater and stormwater infrastructure in coordination with the Wastewater Basin 101 Program. CONSIDERATIONS: The proposed scope of work under Project Number 60139, “Naples Park Stormwater Improvements,” is consistent with the Stormwater Five-year Work Program of the 2015 Stormwater Management AUIR/CIE approved by the Board of County Commissioners (Board) on November 10, 2015, and with the goals, objectives and policies of the Conservation and Coastal Management Element and the Stormwater Management Sub-Element of the Growth Management Plan. The proposed scope of work under Project Number 70120, “Naples Park Area Basin Optimization,” is consistent with the FY 2020 Budget approved by the Board on September 19, 2019. The Wastewater Basin 101 Program represents substantially similar construction activities throughout the area located north of Vanderbilt Beach Road, west of U.S. 41, south of 111 th Street, and along Vanderbilt Drive from 111th Avenue north to Wiggins Pass Road. In areas of Basin 101 where water and wastewater projects were coincident with stormwater projects, the Public Utilities and Growth Management Departments sought to combine scopes into one construction project that will reduce construction costs and avoid multiple disturbances in the neighborhood, as is the case with 95th Avenue N. Public Utilities Renewal, which is anticipated to be complete on January 1, 2020. After this project is complete, four Naples Park streets will have been rehabilitated in this comprehensive manner: 107th, 110th, 95th and 96th Avenues N. Prior to that, in 2013 and 2014, water mains were replaced on 91 st, 92nd, 93rd and 94th Avenues N. The next two streets planned for water, wastewater, and stormwater construction are 108 th and 109th Avenues N. The combined scope of the 96th Avenue N. Public Utility Renewal Project includes replacing and rehabilitating water, wastewater, and stormwater assets as follows: 1) Water infrastructure was installed in the late 1960s and has reached the end of its useful life. Improvements include removing and disposing of existing asbestos-cement water main and installing approximately 5,500 linear feet of new polyvinyl chloride (PVC) water main, along with new fire hydrants, gate valves, water services, water meters, and back flow preventers. 2) Wastewater infrastructure was installed in the early 1970s and has reached the end of its useful life. Improvements include removing and disposing of approximately 5,000 linear feet of existing vitrified clay gravity sewer pipe, and concrete manholes, which will be replaced with PVC gravity sewer pipe and polymer concrete manholes. Existing sanitary sewer service laterals and cleanouts will also be replaced. 11.G Packet Pg. 1238 12/10/2019 3) Stormwater infrastructure was installed in the 1960s and much of it has exceeded the end of its useful life. Improvements include removing and disposing of various sized aging corrugated metal culvert pipes and old drainage structures, such as mitered end sections, inlets and catch basins. These will be replaced with new perforated high-performance polypropylene and high- density polyethylene storm water pipe systems, along with new reinforced concrete culvert pipes, mitered end sections, inlets and catch basins with sumps to ensure proper drainage throu ghout the area and improve water quality. Water main along all four blocks of 96th Avenue N. will be replaced at the beginning of the project to avoid damaging fragile asbestos cement water mains throughout the remainder of the project. Wastewater and stormwater construction and restoration will follow, occurring one block at a time, which minimizes neighborhood disruption and accelerates restoration. This process was proven effective during 95th Avenue N. construction. This project will benefit approximately 165 residences on 96th Avenue N., a subsection of Basin 101. The condition of the stormwater, water, and wastewater assets are defined as “Red” as reported to the Board at the October 1, 2013, Asset Assessment and Management Workshop. On May 15, 2019. The Procurement Services Division released Invitation to Bid 19-7612, “96th Avenue North Public Utilities Renewal,” to 7269 contractors for the 96th Avenue N. Public Utilities Renewal Project. Interested contractors downloaded one hundred and twenty-five (125) bid packages, and the County received nine (9) bids by the June 20, 2019 due date. Nine vendors were initially found to be responsive and responsible. During the October 22, 2019 Board of County Commission meeting, Consent Agenda Item 16.E.6 was moved to Regular Agenda Item 11.P. Staff explained to the Board an anomaly in the bidding process, which subsequently corrected the original finding on Andrew Site Work, LLC’s bid to non-responsive. The Board then directed Staff to award to Douglas N. Higgins, Inc. per the bids received as set forth