Loading...
Agenda 01/12/2021 Item #16A29 (RFQ #14-6213 - Douglas N. Higgins)01/12/2021 EXECUTIVE SUMMARY Recommendation to approve a $645,540 work order under a Request for Quotation (“RFQ”) under Contract No. 14-6213 to Douglas N. Higgins, Inc., for the Griffin Road Area Stormwater Improvement Project (GRASIP) Phase 1 stormwater improvements. (Project No. 60196) OBJECTIVE: To construct stormwater infrastructure improvements along Barefoot-Williams Road and help reduce flooding potential to the surrounding neighborhoods. CONSIDERATIONS: Collier County Stormwater Management prepared a feasibility level master plan to identify needed stormwater infrastructure improvements along Barefoot -Williams Road, Price Street and Griffin Road in the east Naples area. The master plan is called the Griffin Road Area Stormwater Improvement Project (“GRASIP”) and identified the desired improvements by grouping them into a proposed phasing plan. The first phase is for improvements to flow capacity within the existing channel along the eastern side of Barefoot-Williams Road in order to get more stormwater to enter and pass through the bypass channel and spreader lake system constructed as a part of the Artesia development. Trebilcock Consulting Solutions, P.A, (“Trebilcock”) prepared the GRASIP Phase 1 construction plans. Staff issued an RFQ in the County’s electronic procurement system, Bid Sync, for “GRASIP Phase 1 Stormwater Improvements,” which was sent to all six vendors on the County’s Fixed-Term Underground Utilities Contract # 14-6213. Because there may be unforeseen conditions associated with the project, the solicitation incorporated an allowance of $30,000 to address any unforeseen conditions that may be encountered during construction. Of the six vendors, three submitted quotations by the October 23, 2020, deadline as summarized in the below table: VENDOR QUOTE Douglas N. Higgins, Inc. $675,200.00 Quality Enterprises USA, Inc. $697,614.00 Haskins, Inc. $731,819.00 Three vendors did not submit quotes: • Kyle Construction, Inc. • Mitchell and Stark Construction Co., Inc. • Southwest Utility Systems, Inc. Staff reviewed the received quotes with Trebilcock to determine if the lowest quote was fair and reasonable. In an email dated November 3, 2020, Trebilcock identified all three vendors as qualified and recommended award of the work order with the lowest vendor. The low quote received is roughly double the Engineer’s Opinion of Probable Cost. The three quotes had a spread of 8.4%, which indicates that the vendors’ pricing approaches to the project were similar, with no single factor governing the difference. A possible factor in the amount of the quotes may be that the components of the project were considered as a series of small projects, which typically have higher unit prices and the work is to be done during the peak season with a short time frame to complete before the oncoming “wet” season. Trebilcock recommended negotiating the lowest quote to seek a price reduction. Staff approached the low bidder, Douglas N. Higgins, Inc., with a request to negotiate a reduced quote. The negotiation resulted in a $29,660.00 reduction to the price quoted, for a final negotiated price of 16.A.29 Packet Pg. 1046 01/12/2021 $645,540.00. Staff recommends awarding the work order to Douglas N. Higgins, Inc. for that final negotiated price. The quote tabulation, engineer’s evaluation and recommendation, and work order are