Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 12/10/2024 Item #14A (Authorize the expenditure of Community Redevelopment Area (the "CRA")funds outside of the Community Redevelopment Area to construct a boardwalk connecting Bayshore Drive to Sugden Regional Park)
12/10/2024 Item # 14.A ID# 2024-2176 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 24-8267, the Bayshore 17 Acres pedestrian Boardwalk Connection to Sugden Park Project, to Infinite Construction, LLC in the base bid amount of $3,335,497.77, approve an Owner’s Allowance of $37,000, and authorize the Chairman to sign the attached agreement. OBJECTIVE: To authorize the expenditure of Community Redevelopment Area (the “CRA”) funds outside of the Community Redevelopment Area to construct a boardwalk connecting Bayshore Drive to Sugden Regional Park (the “Park”), as set forth by the Bayshore Gateway Triangle CRA Redevelopment Plan. CONSIDERATIONS: The much-anticipated Bayshore Drive/Sugden Regional Park Boardwalk Project (the “Boardwalk Project”) will connect the CRA’s 17-Acre Parcel, Bayshore Drive, and the greater Community Redevelopment Area to the Park. The Boardwalk, with the above mentioned connection, is expected to become a fantastic recreational destination that will create safe and attractive pedestrian and bicycle linkages, facilitate community events, invite additional desirable redevelopment activity, and allow more citizens to better access the Park. On March 14, 2023, the Board of County Commissioners (the “BCC”), acting in its capacity as the CRA Board, unanimously approved the Boardwalk’s “central alignment” and directed staff to complete the design of the Boardwalk Project. On May 9, 2023, the BCC, acting in its capacity as the CRA Board, approved Change Order No. 1 to Agreement No. 21- 7845 with Stantec Consulting Services, Inc. (“Stantec”), to complete the design and permitting of the Boardwalk Project. On July 25, 2024, the Procurement Services Division posted ITB No. 24-8267 for the Bayshore 17 Acres pedestrian Boardwalk Connection to Sugden Park Project, sent out 2,124 notices, which resulted in 1,749 interested contractors viewing the bid package. On October 1, 2024, the County received four bids as summarized below. Respondents: Company Name City County State Bid Amount Responsive/Responsible Infinite Construction, LLC Fort Myers Lee FL $3,335,497.77 Yes/Yes DEC Contracting Group, Inc. Fort Myers Lee FL $6,444,458.25 Yes/Yes Wright Construction Group, Inc. Fort Myers Lee FL $7,265,543.02 Yes/Yes Persons Services Corp. Fort Lauderdale Broward FL $5,575,480.66 No/No Staff reviewed the bids and determined that Infinite Construction, LLC (“Infinite Construction”) is the lowest, responsive, and responsible bidder. Stantec’s attached Design Entity Letter of Recommended Award dated November 4, 2024, confirms Infinite Construction as the lowest, responsive, and responsible bidder, and their recommendation of Infinite Construction for the award is attached. The bid package included a base bid for work associated with the Bayshore 17 Acres pedestrian Boardwalk Connection to Sugden Park Project, and several bid alternatives allowing for the value engineering of the project if the bids received were outside the budget allocated for the project. As the low bid is within budget, staff is recommending that the attached Agreement be awarded to Infinite Construction, LLC for the total base bid contract amount of $3,335,497.77, plus an Owner’s Allowance of $37,000 to address approved unanticipated costs during construction. The payment and performance bonds posted as backup to this item currently reflect only the contract amount but should also include the Owner's Allowance, as required by Section 4 of the Agreement. The contractor is obtaining the corrected bonds, which should be provided in the next few days, and staff will make sure that the corrected bonds are in place before the commencement of any work on this project. FISCAL IMPACT: Funding for this agreement, in the amount of $3,372,497.77, is budgeted within Bayshore Gateway Triangle CRA Project Fund (1021), 17 Acre Site Project # 50208. GROWTH MANAGEMENT IMPACT: The project is consistent with the Bayshore Gateway Triangle CRA Page 3708 of 10663 12/10/2024 Item # 14.A ID# 2024-2176 Redevelopment Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: Award ITB No. 24-8267, for the Bayshore 17 Acres pedestrian Boardwalk Connection to Sugden Park Project, to Infinite Construction, LLC in the base bid amount of $3,335,497.77, approve an Owner’s Allowance in the amount of $37,000, and authorize the Chairman to sign the attached agreement. PREPARED BY: Tami Scott, CRA Project Manager ATTACHMENTS: 1. 24-8267 - Bid Tabulation 2. 24-8267 - DELORA 3. 24-8267 Insurance Coversheet 4. 24-8267 Insurances_Auto_Infinite_ 5. 24-8267 Insurances_Infinite_ 6. 24-8267 NORA 7. 24-8267 VS_Infinite 8. 