in the below table. Company Name City County State Amount Responsive/ Responsible Andrew Site Work, LLC Fort Myers Lee FL $5,266,756.00 N/Y Douglas N. Higgins, Inc. Naples Collier FL $5,357,500.00 Y/Y David Mancini & Sons, Inc. Pompano Beach Broward FL $5,469,358.50 Y/Y Ric-Man Construction Florida, Inc. Deerfield Beach Broward FL $5,480,052.00 Y/Y Denco Construction, Inc. Fort Myers Lee FL $5,806,887.50 Y/Y Coastal Concrete Products, LLC Fort Myers Lee FL $5,856,470.00 Y/Y Quality Enterprises USA, Inc. Naples Collier FL $6,197,500.00 Y/Y Mitchell & Stark Construction Co, Inc. Naples Collier FL $7,215,863.24 Y/Y WPM-Southern, LLC Fort Myers Lee FL $7,059,040.00 Y/Y As a result, staff determined Douglas N. Higgins, Inc., to be the lowest, responsive and responsible bidder and recommends the award be made to Higgins. Higgins’ bid is five percent less than the engineer’s cost opinion. In its letter dated August 28, 2019, engineering firm Q. Grady Minor also recommends awarding the construction agreement to Douglas N. Higgins, Inc., who has an adequate performance and warranty record on previous, similar, utility-related projects. 11.G Packet Pg. 1239 12/10/2019 FISCAL IMPACT: A Budget amendment in the amount of $1,300,000 is required to reallocate amounts within Water User Fee Capital Fund (412) to cover a portion of construction ($1,613,400), engineer of record construction administration ($55,732.20), Construction Engineering and Inspection (CEI) and public information services ($160,563.30) and future design of 108th and 109th Avenues N. ($150,000). Staff has analyzed current and future needs to be funded from the other projects to assure that this budget amendment will not affect current and future financial commitments. The sources of funding are General Fund (001 & 111) transfers to the Stormwater Capital Fund (325), and user fees for the Water Capital Fund (412) and Wastewater Capital Fund (414). The allocation between the various funds are shown below. FUNDING SOURCE BID AMOUNT BID % Stormwater Capital Fund (325) $1,394,500.00 26% Water Capital Fund (412) $1,613,400.00 30% Wastewater Capital Fund (414) $2,349,600.00 44% TOTAL $5,357,500.00 100% The County received a Florida Department of Environmental Protection (FDEP) grant (Agreement No. LP11030) in the amount of $750,000 for the 95th Avenue N and 96th Avenue N construction projects. As previously approved on October 9, 2018, the entire grant amount was utilized on the 95th Avenue N construction project. As a condition of this FDEP grant, both projects need to be constructed to receive the grant reimbursement. Water and sewer operating costs will remain the same or decrease as these improvements are replacements. There will be no new maintenance costs associated with the stormwater improvements. While there will be additional closed drainage, the offset cost to clean and maintain should be no more than for the maintenance of the existing mixed open and closed system. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners awards Invitation to Bid Number 19-7612, “96th Avenue North Public Utilities Renewal" Project Numbers 60139 and 70120, to Douglas N. Higgins, Inc., in the amount of $5,357,500.00, approve the necessary budget amendment, and authorize the Chairman to sign the attached Agreement. Prepared By: Diana C. Dueri, Senior Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. 19-7612 - DELORA - Higgins - DNH Recommendation for Award 96th Ave N (PDF) 2. 19-7612 - NORA - REVISED - Executed (PDF) 3. 19-7612 DouglasNHiggins_COI_11-20-19 (PDF) 4. [linked] 19-7612 DouglasN.Higgins_Contract_VendorSigned_with_Bonds_corrected (PDF) 5. PPP 96th Ave Construction and CEI (PDF) 11.G Packet Pg. 1240 12/10/2019 COLLIER COUNTY Board of County Commissioners Item Number: 11.G Doc ID: 10926 Item Summary: Recommendation to award Invitation to Bid Number 19-7612, “96th Avenue North Public Utilities Renewal" (Project Numbers 60139 and 70120), to Douglas N. Higgins, Inc., in the amount of $5,357,500, authorize the necessary budget amendments and authorize the Chairman to sign the attached Agreement. This is a companion to agenda item 11.H. (Tom Chmelik, Public Utilities Engineering and Project Management Division) Meeting Date: 12/10/2019 Prepared by: Title: Project Manager – Public Utilities Planning and Project Management Name: Diana Dueri 11/19/2019 2:49 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 11/19/2019 2:49 PM Approved By: Review: Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 11/19/2019 2:51 PM Public Utilities Planning and Project Management Benjamin Bullert Additional Reviewer Completed 11/19/2019 2:53 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 11/19/2019 3:23 PM Water Pamela Libby Additional Reviewer Completed 11/19/2019 3:37 PM Water Steve Messner Additional Reviewer Completed 11/19/2019 3:38 