attached. FISCAL IMPACT: Cost for stormwater improvements total $645,540. This project is a recipient of a South Florida Water Management District grant through the Big Cypress Basin. Grant funding, in the amount of $180,000, is available within the GMD Grant Fund (711) Project 60196. Associated local match funding, in the amount of $270,000, is available within GMD Grant Match Fund (712), Project 60196. Remaining funding, in the amount of $195,540, is available in t he Stormwater Capital Fund (325), Project 60196. Approval of this item will not result in new maintenance costs for the Road Maintenance Division of the Growth Management Department. This construction project is to replace existing facilities to improve stormwater flow capacity within the existing channel along the eastern side of Barefoot -Williams Road which is already the maintenance responsibility of the Road Maintenance Division. GROWTH MANAGEMENT IMPACT: The project is consistent with the applicable sections of the Stormwater Management and Conservation and Coastal Management elements of the Collier County Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve a $645,540 Work Order under a Request for Quotation for contract # 14-6213, Griffin Road Area Stormwater Improvement Project “GRASIP Phase 1 Stormwater Improvements,” to Douglas N. Higgins, Inc., and authorize the Chair to sign the attached Work Order. Prepared By: Robert Wiley, Principal Project Manager, Stormwater Management Section, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. Work Order GRASIP 122820 (PDF) 2. GRASIP Construction Bid Schedule Summary Sheet (PDF) 3. Trebilcock GRASIP Phase 1 Bid Review Analysis (11-3-20) (PDF) 4. Bid Sync Invitations GRASIP Phase 1 (PDF) 5. DN Higgins Bonds and Cert of Insurance (12-10-20) (PDF) 6. eDN Higgins Cert of Liability Insurance (12-10-20) (PDF) 7. GRASIP Phase 1 Project (PDF) 16.A.29 Packet Pg. 1047 01/12/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.29 Doc ID: 14550 Item Summary: Recommendation to approve a $645,540 work order under a Request For Quotation (“RFQ”) under Contract No. 14-6213 to Douglas N. Higgins, Inc., for the Griffin Road Area Stormwater Improvement Project (GRASIP) Phase 1 stormwater improvements. (Project No. 60196.2) Meeting Date: 01/12/2021 Prepared by: Title: Project Manager, Principal – Capital Project Planning, Impact Fees, and Program Management Name: Robert Wiley 12/21/2020 2:10 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 12/21/2020 2:10 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 12/21/2020 2:49 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 12/21/2020 4:27 PM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 12/21/2020 4:39 PM Growth Management Department Lisa Taylor Additional Reviewer Completed 12/22/2020 7:33 AM Growth Management Department Jeanne Marcella Level 1 Reviewer Completed 12/22/2020 7:45 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 12/22/2020 8:04 AM Growth Management Department Jeanne Marcella Department Head Review Completed 12/22/2020 1:09 PM Growth Management Department Lisa Abatemarco Additional Reviewer Completed 12/22/2020 1:14 PM Grants Valerie Fleming Level 2 Grants Review Completed 12/28/2020 9:38 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/28/2020 11:40 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 12/28/2020 11:53 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/28/2020 3:29 PM Grants Therese Stanley