24-8267 Construction Agreement and Bond Page 3709 of 10663 Division 00 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 00.1 Construction Survey: Includes all construction layout requrements and providing as-built survey for County close outs and certification LS 1 11000.00 11000.00 26846.84 26846.84 31012.50 31012.50 20000.00 20000.00 9000.00 9000.00 00.2 Mobilization/Demobilization/Site Power: Includes construction fencing needs on Bayshore Drive to secure construction area, providing all construction site power and returning of site construction areas to their original condition beyond the improvements of the plan areas. LS 1 196090.00 196090.00 138837.88 138837.88 1268599.30 1268599.30 200000.00 200000.00 35000.00 35000.00 00.3 Maintenance of Traffic/Construction Entry: Public Sidewalk MOT, Temporary ROW signage, & MOT regrading construction zone; Construction access drive entry security gate along Bayshore Drive. LS 1 12161.72 12161.72 40442.14 40442.14 582321.37 582321.37 70000.00 70000.00 20000.00 20000.00 00.4 Record Documents: Includes all as-built drawings and warranties for the project including grading, drainage, boardwalk, furnishings and irrigation system to be provided by the contractor LS 1 5000.00 5000.00 8951.19 8951.19 11250.00 11250.00 793594.00 793594.00 5000.00 5000.00 Total Division 00 $224,251.72 Total Division 00 $215,078.07 Total Division 00 $1,893,183.17 Total Division 00 $1,083,594.00 Total Division 00 $69,000.00 Division 01 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 01.1 Temporary Tree and Plant Protection: Construction-phase tree and plant protection, trimming, protection - zone/area fencing, and pruning.LF 200 17.05 3410.00 471.83 94365.00 63.25 12650.00 200.00 40000.00 6.50 1300.00 01.2 Construction Waste Management and Disposal: Salvaging, recycling, and disposing of non-hazardous demolition and construction waste. Organising and coordinating with Naples Botantical Garden support in Chipping and removing mulch. LS 1 8295.00 8295.00 33701.79 33701.79 8500.00 8500.00 25000.00 25000.00 15000.00 15000.00 Total Division 01 $11,705.00 Total Division 01 $128,066.79 Total Division 01 $21,150.00 Total Division 01 $65,000.00 Total Division 01 $16,300.00 Division 02 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 02.1 Wetland Ground Area Mitigation: Hand removal of exotics in wetland ground areas, repairs at wetland upland edges excluding littoral landscape areas; does not include project wide grading and erosion/landscape cover, see Div. 31/32 below. LS 1 27650.00 27650.00 188730.01 188730.01 75000.00 75000.00 100000.00 100000.00 18000.00 18000.00 Total Division 02 $27,650.00 Total Division 02 $188,730.01 Total Division 02 $75,000.00 Total Division 02 $100,000.00 Total Division 02 $18,000.00 Division 03 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 03.1 Pavers - Concrete: Leaf Pattern at Pedestrian Promenade per drawings.SF 5490 18.90 103761.00 31.46 172737.30 16.99 93275.10 22.55 123799.50 14.00 76860.00 03.2 Concrete Path: 12' width, across upland and finger island areas per drawings and County Engineering requirements.SF 6225 23.11 143859.75 9.44 58742.22 13.24 82419.00 18.00 112050.00 9.50 59137.50 03.3 Concrete Flush Curb - 8"W: Header bands along Concrete Paver Areas per drawings.LF 836 30.09 25155.24 26.29 21976.26 33.60 28089.60 50.00 41800.00 14.00 11704.00 03.4 Concrete Flatwork - Sidewalk: At public sidewalk per drawings and County Engineering requirements.SF 1555 19.00 29545.00 9.44 14673.76 25.84 40181.20 10.00 15550.00 8.25 12828.75 03.5 Concrete Flatwork - Bench Pad: Below benches on site per the drawings.SF 162 21.83 3536.46 9.44 1528.71 13.16 2131.92 50.00 8100.00 8.25 1336.50 03.6 Concrete Flatwork - Bike Rack Pad: Below bike racks on site per the drawings.SF 140 23.88 3343.20 9.44 1321.11 13.16 1842.40 50.00 7000.00 8.25 1155.00 03.7 Concrete Flatwork - Trash and Recycling Pad: Below trash and recycling cans on site per the drawings.SF 108 29.18 3151.44 9.44 1019.14 13.16 1421.28 50.00 5400.00 8.25 891.00 Total Division 03 $312,352.09 Total Division 03 $271,998.50 Total Division 03 $249,360.50 Total Division 03 $313,699.50 Total Division 03 $163,912.75 Division 04 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 04.1 Gabion Stone Walls: 3'W x 3'H x 6'L w/ 4 mm galvanized wire gabion boxes x 1 or 2 courses tall per the drawings.EA 103 633.75 65276.25 3677.54 378786.52 1903.45 196055.35 2474.73 254897.19 300.00 30900.00 Total Division 04 $65,276.25 Total Division 04 $378,786.52 Total Division 04 $196,055.35 Total Division 04 $254,897.19 Total Division 04 $30,900.00 Division 06 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 06.1 Heavy Timber Boardwalk: Includes the cost to install a complete boardwalk system per the drawings including but not limited to: driven precast concrete piles, decks, handrails, and viewing platforms (includes deck and handrails) and all details and materials. SF 7295 99.93 728989.35 232.21 1693937.77 184.00 1342280.00 181.10 1321107.72 320.00 2334400.00 06.2 - Informational 12’-0” wide boardwalk is part of base bid – cost included in line item 06.1 above (see Add/Deduct section below)SF 1 476650.00 476650.00 0.00 0.00 6.35 6.35 0.00 0.00 0.00 0.00 06.3 - Informational Overlook on sheet LS506 is part of base bid– cost included in line item 06.1 above (see Add/Deduct section below)SF 1 44000.00 44000.00 0.00 0.00 6.35 6.35 0.00 0.00 0.00 0.0006.4 - Informational Concrete pilings are part of base bid – cost included in line item 06.1 above (see Add/Deduct section below)SF 1 203330.00 203330.00 0.00 0.00 81.40 81.40 0.00 0.00 0.00 0.0006.5 Pedestrian Guardrails - includes full assembly and foundations LF 125 112.00 14000.00 707.74 88467.19 525.00 65625.00 820.00 82000.00 80.00 10000.00 Total Division 06 $742,989.35 Total Division 06 $1,782,404.96 Total Division 06 $1,407,905.00 Total Division 06 $1,403,107.72 Total Division 06 $2,344,400.00 Division 10 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 10.1 GRFC Round Planters per the drawings. EA 4 2191.25 8765.00 2738.88 10955.51 1598.09 6392.36 1832.00 7328.00 1600.00 6400.00 10.2 Asphalt Pathway: Includes stone base, binder and wearing course; Sugden Park pathway reconnections per the drawings.SF 3000 5.65 16950.00 12.97 38905.34 20.38 61140.00 25.00 75000.00 8.00 24000.00 10.3 Bat House: Includes installation of telephone pole and bat house mounted atop per the drawings.EA 1 2132.50 2132.50 3370.18 