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 11/19/2019 3:58 PM Public Utilities Planning and Project Management Michael Stevens Additional Reviewer Completed 11/19/2019 4:12 PM Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Additional Reviewer Completed 11/19/2019 4:20 PM Wastewater Steve Nagy Additional Reviewer Completed 11/19/2019 4:36 PM Capital Project Planning, Impact Fees, and Program Management Liz Gosselin Additional Reviewer Completed 11/19/2019 4:51 PM Wastewater Beth Johnssen Additional Reviewer Completed 11/19/2019 5:46 PM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 11/20/2019 8:04 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 11/20/2019 10:53 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/20/2019 11:55 AM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 11/20/2019 12:32 PM 11.G Packet Pg. 1241 12/10/2019 Procurement Services Priscilla Doria Additional Reviewer Completed 11/20/2019 1:44 PM Procurement Services Ted Coyman Additional Reviewer Completed 11/20/2019 3:14 PM Board of County Commissioners Len Price Additional Reviewer Skipped 11/20/2019 4:31 PM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 11/20/2019 5:42 PM Grants Erica Robinson Level 2 Grants Review Completed 11/21/2019 9:16 AM Grants Carrie Kurutz Additional Reviewer Completed 11/21/2019 10:29 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 11/22/2019 9:04 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 11/22/2019 2:01 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/22/2019 3:07 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/22/2019 4:46 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/25/2019 8:16 AM Grants Therese Stanley Additional Reviewer Completed 11/25/2019 12:20 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/29/2019 11:04 AM Board of County Commissioners MaryJo Brock Meeting Pending 12/10/2019 9:00 AM 11.G Packet Pg. 1242 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 August 28, 2019 Ms. Diana Dueri, PMP Senior Project Manager Collier County Public Utilities Engineering 3339 Tamiami Trail East, Suite 303 Naples, FL 34112-5361 RE: Award Recommendation 96th Avenue North – Public Utilities Renewal Dear Ms. Dueri: 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 96th Avenue North Public Utilities Renewal project includes replacing the existing water, wastewater, and stormwater infrastructure and the complete rebuilding of 96th Avenue North. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, the lowest bidder for the 96th Avenue Public Utility Renewal project was Andrew Sitework. However, it is GradyMinor’s understanding that Andrew Sitework’s bid was determined by Collier County to not be responsive and responsible. Therefore, Douglas N. Higgins Inc. (DN Higgins) is the lowest responsive and responsible bidder with a bid amount of $5,357,500.00, which is approximately 5% less than the project’s Opinion of Probable Construction Cost amount of $5,660,150.00. DN Higgins is a local contractor with extensive experience with underground utility construction within Collier County and is in Collier County’s library of approved underground utility contractors. DN Higgins’ bid included a long list of completed projects similar to the 96th Avenue North Public Utilities Renewal project, including successful completion of the 107th and 110th Avenue North Public Utility Renewal Projects, and the 95th Avenue North Public Utility Renewal Project which is currently under construction but on schedule to be completed within the contract time. Based on the above information, GradyMinor recommends DN Higgins is awarded the 96th Avenue North Public Utilities Renewal project in the amount of $5,357,500.00. Please feel free to call me with any questions. Regards, Justin Frederiksen, P.E. Senior Project Manager 11.G.1 Packet Pg. 1243 Attachment: 19-7612 - DELORA - Higgins - DNH Recommendation for Award 96th Ave N (10926 : 96th Avenue North Public Utilities Renewal - Kristofer Lopez, Procurement Strategist Diana Dueri, Senior Project Manager BID TABULATION SOLICITATION 19-7612 96th AVENUE NORTH PUBLIC UTILITY RENEWAL Invitations Sent: 7269 Downloaded: 125 Submitted:9 ITEM NO.DESCRIPTION EST. QTY.UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1.1 Mobilization/Demobilization (Max 10% of base bid)1 LS $ 468,738.00 $ 468,738.00 $ 480,000.00 $ 480,000.00 $ 500,000.00 $ 500,000.00 $ 547,190.00 $ 547,190.00 $ 525,000.00 $ 525,000.00 $ 535,000.00 $ 535,000.00 $ 400,000.00 $ 400,000.00 60,000.00$ $ 60,000.00 $ 690,000.00 $ 690,000.00 1.2 Maintenance of Traffic 1 LS $ 99,165.00 $ 99,165.00 $ 480,000.00 $ 480,000.00 $ 214,000.00 $ 214,000.00 $ 105,376.00 $ 105,376.00 $ 65,000.00 $ 65,000.00 $ 235,000.00 $ 235,000.00 $ 125,000.00 $ 125,000.00 35,000.00$ $ 35,000.00 $ 275,000.00 $ 275,000.00 1.3 Project Sign 2 EA $ 1,457.00 $ 2,914.00 $ 3,000.00 $ 6,000.00 $ 600.00 $ 1,200.00 $ 1,725.00 $ 3,450.00 $ 2,000.00 $ 4,000.00 $ 1,750.00 $ 3,500.00 $ 1,000.00 $ 2,000.00 1,500.00$ $ 3,000.00 $ 4,500.00 $ 9,000.00 1.4 Survey Layout & Record Drawings 1 LS $ 102,078.00 $ 102,078.00 $ 55,000.00 $ 55,000.00 $ 71,560.00 $ 71,560.00 $ 80,500.00 $ 80,500.00 $ 65,000.00 $ 65,000.00 $ 125,000.00 $ 125,000.00 $ 70,000.00 $ 70,000.00 33,900.00$ $ 33,900.00 $ 110,000.00 $ 110,000.00 1.5 Pre-Construction Video & Photographs 1 LS $ 23,504.00 $ 23,504.00 $ 25,000.00 $ 25,000.00 $ 100,000.00 $ 100,000.00 $ 3,450.00 $ 3,450.00 $ 10,000.00 $ 10,000.00 $ 11,500.00 $ 11,500.00 $ 2,200.00 $ 2,200.00 5,100.00$ $ 5,100.00 $ 48,000.00 $ 48,000.00 1.6 Post Construction Video 1 LS $ 10,915.00 $ 10,915.00 $ 9,000.00 $ 9,000.00 $ 3,000.00 $ 3,000.00 $ 2,070.00 $ 2,070.00 $ 20,000.00 $ 20,000.00 $ 7,500.00 $ 7,500.00 $ 1,500.00 $ 1,500.00 2,000.00$ $ 2,000.00 $ 20,000.00 $ 20,000.00 1.7 Remove, Dispose, and Replace Driveway a.Concrete 6,000 SY 57.85$ 347,100.00$ 36.00$ 216,000.00$ 55.90$ 335,400.00$ 67.86$ 407,160.00$ 65.00$ 390,000.00$ 58.00$ 348,000.00$ 64.00$ 384,000.00$ 69.00$ 414,000.00$ 72.00$ 432,000.00$ d. Asphalt 2,000 SY 36.66$ 73,320.00$ 14.00$ 28,000.00$ 15.00$ 30,000.00$ 30.04$ 60,080.00$ 65.00$ 130,000.00$ 38.00$ 76,000.00$ 55.00$ 110,000.00$ 44.00$ 88,000.00$ 40.00$ 80,000.00$ e.Brick Pavers 1,500 SY 58.47$ 87,705.00$ 110.00$ 165,000.00$ 31.00$ 46,500.00$ 49.87$ 74,805.00$ 55.00$ 82,500.00$ 55.00$ 82,500.00$ 57.00$ 85,500.00$ 62.00$ 92,992.50$ 75.00$ 112,500.00$ 1.8 Driveway Coatings and Finishes a. Colored Concrete Coatings 400 SY 82.77$ 33,108.00$ 100.00$ 40,000.00$ 72.00$ 28,800.00$ 57.91$ 23,164.00$ 175.00$ 70,000.00$ 170.00$ 68,000.00$ 20.00$ 8,000.00$ 154.00$ 61,600.00$ 85.00$ 34,000.00$ b.Decorative (Stamped) Concrete Coatings and Finishes 300 SY 83.18$ 24,954.00$ 90.00$ 27,000.00$ 55.00$ 16,500.00$ 75.16$ 22,548.00$ 195.00$ 58,500.00$ 170.00$ 51,000.00$ 100.00$ 30,000.00$ 169.00$ 50,700.00$ 90.00$ 27,000.00$ 1.9 Remove, Dispose, and Replace Sidewalk a. Asphalt 300 SY 41.69$ 12,507.00$ 14.00$ 4,200.00$ 27.00$ 8,100.00$ 49.97$ 14,991.00$ 50.00$ 15,000.00$ 49.00$ 14,700.00$ 55.00$ 16,500.00$ 48.00$ 14,400.00$ 38.00$ 11,400.00$ b.Concrete 100 SY 67.22$ 6,722.00$ 50.00$ 5,000.00$ 47.00$ 4,700.00$ 72.65$ 7,265.00$ 30.00$ 3,000.00$ 65.00$ 6,500.00$ 65.00$ 6,500.00$ 74.00$ 7,400.00$ 60.00$ 6,000.00$ 1.10 Detectable Warnings 150 SF 28.50$ 4,275.00$ 30.00$ 4,500.00$ 25.00$ 3,750.00$ 27.60$ 4,140.00$ 65.00$ 9,750.00$ 30.00$ 4,500.00$ 27.00$ 4,050.00$ 28.00$ 4,200.00$ 30.00$ 4,500.00$ 1.11 Private Property Tree Removal 60 EA 625.00$ 37,500.00$ 100.00$ 6,000.00$ 220.00$ 13,200.00$ 862.50$ 51,750.00$ 625.00$ 37,500.00$ 350.00$ 21,000.00$ 500.00$ 30,000.00$ 500.00$ 30,000.00$ 225.00$ 13,500.00$ 1.12 Root Barrier 300 LF 35.00$ 10,500.00$ 15.00$ 4,500.00$ 27.50$ 8,250.00$ 20.21$ 6,063.00$ 50.00$ 15,000.00$ 15.00$ 4,500.00$ 15.00$ 4,500.00$ 31.00$ 9,300.00$ 25.00$ 7,500.00$ 1.13 Allowance at the direction and approval by Collier County Utilities Project Manager on 96th Avenue.1 TBD $140,000 140,000.00$ $140,000 140,000.00$ $140,000 140,000.00$ $140,000 140,000.00$ $140,000 140,000.00$ $140,000 140,000.00$ $140,000 140,000.00$ $140,000 140,000.00$ $140,000 140,000.00$ 1,485,005.00$ 1,695,200.00$ 1,524,960.00$ 1,554,002.00$ 1,640,250.00$ 1,734,200.00$ 1,419,750.00$ 1,051,592.50$ 2,020,400.00$ 2.1 Water Main Pipelines a.8-inch C900 DR18 PVC 5,500 LF 62.20$ 342,100.00$ 35.00$ 192,500.00$ 73.00$ 401,500.00$ 49.56$ 272,580.00$ 45.00$ 247,500.00$ 38.00$ 209,000.00$ 75.00$ 412,500.00$ 123.52$ 679,360.00$ 26.00$ 143,000.00$ 2.2 Gate Valves/Insert Valves/Line Stops a.6-inch Gate Valve 2 EA $ 1,312.00 2,624.00$ $ 1,200.00 2,400.00$ $ 975.00 1,950.00$ $ 796.00 1,592.00$ $ 1,350.00 2,700.00$ $ 1,300.00 2,600.00$ $ 1,700.00 3,400.00$ 1,475.00$ 2,950.00$ $ 1,250.00 2,500.00$ b.8-inch Gate Valve 15 EA 1,687.00$ 25,305.00$ 1,800.00$ 27,000.00$ 1,400.00$ 21,000.00$ 1,393.00$ 20,895.00$ 2,000.00$ 30,000.00$ 1,900.00$ 28,500.00$ 2,000.00$ 30,000.00$ 1,825.00$ 27,375.00$ 1,510.00$ 22,650.00$ c.12-inch Gate Valve 2 EA 2,938.00$ 5,876.00$ 3,100.00$ 6,200.00$ 2,335.00$ 4,670.00$ 2,311.00$ 4,622.00$ 3,300.00$ 6,600.00$ 3,300.00$ 6,600.00$ 3,250.00$ 6,500.00$ 2,825.00$ 5,650.00$ 2,450.00$ 4,900.00$ d.6-inch Insert Valve 3 EA 8,569.00$ 25,707.00$ 5,000.00$ 15,000.00$ 8,100.00$ 24,300.00$ 9,645.00$ 28,935.00$ 12,000.00$ 36,000.00$ 16,000.00$ 48,000.00$ 11,000.00$ 33,000.00$ 11,960.00$ 35,880.00$ 11,800.00$ 35,400.00$ e.8-inch Line Stop 2 EA 5,915.00$ 11,830.00$ 4,000.00$ 8,000.00$ 6,500.00$ 13,000.00$ 7,345.00$ 14,690.00$ 6,000.00$ 12,000.00$ 6,500.00$ 13,000.00$ 5,400.00$ 10,800.00$ 6,150.00$ 12,300.00$ 7,860.00$ 15,720.00$ f.12-inch Line Stop 2 EA 7,684.00$ 15,368.00$ 5,000.00$ 10,000.00$ 7,720.00$ 15,440.00$ 9,645.00$ 19,290.00$ 7,000.00$ 14,000.00$ 7,500.00$ 15,000.00$ 7,600.00$ 15,200.00$ 8,120.00$ 16,240.00$ 11,230.00$ 