Additional Reviewer Completed 12/31/2020 11:44 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 01/04/2021 10:07 AM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 01/04/2021 11:07 AM Board of County Commissioners MaryJo Brock Meeting Pending 01/12/2021 9:00 AM 16.A.29 Packet Pg. 1048 16.A.29.aPacket Pg. 1049Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1050Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1051Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1052Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1053Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1054Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1055Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1056Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1057Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1058Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1059Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1060Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1061Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1062Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1063Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1064Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1065Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1066Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.aPacket Pg. 1067Attachment: Work Order GRASIP 122820 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) Project: GRASIP Phase 1 Construction BidSync RFQ No. 60196.21 Issue Date: 6-22-20 Opening Date: 10-23-20 Engineer's Estimate Douglas N. Higgins Bid Haskins, Inc. Bid Quality Enterprises Bid Pay Item No.Description Unit Qty Total Total Total Total 101-1 MOBILIZATION LS 1 21,000.00$ 60,000.00$ 44,000.00$ 193,000.00$ 102-1 MAINTENANCE OF TRAFFIC LS 1 16,000.00$ 60,000.00$ 8,825.00$ 29,572.00$ 104-10-3 SEDIMENT BARRIER LF 670 2,345.00$ 2,010.00$ 1,976.50$ 2,680.00$ 107-1 MOWING LS 1 1,500.00$ 1,300.00$ 5,000.00$ 3,763.00$ 110-1-1 CLEARING AND GRUBBING LS 1 7,000.00$ 35,000.00$ 12,000.00$ 79,184.00$ 120-1 REGULAR EXCAVATION LS 1 5,000.00$ 18,000.00$ 10,800.00$ 13,577.00$ 120-6 EMBANKMENT LS 1 11,900.00$ 18,000.00$ 13,500.00$ 12,740.00$ GRASIP 1 PLANS ITEMS 425-1601 INLETS, DT BOT, TYPE J, <10' EA 1 6,500.00$ 13,000.00$ 14,650.00$ 13,289.00$ 430-175-260 PIPE CULVERT, OPT MATERIAL, OTHER SHAPE - ELIP/ARCH, 60"S/CD LF 6 1,440.00$ 8,400.00$ 5,850.00$ 4,602.00$ 530-3-4 RIPRAP, RUBBLE, F&I, DITCH LINING TN 123 14,145.00$ 24,600.00$ 11,685.00$ 24,046.50$ 570-1-2 PERFORMANCE TURF, SOD SY 490 8,820.00$ 4,410.00$ 2,327.50$ 1,592.50$ GRASIIP 2 PLANS ITEMS 121-7 FLOWABLE FILL CY 42 10,080.00$ 11,340.00$ 9,450.00$ 6,888.00$ 339-1 MISCELLANEOUS ASPHALT PAVEMENT TN 12 2,112.00$ 8,400.00$ 2,820.00$ 9,120.00$ 400-289 CONCRETE, CLASS 2, RETAINING / WING WALLS CY 26 20,800.00$ 85,800.00$ 38,610.00$ 35,646.00$ 415-1-3 REINFORCING STEEL- RETAINING / WING WALLS LB 4,000 4,800.00$ 14,000.00$ 9,000.00$ 9,000.00$ 425-1521 INLETS, DT BOT, TYPE C,<10'EA 1 7,000.00$ 9,000.00$ 3,000.00$ 4,535.00$ 425-1601 INLETS, DT BOT, TYPE J, <10' EA 1 6,500.00$ 9,000.00$ 4,285.00$ 4,200.00$ 430-174-124 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 24"SD LF 29 3,625.00$ 7,250.00$ 4,118.00$ 5,771.00$ 430-174-136 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 36"SD LF 6 36.00$ 2,400.00$ 2,100.00$ 4,341.00$ 430-175-260-SPECIAL 3X 5 BOX CULVERT-PIPE CULVERT LF 112 61,600.00$ 87,360.00$ 344,400.00$ 81,872.00$ 530-3-4 