3370.18 6068.73 6068.73 6500.00 6500.00 1500.00 1500.00 10.4 Osprey Nest: Includes installation of telephone pole and nesting platform per the drawings.EA 2 2408.18 4816.36 3370.18 6740.36 2106.50 4213.00 13000.00 26000.00 3000.00 6000.00 10.5 Chain Link Fence - Eastern most Lake at the Rear Yards along Jeepers Drive: Install 6'-0" Galvanized Chain Link Fence adjacent to the southwest corner of the lake from rear lot line along the rear yards of Jeepers Drive at the eastern most lake front. LF 440 16.50 7260.00 85.08 37433.79 58.00 25520.00 33.77 14859.99 35.00 17500.00 10.6 Chain Link Fence Gate and Extension to Lake Corner - Eastern most Lake at the Rear Yards along Jeepers Drive: Install a double hung 8'-0" Gavlanized Chain Link Gate and 42 foot extension north to the southwest corner of the lake from rear lot line of the yards on Jeepers Drive. LF 50 66.00 3300.00 222.11 11105.41 165.00 8250.00 91.60 4580.00 45.00 1080.00 Total Division 10 $43,223.86 Total Division 10 $108,510.59 Total Division 10 $111,584.09 Total Division 10 $134,267.99 Total Division 10 $56,480.00 Division 12 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 12.1 Installed Bike Rack per the drawings. EA 2 864.75 1729.50 5591.13 11182.25 5291.55 10583.10 4000.00 8000.00 2500.00 5000.00 12.2 Installed Trash Receptacle per the drawings. EA 5 903.00 4515.00 3646.26 18231.32 3195.58 15977.90 2000.00 10000.00 950.00 4750.00 12.3 Installed Recycle Receptacle per the drawings. EA 5 903.00 4515.00 4023.72 20118.62 3475.58 17377.90 2030.00 10150.00 950.00 4750.00 12.4 Installed Bench per the drawings. EA 8 1845.62 14764.96 5169.58 41356.68 3533.84 28270.72 2880.00 23040.00 1500.00 12000.00 Total Division 12 $25,524.46 Total Division 12 $90,888.87 Total Division 12 $72,209.62 Total Division 12 $51,190.00 Total Division 12 $26,500.00 Division 13 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 13.1 Storm Water and Utility Infrastructure: Storm water structures, all utility infrastructure and irrigation reuse water tap/meter/backflow and connection to repump station.LS 1 9410.51 9410.51 195571.47 195571.47 61766.88 61766.88 50000.00 50000.00 60000.00 60000.00 Total Division 13 $9,410.51 Total Division 13 $195,571.47 Total Division 13 $61,766.88 Total Division 13 $50,000.00 Total Division 13 $60,000.00 Division 26 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 26.1 Hand Rail LED Downlighting: Includes conductor, conduit, product system componants, product controls and installation for full operational lighting system.LF 1120 133.00 148960.00 175.25 196279.21 194.00 217280.00 162.95 182499.97 80.00 89600.00 26.2 Pedestrian Bollard LED Fixture: Includes conductor, conduit, product system componants, product controls and installation for full operational lighting system.EA 32 4741.00 151712.00 4381.23 140199.43 6802.00 217664.00 6093.75 195000.00 2100.00 67200.00 26.3 Pedestrian Light Pole and LED Fixture: Includes conductor, conduit, product pole and fixture system componants, product controls and installation for full operational lighting system.EA 5 33110.00 165550.00 26961.43 134807.15 10329.00 51645.00 17319.40 86597.00 4800.00 24000.00 26.4 Site Power: Assumes service connection to pole mounted transformers; includes installation of meter, panel, breakers, switches, etc. in lockable weather proof exterior grade aluminum cabinets and cabinet mounting on site. LS 1 174260.00 174260.00 202210.72 202210.72 20486.00 20486.00 34272.00 34272.00 35000.00 35000.00 Total Division 26 $640,482.00 Total Division 26 $673,496.52 Total Division 26 $507,075.00 Total Division 26 $498,368.97 Total Division 26 $215,800.00 Division 28 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 28.1 Emergency Communications Blue Light Call Box Tower: Includes solar and/or CCTV capabilities, includes conductor connections, conduit, product system componanats ,product controls and installation/communication coordination with County. EA 3 10694.56 32083.68 26961.43 80884.29 13881.00 41643.00 Included Included 8500.00 25500.00 Total Division 28 $32,083.68 Total Division 28 $80,884.29 Total Division 28 $41,643.00 Total Division 28 $0.00 Total Division 28 $25,500.00 Non-Responsive/Not Responsible Infinite Construction, LLC DEC Contracting Group, Inc.Wright Construction Group, Inc.Persons Services Corp.Engineer's OPC Procurement and Contracting Requirements General Requirements Existing Conditions 24-8267 Bayshore 17 Acres Pedestrian Boardwalk Connection to Sugden ParkBid Tabulation Project Manager: Tami Scott Procurement Strategist: Matthew Webster Special Construction Electrical Electronic Safety and Security Concrete Masonry Woods, Plastics, and Composites Specialties **Items 6.2,6.3, and 6.4 are informational only and any written amounts are not included in the Total Division 6 Amount** Furnishings Notices Issued: 2,124 Bid Packages Viewed: 1,749 Bids Received: 4 G:\1_ALL SOLICITATIONS & TEMPLATES\2_FY 2024\24-8267 Bayshore 17 Acres Pedestrian Boardwalk Connection to Sugden Park\1. Pre-Award\24-8267 - Bid Tabulation Page 1 of 2 Page 3710 of 10663 Division 31 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 31.1 Clearing and Grubbing (Exotic Removal and Site Preparations): Clearing, grubbing, vegetation protection, stumping, stripping and stockpiling topsoil and rock for reuse, and disconnecting utilities. Includes removal of existing surface irrigation lines. Removal of unmulched exotics, trash, debris and refuse daily. AC 8 8612.50 68900.00 95362.58 762900.62 84812.49 678499.92 29000.00 232000.00 7500.00 60000.00 31.2 Erosion Control: Includes silt fencing and turbidity barrier as shown on the drawings or may be required by permits.LS 