Loading...
Agenda 04/28/2020 Item #16A18 (Agreement #14-6213 Work Order w/Quality Enterprises)Proposed Agenda Changes Board of County Commissioners Meeting April 28, 2020 Continue Item 16A18 to the May 12, 2020 BCC Meeting: Recommendation to award a bid under Agreement No. 14-6213-135, Goodlette Road West Bank Pilot Project, to Quality Enterprises USA, Inc., in the amount of $426,100.30 for the Goodlette Road West Bank Stabilization - Pilot Project, authorize necessary budget amendments, and authorize the Chairman to sign the attached Work Order. (Project No. 50186). (Commissioner Taylor’s request) Withdraw Item 16A30: Recommendation to adopt a Resolution of the Board of County Commissioners of Collier County, Florida amending the Administrative Code for Land Development, which was created by Ordinance No. 2013- 57; and providing an effective date. (Commissioner Taylor’s request) 04/28/2020 EXECUTIVE SUMMARY Recommendation to award a bid under Agreement No. 14-6213-135, Goodlette Road West Bank Pilot Project, to Quality Enterprises USA, Inc., in the amount of $426,100.30, for the Goodlette Road West Bank Stabilization - Pilot Project, authorize necessary budget amendments, approve sole source waiver for ACF Environmental, and authorize the Chairman to sign the attached Work Order. (Project No. 50186). OBJECTIVE: To provide erosion control and bank stabilization in a section of the stormwater conveyance ditch located on the west side of Goodlette Frank Road between Pompei Lane and Granada Boulevard, as a pilot project. CONSIDERATIONS: The Goodlette Frank Road stormwater management ditch is the primary collector and conveyance facility for stormwater runoff generated in the neighborhoods west of Goodlette Road between Pine Ridge Road and Golden Gate Parkway, a flood prone area. In 2006, the east side of the ditch was improved and stabilized as part of the Goodlette Road widening project; however, the west side remains unimproved and subject to erosion and vegetative over-growth, which restricts stormwater flows. This project comprises the reconstruction of approximately 15% of the total length of the ditch. The work is designed to create a maintenance free condition lowering total annual maintenance costs by $17,452. Indirect savings will be recognized through reduction in vegetative growth and an increase in stormwater flow to improve flood protection. Should this pilot project produce t he anticipated favorable results, the remaining 85% of the ditch will be recommended for the same improvement. Using existing Agreement No. 14-6213, a staff issued a Request for Quotations for the project on November 7, 2019, notifying all six contractors under the agreement. Staff received three responses by the December 5, 2019 deadline. Staff evaluated the quotations and determined that Quality Enterprises USA, Inc., is the lowest, responsible and responsive bidder. The Engineer of Record’s revised estimate of probable cost for the improvements is $509,950. A summary of the quotations received is as follows: Vendor Quote Quality Enterprises USA, Inc. $585,844.00 Douglas N. Higgins Inc. $678,568.00 Mitchel & Stark Construction Co., Inc. $853,820.00 Subsequent to receiving the three responsive quotes summarized above, budget constraints resulted in a reduction in project scope. Under Reserved Rights Section 12 of the Collier County Procurement Ordinance, the County reduced quantities of certain bid line-items to seven bid line items of the Bid Schedule/Bid Tabulation, reflecting the reduced scope of work identified by the project’s Engineer. The original quoted scope of work was reduced by approximately thirty percent (30%). Based on that reduction in scope, staff revised and re-tabulated the bid schedule quantities, providing the results as indicated below. The detail of the revision is as indicated on the attached Bid Tabulation comparative. The reduced scope quantities are reflected on revised documents indicating the reduced scope. The low bidder confirmed the drawings, reduced quantities and revised values. As such, the recommendation for award is to Quality Enterprise USA, Inc., in the amount of $426,100.30. Performance and payment b onds for the project are attached as required by the Agreement. 