RIPRAP, RUBBLE, F&I, DITCH LINING TN 55 6,105.00$ 9,900.00$ 6,050.00$ 9,102.50$ 536-85-22 GUARDRAIL END ANCHORAGE ASSEMBLY/END TREATMENT- FLARED EA 2 5,000.00$ 8,800.00$ 5,500.00$ 7,680.00$ 536-85-24 GUARDRAIL END ANCHORAGE ASSEMBLY/END TREATMENT- PARALLEL EA 2 4,400.00$ 8,800.00$ 4,600.00$ 7,680.00$ 536-1-0 GUARDRAIL -ROADWAY, GENERAL TL-2 LF 140 2,100.00$ 7,000.00$ 16,800.00$ 3,696.00$ 570-1-2 PERFORMANCE TURF, SOD SY 70 1,260.00$ 630.00$ 700.00$ 227.50$ 1050-42-208 UTILITY PIPE- HIGH DENSITY POLYETHYLENE, WATER/SEWER, 8"LF 110 13,750.00$ 15,400.00$ 13,750.00$ 18,370.00$ 850 BAREFOOT WILLIAMS ROAD PLANS ITEMS 286-1 TURNOUT CONSTRUCTION SY 38 760.00$ 6,840.00$ 2,850.00$ 5,206.00$ 526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 36 7,380.00$ 4,320.00$ 2,592.00$ 3,672.00$ 430-175-242 PIPE CULVERT, OPTIONAL MATERIAL, ELLIP/OTHER, 42"SD LF 72 12,240.00$ 46,080.00$ 18,720.00$ 18,288.00$ 430-984-640 MITERED END SECT, OPTIONAL /ELLIP/ARCH, 42" SD EA 4 16,000.00$ 9,600.00$ 34,300.00$ 20,292.00$ 530-3-4 RIPRAP, RUBBLE, F&I, DITCH LINING TN 11 1,265.00$ 2,200.00$ 3,520.00$ 1,826.00$ 570-1-2 PERFORMANCE TURF, SOD SY 10 180.00$ 90.00$ 150.00$ 32.50$ 1000 BAREFOOT WILLIAMS ROAD PLANS ITEMS 286-2 TURNOUT CONSTRUCTION-ASPHALT TN 4 1,000.00$ 2,800.00$ 2,480.00$ 4,572.00$ 430-175-248 PIPE CULVERT, OPTIONAL MATERIAL, ELLIP/OTHER, 54"SD LF 40 9,200.00$ 35,600.00$ 17,600.00$ 13,200.00$ 430-984-642 MITERED END SECT, OPTIONAL /ELLIP/ARCH, 54" SD EA 2 9,600.00$ 5,800.00$ 21,970.00$ 13,262.00$ 530-3-4 RIPRAP, RUBBLE, F&I, DITCH LINING TN 6 690.00$ 1,980.00$ 1,740.00$ 1,056.00$ 570-1-2 PERFORMANCE TURF, SOD SY 10 180.00$ 90.00$ 100.00$ 32.50$ 303,313.00$ 645,200.00$ 701,819.00$ 667,614.00$ 900-1 CONSTRUCTION ALLOWANCE [ESTABLISHED BY COUNTY]T&M 1 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 333,313.00$ 675,200.00$ 731,819.00$ 697,614.00$ PAY ITEM NOTES: 102-1 INCLUDES COST OF INSTALLING AND MAINTAINING TRAFFIC CONTROL DEVICES AND OTHER TRAFFIC RELATED COSTS SPECIFIED IN THE TRAFFIC CONTROL PLAN. 104-10-3 INCLUDES COST OF INSTALLING DEVICES IDENTIFIED IN THE PLANS AND INCLUDES COST OF PREPARATION OF THE CONTRACTOR'S REPORTS OF INSPECTION, MAINTANANCE AND REPAIRS REQUIRED FOR THE CONTROL AND ABATEMENT OF WATER POLLUTION.INCLUDES THE COST OF MAINTAINING STORM POLLUTION DEVICES UNTIL SURROUNDING VEGETATION HAS BEEN ESTABLISHED. 120-1, INCLUDES SWALE GRADING AS SPECIFIED IN THE PLANS IS INCIDENTAL TO THESE PAY ITEMS, AS APPLICABLE. 121-7, REMOVAL OF EXISTING MES AND FLOWABLE FILL TO BLOCK EXISTING 36" CMP, AS APPLICABLE. 286-1- INCLUDES RECONSTRUCTION OF EXISTING CONCRETE DRIVEWAY. 400-211 CY CLASS 2 CONCRETE PER SELECT STRUCTURAL SHEET S-1, SHEET 14 OF TCS BOX CULVERT DETAIL SHEET FOR WING WALL, HEAD WALL, AND WALL JOINT, AS APPLICABLE. 430-175-136 -CONCRETE COLLAR IS INCIDENTAL TO THESE PAY ITEMS. 430-175-236 -FLOWABLE FILL AND ROADWAY RESTORATION IS INCIDENTAL TO THESE PAY ITEM. 430-175-242 AND 430-175-248- EXISTING PIPE REMOVAL AND ROADWAY RESORATION IS INCIDENTAL TO THIS PAY ITEMS. 