1 20085.00 20085.00 48602.02 48602.02 33092.50 33092.50 65000.00 65000.00 10000.00 10000.00 31.3 Earthwork: Includes miscellaneous cut/fill as needed for construction; project goal is for no net import of fill; cost to include site at finish grades AC 8 1025.00 8200.00 43247.48 345979.85 130848.19 1046785.52 436340.00 436340.00 7500.00 60000.00 Total Division 31 $97,185.00 Total Division 31 $1,157,482.49 Total Division 31 $1,758,377.94 Total Division 31 $733,340.00 Total Division 31 $130,000.00 Division 32 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 32.1 Planting Irrigation: Includes Reuse water re-pump, house pad and controls, main line, laterals, heads and all irrigation delivery shown on drawings.SF 143978 2.10 302353.80 2.10 302784.51 1.56 224605.68 1.68 242012.62 1.10 158375.80 32.2 Soil Preparation (Performance Specification): Till to 6" depth in shrub beds planting soils and amendments specified according to contractor provided lab soil testing for ornamental landscapes (particle size, organic matter percentage, pH, CEC, fertility, etc.), layered soil assemblies. CY 480 26.80 12864.00 23.03 11052.03 17.08 8198.40 17.08 8198.40 30.00 14400.00 32.3 Sod: Till soils to 6" depth and amend soils as lab testing indicates; hydro-seed and sod turf and meadow areas; apply pre and post emergent week killing products, pesticides, etc, as needed in all turf and turf renovation areas. SF 105108 1.11 116669.88 1.39 145943.89 1.03 108261.24 1.03 108366.35 0.85 89341.80 32.4 Hydroseed: Hydroseed turf and meadows.SF 147905 0.07 10353.35 0.20 29907.98 0.15 22185.75 0.15 22851.32 0.30 44371.50 32.5 Plants - Canopy Tree: Average Cost: Installation of Nursery-grown trees, staking and tree stabilization, tree planting soils, soil amendments, post installation watering and warranty per the drawings. LS 1 132170.00 132170.00 189834.08 189834.08 140819.00 140819.00 140819.00 140819.00 750.00 100500.00 32.6 Plants - Palm Tree: Installation of Nursery-grown palms, staking and palm stabilization, palm planting soils, soil amendments, post installation watering and warranty per the drawings. LS 1 38210.00 38210.00 81865.69 81865.69 60728.00 60728.00 60728.00 60728.00 600.00 24000.00 32.7 Plants - Shrub / Groundcovers: Average Cost: Installation of shrubs and ground covers and warranty per the drawings. LS 1 166805.22 166805.22 304491.60 304491.60 225872.00 225872.00 225872.00 225872.00 7.00 272622.00 32.8 Plants - Littoral: Average Cost: Install Nursery-grown littoral landscapes and warranty per the drawings. LS 1 291930.00 291930.00 21899.42 21899.42 16245.00 16245.00 16245.00 16245.00 3.00 23670.00 32.9 Plants - Mulch: 3" depth typical; reuse mulched product from land clearing and exotic removal operations.SF 38870 0.27 10494.90 1.28 49727.16 0.96 37315.20 0.95 36922.61 0.65 25265.50 32.10 Plants - Root Barrier: Deeproot UB24-2 per the drawings and to meet Collier County Code requirements.LF 1230 17.49 21512.70 28.50 35052.82 21.14 26002.20 21.14 25999.99 12.00 14760.00 Division 03 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 03.1a Credit Concrete Paver: Eliminate paver leaf pattering and install half bond pattern as noted in the drawings.SF -5490 2.01 -11034.90 11.01 -60444.90 7.31 -40131.90 4.00 -21960.00 3.50 -19215.00 03.2a Credit Concrete Flatwork - Pathway: Reduce the concrete pathways width in the boardwalk alighment from 12 feet to 10 feet SF -990 4.95 -4900.50 7.00 -6930.00 13.24 -13107.60 12.00 -11880.00 9.50 -9405.00 03.3a Credit Concrete Paver Promenade: Reduce to 10 foot width of pavers and continue use of 8 inch concrete header curb SF -2015 18.50 -37277.50 4.11 -8281.65 16.99 -34234.85 14.00 -28210.00 11.50 -23172.50 03.4a Credit Concrete Flatwork - Pathway Connection at A1/LS506: Remove concrete pathway connection to A1/LS506 SF -216 26.49 -5721.84 7.00 -1512.00 13.24 -2859.84 12.00 -2592.00 9.50 -2052.00 03.5a Add Concrete Flatwork - Add bench pad.: Add bench pad south of pathway at A1/LS506 for bench relocation SF 162 21.84 3538.08 9.44 1528.71 13.16 2131.92 50.00 8100.00 8.50 1377.00 Total Division 03 ($2,183.76)Total Division 03 ($75,639.84)Total Division 03 ($88,202.27)Total Division 03 ($56,542.00)Total Division 03 ($675.00) Division 04 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 04.1a Credit Gabion Removal with removal of A1/LS506: Gabion Removal with removal of Heavy Timber Deck shown on A1/LS506 EA -14 600.00 -8400.00 2628.00 -36792.00 1903.45 -26648.30 10000.00 -140000.00 300.00 -4200.00 04.1b Credit Reduce Gabions use in plan/slope to grade: Remove 50% of the Gabions EA -45 600.00 -27000.00 1985.00 -89325.00 1903.45 -85655.25 1900.00 -85500.00 300.00 -13500.00 Total Division 04 ($35,400.00)Total Division 04 ($126,117.00)Total Division 04 ($112,303.55)Total Division 04 ($225,500.00)Total Division 04 ($17,700.00) Division 06 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 06.1a Credit Heavy Timber Boardwalk: Provide all wooden deck handrails in a vertical installation vs the canted laid back installation SF -7250 0.57 -4132.50 1.00 -7250.00 1.00 -7250.00 3.00 -21750.00 18.00 -130500.00 06.2a Credit Heavy Timber Boardwalk: Reduce the Boardwalk width from 12 feet to 10 feet SF -948 60.00 -56880.00 60.00 -56880.00 6.35 -6019.80 70.00 -66360.00 40.00 -37920.00 06.3a Credit Heavy Timber Boardwalk: Remove boardwalk overlook area shown in A1/LS506 including all work associated with construction of the boardwalk. Relocate two benches across pathway at edge of pathway in landscape on concrete pad. Bench pad and gabion reductions are covered in 03.5a and 04.1a above. SF -600 84.00 -50400.00 60.00 -36000.00 6.35 -3810.00 130.00 -78000.00 320.00 -192000.00 