16.A.18 Packet Pg. 433 04/28/2020 Vendor Quote - Reduced Scope Quantities Quality Enterprises USA, Inc. $426,100.30 Douglas N. Higgins Inc. $494,797.60 Mitchel & Stark Construction Co., Inc. $621,975.90 A Sole Source Waiver is also requested for HydroTurf product from ACF Environmental not to exceed $200,000.00 per fiscal year to reduce erosion along a small western section of the Goodlette Frank Road stormwater ditch. The product is a synthetic material proposed for the stabilization of the ditch bank and elimination of unwanted vegetation. HydroTurf, is a material specific to this pilot project, and AFC Environmental is the sole distributor and supplier of HydroTurf in the State of Florida. Approval of the Sole Source Waiver by the Board of County Commissioners is also requested, and the waiver is herein included as an attachment. FISCAL IMPACT: A budget amendment in the amount of $ 426,100.30 will be required to move funds from Stormwater Capital Fund (325), Project No. 60139 and Stormwater Utility Fund (103) to complete the Goodlette Road West Stabilization improvements. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award a bid under Agreement No. 14-6213-135 to Quality Enterprises USA, Inc., in the amount of $ 426,100.30, for the Goodlette Road West Bank Pilot Stabilization Project, authorize necessary budget amendments, approval of the sole source waiver for ACF Environmental and authorize the Chairman to sign the attached Work Order. Prepared By: Mindy Lee Collier, Project Manager, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. 14-6213-135 Bid Tabulation (PDF) 2. ELORA (PDF) 3. Collier Goodlette rd Hydroturf Scaled Bid Proposal r1 (PDF) 4. 14-6213Quality_Contract_20200302154447.772_X (PDF) 5. Bond Docs (PDF) 6. Bid Tabulation - R3 update with reduced scope - Final (XLSX) 7. FY20 Waiver Request 029 - ACF Environmental (PDF) 8. Work Order 14-6213 (PDF) 16.A.18 Packet Pg. 434 04/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.18 Doc ID: 11793 Item Summary: Recommendation to award a bid under Agreement No. 14-6213-135, Goodlette Road West Bank Pilot Project, to Quality Enterprises USA, Inc., in the amount of $426,100.30 for the Goodlette Road West Bank Stabilization - Pilot Project, authorize necessary budget amendments, and authorize the Chairman to sign the attached Work Order. (Project No. 50186). Meeting Date: 04/28/2020 Prepared by: Title: – Capital Project Planning, Impact Fees, and Program Management Name: Mindy Collier 02/24/2020 9:07 AM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 02/24/2020 9:07 AM Approved By: Review: Growth Management Department Judy Puig Level 1 Reviewer Completed 02/24/2020 9:49 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 03/06/2020 11:07 AM Procurement Services Sandra Herrera Level 1 Purchasing Gatekeeper Completed 03/09/2020 3:23 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 03/12/2020 2:30 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 03/12/2020 3:20 PM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 03/13/2020 2:50 PM Procurement Services Sandra Herrera Additional Reviewer Completed 03/17/2020 10:00 AM Capital Project Planning, Impact Fees, and Program Management Gino Santabarbara Additional Reviewer Completed 03/18/2020 1:45 PM Growth Management Department Jeanne Marcella Deputy Department Head Review Skipped 02/24/2020 9:32 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 03/20/2020 1:51 PM County