22,460.00$ 2.3 Fire Hydrant Assemblies 12 EA 5,829.00$ 69,948.00$ 4,000.00$ 48,000.00$ 3,800.00$ 45,600.00$ 4,983.00$ 59,796.00$ 5,200.00$ 62,400.00$ 5,300.00$ 63,600.00$ 5,000.00$ 60,000.00$ 5,180.00$ 62,160.00$ 4,980.00$ 59,760.00$ 2.4 Water Services a.Short Single Service 32 EA 961.00$ 30,752.00$ 900.00$ 28,800.00$ 1,200.00$ 38,400.00$ 905.00$ 28,960.00$ 950.00$ 30,400.00$ 975.00$ 31,200.00$ 860.00$ 27,520.00$ 1,510.00$ 48,320.00$ 1,630.00$ 52,160.00$ b.Short Double Service 28 EA 1,308.00$ 36,624.00$ 1,100.00$ 30,800.00$ 1,400.00$ 39,200.00$ 1,038.00$ 29,064.00$ 1,300.00$ 36,400.00$ 1,275.00$ 35,700.00$ 1,150.00$ 32,200.00$ 2,025.00$ 56,700.00$ 2,360.00$ 66,080.00$ c.Long Single Service 33 EA 1,363.00$ 44,979.00$ 1,300.00$ 42,900.00$ 1,350.00$ 44,550.00$ 1,177.00$ 38,841.00$ 1,500.00$ 49,500.00$ 1,375.00$ 45,375.00$ 1,190.00$ 39,270.00$ 2,920.00$ 96,360.00$ 2,265.00$ 74,745.00$ d.Long Double Service 26 EA 1,699.00$ 44,174.00$ 1,500.00$ 39,000.00$ 1,600.00$ 41,600.00$ 1,465.00$ 38,090.00$ 1,900.00$ 49,400.00$ 1,675.00$ 43,550.00$ 1,500.00$ 39,000.00$ 3,460.00$ 89,960.00$ 3,135.00$ 81,510.00$ 2.5 Connection to Existing Water Main a.Vanderbilt Drive 8-inch PVC WM 1 EA 2,262.00$ 2,262.00$ 21,000.00$ 21,000.00$ 4,900.00$ 4,900.00$ 3,053.00$ 3,053.00$ 3,700.00$ 3,700.00$ 5,500.00$ 5,500.00$ 4,525.00$ 4,525.00$ 9,125.00$ 9,125.00$ 12,230.00$ 12,230.00$ b.6th Street North 12-inch PVC WM 1 EA 6,931.00$ 6,931.00$ 25,000.00$ 25,000.00$ 13,890.00$ 13,890.00$ 7,440.00$ 7,440.00$ 8,500.00$ 8,500.00$ 7,500.00$ 7,500.00$ 9,000.00$ 9,000.00$ 11,110.00$ 11,110.00$ 14,400.00$ 14,400.00$ c.7th Street North 8-inch AC WM 1 EA 3,414.00$ 3,414.00$ 21,000.00$ 21,000.00$ 9,600.00$ 9,600.00$ 3,053.00$ 3,053.00$ 3,800.00$ 3,800.00$ 6,000.00$ 6,000.00$ 5,700.00$ 5,700.00$ 9,980.00$ 9,980.00$ 11,500.00$ 11,500.00$ d.7th Street North 8-inch PVC WM 1 EA 2,394.00$ 2,394.00$ 21,000.00$ 21,000.00$ 9,600.00$ 9,600.00$ 3,053.00$ 3,053.00$ 3,600.00$ 3,600.00$ 5,500.00$ 5,500.00$ 4,800.00$ 4,800.00$ 9,340.00$ 9,340.00$ 12,330.00$ 12,330.00$ e.US41 6-inch PVC WM 1 EA 2,284.00$ 2,284.00$ 6,000.00$ 6,000.00$ 5,100.00$ 5,100.00$ 3,976.00$ 3,976.00$ 3,500.00$ 3,500.00$ 5,500.00$ 5,500.00$ 5,400.00$ 5,400.00$ 9,235.00$ 9,235.00$ 12,620.00$ 12,620.00$ 2.6 Bacteriological Sample Points a.Temporary Sample Point 5 EA 554.00$ 2,770.00$ 4,800.00$ 24,000.00$ 335.00$ 1,675.00$ 526.00$ 2,630.00$ 650.00$ 3,250.00$ 450.00$ 2,250.00$ 1,000.00$ 5,000.00$ 290.00$ 1,450.00$ 1,440.00$ 7,200.00$ b.Permanent Sample Point 1 EA 2,082.00$ 2,082.00$ 4,800.00$ 4,800.00$ 1,400.00$ 1,400.00$ 3,968.00$ 3,968.00$ 2,500.00$ 2,500.00$ 1,650.00$ 1,650.00$ 2,500.00$ 2,500.00$ 2,135.00$ 2,135.00$ 2,890.00$ 2,890.00$ 2.7 Water Meter, Meter Box, and Backflow Device Relocation 173 EA 488.00$ 84,424.00$ 100.00$ 17,300.00$ 350.00$ 60,550.00$ 74.00$ 12,802.00$ 250.00$ 43,250.00$ 170.00$ 29,410.00$ 600.00$ 103,800.00$ 300.00$ 51,900.00$ 1,330.00$ 230,090.00$ 2.8 Water Meter Box (vacant property)7 EA 404.00$ 2,828.00$ 100.00$ 700.00$ 210.00$ 1,470.00$ 74.00$ 518.00$ 375.00$ 2,625.00$ 180.00$ 1,260.00$ 300.00$ 2,100.00$ 50.00$ 350.00$ 350.00$ 2,450.00$ 2.9 Back Flow Device 173 EA 213.00$ 36,849.00$ 100.00$ 17,300.00$ 488.00$ 84,424.00$ 37.00$ 6,401.00$ 1,100.00$ 190,300.00$ 250.00$ 43,250.00$ 725.00$ 125,425.00$ 455.00$ 78,715.00$ 565.00$ 97,745.00$ 2.10 Air Release Valves 6 EA 1,685.00$ 10,110.00$ 2,400.00$ 14,400.00$ 1,512.00$ 9,072.00$ 3,508.00$ 21,048.00$ 1,900.00$ 11,400.00$ 1,800.00$ 10,800.00$ 2,800.00$ 16,800.00$ 2,698.00$ 16,188.00$ 1,795.00$ 10,770.00$ 2.11 Conflict Avoidance (Deflection)5 EA 3,497.00$ 17,485.00$ 1,500.00$ 7,500.00$ 1,400.00$ 7,000.00$ 1,713.00$ 8,565.00$ 2,600.00$ 13,000.00$ 3,500.00$ 17,500.00$ 6,900.00$ 34,500.00$ 4,290.00$ 21,450.00$ 3,560.00$ 17,800.00$ 2.12 Temporary Connection to Existing Water Main 3 EA 2,562.00$ 7,686.00$ 3,000.00$ 9,000.00$ 2,900.00$ 8,700.00$ 4,591.00$ 13,773.00$ 1,700.00$ 5,100.00$ 2,000.00$ 6,000.00$ 3,600.00$ 10,800.00$ 4,000.00$ 12,000.00$ 7,170.00$ 21,510.00$ 2.13 Removal and Disposal of Asbestos Concrete Water Main 5,500 LF 14.57$ 80,135.00$ 13.00$ 71,500.00$ 20.30$ 111,650.00$ 19.75$ 108,625.00$ 22.00$ 121,000.00$ 21.00$ 115,500.00$ 30.00$ 165,000.00$ 35.00$ 192,500.00$ 21.00$ 115,500.00$ 2.14 Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions.(No additional payment shall be made for rock excavation,replacement of fill material or dewatering).Use of allowance must be approved by the County prior to the execution of the work. 1 TBD $100,000 100,000.00$ $100,000 100,000.00$ $100,000 100,000.00$ $100,000 100,000.00$ $100,000 100,000.00$ $100,000 100,000.00$ $100,000 100,000.00$ $100,000 100,000.00$ $100,000 100,000.00$ 1,016,941.00$ 811,100.00$ 1,120,241.00$ 856,260.00$ 1,092,425.00$ 899,745.00$ 1,304,740.00$ 1,658,733.00$ 1,249,920.00$ 3.1 8-inch PVC Gravity Sewer (Remove, Dispose, Replace)5,250 LF 94.08$ 493,920.00$ 77.00$ 404,250.00$ $86.00 451,500.00$ $68.18 357,945.00$ 85.00$ 446,250.00$ 102.00$ 535,500.00$ 126.00$ 661,500.00$ 182.00$ 955,477.70$ 155.00$ 813,750.00$ 3.2 Sanitary Sewer Service Lateral (Replace, Dispose, and Reconnect) a.Single Sanitary Sewer Service Lateral 175 EA 1,028.00$ 179,900.00$ 200.00$ 35,000.00$ 1,019.00$ 178,325.00$ 988.00$ 172,900.00$ 950.00$ 166,250.00$ 1,350.00$ 236,250.00$ 1,830.00$ 320,250.00$ 2,025.00$ 354,375.00$ 2,920.00$ 511,000.00$ b.Double Sanitary Sewer Service Lateral 10 EA 1,239.00$ 12,390.00$ 200.00$ 2,000.00$ 1,267.00$ 12,670.00$ 1,363.00$ 13,630.00$ 1,250.00$ 12,500.00$ 1,650.00$ 16,500.00$ 2,150.00$ 21,500.00$ 1,480.00$ 14,800.00$ 3,440.00$ 34,400.00$ 3.3 Private Property Sewer Service Lateral Replacement 500 LF 62.00$ 31,000.00$ 5.00$ 2,500.00$ 53.00$ 26,500.00$ 75.07$ 37,535.00$ 36.00$ 18,000.00$ 30.00$ 15,000.00$ 25.00$ 12,500.00$ 27.00$ 13,500.00$ 333.00$ 166,500.00$ 3.4 Relocate Driveway Sanitary Service Lateral 50 EA 1,074.00$ 53,700.00$ 80.00$ 4,000.00$ 948.00$ 47,400.00$ 1,203.72$ 60,186.00$ 775.00$ 38,750.00$ 500.00$ 25,000.00$ 1,000.00$ 50,000.00$ 710.00$ 35,500.00$ 1,310.00$ 65,500.00$ 3.5 Precast Polymer Concrete Manholes (Remove, Dispose, Replace)15 EA 21,781.00$ 326,715.00$ 58,000.00$ 870,000.00$ 10,550.00$ 158,250.00$ 10,748.00$ 161,220.00$ 13,000.00$ 195,000.00$ 16,500.00$ 247,500.00$ 12,570.00$ 188,550.00$ 12,444.00$ 186,660.04$ 15,100.00$ 226,500.00$ 3.6 Connect Existing Gravity Sewer to New Polymer Concrete Manhole 2 EA 4,980.00$ 9,960.00$ 17,000.00$ 34,000.00$ 6,760.00$ 13,520.00$ 3,360.00$ 6,720.00$ 2,500.00$ 5,000.00$ 4,500.00$ 9,000.00$ 1,680.00$ 3,360.00$ 3,070.00$ 6,140.00$ 5,800.00$ 11,600.00$ 3.7 Connect New Gravity Sewer to Existing Manhole 2 EA 7,188.00$ 14,376.00$ 800.00$ 1,600.00$ 3,600.00$ 7,200.00$ 3,731.50$ 7,463.00$ 3,500.00$ 7,000.00$ 4,500.00$ 9,000.00$ 3,250.00$ 6,500.00$ 3,100.00$ 6,200.00$ 4,190.00$ 8,380.00$ 3.8 Conflict Crossing Through Existing Box 1 EA 16,167.00$ 16,167.00$ 45,000.00$ 45,000.00$ 9,000.00$ 9,000.00$ 7,052.00$ 7,052.00$ 5,200.00$ 5,200.00$ 3,500.00$ 3,500.00$ 6,300.00$ 6,300.00$ 5,655.00$ 5,655.00$ 14,200.00$ 14,200.00$ 3.9 Road Restoration - Stabilized Subgrade 14,750 SY 6.48$ 95,580.00$ 1.00$ 14,750.00$ 2.20$ 32,450.00$ 5.62$ 82,895.00$ 6.75$ 99,562.50$ 7.50$ 110,625.00$ 8.00$ 118,000.00$ 6.00$ 88,500.00$ 4.80$ 70,800.00$ 3.1 Road Restoration - Limerock Base (8-inch)12,650 SY 15.98$ 202,147.00$ 4.00$ 50,600.00$ 14.00$ 177,100.00$ 22.90$ 289,685.00$ 18.00$ 227,700.00$ 14.00$ 177,100.00$ 14.50$ 183,425.00$ 13.00$ 164,450.00$ 12.00$ 151,800.00$ 3.11 Road Restoration - 2-1/2" Asphalt (Two Lifts)11,000 SY 18.94$ 208,340.00$ 9.00$ 99,000.00$ 17.80$ 195,800.00$ 24.73$ 272,030.00$ 20.00$ 220,000.00$ 24.50$ 269,500.00$ 24.75$ 272,250.00$ 17.00$ 187,000.00$ 18.20$ 200,200.00$ 3.12 Milling & Resurfacing 500 SY 31.30$ 15,650.00$ 21.00$ 10,500.00$ 27.90$ 13,950.00$ 16.68$ 8,340.00$ 22.00$ 11,000.00$ 29.50$ 14,750.00$ 50.00$ 25,000.00$ 53.00$ 26,500.00$ 30.00$ 15,000.00$ 3.13 Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions.(No additional payment shall be made for rock excavation,replacement of fill material or dewatering).Use of allowance must be approved by the County prior to the execution of the work. 1 TBD $200,000 200,000.00$ $200,000 200,000.00$ $200,000 200,000.00$ $200,000 200,000.00$ $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 1,859,845.00$ 1,773,200.00$ 1,523,665.00$ 1,677,601.00$ 1,652,212.50$ 1,869,225.00$ 2,069,135.00$ 2,244,757.74$ 2,489,630.00$ 4.1 15" ADS Pipe 200 LF $ 29.00 5,800.00$ $ 52.00 10,400.00$ $ 59.00 11,800.00$ $ 42.87 8,574.00$ $75 15,000.00$ $ 60.00 12,000.00$ $50.00 10,000.00$ 129.00$ 25,800.00$ $ 55.00 11,000.00$ 4.2 18" ADS Perforated Pipe in Water Quality Trench 3,300 LF 46.82$ 154,506.00$ 75.00$ 247,500.00$ 82.00$ 270,600.00$ 76.26$ 251,658.00$ $75 247,500.00$ 65.00$ 214,500.00$ $65.75 216,975.00$ 147.00$ 485,100.00$ 81.00$ 267,300.00$ 4.3 18" ADS Pipe 4,700 LF 28.87$ 135,689.00$ 55.00$ 258,500.00$ 60.00$ 282,000.00$ 41.28$ 194,016.00$ $60 282,000.00$ 62.00$ 291,400.00$ $55.50 260,850.00$ 133.00$ 625,100.00$ 53.00$ 249,100.00$ 4.4 18" RCP 140 LF 67.00$ 9,380.00$ 140.00$ 19,600.00$ 115.00$ 16,100.00$ 58.10$ 8,134.00$ $70 9,800.00$ 75.00$ 10,500.00$ $190.00 26,600.00$ 139.00$ 19,460.00$ 58.00$ 8,120.00$ 4.5 24" ADS Perforated Pipe in Water Quality Trench 1,550 LF 62.00$ 96,100.00$ 120.00$ 186,000.00$ 96.75$ 149,962.50$ 91.84$ 142,352.00$ $92 142,600.00$ 95.00$ 147,250.00$ $90.00 139,500.00$ 165.00$ 255,750.00$ 110.00$ 170,500.00$ 4.6 24" ADS Pipe 1,600 LF 43.00$ 68,800.00$ 57.00$ 91,200.00$ 74.50$ 119,200.00$ 58.47$ 93,552.00$ 73 116,800.00$ 90.00$ 144,000.00$ $80.00 128,000.00$ 143.00$ 228,800.00$ 68.00$ 108,800.00$ 4.7 24" RCP 110 LF 70.00$ 7,700.00$ 150.00$ 16,500.00$ 146.50$ 16,115.00$ 66.70$ 7,337.00$ 110 12,100.00$ 110.00$ 12,100.00$ $220.00 24,200.00$ 150.00$ 