06.4a Credit Heavy Timber Boardwalk: Replace precast concrete piles with Greenheart Marine Grade pilings and protective wrapping above low, low water line SF -7250 0.00 0.00 26.00 -188500.00 26.27 -190457.50 20.00 -145000.00 25.00 -181250.00 Total Division 06 ($111,412.50)Total Division 06 ($288,630.00)Total Division 06 ($207,537.30)Total Division 06 ($311,110.00)Total Division 06 ($541,670.00) Division 10 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 10.5a Credit Chain Link Fence.LF -440 16.50 -7260.00 63.11 -27768.40 58.00 -25520.00 33.77 -14858.80 55.00 27500.00 10.5b Add 4'-0" Black Deocrative Aluminum Picket Fence to meet Florida DOH Pool Barrier code requirements.LF 440 37.30 16412.00 93.17 40992.70 64.00 28160.00 52.16 22950.40 65.00 32500.00 Total Division 10 $9,152.00 Total Division 10 $13,224.30 Total Division 10 $2,640.00 Total Division 10 $8,091.60 Total Division 10 $60,000.00 Division 26 DESCRIPTION OF WORK UNIT QTY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 26.1a Credit Remove Hand Rail LED Downlight with A1/LS506 removal: Removal of LED hand rail light will be concurrent with the removal of A1/LS506 from the project.LF -55 67.33 -$3,703.15 100.00 -$5,500.00 194.00 -$10,670.00 162.95 -$8,962.00 80.00 -$4,400.00 26.2a Credit Remove Hand Rail LED Downlighting: Install conduit needs only.LF -1065 7.08 -$7,540.20 100.00 -$106,500.00 179.00 -$190,635.00 162.95 -$173,538.02 80.00 -$85,200.00 26.3a Credit Pedestrian Bollard LED Fixture: Install 50 % of bollards shown in plans including two on the Sugden Park side and 4 at the entry to the Promenade on Bayshore per plan.EA -16 1461.00 -$23,376.00 2500.00 -$40,000.00 6802.00 -$108,832.00 2843.75 -$45,500.00 1750.00 -$28,000.00 $7,265,543.02 $5,575,480.66 $5,575,480.66 $3,924,099.35 $3,924,099.35 $3,335,497.77Total Base Bid $6,444,458.25 $6,444,458.25 * Minor Irregularity * Minor Irregularity Total Division 32 $3,335,497.77Sub Total All Divisions $767,306.60 $7,265,543.02 $1,172,559.19 $870,232.47 $888,015.29 Earthworks Exterior Improvements Add Deduct Alternates Concrete Masonry Woods, Plastics, and Composites Specialties ($152,000.00) ($629,162.54) $1,103,363.85 ($310,137.00) ($715,540.12) $6,550,002.90 ($228,000.02) ($813,060.42) $4,762,420.24 * Staff has allocated $37,000.00 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. REQUIRED FORMS AND DOCUMENTS Bid Schedule Electrical ($34,619.35) ($174,463.61) $3,161,034.16* Total Division 26 Sub Total All Division Alternates Total Base Bid Plus Alternates ($117,600.00) ($617,645.00) $3,306,454.35 YES/NO YES/NO YES/NO YES/NO YES * Calculation error on Bid Schedule YES $5,815,295.71 Opened By: Matthew Webster Trench Safety Act knowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) YES Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience (Form 5) License Immigration Affidavit Certification (Form 11) Addendums (7) E-Verify W-9 SunBiz YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES NO* YES YES YES YES YES YES YES YES YES YES YES YES YES YES NO* YES YES YES YES YES YES Witnessed By: Rita Iglesias Date: 10/1/2024 at 3:00 PM EST YES YES YES NO Infinite Construction, LLC DEC Contracting Group, Inc.Wright Construction Group, Inc. Persons Services Corp. YES YES YES YES YES YES YES YES YES YES YES* *No Wet Signatures on Forms * Minor Irregularity Non-Responsive/Not Responsible YES YES YES YES G:\1_ALL SOLICITATIONS & TEMPLATES\2_FY 2024\24-8267 Bayshore 17 Acres Pedestrian Boardwalk Connection to Sugden Park\1. Pre-Award\24-8267 - Bid Tabulation Page 2 of 2 Page 3711 of 10663 Page 3712 of 10663 Page 3713 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: 8th Ave South Beach Park Restoration Project Project Location: City of Naples Project Description: Replace Ramp Completion Date: 09/2024 Contract Value: $118,772.15 Project Owner/Title: City of Naples/Parks & Pathways Superintendent Owner’s Address: 280 Riverside Circle, Naples, FL 34102 Phone: 239-213-7134 Owner’s Contact Person: Jim Hodgdon E-Mail:jhodgdon@naplesgov.com 1.Was project completed timely and within budget? (If not, provide detail) YES 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) YES 3.Was the construction process performed satisfactorily? (If not, provide detail) YES 4.Did the process run smoothly? Were there any changes? Describe below. YES, project went smoothly. Minor changes made to available materials, and it all worked out satisfactorily. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) YES 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? NONE 7.Additional comments: Highly recommend this contractor. Very satisfied with their work and response. Bayshore 17 AC Pedestrian Boardwalk Connection to Sugden Park Stantec Consulting Services Inc 239.649.4040 October 30, 2024 24-8267 Chrissy Mitchell - Stantec Infinite Construction, LLC Page 3714 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Ponce De Leon Boardwalk & Fishing Pier Improvements Project Location: City of Punta Gorda Project Description: Boardwalk and Fishing Pier Repairs Completion Date: 01/2024 Contract Value: $670,087.87 Project Owner/Title: City of Punta Gorda/Project Manager Owner’s Address: 326 West Marion Avenue, Punta, Gorda, FL 33950 Phone: 941-575-5063 Owner’s Contact Person: Thomas Macy E-Mail:TMacy@cityofpuntagordafl.com 1. Was project completed timely and within budget? (If not, provide detail) The project was completed within the timeframe scheduled, and did not exceed the budget that was set. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) The contractor’s process was flawless, and very professional. 