430-175-260-SPECIAL-3X5 BOX CULVERT. USE CURRENT FDOT STANDARD PLANS 400-291 FOR PRECAST CONCRETE BOX CULVERT. RESTORATION COSTS AND CONSTRUCTION OF BOX CULVERT MANHOLES INCIDENTAL TO THIS PAY ITEMS. CONTRACTOR TO PROVIDE SHOP DRAWINGS FOR MANHOLE INSTALLATION. REINFORCING STEEL SHALL BE INCLUDED IN THIS PAY ITEM PER PLAN DETAILS. CONCRETE STRENGTH PER PLANS IS 4,000 PSI. 530-3-4 COST OF FILTER FABRIC IS INCIDENTAL TO THIS PAY ITEM. 570-1- 2 COST OF WATERING TO ESTABLISH GRASS IS INCIDENTAL TO THIS PAY ITEM. 900-1 THIS IS AN ALLOWANCE FOR UNFORSEEN ITEMS THAT MAY BE ENCOUNTED DURING CONSTRUCTION OF ANY COMPONENTS OF THIS PROJECT AND IS NOT AN AUTOMATIC PAYMENT ITEM. 1050-42-208 INCLUDES OPEN CUT AND RESTORATION OF ROADWAY, RESTRAINTS, BENDS AND ARV AS APPLICABLE. BID SCHEDULE SUMMARY SHEET TOTAL SUB-TOTAL 16.A.29.b Packet Pg. 1068 Attachment: GRASIP Construction Bid Schedule Summary Sheet (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 1 WileyRobert From:Norman Trebilcock <ntrebilcock@trebilcock.biz> Sent:Tuesday, November 3, 2020 10:31 AM To:WileyRobert Cc:David Dratnol; Marquita King Subject:Fwd: Grasip: Review of Bids Attachments:Bid Review Grasip Drainage Improvements.pdf; GRASIP Construction OPC AND BID-11-2-20.pdf EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Hi Robert, Below (and attached) is a discussion of the bid review. If there is an opportunity to negotiate the bid that would be recommended. Otherwise, you have qualified vendors to choose from to go ahead as proposed. Let me know if you have any questions, or need any additional information. Grasip Drainage Improvements Review of bids The low bid came in at twice the Engineer’s Opinion of Cost. Three bids were received and the spread between the bids was 8.4%. This indicates that the bidders pricing approaches to the project were similar. The bid prices were higher than the OPC across the board – no single items were the only factor governing the difference. This indicates that factors such as the bidders treating the project as a series of small projects which typically will have higher unit prices or because the work will be done during peak season may be influencing the cost. A review of the apparent low bidder’s unit prices follows. Only items with significant differences (difference in cost of $10,000 or more) are discussed.  Mobilization: the low bid is triple the OPC. However, the lowest cost was double the OPC so the estimate is low.  Traffic Control: the low bid is almost quadruple the OPC. However, the lowest unit price was below the OPC, so the OPC is reasonable and the low bid is high.  Clearing and Grubbing: the low bid was five times the OPC. All the bid prices were higher than the OPC, so the OPC was low. However, the low bid still appears to be excessive.  Regular Excavation: the low bid was more than triple the OPC, but the low cost was double the OPC, so the OPC was low. Grasip 1:  Riprap: the low bidder had the highest unit price for this item resulting in a cost that was $10,455 greater than the OPC. The lowest unit price was below the OPC, so the OPC is reasonable and the low bidder is high. Grasip 2: 16.A.29.c Packet Pg. 1069 Attachment: Trebilcock GRASIP Phase 1 Bid Review Analysis (11-3-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with 2  Concrete, Retaining/Wing Walls: All of the bids exceeded the OPC; however, the low bidder’s price was more than quadruple the OPC and the highest of the three bids. The other two bidders were under $40,000 for this item (less than double the OPC). The OPC was low, but the low bidder is excessively high on this item.  3 x 5 Box Culvert: The OPC was lower than all of the bids. The cost of this item from the low bidder was not the lowest cost, but is reasonable when compared to one other bid. The third bid was excessively high and not comparable to the other two bids. 850 Barefoot Williams:  Pipe Culvert, 42” SD: All of the bid prices exceeded the OPC; however, the low bidder was almost four times the OPC. The other two bidders were 50% higher than the OPC. While the OPC was low, the low bidder has an excessively high bid price. 