Attorney's Office Scott Teach Additional Reviewer Completed 03/23/2020 7:56 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 03/23/2020 8:18 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/23/2020 10:26 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 03/25/2020 8:13 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 04/13/2020 10:40 AM 16.A.18 Packet Pg. 435 04/28/2020 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/18/2020 10:17 AM Board of County Commissioners MaryJo Brock Meeting Pending 04/28/2020 9:00 AM 16.A.18 Packet Pg. 436 ITEM DESCRIPTION QUANTITY UNIT UNIT COST $QUANTITY UNIT UNIT COST $QUANTITY UNIT UNIT COST $ 1 Earthwork (Grading)300 CY $240.00 300 CY $110.00 300 CY $118.55 2 HydroTurf Z *2,316 SY $155.00 2,316 SY $198.00 2,316 SY $246.00 3 Dewatering & Bypass Pump 1 LS $23,683.00 1 LS $38,000.00 1 LS $156,519.00 4 Erosion Control 2,000 LF $3.25 2,000 LF $2.00 2,000 LF $3.50 5 Demo Rip Rap Below Existing Flumes 3 LS $1,662.00 3 LS $6,000.00 3 LS $2,500.00 6 Side Drain Penetration 2 EA $2,844.00 2 EA $6,000.00 2 EA $5,500.00 Subtotal Subtotal Subtotal 7 Maintenance of Traffic 1 LS $23,177.00 1 LS $27,000.00 1 LS $22,500.00 8 Mobilization 1 LS $69,830.00 1 LS $67,000.00 1 LS $23,000.00 9 Allowance 1 LS $21,000.00 1 LS $21,000.00 1 LS $21,000.00 Total Bid Total Bid Total Bid Consult Forge Geotechnical report for other installation requirements. * HydroTurf® Z with two 6-oz backing fabrics, in conjunction with the Gripple TLA4 percussion anchors.Three rows of anchors across the slope, and one row within the toe in trench. The rows shall be staggered, and approximately 3 feet apart, while the anchors should be $4,986.00 $5,688.00 $471,837.00 $585,844.00 QUOTE TABULATION 14-6213-135 Goodlette Road West Bank Pilot Stabilization Project SUBTOTAL $72,000.00 $358,980.00 $23,683.00 $6,500.00 $18,000.00 $12,000.00 SUBTOTAL $35,565.00 $569,736.00 $156,519.00 $7,000.00 $7,500.00 $11,000.00 SUBTOTAL $33,000.00 $458,568.00 $38,000.00 $4,000.00 $678,568.00 $853,820.00 QE Higgins Mitchel & Stark $563,568.00 $787,320.00 $23,177.00 $69,830.00 $21,000.00 $27,000.00 $67,000.00 $21,000.00 $22,500.00 $23,000.00 $21,000.00 Haskins Kyle Construction Southwest NO BID NO BID NO BID 16.A.18.a Packet Pg. 437 Attachment: 14-6213-135 Bid Tabulation (11793 : Goodlette-Frank Ditch Pilot Improvements) Page 1 of 2 K:\2018\18-0103 Goodlette Rd Ditch West Bank Pilot Project\Correspondences\Documents\Construction Documents\Bid Tabulation\ELORA.docx December 18, 2019 Via email to Patrick.Boyle@colliercountyfl.gov Mr. Patrick Boyle Procurement Strategist Collier County Procurement Management 3295 Tamiami Trail East Naples, FL 34112 Re: Award Recommendation #14-6213-135 Goodlette Road Ditch West Bank Pilot Stabilization Project Dear Mr. Boyle: Bids were received for the above-referenced project by Collier County on December 5, 2019. The work proposed is a pilot project utilizing a new product for canal bank stabilization known as HydroTurf. This product has not been used extensively in the State, with only three known projects: one in Brevard, one in Broward and one in Lee County, most recently. It is hoped that the product will provide equal stabilization as other structural products with greatly enhanced aesthetics. The following six contractors were selected fURP Whe CRXQW\¶V UQdeUgURXQd UWiliWieV CRQWUacWRUV contract (#14-6213) to submit bids for consideration: x Haskins, Inc. x Douglas N. Higgins Inc. x Kyle Construction, Inc. x Mitchell & Stark Construction Co., Inc. x Quality Enterprises USA, Inc. x Southwest Utility Systems, Inc. Of the above, the following three submitted bids: x Douglas N. Higgins Inc. x Mitchell & Stark Construction Co., Inc. x Quality Enterprises USA, Inc. Upon review of the bids, it was determined by Collier County that all bids were considered responsive. The apparent low