3. Was the construction process performed satisfactorily? (If not, provide detail) The contractor exceeded our expectations and went above and beyond the scope of work. 4. Did the process run smoothly? Were there any changes? Describe below. The contractor and all employees are very professional. The project never slowed down from start to finish. The city had a few change orders for the bridge construction, which the contractor was able to still finish within the time frame. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) The contractor completed all the documents that were needed from the City of Punta Gorda at the end of the project. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There were no warranty issues at all through out. 7. Additional comments: Bayshore 17 AC Pedestrian Boardwalk Connection to Sugden Park 24-8267 October 30, 2024 239.649.4040 Stantec Consulting Services Inc Chrissy Mitchell - Stantec Infinite Construction, LLC Page 3715 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 Infinite Construction is very professional, and the City of Punta Gorda would hire this contractor for any other projects needed. Page 3716 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Bowman’s Beach Park Bridge Rehabilitation Project Project Location: City of Sanibel Florida Project Description: Replacement and widening of existing bridge utilizing the existing piles. Completion Date: 06/05/2023 Contract Value: $626,762.24 Project Owner/Title: City of Sanibel Florida Owner’s Address: 800 Dunlop Road, Sanibel, FL 33957 Phone: 239-472-6397 Owner’s Contact Person: Joshua Holler E-Mail: Joshua.Holler@mysanibel.com 1. Was project completed timely and within budget? (If not, provide detail) The project was completed in a timely manner and within budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) The submittal/review processed performed was completed satisfactorily. 3. Was the construction process performed satisfactorily? (If not, provide detail) The construction process was performed satisfactorily. 4. Did the process run smoothly? Were there any changes? Describe below. The project ran very smoothly considering the timeline was extended due to Hurricane Ian hitting Sanibel in the middle of the project. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) The contract closeout process was performed satisfactorily. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There have not been any warranty issues since closeout. 7. Additional comments: I would recommend this contractor to anyone and rehire this contractor anytime for future projects. They are very professional and a pleasure to work with. Bayshore 17 AC Pedestrian Boardwalk Connection to Sugden Park 24-8267 October 30, 2024 239.649.4040 Stantec Consulting Services Inc Chrissy Mitchell - Stantec Infinite Construction, LLC Page 3717 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8267 Reference Check by: Chrissy Mitchell - Stantec Solicitation Title: Bayshore 17 AC Pedestrian Boardwalk Connection to Sugden Park Date: October 30, 2024 Bidder’s Name: Infinite Construction, LLC Phone: 239-940-6735 Design Entity: Stantec Consulting Services Inc REFERENCED PROJECT: Project Name: Matlacha Fishing Pier Repair Project Location: Matlacha Project Description: Fishing Pier Repair Completion Date: 3/2024 Contract Value: $388,219.10 Project Owner/Title: Lee County, Florida /Project Manager Owner’s Address: 2115 Second Street, 1st Floor, Fort Myers, FL 33901 Phone: 239-940-6735 Owner’s Contact Person: William Dooling E-Mail:WDooling@leegov.com 1.Was project completed timely and within budget? (If not, provide detail) Yes 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3.Was the construction process performed satisfactorily? (If not, provide detail) Yes 4.Did the process run smoothly? Were there any changes? Describe below. Yes and no changes 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7.Additional comments: Infinite Construction was a pleasure to work with and I would look forward to doing business with them again!! Page 3718 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8267 Reference Check by: Kevin Mangan - Stantec Solicitation Title: Bayshore 17 AC Pedestrian Boardwalk Connection to Sugden Park Date: October 30, 2024 Bidder’s Name: Infinite Construction, LLC Phone: 239.649.4040 Design Entity: Stantec Consulting Services Inc REFERENCED PROJECT: Project Name: Oyster Creek Pier & Boardwalk Repairs Project Location: Oyster Creek Environmental Park, Charlotte County, FL Project Description: Construction, Restoration and Repairs of existing railings, pile wraps, strap ties, x-bracing, stringer ties, blocking and decking. Completion Date: April 6, 2021 Contract Value: $ 77,384.13 Project Owner/Title: Charlotte County Owner’s Address: 18500 Murdock Circle, Suite 344, Port Charlotte, FL 33948 Phone: 941.743.1527 Owner’s Contact Person: Kim Chamberlain - Purchasing E-Mail:Kimberly.Chamberlain@charlottecountyfl.gov 1.Was project completed timely and within budget? (If not, provide detail) Purchasing file has only recorded the contract value and no other budget adjustments prior to completion date of April 6, 2023. 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) Purchasing could not answer this question. 3.Was the construction process performed satisfactorily? (If not, provide detail) Purchasing could not answer this question. 4.Did the process run smoothly? Were there any changes? Describe below. No changes were recorded in the project file records with purchasing. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) Purchasing could not answer this question. 