Loading...
Agenda 01/12/2021 Item #16A25 (Change Order #2 to Contract #14-6213)01/12/2021 EXECUTIVE SUMMARY Recommendation to approve Change Order # 2 to Contract 14-6213 (Request for Quotes 14-6213- 135)/Work Order/Purchase Order 4500203996, Goodlette Road West Bank Pilot Project, to Quality Enterprises USA, Inc., in the amount of $159,743.70, and authorize the necessary budget amendments. (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 Frank Road between Pine Ridge Road and Golden Gate Parkway, a flood prone area. In 2006, as part of the Goodlette Frank Road widening project, the County improved and stabilized the east side of the ditch; however, the west side remains unimproved and subject to erosion and vegetative over-growth, which restricts stormwater flows. This portion of the project comprises the reconstruction of approximately 15% of the total length of the ditch between Pompei Lane and Granada Boulevard. Installation of the HydroTurfZ product eliminates the need for maintenance of the ditch bank and overbank area. The Executive Summary that the Board approved for this project at its July 8, 2020 meeting (Agenda Item 16.C.10) included an approximate estimate of the annual costs in the amount of $17,452. Subsequently, Capital Project Planning staff issued a work order to a vendor to complete an actual maintenance event for the ditch area prior to installation of the HydroTurfZ. Using actual maintenance cost data now available, the real annual cost savings for the project area is $49,000. Based on a total project cost of $585,944 and an annual cost savings of $49,000, the project cost recovery time is 12 years. HydroTurfZ is designed to have a 50+ year functional longevity. 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 the 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. (“Quality Enterprises”), is the lowest, responsible and responsive bidder at $585,844. Subsequent to receiving the three responsive quotes, budget constraints resulted in a reduction in project scope and under Reserved Rights Section 12 of Collier County Procurement Ordinance No. 2013-69, as amended, 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%). On May 26, 2020 (Agenda Item 16.A.10), the Board approved Work Order/Purchase Order # 14-6213- 135 to Quality Enterprises in the amount of $426,100.30, which is a reduction of $159,743.70 from its original bid of $585,844. Work Order/Purchase Order # 14-6213-135 remains active and is the contractual instrument being utilized with respect to the request for approval of Change Order # 2. Quality Enterprises has now completed the reduced scope portion of the project and has agreed to complete the original scope that encompassed its initial bid of $585,844. Based on the appearance of the 16.A.25 Packet Pg. 941 01/12/2021 abrupt termination of the bank stabilization in the middle of a residential block and termination point next to unimproved bank, staff is requesting approval of Change Order #2 to complete the original scope. Cost savings to complete the original scope include reduction in mobilization and demobilization in addition to the ability to complete the project during the dry season. FISCAL IMPACT: A budget amendment in the amount of $159,743.70 will be required to transfer funds within Stormwater Capital Fund (325) from Project No. 60102 Gord on River to Project No. 50186 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 approve Change Order #2 under Agreement No. 14-6213/RFQ # 14-6213- 135/Work Order/Purchase Order 4500203996 to Quality Enterprises USA, Inc., in the amount of $159,743.70, for the Goodlette Frank Road West Bank Pilot Stabilization Project, authorize the Chair to sign the attached Change Order and approve the necessary budget amendments. 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. Bid Tabulation - R3 update with reduced scope - Final (PDF) 3. Project Location (flat) (PDF) 4. CO2 Backup Spreadsheet (PDF) 5. QE WP Mod Contract 14-6213-135 0121 (PDF) 16.A.25 Packet Pg. 942 01/12/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.25 Doc ID: 14470 Item Summary: Recommendation to approve Change Order #2 to Contract 14-6213-135, Work Order/Purchase Order 4500203996, Goodlette Road West Bank Pilot Project, to Quality Enterprises USA, Inc., in the amount of $159,743.70, for the Goodlette Road West Bank Stabilization - Pilot Project and authorize necessary budget amendments. (Project No. 50186). Meeting Date: 01/12/2021 Prepared by: Title: – Capital Project Planning, Impact Fees, and Program Management Name: Mindy Collier 12/14/2020 9:29 AM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 12/14/2020 9:29 AM Approved By: Review: Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Additional Reviewer Completed 12/16/2020 11:15 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 12/16/2020 11:44 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 12/16/2020 12:39 PM Growth Management Department Diane Lynch Level 1 Reviewer Completed 12/16/2020 6:20 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 12/17/2020 10:13 AM Procurement Services Sandra Herrera Additional Reviewer Completed 12/17/2020 11:19 AM Procurement Services Sara Schneeberger Additional Reviewer Completed 12/17/2020 11:43 AM Procurement Services Catherine Bigelow Additional Reviewer Completed 12/17/2020 11:48 AM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 12/18/2020 3:11 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 12/18/2020 4:37 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 12/18/2020 4:41 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 12/22/2020 10:27 AM County Attorney's Office Scott Teach Additional Reviewer Completed 12/28/2020 9:38 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/28/2020 10:05 AM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 12/28/2020 3:04 PM 16.A.25 Packet Pg. 943 01/12/2021 Board of County Commissioners MaryJo Brock Meeting Pending 01/12/2021 9:00 AM 16.A.25 Packet Pg. 944 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.25.a Packet Pg. 945 Attachment: 14-6213-135 Bid Tabulation (14470 : Goodlette Road Ditch Pilot Extension) 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.25.b Packet Pg. 946 Attachment: Bid Tabulation - R3 update with reduced scope - Final (14470 : Goodlette Road Ditch Pilot --16.A.25.c Packet Pg. 947 Attachment: Project Location (flat) (14470 : Goodlette Road Ditch Pilot Extension) 16.A.25.dPacket Pg. 948Attachment: CO2 Backup Spreadsheet (14470 : Goodlette Road Ditch Pilot Extension) 16.A.25.fPacket Pg. 949Attachment: QE WP Mod Contract 14-6213-135 0121 (14470 : Goodlette Road Ditch Pilot Extension) 16.A.25.fPacket Pg. 950Attachment: QE WP Mod Contract 14-6213-135 0121 (14470 : Goodlette Road Ditch Pilot Extension) 16.A.25.fPacket Pg. 951Attachment: QE WP Mod Contract 14-6213-135 0121 (14470 : Goodlette Road Ditch Pilot Extension) 16.A.25.fPacket Pg. 952Attachment: QE WP Mod Contract 14-6213-135 0121 (14470 : Goodlette Road Ditch Pilot Extension)