Loading...
Agenda 03/11/2025 Item #16B14 (ITB #23-8158 to construct a five foot sidewalk on the east of Vanderbilt Drive)3/11/2025 Item # 16.B.14 ID# 2025-368 Executive Summary Recommendation to approve the award of Invitation to Bid (“ITB”) No. 23-8158, “Vanderbilt Drive Sidewalk (LAP),” to ZEP Construction, Inc., in the amount of $1,105,441.01, approve an Owner’s Allowance of $100,000, and authorize the Chairman to sign the attached Agreement. (Project 60255, Funds 1841 and 3081). OBJECTIVE: To construct a five-foot-wide sidewalk on the east side of Vanderbilt Drive from Vanderbilt Beach Rd to 109th Ave North, with funding assistance from the Florida Department of Transportation (“FDOT”) Local Agency Program (“LAP”). CONSIDERATIONS: In January of 2014, County staff submitted an application to the Collier Metropolitan Planning Organization for funding of the Vanderbilt Drive sidewalk project (the “Project”), which is included in the adopted 2014 Pathway Prioritized Project list. The Project remained on the priority list for five years before being programmed in the FDOT Work Program. The Project appeared in the 2020 FDOT Work Program for design services in FY 2020/21 in the amount of $151,000. The County entered into a Local Funding Agreement (“LFA”) with FDOT to cover a funding shortfall for the design work performed by FDOT's consultant engineer in the amount of $49,205, for a total design amount of $200,205. Construction funding was programmed in the 2019 FDOT Work Program for FY 2023 for $611,727. In the summer of 2023, as a result of rising construction costs, County staff requested additional funds from FDOT to bridge the gap between the estimated construction cost and FDOT programmed construction funds. FDOT has provided an additional $240,000 in supplemental funds for construction, for a total of $851,727. The County executed a LFA with FDOT to cover the cost of Construction Engineering Inspection fees ($110,529.44) that are over and above the programmed funds provided by FDOT in its Work Program. FDOT is authorized to contract with other governmental (local) agencies to develop, design, and construct transportation facilities and to reimburse such governmental agencies for services provided to the traveling public. The FDOT LAP, administered at the FDOT district level, is used to complete a prioritized project from FDOT’s Five-Year Work Program. Collier County is LAP certified and the Transportation Management Services Department staff will be responsible for the administration of the project’s construction phase. In-house staff will also be responsible for federal and FDOT grant compliance. On April 24, 2024, the Procurement Services Division issued ITB No. 23-8158, seeking bids for the Vanderbilt Drive Sidewalk (LAP) project. The County received six bids by the June 10, 2024, submission deadline, as follows: Company Name City County St Base Amount Responsive/ Responsible ZEP Construction, Inc. Fort Myers Lee FL $1,105,441.01 Yes/Yes Bonness, Inc. Naples Collier FL $1,141,878.97 Yes/Yes Douglas N. Higgins, Inc. Naples Collier FL $1,181,416.00 Yes/Yes RJ Engineering Construction Corp. West Palm Beach Palm Beach FL $1,204,273.13 Yes/Yes Thomas Marine Construction, Inc. Ft. Myers Lee FL $1,276,128.40 Yes/Yes Quality Enterprises USA, Inc. Tampa Hillsborough FL $1,312,895.80 Yes/Yes All six bidders were responsive and responsible. Staff recommends awarding the attached agreement to the lowest, responsive, and responsible bidder, ZEP Construction, Inc., (“ZEP”), in the amount of $1,105,441.01 and approval of the Owner’s Allowance in the amount of $100,000. The engineer of record (“EOR”) evaluated references and found them acceptable to determine that ZEP had experience with work of a similar magnitude judged within the last three years, and that it had sufficient prior experience, skill, and business standing to conduct the work completely and timely as required under the Agreement. ZEP has constructed Page 1731 of 4027 3/11/2025 Item # 16.B.14 ID# 2025-368 projects in Collier, Hendry, and Sarasota counties, primarily performing demolition, earthwork, bridge and concrete construction, and is reputable with a good work history and construction results. The bid is 14.7% below the County’s $1,280,279.82 EOR’s opinion of probable cost. The Procurement Services Division concluded the bidding was competitive and representative of market conditions. The bid tabulation, EOR’s letter of recommendation (the “DELORA”), the Notice of Recommended Award (the “NORA”), and the Agreement are attached for review. The Owner’s Allowance of $100,000 is for unanticipated costs including, but not limited to, unforeseen site conditions that might be encountered during construction, and will also be included in the Purchase Order. Use of the allowance will be only as directed by the County, if necessary, and any work authorized and performed under the allowance will require the submission of proper documentation to obtain reimbursement. In early November, FDOT notified the County that