16,500.00$ 79.00$ 8,690.00$ 4.8 Catch Basin 35 EA 2,139.00$ 74,865.00$ 400.00$ 14,000.00$ 2,107.00$ 73,745.00$ 5,422.80$ 189,798.00$ $2,500 87,500.00$ $2,860 100,100.00$ $2,900.00 101,500.00$ 3,220.00$ 112,700.00$ 1,650.00$ 57,750.00$ 4.9 Catch Basin w/Sedimentation Sump 35 EA 1,987.00$ 69,545.00$ 400.00$ 14,000.00$ 1,500.00$ 52,500.00$ 5,668.80$ 198,408.00$ $2,500 87,500.00$ $2,860 100,100.00$ $3,000.00 105,000.00$ 3,880.00$ 135,800.00$ 1,660.00$ 58,100.00$ 4.10 Catch Basin w/Weir Plate 6 EA 3,435.00$ 20,610.00$ 6,000.00$ 36,000.00$ 5,000.00$ 30,000.00$ 5,669.00$ 34,014.00$ $7,200 43,200.00$ $4,300 25,800.00$ $5,500.00 33,000.00$ 5,490.00$ 32,940.00$ 4,445.00$ 26,670.00$ 4.11 Concrete Mitered End Section 15 EA 996.00$ 14,940.00$ 900.00$ 13,500.00$ 618.00$ 9,270.00$ 1,164.40$ 17,466.00$ $1,800 27,000.00$ $1,550 23,250.00$ $1,600.00 24,000.00$ 1,330.00$ 19,950.00$ 1,010.00$ 15,150.00$ 4.12 Yard Drain 130 EA 935.00$ 121,550.00$ 200.00$ 26,000.00$ 1,000.00$ 130,000.00$ 952.80$ 123,864.00$ $1,500 195,000.00$ $1,150 149,500.00$ $1,525.00 198,250.00$ 1,440.00$ 187,200.00$ 1,575.00$ 204,750.00$ 4.13 Connection to Existing Storm Structure 8 EA 1,765.00$ 14,120.00$ 4,000.00$ 32,000.00$ 3,800.00$ 30,400.00$ 1,464.00$ 11,712.00$ $3,500 28,000.00$ $1,850 14,800.00$ $3,200.00 25,600.00$ 1,200.00$ 9,600.00$ 940.00$ 7,520.00$ 4.14 Modification of Existing Storm Storm Structure 4 EA 2,840.00$ 11,360.00$ 3,200.00$ 12,800.00$ 2,200.00$ 8,800.00$ 2,826.00$ 11,304.00$ $7,000 28,000.00$ $2,000 8,000.00$ $2,600.00 10,400.00$ 1,520.00$ 6,080.00$ 1,410.00$ 5,640.00$ 4.15 Allowance to cover unanticipated cost including but not limited to, un-located utilities and unforeseen site conditions.(No additional payment shall be made for rock excavation,replacement of fill material or dewatering).Use of allowance must be approved by the County prior to the execution of the work. 1 TBD $100,000 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 100,000.00$ 904,965.00$ 1,078,000.00$ 1,300,492.50$ 1,392,189.00$ 1,422,000.00$ 1,353,300.00$ 1,403,875.00$ 2,260,780.00$ 1,299,090.00$ $ 1,485,005.00 $ 1,695,200.00 $ 1,524,960.00 $ 1,554,002.00 $ 1,640,250.00 $ 1,734,200.00 $ 1,419,750.00 $ 1,051,592.50 $ 2,020,400.00 $ 1,016,941.00 $ 811,100.00 $ 1,120,241.00 $ 856,260.00 $ 1,092,425.00 $ 899,745.00 $ 1,304,740.00 $ 1,658,733.00 $ 1,249,920.00 $ 1,859,845.00 $ 1,773,200.00 $ 1,523,665.00 $ 1,677,601.00 $ 1,652,212.50 $ 1,869,225.00 $ 2,069,135.00 $ 2,244,757.74 $ 2,489,630.00 $ 904,965.00 $ 1,078,000.00 $ 1,300,492.50 $ 1,392,189.00 $ 1,422,000.00 $ 1,353,300.00 $ 1,403,875.00 $ 2,260,780.00 $ 1,299,090.00 5,266,756.00$ 5,357,500.00$ 5,469,358.50$ 5,480,052.00$ 5,806,887.50$ 5,856,470.00$ 6,197,500.00$ 7,215,863.24$ 7,059,040.00$ Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes/No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Opened by: Viviana Giariamustas, Procurement Strategist Witnessed by: Barabara Lance, Procurement Strategist Coastal Concrete Products, LLC Quality Enterprises USA, Inc Mitchell & Stark Construction Co, Inc WPM-Southern, LLCAndrew Sitework, LLC Douglas N Higgins, Inc.David Mancini & Sons, Inc Ric-Man Construction Florida, Inc Denco Construction, Inc Vendor Substitute W-9 (Form 12) Bidders Checklist (Form 13) Grant Provisions Addendums E-Verify Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Bid Response Form (Form 1) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Exhibit N - Contractors Key Personnel Assigned to the Project - (Form 2) TOTAL BID: Section 4: Stormwater System Section 3: Wastewater System SECTION 3 SUBTOTAL: SUMMARY Section 1: General Section 2: Water System SECTION 4: STORMWATER SYSTEM SECTION 4 SUBTOTAL: SECTION 1: GENERAL SECTION 1 SUBTOTAL: SECTION 2: WATER SYSTEM SECTION 2 SUBTOTAL: SECTION 3: WASTEWATER SYSTEM 96TH AVENUE NORTH PUBLIC UTILITY RENEWAL 1 Section III-1 11.G.1 Packet Pg. 1244 Attachment: 19-7612 - DELORA - Higgins - DNH Recommendation for Award 96th Ave N (10926 : 96th Avenue North Public Utilities Renewal - Construction) 11.G.2Packet Pg. 1245Attachment: 19-7612 - NORA - REVISED - Executed (10926 : 96th Avenue North Public Utilities Renewal - Construction) 11.G.3Packet Pg. 1246Attachment: 19-7612 DouglasNHiggins_COI_11-20-19 (10926 : 96th Avenue North Public Utilities Renewal - Construction) CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Douglas N. Higgins, Inc. ("Contractor") of 3390 Travis Pointe Rd., Suite A, Ann Arbor, MI 48108, a Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with 96"' Avenue North Public Utilities Renewal Project, Invitation to Bid No. #19-7612 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor & Associates, P.A, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Five Million Three Hundred Fifty -Seven Thousand Five Hundred ($5,357,500.00) Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. 