bidder, as verified by the spreadsheet, is Quality Enterprises USA, 16.A.18.b Packet Pg. 438 Attachment: ELORA (11793 : Goodlette-Frank Ditch Pilot Improvements) Page 2 of 2 K:\2018\18-0103 Goodlette Rd Ditch West Bank Pilot Project\Correspondences\Documents\Construction Documents\Bid Tabulation\ELORA.docx Inc. with a bid of $585,844. The bid appears to be complete and consistent with the intent of the technical specifications and was approximately 15% above Whe EQgiQeeU¶V OSiQiRQ Rf PURbable Cost (³OPC´). Since this is a new product and there is not an extensive database of cost information available on which to base an OPC, the bid is considered to be reasonable. The bid price may be a more accurate representation of the actual cost of this installation than the OPC. Quality Enterprises USA, Inc. is a qualified firm to conduct the requested work and we, therefore, recommend that they be awarded the contract for the project in the amount of $585,844. Should there be any questions, please feel free to contact our office. Sincerely, AGNOLI, BARBER & BRUNDAGE, INC. Dominick J. Amico, P.E. President & Project Engineer DJA/drr 16.A.18.b Packet Pg. 439 Attachment: ELORA (11793 : Goodlette-Frank Ditch Pilot Improvements) BID PROPOSAL Collier: Goodlette Rd Ditch W. Scaled19080FL-1 02/10/2020 1:59 PMKevin Salaoutis Bid TotalUnit PriceUnitsQuantityDescriptionBiditem 50,400.00240.00CY210.000Earthwork (Grading)10 251,286.00155.00SY1,621.200HydroTurf Z *20 18,946.4023,683.00LS0.800Dewatering & Bypass Pump30 4,550.003.25LF1,400.000Erosion Control40 4,986.001,662.00LS3.000Demo Rip Rap Below Existing Flumes50 2,844.002,844.00EA1.000Side Drain Penetration60 16,223.9023,177.00LS0.700Maintenance of Traffic70 55,864.0069,830.00LS0.800Mobilization80 21,000.0021,000.00LS1.000Allowance90 $426,100.30Bid Total 1 16.A.18.c Packet Pg. 440 Attachment: Collier Goodlette rd Hydroturf Scaled Bid Proposal r1 (11793 : Goodlette-Frank Ditch Pilot 16.A.18.g Packet Pg. 441 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 442 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 443 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 444 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 445 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 446 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 447 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 448 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 449 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 450 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 451 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 452 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 453 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 454 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 455 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 456 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 457 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 458 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 459 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.g Packet Pg. 460 Attachment: 14-6213Quality_Contract_20200302154447.772_X (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 461 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 462 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 463 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 464 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 465 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 466 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 467 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 468 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.h Packet Pg. 469 Attachment: Bond Docs (11793 : Goodlette-Frank Ditch Pilot Improvements) Project No.14-6213-135 Projec Title Goodlette Road West Bank Stabilization - Pilot Project BID TABULATION AS-BID