the Wage Decision Rates needed to be updated since it had been more than 90 days between the bid opening and award. The updated Wage Decision was sent to ZEP Construction, Inc., who indicated the changed wage rates made a significant increase to its labor costs, which were not accounted for in its initial bid. To move forward, ZEP Construction, Inc., would need to increase its total bid price by $56,403.82. A revised bid schedule was forwarded to the County and the updated Unit Prices have been incorporated into the “revised” Bid Tabulation. This item is consistent with the Collier County strategic plan objective to design and maintain an effective transportation system to reduce traffic congestion and improve the mobility of our residents and visitors. FISCAL IMPACT: The total funding required for this contract is $1,105,441.01 and $100,000 for the Owner’s Allowance. An additional $62,017 is required to open a Purchase Order for Angie Brewer for required Construction, Engineering, and Inspection (CEI) Resident Compliance Specialist (RCS) oversight. Funding in the amount of $851,646 is currently available within the Transportation Grant Fund (1841). Budget amendments in the amount of $415,812.01 are required to reallocate funds from projects within the Transportation Capital Fund (3081) to Project 60255, to award the construction contract and open the PO. The funding sources for this project are grant funds from Federal Highway Administration (FHWA); whereby, these grant dollars are passed through the FDOT via the LAP agreement, and general funds. GROWTH MANAGEMENT IMPACT: These improvements are consistent with the Growth Management Plan Transportation Element, specifically Section B – Intermodal & Multi-modal Transportation, (1) Non-Motorized Travel, Objective 4, Policy 4.2, Policy 4.4, Policy 4.5, Policy 4.6, and Policy 4.8. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To approve the award of ITB No. 23-8158, “Vanderbilt Drive Sidewalk (LAP)” to ZEP Construction, Inc., in the amount of $1,105,441.01, approve an Owner’s Allowance of $100,000, and authorize the Chairman to sign the attached agreement. (Project 60255, Funds 1841 and 3081). PREPARED BY: Michael Tisch, PMP, Project Manager II, Transportation Engineering Division ATTACHMENTS: 1. 23-8158 DELORA_REV 1-23-25 2. 23-8158 NORA_Signed 3. 23-8158 VendorSigned_Zep 4. 23-8158 Bid Tabulation_Revised 12-9-24 5. 23-8158 COI in Compliance Packet 6. BA 438092 Page 1732 of 4027 3/11/2025 Item # 16.B.14 ID# 2025-368 Page 1733 of 4027 13461 Parker Commons Blvd., Suite 104 | Ft. Myers 33912 | Phone: 239.278.5999 | Fax: 239.278.1776 | www.kisingercampo.com Barbara Lance, Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail E. Naples, FL 34112-5361 January 23, 2025 RE: Revised Design Entity Letter of Recommended Award Solicitation No 23-8158 Vanderbilt Drive Sidewalk (LAP) Dear Mrs. Lance: The scope of the CR901/Vanderbilt Drive Sidewalk (LAP) project includes construction of a 5-foot sidewalk along the east side of CR 901/Vanderbilt Drive from Vanderbilt Beach Road to 109th Avenue North, in Collier County. Bids were received for the above-referenced project by Collier County on May 27, 2024. Kisinger Campo & Associates (KCA) completed our review of the bids and submitted a Letter of Recommendation to Collier County on September 3rd, 2024. Collier County received six (6) bids by the deadline established on the Invitation to Bid. Collier County Procurement’s review of the bid tabulations determined that the apparent low bidder is ZEP Construction, Inc. with an original low bid of $1,049,037.19. KCA was provided with the original bid Schedule for ZEP Construction, Inc. ZEP Construction, Inc’s bid is lower than the Engineer’s Opinion of Probable Construction Cost (OPC) of $1,280,279.82 by 19.8%. Due to time elapsed since the original bid, Collier County allowed ZEP Construction, Inc. to modify their bid to reflect increased Davis Bacon wage rates. Subsequently, Collier County Procurement provided KCA a revised bid Schedule for ZEP Construction, Inc. on January 23rd, 2025 that reflected a revised bid of $1,105,441.01. This revised bid remains the low bid for the advertisement and is lower than the original OPC of $1,280,279.82 by 14.7%. The project references provided by ZEP Construction, Inc. were all contacted. KCA determined the references contain sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project. The Vendor Reference Check Logs for the five responsive references are attached hereto. Based upon our review, the low bidder, ZEP Construction, Inc. appears to be a reasonable and responsive bid. Subject to concurrence with Collier County’s Purchasing and Contracts Division, and the contractor furnishing the appropriate bonding and other required insurances, we recommend the selection of ZEP Construction, Inc. by Collier County for the intended work contained within the bid documents based on the bid solicitation lowest responsive bidder selection criteria. Should you have any questions, or require