1 Construction Services Agreement: Revised 072118 B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within three hundred sixty-five (365) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Three Thousand, Four Hundred Forty -Seven Dollars ($3,447.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 2 Construction Services Agreement: Revised 072118 ��(J D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation #19-7612 1196th Avenue North Public Utilities Renewal Project". Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit B-1: Payment Bond Forms ❑ Not Applicable Exhibit B-2: Performance Bond Forms ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions 3 Construction Services Agreement: Revised 072118 �� 96th Avenue North Public Utilities Renewal Project Construction and CEI Public Utilities Department December 10, 2019 Regular Agenda Companion Items Collier County | Florida 11.G.5 Packet Pg. 1247 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Objective •Provide reliable, sustainable, and regulatory compliant services to the customers along 96th Avenue North in the Naples Park neighborhood by replacing the water, wastewater and stormwater infrastructure in coordination with the Wastewater Basin 101 Program. Public Utilities Department Engineering and Project Management Division 2 11.G.5 Packet Pg. 1248 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Project Location Public Utilities Department Engineering and Project Management Division 3 Vanderbilt Drive US 4196th Ave North 11.G.5 Packet Pg. 1249 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Considerations -Water Water infrastructure •Installed in the late 1960s. •Removes and disposes of existing asbestos- cement water main. •Installs approximately 5,500 linear feet of new polyvinyl chloride (PVC) water main. •Installs new fire hydrants, gate valves, water services, water meters, and back flow preventers. Public Utilities Department Engineering and Project Management Division 4 11.G.5 Packet Pg. 1250 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Considerations -Wastewater Public Utilities Department Engineering and Project Management Division 5 Wastewater infrastructure •Installed in the early 1970s. •Removes and replaces approximately 5,000 linear feet of existing vitrified clay gravity sewer pipe, laterals and cleanouts with PVC pipe. •Replaces concrete manholes with polymer concrete manholes which require less maintenance. 11.G.5 Packet Pg. 1251 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Considerations -Stormwater Public Utilities Department Engineering and Project Management Division 6 Stormwater infrastructure •Installed in 1960s. •Removes and replaces approximately 5,000 linear feet of aging corrugated metal culvert pipes with new perforated high-performance pipe. •Replaces old drainage structures with catch basins and sumps to ensure proper drainage. 11.G.5 Packet Pg. 1252 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Considerations Public Utilities Department Engineering and Project Management Division 7 Based on lessons-learned •Replace water main on four blocks first to avoid damaging fragile asbestos cement water mains throughout the remainder of the project. •Wastewater and stormwater construction and restoration will follow, occurring one block at a time. •Minimizes neighborhood disruption and accelerates restoration. •This process was proven effective during 95th Avenue N construction. 11.G.5 Packet Pg. 1253 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Naples Park Summary •Water mains replaced on 91st, 92nd, 93rd and 94th Avenues N in 2013 and 2014. •Water, Wastewater and Stormwater replaced on •107th and 110th Avenues N in 2018 •95th Avenue N (to be complete 1/1/2020) •Next plan for water, wastewater and stormwater construction are 108th and 109th Avenues N anticipated in 2021. 8 11.G.5 Packet Pg. 1254 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Neighborhood Coordination Public Utilities Department Engineering and Project Management Division 9 •Initial notification on 07/01/2019 •Pre-construction neighborhood meeting on 12/11/2019 •Project phone line:239-451-0280 •Project e-mail: 96AvenuePUR@colliercountyfl.gov •Project updates and notices: www.CollierPUR.com •Public information services provided by CEI 11.G.5 Packet Pg. 1255 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public Recommendation •That the Board of County Commissioners awards Invitation to Bid Number 19-7612, “96th Avenue North Public Utilities Renewal" Project Numbers 60139 and 70120, to Douglas N. Higgins, Inc., in the amount of $5,357,500.00, approve the necessary budget amendments, and authorize the Chairman to sign the attached Agreement. Public Utilities Department Engineering and Project Management Division 10 11.G.5 Packet Pg. 1256 Attachment: PPP 96th Ave Construction and CEI (10926 : 96th Avenue North Public