1000 Barefoot Williams  Pipe Culvert, 54” SD: All of the bid prices exceeded the OPC; however, the low bidder was almost four times the OPC. The other two bidders were 50% higher than the OPC. While the OPC was low, the low bidder has an excessively high bid price. A scrivener’s error was corrected on the Engineer’s OPC. The unit price for PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 36”SD was corrected from $6.00 to $200.00 per foot. This does not significantly change the OPC since the quantity is 6 feet of pipe. Thanks, http://www.Trebilcock.biz Norm -- Norman J. Trebilcock, AICP, PTOE, PE Trebilcock Consulting Solutions, PA 2800 Davis Boulevard, Suite 200 Naples, FL 34104 239-566-9551 - Office 239-248-3883 - Mobile 239-566-9553 - Fax ntrebilcock@trebilcock.biz - Email To help protect your privacy, Microsoft Office prevented automatic download of this picture from the Internet. Virus-free. www.avg.com 16.A.29.c Packet Pg. 1070 Attachment: Trebilcock GRASIP Phase 1 Bid Review Analysis (11-3-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with 16.A.29.dPacket Pg. 1071Attachment: Bid Sync Invitations GRASIP Phase 1 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.dPacket Pg. 1072Attachment: Bid Sync Invitations GRASIP Phase 1 (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN Higgins) 16.A.29.ePacket Pg. 1073Attachment: DN Higgins Bonds and Cert of Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 16.A.29.ePacket Pg. 1074Attachment: DN Higgins Bonds and Cert of Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 16.A.29.ePacket Pg. 1075Attachment: DN Higgins Bonds and Cert of Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 16.A.29.ePacket Pg. 1076Attachment: DN Higgins Bonds and Cert of Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 16.A.29.ePacket Pg. 1077Attachment: DN Higgins Bonds and Cert of Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 16.A.29.ePacket Pg. 1078Attachment: DN Higgins Bonds and Cert of Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 16.A.29.ePacket Pg. 1079Attachment: DN Higgins Bonds and Cert of Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN 16.A.29.fPacket Pg. 1080Attachment: eDN Higgins Cert of Liability Insurance (12-10-20) (14550 : GRASIP Phase 1 Stormwater Improvements Work Order with DN OceaniaDRNKendari TE R 7th S T Cre ek B ed D R MedanCT NTall O ak RD G r e y W in g P TSantiagoCIR Fulle r LN Co r m o r a n t C VPolarBearRD CrestwoodLNK odiackB earRDLorinAVEC y press V ie wDRTallOakRDSitterleySTSkips WAY BearTrack RDHoneyBear RDGrizzly Bear RDHabitatDRLelyResortBLVDAndrewAVEBrownBearRDM a r ton CT Tamiami TRL E EagleCreekDRP ennyRD A meri c u s L N Blac k Bear RD RedonaWAY Barefoot Wi l l i ams RDGreyW ing PTPrice ST G r iff in R D TamiamiTRL E p 0 250 500125 Feet Legend I 75 Major Road Roads Parcels GRASIP Phase 1 ProjectBarefoot-Williams Flow Improvements Replace (U psize )Existing Ditch Inlet StructureExisting Arte sia FlowwayBypass System Replace (U psize )Two Driveway Culverts Replace (U psize )One Driveway Culve rt Replace (U psize ) thePrice Street Crossdrain 16.A.29.g Packet Pg. 1081 Attachment: GRASIP Phase 1 Project (14550 : GRASIP Phase 1 Stormwater Improvements Work Order