additional information, please let me know. Regards, Kisinger Campo & Associates Adrienne Wisdom, PE Project Manager Page 1734 of 4027 Project Manager: Michael Tisch Number of Notifications Sent:1,857 Procurement Strategst: Barbara Lance Number of Bids Viewed:57 Number of Bids Received:6 101 1 LS $188,385.00 1 $188,385.00 $46,299.34 $46,299.34 $118,000.00 $118,000.00 $262,240.63 $262,240.63 $102,580.00 $102,580.00 $358,728.00 $358,728.00 $213,379.97 $213,379.97 102 1 LS $39,150.00 1 $39,150.00 $52,249.45 $52,249.45 $118,000.00 $118,000.00 $13,650.00 $13,650.00 $108,450.00 $108,450.00 $85,199.00 $85,199.00 $139,160.85 $139,160.85 104 10 3 LF $1.55 4960 $7,688.00 $2.38 $11,804.80 $4.00 $19,840.00 $4.57 $22,648.60 $2.00 $9,920.00 $4.00 $19,840.00 $4.00 $19,840.00 104 11 LF $12.00 803 $9,636.00 $13.84 $11,113.52 $20.00 $16,060.00 $4.27 $3,431.82 $15.00 $12,045.00 $19.00 $15,257.00 $25.00 $20,075.00 104 18 EA $126.00 84 $10,584.00 $166.04 $13,947.36 $250.00 $21,000.00 $301.08 $25,290.72 $170.00 $14,280.00 $159.00 $13,356.00 $250.00 $21,000.00 110 1 1 AC $48,307.00 1.40 $67,629.80 $15,597.34 $21,836.28 $60,000.00 $84,000.00 $89,665.88 $125,532.23 $42,000.00 $58,800.00 $72,942.00 $102,118.80 $20,000.00 $28,000.00 110-4-10 SY $26.00 992 $25,792.00 $83.18 $82,514.56 $40.00 $39,680.00 $33.75 $33,480.00 $107.70 $106,838.40 $37.00 $36,704.00 $65.00 $64,480.00 110-7-1 EA $58.00 49 $2,842.00 $607.84 $29,784.16 $250.00 $12,250.00 $253.13 $12,403.13 $375.00 $18,375.00 $355.00 $17,395.00 $400.00 $19,600.00 120-1 CY $48.50 985.0 $47,772.50 $125.50 $123,617.50 $69.00 $67,965.00 $22.28 $21,944.57 $50.00 $49,250.00 $57.00 $56,145.00 $50.00 $49,250.00 120-6 CY $515.00 137.0 $70,555.00 $1,288.00 $176,456.00 $120.00 $16,440.00 $18.98 $2,600.26 $100.00 $13,700.00 $52.00 $7,124.00 $75.00 $10,275.00 425 1521 EA $4,386.00 2 $8,772.00 $7,787.07 $15,574.14 $12,000.00 $24,000.00 $10,560.88 $21,121.75 $13,300.00 $26,600.00 $4,324.00 $8,648.00 $12,500.00 $25,000.00 430-175-115 LF $249.00 23 $5,727.00 $202.02 $4,646.46 $160.00 $3,680.00 $462.46 $10,636.55 $500.00 $11,500.00 $227.00 $5,221.00 $300.00 $6,900.00 522-2 SY $106.83 3880 $414,500.40 $74.74 $289,991.20 $102.00 $395,760.00 $84.18 $326,599.00 $125.00 $485,000.00 $90.00 $349,200.00 $100.00 $388,000.00 526 1 101 SY $25.00 791 $19,775.00 $170.70 $135,023.70 $100.00 $79,100.00 $112.95 $89,346.42 $140.00 $110,740.00 $117.00 $92,547.00 $200.00 $158,200.00 527-2 SF $28.55 701 $20,013.55 $39.15 $27,444.15 $30.00 $21,030.00 $40.00 $28,040.00 $35.00 $24,535.00 $45.00 $31,545.00 $40.00 $28,040.00 570-1-2 SY $7.42 4212 $31,253.04 $6.93 $29,189.16 $18.00 $75,816.00 $8.16 $34,359.39 $10.00 $42,120.00 $11.00 $46,332.00 $7.00 $29,484.00 654 2 22 AS $20,050.00 2 $40,100.00 $15,497.65 $30,995.30 $14,000.00 $28,000.00 $20,000.00 $40,000.00 $20,000.00 $40,000.00 $16,737.00 $33,474.00 $13,550.00 $27,100.00 700 1 11 AS $688.00 6 $4,128.00 $387.44 $2,324.64 $500.00 $3,000.00 $643.01 $3,858.08 $500.00 $3,000.00 $603.00 $3,618.00 $550.00 $3,300.00 700 1 50 AS $265.00 11 $2,915.00 $116.23 $1,278.53 $300.00 $3,300.00 $362.50 $3,987.50 $175.00 $1,925.00 $134.00 $1,474.00 $300.00 $3,300.00 711 11 123 LF $4.40 1712 $7,532.80 $4.43 $7,584.16 $5.00 $8,560.00 $4.38 $7,490.00 $10.00 $17,120.00 $5.00 $8,560.00 $5.00 $8,560.00 711 14 125 LF $25.10 225 $5,647.50 $26.57 $5,978.25 $31.00 $6,975.00 $25.00 $5,625.00 $30.00 $6,750.00 $32.00 $7,200.00 $15.00 $3,375.00 711 17 1 SF $15.70 198 $3,108.60 $11.62 $2,300.76 $20.00 $3,960.00 $6.25 $1,237.50 $12.50 $2,475.00 $16.00 $3,168.00 $20.00 $3,960.00 ASB-1 LS $15,530.00 1 $15,530.00 $19,925.55 $19,925.55 $15,000.00 $15,000.00 $108,750.00 $108,750.00 $10,125.00 $10,125.00 $10,042.00 $10,042.00 $10,000.00 $10,000.00 $1,049,037.19 $1,141,878.97 $1,181,416.00 $1,204,273.13 $1,276,128.40 $1,312,895.80 $1,280,279.82 ASB-1 526 1 101 YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes*Yes Yes*Yes Yes Yes Yes Yes Yes Yes Yes* N/A Yes Yes N/A N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Bid Opened By:* Minor Irregularities Witnessed By: Date: Total Cost ZEP CONSTRUCTION, INC.BONNESS INC.DOUGLAS N. HIGGINS, INC.RJ ENGINNERING CONSTRUCTION CORP THOMAS MARINE CONSTRUCTION, INC.QUALITY ENTERPRISES USA, INC.ENGINEER'S ESTIMATE Unit Price Total Cost Unit Price Total Cost Unit PriceTotal CostTotal Cost Unit Price Detectable Warnings Concrete Sidewalk and Driveways, 6" Thick Thermoplastic, Preformed, White, Solid, 24" For Crosswalk Pay Item Notes: As builts shall be signed and sealed by licensed surveyor in the state of Florida and include cross section of proposed improvements at 100' increments. Thermoplastic, Remove Exisiting Thermoplastic Pavement Markings - Surface to Remain Single Post Sign, F&I, Relocate Unit Price Total Cost Unit Price Regular Excavation Embankment Unit Price QuantityDescriptionUnit Maintenance Of Traffic Floating Turbidity Barrier Clearing and Grubbing Mailbox, F & I, Single Mobilization Inlet Protection System Sediment Barrier Pay Item # Single Post Sign, F&I, Ground Mount, Up to 12 SF Total Cost Removal of Existing