QUANTITIES REDUCED SCOPE QUANTITES/RECOMMENDED AWARD BID SCHEDULE BID WAS BASED ON INITIAL ENGINEER'S ESTIMATE MODIFIED BY ADDENDUM BIDS RECEIVED VS. ENGINEER'S INITIAL ESTIMATE PER BID SCHEDULE & BID TABULATION/BIDSYNC Quality Enterprises D.N. Higgins Mitchell & Stark Engineers Estimate 1 ITEM DESCRIPTION QUANTITY UNIT UNIT COST $LINE ITEM TOTAL UNIT COST $LINE ITEM TOTAL UNIT COST $LINE ITEM TOTAL QUANTITY UNIT UNIT COST $LINE ITEM TOTAL 1 Earthwork (Grading)300.00 CY $240.00 $72,000.00 $110.00 $33,000.00 $118.55 $35,565.00 300 CY $15.00 $4,500.00 2 HydroTurf Z *2,316.00 SY $155.00 $358,980.00 $198.00 $458,568.00 $246.00 $569,736.00 1,700 SY $78.70 $133,784.00 3 Dewatering & Bypass Pump 1.00 LS $23,683.00 $23,683.00 $38,000.00 $38,000.00 $156,519.00 $156,519.00 1 LS $20,000.00 $20,000.00 4 Erosion Control 2,000.00 LF $3.25 $6,500.00 $2.00 $4,000.00 $3.50 $7,000.00 2,000 LF $2.00 $4,000.00 5 Demo Rip Rap Below Existing Flumes 3.00 LS $1,662.00 $4,986.00 $6,000.00 $18,000.00 $2,500.00 $7,500.00 0 LS $2,500.00 $0.00 6 Side Drain Penetration 2.00 EA $2,844.00 $5,688.00 $6,000.00 $12,000.00 $5,500.00 $11,000.00 2 EA $5,000.00 $10,000.00 Subtotal $471,837.00 Subtotal $563,568.00 Subtotal $787,320.00 Subtotal $172,284.00 7 Maintenance of Traffic 1.00 LS $23,177.00 $23,177.00 $27,000.00 $27,000.00 $22,500.00 $22,500.00 1 LS $17,228.00 $17,228.00 8 Mobilization 1.00 LS $69,830.00 $69,830.00 $67,000.00 $67,000.00 $23,000.00 $23,000.00 1 LS $20,674.00 $20,674.00 9 Allowance 1.00 LS $21,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 1 LS $21,000.00 $21,000.00 Total Bid $585,844.00 Total Bid $678,568.00 Total Bid $853,820.00 Total Bid $231,186.00 Initial Estimate without Allowance:$210,186.00 Engineers Estimate 2 ITEM DESCRIPTION QUANTITY UNIT UNIT COST $LINE ITEM TOTAL 1 Earthwork (Grading)1400 LF $50.00 $70,000.00 Imported Fill (EOC)300 CY $15.00 $4,500.00 Limerock TOB (EOC)467 SY $10.00 $4,670.00 2 HydroTurf Z *3,266 SY $80.00 $261,280.00 Anchors (EOC)1 LS $45,000.00 $45,000.00 3 Dewatering & Bypass Pump 1 LS $20,000.00 $20,000.00 4 Erosion Control 2,000 LF $2.00 $4,000.00 5 Demo Rip Rap Below Existing Flumes 3 LS $500.00 $1,500.00 6 Side Drain Penetration 2 EA $5,000.00 $10,000.00 Subtotal $420,950.00 7 Maintenance of Traffic 1 LS $34,000.00 $34,000.00 8 Mobilization 1 LS $34,000.00 $34,000.00 9 Allowance 1 LS $21,000.00 $21,000.00 Total Bid $509,950.00 REDUCED SCOPE - AWARD REDUCED QUANTITIES VS BID QUANTITIES - 80% Dewatering/Mob, 70% MOT Quality Enterprises D.N. Higgins Mitchell & Stark Engineers Estimate 3 - Reduced Scope ITEM DESCRIPTION QUANTITY UNIT UNIT COST $LINE ITEM TOTAL UNIT COST $LINE ITEM TOTAL UNIT COST $LINE ITEM TOTAL QUANTITY UNIT UNIT COST $LINE ITEM TOTAL 1 Earthwork (Grading)210.00 CY $240.00 $50,400.00 $110.00 $23,100.00 $118.55 $24,895.50 210.00 CY $15.00 $3,150.00 Imported Fill (EOC)1400.00 LF $50.00 $70,000.00 Limerock TOB (EOC)467.00 SY $10.00 $4,670.00 2 HydroTurf Z *1,621.20 SY $155.00 $251,286.00 $198.00 $320,997.60 $246.00 $398,815.20 1621.20 SY $80.00 $129,696.00 Anchors (EOC)1.00 LS $45,000.00 $45,000.00 3 Dewatering & Bypass Pump 0.80 LS $23,683.00 $18,946.40 $38,000.00 $30,400.00 $156,519.00 $125,215.20 0.80 LS $20,000.00 $16,000.00 4 Erosion Control 1,400.00 LF $3.25 $4,550.00 $2.00 $2,800.00 $3.50 $4,900.00 1400.00 LF $2.00 $2,800.00 5 Demo Rip Rap Below Existing Flumes 3.00 LS $1,662.00 $4,986.00 $6,000.00 $18,000.00 $2,500.00 $7,500.00 3.00 LS $500.00 $1,500.00 6 Side Drain Penetration 1.00 EA $2,844.00 $2,844.00 $6,000.00 $6,000.00 $5,500.00 $5,500.00 1.00 EA $5,000.00 $5,000.00 Subtotal $333,012.40 Subtotal $401,297.60 Subtotal $566,825.90 Subtotal $277,816.00 7 Maintenance of Traffic 0.70 LS $23,177.00 $16,223.90 $27,000.00 $18,900.00 $22,500.00 $15,750.00 0.70 LS $34,000.00 $23,800.00 8 Mobilization 0.80 LS $69,830.00 $55,864.00 $67,000.00 $53,600.00 $23,000.00 $18,400.00 0.80 LS $34,000.00 $27,200.00 9 Allowance 1.00 LS $21,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 $21,000.00 1.00 LS $21,000.00 $21,000.00 Total Bid $426,100.30 Total Bid $494,797.60 Total Bid $621,975.90 Total Bid $349,816.00 16.A.18.i Packet Pg. 470 Attachment: Bid Tabulation - R3 update with reduced scope - Final (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.jPacket Pg. 471Attachment: FY20 Waiver Request 029 - ACF Environmental (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.jPacket Pg. 472Attachment: FY20 Waiver Request 029 - ACF Environmental (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.jPacket Pg. 473Attachment: FY20 Waiver Request 029 - ACF Environmental (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.jPacket Pg. 474Attachment: FY20 Waiver Request 029 - ACF Environmental (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.jPacket Pg. 475Attachment: FY20 Waiver Request 029 - ACF Environmental (11793 : Goodlette-Frank Ditch Pilot Improvements) Goodlette Ditch Bank Stabilization Pilot ProjectPreliminary Evaluation1/11/2019PN: 18-0103Product Quanitity Screen WallHigh Low SY/LF High Low High Low Needed? High LowGeoweb (vertical)198$ 144$ 0.9 178$ 130$ 267,300$ 194,400$ Y 108,000$ 375,300$ 302,400$ Fabriform75$ 55$ 1.9 143$ 105$ 213,750$ 156,750$ Y 108,000$ 321,750$ 264,750$ Revetment Mats85$ 65$ 1.9 162$ 124$ 242,250$ 185,250$ Maybe 242,250$ 185,250$ Seawall (LF)400$ 400$ 1500 600,000$ 600,000$ 600,000$ 600,000$ Y 108,000$ 708,000$ 708,000$ Hydro Turf75$ 55$ 1.9 143$ 105$ 213,750$ 156,750$ N 213,750$ 156,750$ *Cost opinions provided are a comparison between stabilization products only, cost opinions do not represent total project cost.Goodlette Ditch Length: 1500 ftScreen Wall Height: 4 ftTotal Screen Wall Area:6000SFScreen Wall Unit Cost:18$ /SFTotal Cost for Screen Wall (if needed):108,000$ at 4 ft high & 1500 ft longMay reduce cross section, vegetation growth problem, needs dry installation, increased cost for dewatering.Unsightly? Needs to be on 3:1 slope. Matches other side, needs to be hidden, needs dry installation, increased cost for dewatering.Unsightly? Needs to be hidden? Crane will need to work from Goodlette road side, cracked SW. May be able to be installed wet.Unsightly? Can increase cross section and maintenance area, most expensive, least environmental solution, future maintenance issues. Can be installed wet.New product. Longevity? Possible fading? Can be driven on. Total cost excludes channel bottom.Unit Cost/SY or LF Total Cost/LF Total CostTotal CostCommnets4ft High Screen Wall 16.A.18.jPacket Pg. 476Attachment: FY20 Waiver Request 029 - ACF Environmental (11793 : Goodlette-Frank Ditch Pilot Improvements) ABB Project: 18-0103Date: July 30, 2019ITEM DESCRIPTION QUANTITY UNIT UNIT COST $ SUBTOTAL1 Earthwork300 CY $15 $4,5002 Hydroturf1,700 SY $79 $133,7843 Dewatering & Bypass Pump 1 LS $20,000 $20,0004 Erosion Control 2,000 LF $2 $4,0005 Side Drain Penetration 2 EA $5,000 $10,000Subtotal$172,2846 Maintenance of Traffic (10% of Total) 1 LS $17,228 $17,2287 Mobilization (12% of Total) 1 LS $20,674 $20,674Subtotal$210,187Dominick J. Amico, P.E.P.E. # 39382Engineer's Preliminary Conceptual Opinion of Probable Construction CostGoodlette Road West bank Pilot Stabilization Project16.A.18.jPacket Pg. 477Attachment: FY20 Waiver Request 029 - ACF Environmental (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.k Packet Pg. 478 Attachment: Work Order 14-6213 (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.k Packet Pg. 479 Attachment: Work Order 14-6213 (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.k Packet Pg. 480 Attachment: Work Order 14-6213 (11793 : Goodlette-Frank Ditch Pilot Improvements) 16.A.18.k Packet Pg. 481 Attachment: Work Order 14-6213 (11793 : Goodlette-Frank Ditch Pilot Improvements)