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? Purchasing could not answer this question. Page 3719 of 10663 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 7. Additional comments: The original contact person provided in reference no longer was employed by Charlotte County at the time of the reference check. Stantec reached out to purchasing to determine project value, completion and change orders, if any, on file. The Purchasing contact is listed here in lieu of the Contractor’s contact person. Page 3720 of 10663 Page 3721 of 10663 Page 3722 of 10663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/19/2024 Wallace Welch &Willingham,Inc. 300 1st Ave.So.,5th Floor Saint Petersburg FL 33701 727-522-7777 727-521-2902 certificates@w3ins.com Manufacturers Alliance Ins.Co 36897 INFICON-01 American Longshore Mutual Association Ltd (ALMA)Infinite Construction LLC 6757 Dabney Street Fort Myers FL 33966 Illinois Union Ins.Co.27960 Burlington Insurance Company 23620 Mt.Hawley Ins.Co.37974 508854587 E X 1,000,000 X 5,000 5,000 1,000,000 2,000,000 X Y MGL0199312 7/27/2024 7/27/2025 2,000,000 D X 1,000,000 X 850BE0664902 7/27/2024 7/27/2025 1,000,000 A B X N 1022557Y ALMA0203807 7/27/2024 7/27/2024 7/27/2025 7/27/2025 1,000,000 1,000,000 1,000,000 C Pollution Liability G72556793003 12/17/2023 12/17/2024 Per Claim Aggregate 1,000,000 1,000,000 USL&H Included on:American Longshore Mutual Association Ltd (ALMA)Policy #ALMA0203807 RE:Project Bid No.24-8267 Project Name:Bayshore 17 Acres Pedestrian Boardwalk Connection to Sugden Park. Collier County Board of County Commissioners or Board of County Commissioners in Collier County or Collier County Government or Collier County included as is additional insured on a primary and non-contributory basis with respect to General Liability if required by written contract,subject to terms,conditions,and exclusions of the policy. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 Page 3723 of 10663 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or re- pairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. A. Section II – Who Is An Insured is amended to in- clude as an additional insured the person(s) or organi- zation(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the in- surance afforded to such additional insured will Page 1 of 2CG 20 10 04 13 © Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Location(s) Of Covered Operations: SCHEDULE Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Name Of Additional Insured Person(s) Or Organization(s): Additional Insured - Owners, Lessees Or Contractors - Scheduled Person Or Organi Owners where required by written contract, signed by both parties prior to the date of an "occurrence" or offense. All locations. Mt. Hawley Insurance Company Insured Policy Number:MGL0199312 Page 3724 of 10663 C.With respect to the insurance afforded to these additional insureds,the following is added to Section III –Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement;or Page 2 of 2© Insurance Services Office, Inc., 2012CG 20 10 04 13 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Insured Page 3725 of 10663 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 Page 1 of 1© Insurance Services Office, Inc., 2012 Name of Additional Insured Person(s) or Organization(s) ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS SCHEDULE A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not not be broader than that which you are required by the contract or agreement to provide for such additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Location and Description of Completed Operations B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is re- quired by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Additional Insured - Owners, Lessees Or Contractors - Completed Operations Owners where required by written contract, signed by both parties prior to the date of an "occurrence" or offense. All locations. Mt. Hawley Insurance Company Insured Policy Number:MGL0199312 Page 3726 of 10663 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) And Location(s) Of Covered Operations ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PageContains copyrighted material of Insurance Services Office, Inc. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY CONTRACTORS SPECIAL FORM The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured scheduled below for your ongoing operations under your policy provided that: (1)The additional insured is a Named Insured under such other insurance; and: (2)You have agreed in writing in a contract or agreement, signed by both parties prior to the date of “occurrence” or offense, that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CGL 473 (03/16) Primary And Noncontributory - Other Insurance Condition Mt. Hawley Insurance Company 1 of 1 Insured Owners. Policy Number:MGL0199312 Page 3727 of 10663 Notice of Recommended Award Solicitation: 24-8267 Title: Bayshore 17 Acres Pedestrian Boardwalk Connection to Sugden Park Due Date and Time: October 1, 2024, at 3:00 PM EST. Respondents: Company Name City County State Bid Amount Responsive/Responsible Infinite Construction, LLC Fort Myers Lee FL $3,335,497.77 Yes/Yes DEC Contracting Group, Inc. Fort Myers Lee FL $6,444,458.25 Yes/Yes Wright Construction Group, Inc. Fort Myers Lee FL $7,265,543.02 Yes/Yes Persons Services Corp. Fort Lauderdale Broward FL $5,575,480.66 No/No Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On July 25, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24-8267, Bayshore 17 Acres Pedestrian Boardwalk Connection to Sugden Park, to two thousand one hundred and twenty-four (2,124) vendors. One thousand seven hundred and forty-nine (1,749) vendors viewed the bid package and on October 1, 2024, the County