Concrete Addendums ( 2 ) Pipe Culvert, Optional Material, Round, 15" S/CD Performance Turf, Sod Inlets, DT BOT, Type C, <10' *Staff has allocated $100,000 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 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. To include removal, protection, storage, and resetting of brick pavers on stabilized subgrade. Pay item is inclusive of all incidental construction to achieve geometry of driveways as shown in plans and constructed per Collier County standards Rectangular Rapid Flashing Beacon, F&I, Single Direction Pavers, Architectural, Remove Existing And Reinstall As-Built Plans TOTAL BID Thermoplastic, Standard, White, Solid, 12" For Crosswalk and Roundabout Form 8: Insurance and Bonding Requirments Business Tax Receipt E-Verify Sunbiz Page - Proof of Status from Division of Coprorations - FL. Dept. of State Vendor W-9 Form 9: Conflict of Interest Affidavit Form 10: Vendor Declaration Statement Form 11: Immigration Affidavit Certification Grant Forms BID TABULATION 23-8158 VANDERBILT DRIVE SIDEWALK (LAP) FPID: 438092-1-58-01 10-Jun-24 License Barbara Lance Matthew Webster REQUIRED FORMS AND DOCUMENTS Bid Schedule Form 1: Bid Response Form Form 2: Contractor's Key Personnel Form 3:Material Manufacturers Form 4: List of Major Subcontractors Form 5: Statement of Experience of Bidder Form 6: Trench Safety Act Form 7: Bid Bond PAGE 1 OF 1 Page 1735 of 4027 Project Manager: Michael Tisch Number of Notifications Sent:1,857 Procurement Strategst: Barbara Lance Number of Bids Viewed:898 Number of Bids Received:6 101 1 LS $244,788.82 1 $244,788.82 $46,299.34 $46,299.34 $118,000.00 $118,000.00 $262,240.63 $262,240.63 $102,580.00 $102,580.00 $358,728.00 $358,728.00 $213,379.97 $213,379.97 102 1 LS $39,150.00 1 $39,150.00 $52,249.45 $52,249.45 $118,000.00 $118,000.00 $13,650.00 $13,650.00 $108,450.00 $108,450.00 $85,199.00 $85,199.00 $139,160.85 $139,160.85 104 10 3 LF $1.55 4960 $7,688.00 $2.38 $11,804.80 $4.00 $19,840.00 $4.57 $22,648.60 $2.00 $9,920.00 $4.00 $19,840.00 $4.00 $19,840.00 104 11 LF $12.00 803 $9,636.00 $13.84 $11,113.52 $20.00 $16,060.00 $4.27 $3,431.82 $15.00 $12,045.00 $19.00 $15,257.00 $25.00 $20,075.00 104 18 EA $126.00 84 $10,584.00 $166.04 $13,947.36 $250.00 $21,000.00 $301.08 $25,290.72 $170.00 $14,280.00 $159.00 $13,356.00 $250.00 $21,000.00 110 1 1 AC $48,307.00 1.40 $67,629.80 $15,597.34 $21,836.28 $60,000.00 $84,000.00 $89,665.88 $125,532.23 $42,000.00 $58,800.00 $72,942.00 $102,118.80 $20,000.00 $28,000.00 110-4-10 SY $26.00 992 $25,792.00 $83.18 $82,514.56 $40.00 $39,680.00 $33.75 $33,480.00 $107.70 $106,838.40 $37.00 $36,704.00 $65.00 $64,480.00 110-7-1 EA $58.00 49 $2,842.00 $607.84 $29,784.16 $250.00 $12,250.00 $253.13 $12,403.13 $375.00 $18,375.00 $355.00 $17,395.00 $400.00 $19,600.00 120-1 CY $48.50 985.0 $47,772.50 $125.50 $123,617.50 $69.00 $67,965.00 $22.28 $21,944.57 $50.00 $49,250.00 $57.00 $56,145.00 $50.00 $49,250.00 120-6 CY $515.00 137.0 $70,555.00 $1,288.00 $176,456.00 $120.00 $16,440.00 $18.98 $2,600.26 $100.00 $13,700.00 $52.00 $7,124.00 $75.00 $10,275.00 425 1521 EA $4,386.00 2 $8,772.00 $7,787.07 $15,574.14 $12,000.00 $24,000.00 $10,560.88 $21,121.75 $13,300.00 $26,600.00 $4,324.00 $8,648.00 $12,500.00 $25,000.00 430-175-115 LF $249.00 23 $5,727.00 $202.02 $4,646.46 $160.00 $3,680.00 $462.46 $10,636.55 $500.00 $11,500.00 $227.00 $5,221.00 $300.00 $6,900.00 522-2 SY $106.83 3880 $414,500.40 $74.74 $289,991.20 $102.00 $395,760.00 $84.18 $326,599.00 $125.00 $485,000.00 $90.00 $349,200.00 $100.00 $388,000.00 526 1 101 SY $25.00 791 $19,775.00 $170.70 $135,023.70 $100.00 $79,100.00 $112.95 $89,346.42 $140.00 $110,740.00 $117.00 $92,547.00 $200.00 $158,200.00 527-2 SF $28.55 701 $20,013.55 $39.15 $27,444.15 $30.00 $21,030.00 $40.00 $28,040.00 $35.00 $24,535.00 $45.00 $31,545.00 $40.00 $28,040.00 570-1-2 SY $7.42 4212 $31,253.04 $6.93 $29,189.16 $18.00 $75,816.00 $8.16 $34,359.39 $10.00 $42,120.00 $11.00 $46,332.00 $7.00 $29,484.00 654 2 22 AS $20,050.00 2 $40,100.00 $15,497.65 $30,995.30 $14,000.00 $28,000.00 $20,000.00 $40,000.00 $20,000.00 $40,000.00 $16,737.00 $33,474.00 $13,550.00 $27,100.00 700 1 11 AS $688.00 6 $4,128.00 $387.44 $2,324.64 $500.00 $3,000.00 $643.01 $3,858.08 $500.00 $3,000.00 $603.00 $3,618.00 $550.00 $3,300.00 700 1 50 AS $265.00 11 $2,915.00 $116.23 $1,278.53 $300.00 $3,300.00 $362.50 $3,987.50 $175.00 $1,925.00 $134.00 $1,474.00 $300.00 $3,300.00 711 11 123 LF $4.40 1712 $7,532.80 $4.43 $7,584.16 $5.00 $8,560.00 $4.38 $7,490.00 $10.00 $17,120.00 $5.00 $8,560.00 $5.00 $8,560.00 711 14 125 LF $25.10 225 $5,647.50 $26.57 $5,978.25 $31.00 $6,975.00 $25.00 $5,625.00 $30.00 $6,750.00 $32.00 $7,200.00 $15.00 $3,375.00 711 17 1 SF $15.70 198 $3,108.60 $11.62 $2,300.76 $20.00 $3,960.00 $6.25 $1,237.50 $12.50 $2,475.00 $16.00 $3,168.00 $20.00 $3,960.00 ASB-1 LS $15,530.00 1 $15,530.00 $19,925.55 $19,925.55 $15,000.00 $15,000.00 $108,750.00 $108,750.00 $10,125.00 $10,125.00 $10,042.00 $10,042.00 $10,000.00 $10,000.00 $1,105,441.01 $1,141,878.97 $1,181,416.00 $1,204,273.13 $1,276,128.40 $1,312,895.80 $1,280,279.82 ASB-1 526 1 101 YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes*Yes Yes*Yes Yes Yes Yes Yes Yes Yes Yes* N/A Yes Yes N/A N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Bid Opened By:* Minor Irregularities Witnessed By: Date: Total Cost ZEP CONSTRUCTION, INC. (REVISED)BONNESS INC.DOUGLAS N. HIGGINS, INC.RJ ENGINNERING CONSTRUCTION CORP THOMAS MARINE CONSTRUCTION, INC.QUALITY ENTERPRISES USA, INC.ENGINEER'S ESTIMATE Unit Price Total Cost Unit Price Total Cost Unit PriceTotal CostTotal Cost Unit Price Detectable Warnings Concrete Sidewalk and Driveways, 6" Thick Thermoplastic, Preformed, White, Solid, 24" For Crosswalk Pay Item Notes: As builts shall be signed and sealed by licensed surveyor in the state of Florida and include cross section of proposed improvements at 100' increments. Thermoplastic, Remove Exisiting Thermoplastic Pavement Markings - Surface to Remain Single Post Sign, F&I, Relocate Unit Price Total Cost Unit Price Regular Excavation Embankment Unit Price QuantityDescriptionUnit Maintenance Of Traffic Floating Turbidity Barrier Clearing and Grubbing Mailbox, F & I, Single Mobilization Inlet Protection System Sediment Barrier Pay Item # Single Post Sign, F&I, Ground Mount, Up to 12 SF Total Cost Removal of Existing Concrete Addendums ( 2 ) Pipe Culvert, Optional Material, Round, 15" S/CD Performance Turf, Sod Inlets, DT BOT, Type C, <10' *Staff has allocated $100,000 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 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. To include removal, protection, storage, and resetting of brick pavers on stabilized subgrade. Pay item is inclusive of all incidental construction to achieve geometry of driveways as shown in plans and constructed per Collier County standards Rectangular Rapid Flashing Beacon, F&I, Single Direction Pavers, Architectural, Remove Existing And Reinstall As-Built Plans TOTAL BID Thermoplastic, Standard, White, Solid, 12" For Crosswalk and Roundabout Form 8: Insurance and Bonding Requirments Business Tax Receipt E-Verify Sunbiz Page - Proof of Status from Division of Coprorations - FL. Dept. of State Vendor W-9 Form 9: Conflict of Interest Affidavit Form 10: Vendor Declaration Statement Form 11: Immigration Affidavit Certification Grant Forms BID TABULATION (REVISED) 23-8158 VANDERBILT DRIVE SIDEWALK (LAP) FPID: 438092-1-58-01 10-Jun-24 License Barbara Lance Matthew Webster REQUIRED FORMS AND DOCUMENTS Bid Schedule Form 1: Bid Response Form Form 2: Contractor's Key Personnel Form 3:Material Manufacturers Form 4: List of Major Subcontractors Form 5: Statement of Experience of Bidder Form 6: Trench Safety Act Form 7: Bid Bond PAGE 1 OF 1 Page 1736 of 4027 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 23-8158 Reference Check by: Adrienne Wisdom, P.E. Solicitation Title: Vanderbilt Drive Sidewalk (LAP) Date: 7/17/2024 Bidder’s Name: Zep Construction, Inc. Phone: awisdom@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: ITB #2020-16, Sidewalk Construction on Old CR78 Project Location: Labelle, FL Project Description: Sidewalk Construction Completion Date: November 2021 Contract Value: $202,237.00 Project Owner/Title: Hendry County Owner’s Address: 141 E Hickpochee Ave, LaBelle, FL 33935 Phone: 941-979-5476 Owner’s Contact Person: Steve Nappi E-Mail: snappi@ hardestyhanover.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 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? Not to my knowledge 7. Additional comments: The project went well Page 1737 of 4027 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 23-8158 Reference Check by: Adrienne Wisdom, P.E. Solicitation Title: Vanderbilt Drive Sidewalk (LAP) Date: 7/17/2024 Bidder’s Name: Zep Construction, Inc. Phone: awisdom@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: Sunshine Sidewalk and Pedestrian Bridge Project Location: Naples, FL Project Description: Bridge replacement and sidewalk Completion Date: Contract Value: $499,987.50 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail East, Naples FL Phone: 239-332-4569 Owner’s Contact Person: Jeffrey Papner E-Mail: Jpapner@aimengr.com 1. Was project completed timely and within budget? (If not, provide detail) Zep completed this project on time and under budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, Submittals were received timely and previously reviewed by Zep before being submitted to CEI. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Main issue on our project was and alignment for the North piles resulting in a redesign of the pile cap. 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? I am not aware of any warranty issues. 7. Additional comments: None at this time. Page 1738 of 4027 Page 1739 of 4027 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 23-8158 Reference Check by: Adrienne Wisdom, P.E. Solicitation Title: Vanderbilt Drive Sidewalk (LAP) Date: 7/17/2024 Bidder’s Name: Zep Construction, Inc. Phone: awisdom@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: Palm River Bridge Replacement Project Location: Collier County Project Description: Replacing bridge and sidewalk Completion Date: February 2021 Contract Value: $1,295,966.06 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail East, Naples FL Phone: 239-252-5773 Owner’s Contact Person: Marlene Messam E-Mail: Marlene.messam@colliercountyfl.gov 1. Was project completed timely and within budget? (If not, provide detail) The project was delivered on time and on budget. Original Contract Amount = $1,295,966.06 and Final Contract Amount = $1,122,538.29. NTP date = August 18, 2020, End Date = August 13, 2021 (Actual March 12, 2021) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Records indicate there were no issues with the performance and submittal process. 3. Was the construction process performed satisfactorily? (If not, provide detail) ZEP Construction continuously produces quality work. ZEP has constructed many bridges in for Collier County, most recently they completed eight (8) bridges on Immokalee Road and Oil Well Road east of SR29 under one contract. 4. Did the process run smoothly? Were there any changes? Describe below. The project ran smoothly even though maintaining traffic through the construction was challenging. 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. Page 1740 of 4027 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 7. Additional comments: None. Page 1741 of 4027 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 23-8158 Reference Check by: Adrienne Wisdom, P.E. Solicitation Title: Vanderbilt Drive Sidewalk (LAP) Date: 7/17/2024 Bidder’s Name: Zep Construction, Inc. Phone: awisdom@kcaeng.com Design Entity: Kisinger Campo & Associates, Corp. REFERENCED PROJECT: Project Name: 23rd St. Pedestrian Bridge Project Location: Sarasota County Project Description: Construct a pedestrian bridge with sidewalk Completion Date: April 2021 Contract Value: $297,030.00 Project Owner/Title: Sarasota County Owner’s Address: 1001 Sarasota Center Blvd., Sarasota, FL 34240 Phone: 941-447-5570 Owner’s Contact Person: Susan Raines E-Mail: sraines@scgov.net 1. Was project completed timely and within budget? (If not, provide detail) Yes project was completed on time and under budget by $21K. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes they completed their submittals via eBuilder, our contract management software system. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes they performed satisfactorily. 4. Did the process run smoothly? Were there any changes? Describe below. There was one minor change. A tree needed to be removed so that they could grade the area and alleviate any safety hazards. We did this via the use of project contingency funds. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes closeout was performed satisfactorily, all documents and As-Builts turned in on time. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No warranty issues. 7. Additional comments: Page 1742 of 4027 Notice of Recommended Award Solicitation: 23-8158 Title: Vanderbilt Drive Sidewalk (LAP) Due Date and Time: June 10, 2024, at 3:00 pm EST Respondents: Company Name City County State Total Bid Price Responsive/Responsible ZEP Construction, Inc. Fort Myers Lee FL $1,049,037.19 Yes/Yes Bonness Inc. Naples Collier FL $1,141,878.97 Yes/Yes Douglas N. Higgins, Inc. Naples Collier FL $1,181,416.00 Yes/Yes RJ Engineering Construction Corp West Palm Beach Palm Beach FL $1,204,273.13 Yes/Yes Thomas Marine Construction, Inc. Fort Myers Lee FL $1,276,128.40 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $1,312,895.80 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On April 24, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 23-8158, “Vanderbilt Drive Sidewalk (LAP)” Project, to one thousand eight hundred fifty-seven (1,857) vendors. The bid was advertised for forty-seven (47) days. Eight hundred ninety-eight (898) bid packages were viewed and six (6) bids were received by the June 10, 2024, submission deadline. Staff reviewed the bids received. All six (6) bidders were deemed responsive/responsible with minor irregularities. Staff determined that ZEP Construction, Inc. is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to ZEP Construction, Inc., the lowest responsive and responsible bidder, for the total bid amount of $1,049,037.19. In addition to the total bid amount, staff has allocated $100,000.00 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: FEB9071F-6409-41AE-A99A-7FCFE2266BC7 9/9/2024 9/9/2024 9/9/2024 Page 1743 of 4027 Page 1744 of 4027 Page 1745 of 4027 Page 1746 of 4027 Page 1747 of 4027 Page 1748 of 4027 Page 1749 of 4027 Page 1750 of 4027 Page 1751 of 4027 Page 1752 of 4027 Page 1753 of 4027 Page 1754 of 4027 Page 1755 of 4027 Page 1756 of 4027 Page 1757 of 4027 Page 1758 of 4027 Page 1759 of 4027 Page 1760 of 4027 Page 1761 of 4027 Page 1762 of 4027 Page 1763 of 4027 Page 1764 of 4027 Page 1765 of 4027 Page 1766 of 4027 Page 1767 of 4027 Page 1768 of 4027 Page 1769 of 4027 Page 1770 of 4027 Page 1771 of 4027 