received four (4) bids as summarized above. The bid was initially advertised for a total of forty-five (45) days and was extended two (2) times for a total of fourteen (14) days. Staff reviewed the bids received. Three bids were deemed responsive and responsible. Persons Services Corp. was deemed non-responsive and non-responsible for not providing pricing for all line items and for failing to provide all required forms. Infinite Construction, LLC. and Wright Construction Group, Inc. had minor irregularities. Staff determined that Infinite Construction, LLC. is the lowest responsive and responsible bidder. County Staff are electing not to award any alternates and to award the base bid only. Staff recommends that the contract be awarded to Infinite Construction, LLC., the lowest responsive and responsible bidder for a total base bid amount of $3,335,497.77. In addition to the total bid amount, staff has allocated $37,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 23EF11EF-5AFC-4BDF-94C6-707904B302EB 11/13/2024 11/13/2024 11/13/2024 Page 3728 of 10663 Page 3729 of 10663 Page 3730 of 10663 Page 3731 of 10663 Page 3732 of 10663 Page 3733 of 10663 Page 3734 of 10663 Page 3735 of 10663 Page 3736 of 10663 Page 3737 of 10663 Page 3738 of 10663 Page 3739 of 10663 Page 3740 of 10663 Page 3741 of 10663 Page 3742 of 10663 Page 3743 of 10663 Page 3744 of 10663 Page 3745 of 10663 Page 3746 of 10663 Page 3747 of 10663 Page 3748 of 10663 Page 3749 of 10663 Page 3750 of 10663 Page 3751 of 10663 Page 3752 of 10663 Page 3753 of 10663 Page 3754 of 10663 Page 3755 of 10663 Page 3756 of 10663 Page 3757 of 10663 Page 3758 of 10663 Page 3759 of 10663 Page 3760 of 10663 Page 3761 of 10663 Page 3762 of 10663 Page 3763 of 10663 Page 3764 of 10663 Page 3765 of 10663 Page 3766 of 10663 Page 3767 of 10663 Page 3768 of 10663 Page 3769 of 10663 Page 3770 of 10663 Page 3771 of 10663 Page 3772 of 10663 Page 3773 of 10663 Page 3774 of 10663 Page 3775 of 10663 Page 3776 of 10663 Page 3777 of 10663 Page 3778 of 10663 Page 3779 of 10663 Page 3780 of 10663 Page 3781 of 10663 Page 3782 of 10663 Page 3783 of 10663 Page 3784 of 10663 Page 3785 of 10663 Page 3786 of 10663 Page 3787 of 10663 Page 3788 of 10663 Page 3789 of 10663 Page 3790 of 10663 Page 3791 of 10663 Page 3792 of 10663 Page 3793 of 10663 Page 3794 of 10663 Page 3795 of 10663 Page 3796 of 10663 Page 3797 of 10663 Page 3798 of 10663 Page 3799 of 10663 Page 3800 of 10663 Page 3801 of 10663 Page 3802 of 10663 Page 3803 of 10663 Page 3804 of 10663 Page 3805 of 10663 Page 3806 of 10663 Page 3807 of 10663 Page 3808 of 10663 Page 3809 of 10663 Page 3810 of 10663 Page 3811 of 10663 Page 3812 of 10663 Page 3813 of 10663 Page 3814 of 10663 Page 3815 of 10663 Page 3816 of 10663 Page 3817 of 10663 Page 3818 of 10663 Page 3819 of 10663 Page 3820 of 10663 Page 3821 of 10663 Page 3822 of 10663 Page 3823 of 10663 Page 3824 of 10663 Page 3825 of 10663 Page 3826 of 10663 Page 3827 of 10663 Page 3828 of 10663 Page 3829 of 10663 Page 3830 of 10663 Page 3831 of 10663 Page 3832 of 10663 Page 3833 of 10663 Page 3834 of 10663 Page 3835 of 10663 Page 3836 of 10663 Page 3837 of 10663 Page 3838 of 10663 Page 3839 of 10663 Page 3840 of 10663 Page 3841 of 10663 Page 3842 of 10663 Page 3843 of 10663 Page 3844 of 10663 Page 3845 of 10663 Page 3846 of 10663 Page 3847 of 10663 Page 3848 of 10663 Page 3849 of 10663 Page 3850 of 10663 Page 3851 of 10663 Page 3852 of 10663 Page 3853 of 10663 Page 3854 of 10663 Page 3855 of 10663 Page 3856 of 10663 Page 3857 of 10663 Page 3858 of 10663 Page 3859 of 10663 Page 3860 of 10663 Page 3861 of 10663 Page 3862 of 10663 Page 3863 of 10663 Page 3864 of 10663 Page 3865 of 10663 Page 3866 of 10663 Page 3867 of 10663 Page 3868 of 10663 Page 3869 of 10663 Page 3870 of 10663 Page 3871 of 10663 Page 3872 of 10663 Page 3873 of 10663 Page 3874 of 10663 Page 3875 of 10663 Page 3876 of 10663 Page 3877 of 10663 Page 3878 of 10663 Page 3879 of 10663 Page 3880 of 10663 Page 3881 of 10663 Page 3882 of 10663 Page 3883 of 10663 Page 3884 of 10663 Page 3885 of 10663 Page 3886 of 10663 Page 3887 of 10663 Page 3888 of 10663 Page 3889 of 10663 Page 3890 of 10663 Page 3891 of 10663 Page 3892 of 10663 Page 3893 of 10663 Page 3894 of 10663 Page 3895 of 10663 Page 3896 of 10663 Page 3897 of 10663 Page 3898 of 10663 Page 3899 of 10663 Page 3900 of 10663 Page 3901 of 10663 Page 3902 of 10663 Page 3903 of 10663 Page 3904 of 10663 Page 3905 of 10663 Page 3906 of 10663 Page 3907 of 10663 Page 3908 of 10663 Page 3909 of 10663 Page 3910 of 10663 Page 3911 of 10663 Page 3912 of 10663 Page 3913 of 10663 Page 3914 of 10663 Page 3915 of 10663 Page 3916 of 10663 Page 3917 of 10663 Page 3918 of 10663 Page 3919 of 10663 Page 3920 of 10663 Page 3921 of 10663 Page 3922 of 10663 Page 3923 of 10663 Page 3924 of 10663 Page 3925 of 10663 Page 3926 of 10663 Page 3927 of 10663 Page 3928 of 10663 Page 3929 of 10663 Page 3930 of 10663 Page 3931 of 10663 Page 3932 of 10663 Page 3933 of 10663 Page 3934 of 10663 Page 3935 of 10663 Page 3936 of 10663 Page 3937 of 10663 Page 3938 of 10663 Page 3939 of 10663 Page 3940 of 10663 Page 3941 of 10663 Page 3942 of 10663 Page 3943 of 10663 Page 3944 of 10663 Page 3945 of 10663 Page 3946 of 10663 Page 3947 of 10663 Page 3948 of 10663 Page 3949 of 10663 Page 3950 of 10663 Page 3951 of 10663 Page 3952 of 10663 Page 3953 of 10663 Page 3954 of 10663 Page 3955 of 10663 Page 3956 of 10663 Page 3957 of 10663 Page 3958 of 10663 Page 3959 of 10663 Page 3960 of 10663 Page 3961 of 10663 Page 3962 of 10663 Page 3963 of 10663 Page 3964 of 10663 Page 3965 of 10663 Page 3966 of 10663 Page 3967 of 10663 Page 3968 of 10663 Page 3969 of 10663 Page 3970 of 10663 Page 3971 of 10663