Page 1772 of 4027 Page 1773 of 4027 Page 1774 of 4027 Page 1775 of 4027 Page 1776 of 4027 Page 1777 of 4027 Page 1778 of 4027 Page 1779 of 4027 Page 1780 of 4027 Page 1781 of 4027 Page 1782 of 4027 Page 1783 of 4027 Page 1784 of 4027 Page 1785 of 4027 Page 1786 of 4027 Page 1787 of 4027 Page 1788 of 4027 Page 1789 of 4027 Page 1790 of 4027 Page 1791 of 4027 Page 1792 of 4027 Page 1793 of 4027 Page 1794 of 4027 Page 1795 of 4027 Page 1796 of 4027 Page 1797 of 4027 Page 1798 of 4027 Page 1799 of 4027 Page 1800 of 4027 Page 1801 of 4027 Page 1802 of 4027 Page 1803 of 4027 Page 1804 of 4027 Page 1805 of 4027 Page 1806 of 4027 Page 1807 of 4027 Page 1808 of 4027 Page 1809 of 4027 Page 1810 of 4027 Page 1811 of 4027 Page 1812 of 4027 Page 1813 of 4027 Page 1814 of 4027 Page 1815 of 4027 Page 1816 of 4027 Page 1817 of 4027 Page 1818 of 4027 Page 1819 of 4027 Page 1820 of 4027 Page 1821 of 4027 Page 1822 of 4027 Page 1823 of 4027 Page 1824 of 4027 Page 1825 of 4027 Page 1826 of 4027 Page 1827 of 4027 Page 1828 of 4027 Page 1829 of 4027 Page 1830 of 4027 Page 1831 of 4027 Page 1832 of 4027 Page 1833 of 4027 Page 1834 of 4027 Page 1835 of 4027 Page 1836 of 4027 Page 1837 of 4027 Page 1838 of 4027 Page 1839 of 4027 Page 1840 of 4027 Page 1841 of 4027 Page 1842 of 4027 Page 1843 of 4027 Page 1844 of 4027 Page 1845 of 4027 Page 1846 of 4027 Page 1847 of 4027 Page 1848 of 4027 Page 1849 of 4027 Page 1850 of 4027 Page 1851 of 4027 Page 1852 of 4027 Page 1853 of 4027 Page 1854 of 4027 Page 1855 of 4027 Page 1856 of 4027 Page 1857 of 4027 Page 1858 of 4027 Page 1859 of 4027 Page 1860 of 4027 Page 1861 of 4027 Page 1862 of 4027 Page 1863 of 4027 Page 1864 of 4027 Page 1865 of 4027 Page 1866 of 4027 Page 1867 of 4027 Page 1868 of 4027 Page 1869 of 4027 Page 1870 of 4027 Page 1871 of 4027 Page 1872 of 4027 Page 1873 of 4027 Page 1874 of 4027 Page 1875 of 4027 Page 1876 of 4027 Page 1877 of 4027 Page 1878 of 4027 Page 1879 of 4027 Page 1880 of 4027 Page 1881 of 4027 Page 1882 of 4027 Page 1883 of 4027 Page 1884 of 4027 Page 1885 of 4027 Page 1886 of 4027 Page 1887 of 4027 Page 1888 of 4027 Page 1889 of 4027 Page 1890 of 4027 Page 1891 of 4027 Page 1892 of 4027 Page 1893 of 4027 Page 1894 of 4027 Page 1895 of 4027 Page 1896 of 4027 Page 1897 of 4027 Page 1898 of 4027 Page 1899 of 4027 Page 1900 of 4027 Page 1901 of 4027 Page 1902 of 4027 Page 1903 of 4027 Page 1904 of 4027 Page 1905 of 4027 Page 1906 of 4027 Page 1907 of 4027 Page 1908 of 4027 Page 1909 of 4027 Page 1910 of 4027 Page 1911 of 4027 Page 1912 of 4027 Page 1913 of 4027 Page 1914 of 4027 Page 1915 of 4027 Page 1916 of 4027 Page 1917 of 4027 Page 1918 of 4027 Page 1919 of 4027 Page 1920 of 4027 Page 1921 of 4027 Page 1922 of 4027 Page 1923 of 4027 Page 1924 of 4027 Page 1925 of 4027 Page 1926 of 4027 Project Manager: Michael Tisch Number of Notifications Sent:1,857 Procurement Strategst: Barbara Lance Number of Bids Viewed:898 Number of Bids Received:6 101 1 LS $244,788.82 1 $244,788.82 $46,299.34 $46,299.34 $118,000.00 $118,000.00 $262,240.63 $262,240.63 $102,580.00 $102,580.00 $358,728.00 $358,728.00 $213,379.97 $213,379.97 102 1 LS $39,150.00 1 $39,150.00 $52,249.45 $52,249.45 $118,000.00 $118,000.00 $13,650.00 $13,650.00 $108,450.00 $108,450.00 $85,199.00 $85,199.00 $139,160.85 $139,160.85 104 10 3 LF $1.55 4960 $7,688.00 $2.38 $11,804.80 $4.00 $19,840.00 $4.57 $22,648.60 $2.00 $9,920.00 $4.00 $19,840.00 $4.00 $19,840.00 104 11 LF $12.00 803 $9,636.00 $13.84 $11,113.52 $20.00 $16,060.00 $4.27 $3,431.82 $15.00 $12,045.00 $19.00 $15,257.00 $25.00 $20,075.00 104 18 EA $126.00 84 $10,584.00 $166.04 $13,947.36 $250.00 $21,000.00 $301.08 $25,290.72 $170.00 $14,280.00 $159.00 $13,356.00 $250.00 $21,000.00 110 1 1 AC $48,307.00 1.40 $67,629.80 $15,597.34 $21,836.28 $60,000.00 $84,000.00 $89,665.88 $125,532.23 $42,000.00 $58,800.00 $72,942.00 $102,118.80 $20,000.00 $28,000.00 110-4-10 SY $26.00 992 $25,792.00 $83.18 $82,514.56 $40.00 $39,680.00 $33.75 $33,480.00 $107.70 $106,838.40 $37.00 $36,704.00 $65.00 $64,480.00 110-7-1 EA $58.00 49 $2,842.00 $607.84 $29,784.16 $250.00 $12,250.00 $253.13 $12,403.13 $375.00 $18,375.00 $355.00 $17,395.00 $400.00 $19,600.00 120-1 CY $48.50 985.0 $47,772.50 $125.50 $123,617.50 $69.00 $67,965.00 $22.28 $21,944.57 $50.00 $49,250.00 $57.00 $56,145.00 $50.00 $49,250.00 120-6 CY $515.00 137.0 $70,555.00 $1,288.00 $176,456.00 $120.00 $16,440.00 $18.98 $2,600.26 $100.00 $13,700.00 $52.00 $7,124.00 $75.00 $10,275.00 425 1521 EA $4,386.00 2 $8,772.00 $7,787.07 $15,574.14 $12,000.00 $24,000.00 $10,560.88 $21,121.75 $13,300.00 $26,600.00 $4,324.00 $8,648.00 $12,500.00 $25,000.00 430-175-115 LF $249.00 23 $5,727.00 $202.02 $4,646.46 $160.00 $3,680.00 $462.46 $10,636.55 $500.00 $11,500.00 $227.00 $5,221.00 $300.00 $6,900.00 522-2 SY $106.83 3880 $414,500.40 $74.74 $289,991.20 $102.00 $395,760.00 $84.18 $326,599.00 $125.00 $485,000.00 $90.00 $349,200.00 $100.00 $388,000.00 526 1 101 SY $25.00 791 $19,775.00 $170.70 $135,023.70 $100.00 $79,100.00 $112.95 $89,346.42 $140.00 $110,740.00 $117.00 $92,547.00 $200.00 $158,200.00 527-2 SF $28.55 701 $20,013.55 $39.15 $27,444.15 $30.00 $21,030.00 $40.00 $28,040.00 $35.00 $24,535.00 $45.00 $31,545.00 $40.00 $28,040.00 570-1-2 SY $7.42 4212 $31,253.04 $6.93 $29,189.16 $18.00 $75,816.00 $8.16 $34,359.39 $10.00 $42,120.00 $11.00 $46,332.00 $7.00 $29,484.00 654 2 22 AS $20,050.00 2 $40,100.00 $15,497.65 $30,995.30 $14,000.00 $28,000.00 $20,000.00 $40,000.00 $20,000.00 $40,000.00 $16,737.00 $33,474.00 $13,550.00 $27,100.00 700 1 11 AS $688.00 6 $4,128.00 $387.44 $2,324.64 $500.00 $3,000.00 $643.01 $3,858.08 $500.00 $3,000.00 $603.00 $3,618.00 $550.00 $3,300.00 700 1 50 AS $265.00 11 $2,915.00 $116.23 $1,278.53 $300.00 $3,300.00 $362.50 $3,987.50 $175.00 $1,925.00 $134.00 $1,474.00 $300.00 $3,300.00 711 11 123 LF $4.40 1712 $7,532.80 $4.43 $7,584.16 $5.00 $8,560.00 $4.38 $7,490.00 $10.00 $17,120.00 $5.00 $8,560.00 $5.00 $8,560.00 711 14 125 LF $25.10 225 $5,647.50 $26.57 $5,978.25 $31.00 $6,975.00 $25.00 $5,625.00 $30.00 $6,750.00 $32.00 $7,200.00 $15.00 $3,375.00 711 17 1 SF $15.70 198 $3,108.60 $11.62 $2,300.76 $20.00 $3,960.00 $6.25 $1,237.50 $12.50 $2,475.00 $16.00 $3,168.00 $20.00 $3,960.00 ASB-1 LS $15,530.00 1 $15,530.00 $19,925.55 $19,925.55 $15,000.00 $15,000.00 $108,750.00 $108,750.00 $10,125.00 $10,125.00 $10,042.00 $10,042.00 $10,000.00 $10,000.00 $1,105,441.01 $1,141,878.97 $1,181,416.00 $1,204,273.13 $1,276,128.40 $1,312,895.80 $1,280,279.82 ASB-1 526 1 101 YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes*Yes*Yes Yes*Yes Yes Yes Yes Yes Yes Yes Yes* N/A Yes Yes N/A N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Bid Opened By:* Minor Irregularities Witnessed By: Date: Total Cost ZEP CONSTRUCTION, INC. (REVISED)BONNESS INC.DOUGLAS N. HIGGINS, INC.RJ ENGINNERING CONSTRUCTION CORP THOMAS MARINE CONSTRUCTION, INC.QUALITY ENTERPRISES USA, INC.ENGINEER'S ESTIMATE Unit Price Total Cost Unit Price Total Cost Unit PriceTotal CostTotal Cost Unit Price Detectable Warnings Concrete Sidewalk and Driveways, 6" Thick Thermoplastic, Preformed, White, Solid, 24" For Crosswalk Pay Item Notes: As builts shall be signed and sealed by licensed surveyor in the state of Florida and include cross section of proposed improvements at 100' increments. Thermoplastic, Remove Exisiting Thermoplastic Pavement Markings - Surface to Remain Single Post Sign, F&I, Relocate Unit Price Total Cost Unit Price Regular Excavation Embankment Unit Price QuantityDescriptionUnit Maintenance Of Traffic Floating Turbidity Barrier Clearing and Grubbing Mailbox, F & I, Single Mobilization Inlet Protection System Sediment Barrier Pay Item # Single Post Sign, F&I, Ground Mount, Up to 12 SF Total Cost Removal of Existing Concrete Addendums ( 2 ) Pipe Culvert, Optional Material, Round, 15" S/CD Performance Turf, Sod Inlets, DT BOT, Type C, <10' *Staff has allocated $100,000 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 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. To include removal, protection, storage, and resetting of brick pavers on stabilized subgrade. Pay item is inclusive of all incidental construction to achieve geometry of driveways as shown in plans and constructed per Collier County standards Rectangular Rapid Flashing Beacon, F&I, Single Direction Pavers, Architectural, Remove Existing And Reinstall As-Built Plans TOTAL BID Thermoplastic, Standard, White, Solid, 12" For Crosswalk and Roundabout Form 8: Insurance and Bonding Requirments Business Tax Receipt E-Verify Sunbiz Page - Proof of Status from Division of Coprorations - FL. Dept. of State Vendor W-9 Form 9: Conflict of Interest Affidavit Form 10: Vendor Declaration Statement Form 11: Immigration Affidavit Certification Grant Forms BID TABULATION (REVISED) 23-8158 VANDERBILT DRIVE SIDEWALK (LAP) FPID: 438092-1-58-01 10-Jun-24 License Barbara Lance Matthew Webster REQUIRED FORMS AND DOCUMENTS Bid Schedule Form 1: Bid Response Form Form 2: Contractor's Key Personnel Form 3:Material Manufacturers Form 4: List of Major Subcontractors Form 5: Statement of Experience of Bidder Form 6: Trench Safety Act Form 7: Bid Bond PAGE 1 OF 1 Page 1927 of 4027 Page 1928 of 4027 Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. $_1,000,000___ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000__single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, ence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence Page 1929 of 4027 7. Bid bond check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety - higher rating as to financial size category and the amount required shall not exceed Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding County Risk Management Division. GG 3/13/2024 ______________________________________________________________________________________________ Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Page 1930 of 4027 Page 1931 of 4027 Page 1932 of 4027 Page 1933 of 4027 Page 1934 of 4027 Page 1935 of 4027 Page 1936 of 4027 Page 1937 of 4027 Page 1938 of 4027 Page 1939 of 4027 Page 1940 of 4027 Page 1941 of 4027 Page 1942 of 4027 Page 1943 of 4027