Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 04/22/2025 Item #16B 1 (Award Invitation to Bid No. 24-8319, “Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements,” to AJAX Paving Industries of Florida, LLC, (Project 68056))
4/22/2025 Item # 16.B.1 ID# 2025-965 Executive Summary Recommendation to award Invitation to Bid No. 24-8319, “Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements,” to AJAX Paving Industries of Florida, LLC, in the amount of $1,966,506.61, approve a $167,153.06 Owner’s Allowance, and authorize the Chairman to sign the attached Agreement. (Project 68056) OBJECTIVE: To obtain construction services for the Collier Boulevard (CR-951) & City Gate Boulevard North Intersection Improvements project. CONSIDERATIONS: On October 25, 2022, the Board approved a First Amendment to Agreement No. 05-3865 with CH2M Hill, Inc., to provide engineering design services for the Collier Boulevard Widening project (the “Project”) from Green Boulevard to City Gate Boulevard North. As the Project’s design progressed, the development in the area (e.g., Paradise Coast Sports Complex, U-Line and Great Wolf Lodge) required that the intersection improvements be implemented sooner than the anticipated construction of the overall project. Therefore, the Collier Boulevard and City Gate Boulevard North Intersection Improvements became a separate stand-alone project. On November 15, 2024, the Procurement Services Division issued ITB No. 24-8319, the “Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements” project. The County received three bids by the December 19, 2024, submission deadline. Company Name City County State Bid Total Responsive/ Responsible AJAX Paving Industries of Florida LLC Venice Sarasota FL $1,966,506.61 Y/Y Preferred Materials, Inc. Tampa Hillsborough FL $3,747,347.58 Y/Y RJ Engineering Construction Corp. West Palm Beach Palm Beach FL $1,762,320.39 N/Y Staff reviewed the bids received and determined that two bidders were responsive and responsible (as shown above), with RJ Engineering Construction Corp deemed non-responsive for not submitting all required bid documents. Of the two responsive and responsible bidders, AJAX Paving Industries of Florida LLC (“AJAX”) is the lowest, responsive and responsible bidder. The low bid is approximately 65.5% higher than the Engineer’s “Opinion of Probable Cost” estimated at $1,187,292.60. A bid analysis performed by the Design Consultant identified six bid items that mostly contributed to this difference. In particular, the Mobilization and Maintenance of Traffic had been underestimated by the Designer. A comparison with recent construction awards of similar projects in the County concludes that this bid is in line with the current bidding environment. Staff recommends the attached Agreement be awarded to AJAX in the total bid amount of $1,966,506.61. In addition to the total bid amount, staff has allocated $167,153.06 as an Owner’s Allowance that will be included in the issuance of Work Order but is not reimbursable unless directed by the County for unforeseen conditions encountered during the project. This item is consistent with the Collier County strategic plan objective to 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 $1,966,506.61, plus an Owner's Allowance of $167,153.06 for potential unforeseen conditions. Funding is available within the Collier Blvd (Golden Gate to Green) Project (68056). The source of funding is Impact Fees. Page 1861 of 6355 4/22/2025 Item # 16.B.1 ID# 2025-965 GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the Long-Range Transportation Plan and Objective 1 of the Transportation Element of the Collier County Growth Management Plan to maintain the major roadway system at an acceptable Level of Service. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: Recommendation to award ITB No. 24-8319, “Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements,” to AJAX Paving Industries of Florida, LLC, in the amount of $1,966,506.61, approve a $167,153.06 Owner’s Allowance, and authorize the Chairman to sign the attached Agreement. PREPARED BY: Ray G. Girgis, Project Manager III; Transportation Engineering Division ATTACHMENTS: 1. 24-8319 DELORA and Bid Analysis 2. 24-8319 - Solicitation 3. 24-8319 COI in Compliance Packet 4. 24-8319 NORA 5. 24-8319 - Bid Tabulation 6. Ajax Proposal 7. 24-8319 VendorSigned_Ajax.pdf Page 1862 of 6355 Jacobs Engineering 5811 Pelican Bay Boulevard, Suite 305 Naples, FL 34108 Jacobs Engineering Group Inc. February 18, 2025 Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE:Design Entity Letter of Recommended Award for Bid No. 24-8319 Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements Low Bidder: AJAX Paving Industries of Florida, LLC Response Dear Ms. Becca Zimmerman, The bid opening for the above-referenced project took place on December 19, 2024. Collier County provided the results of the bid opening to Jacobs Engineering, Inc. on January 14, 2025. Jacobs performed an evaluation of the results, and our recommendation is contained herein. The scope of work for the Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements project includes signalizing the aforementioned intersection, with minor roadway improvements. Collier County Procurement Services received three (3) bids by the deadline established on the Invitation to Bid. However,RJ Engineering Construction Corp. were deemed non-responsive by Collier County Procurement Services (omitted Required Forms and Documents: License (General Contractor & FDOT Prequalification Letter)). The bids listed below are from lowest to highest: FIRM BASE BID AMOUNT RJ Engineering Construction Corp*$1,762,320.39 AJAX Paving Industries of Florida, LLC $1,966,506.61 Preferred Materials, Inc $3,747,347.58 *Deemed non-responsive by Collier County Procurement Services For comparison purposes, Jacobs Engineering, Inc. had provided Collier County with an Engineer’s Opinion of Probable Construction Cost on November 4, 2024, of $1,187,292.60. Following the bid opening, Collier County prepared a Bid Tabulation, which was used to do a bid analysis and check for mathematical errors. Based on the information provided, no mathematical errors were found in the bid tab, and the results show AJAX Paving Industries of Florida, LLC as the lowest responsive bidder. The unit prices quoted for the various items of work shown in the Bid Tabulation Sheet were in line with estimates, industry prices and the other bidder(s) in many cases, but higher for some bid items which caused the overall bid to be Page 1863 of 6355 Jacobs Engineering Group Inc. approximately 65.63% higher that the Engineer’s Opinion of Probable Construction Cost (EOPC). Further evaluation of the bid tabulation indicated that the contractors were relatively comparable (within reasonable ranges) for most bid items except for the following six (6) items identified: Mobilization, Maintenance of Traffic, Regular Excavation, Embankment, Type B Stabilization and Optional Base Group 9. Bid Item Number 101-1 Mobilization – AJAX’s bid of $230,000 was $3,400 less than Preferred Materials, Inc. (next lowest responsive bidder) and $205,000 more than the EOPC. Bid Item Number 102-1 Maintenance of Traffic – AJAX bid of $288,000 was $958,375 less than Preferred Materials, Inc. and $268,000 more than the EOPC. Bid Item Number 160-4 Type B Stabilization – AJAX bid of $44,100 ($75/SY) was $66,150 less than Preferred Materials, Inc. ($187.5/SY) and $38,220 more than the EOPC ($10/SY). Bid Item Number 285-709 Optional Base Group 9 –AJAX bid of $81,162 ($162/SY) was $87,174 less than Preferred Materials, Inc. ($336/SY) and $56,112 more than the EOPC ($50/SY) For earthwork quantities, Regular Excavation and Embankment, AJAX unit price bid of $641/CY and $1,780/CY, respectively, were substantially higher than FDOT historical average costs. However, this can be attributed to low quantity required for the project, while still needing to transport the materials (i.e. gas, trucking, and labor cost) to the project site. Excluding these six (6) items and evaluating the bids, the AJAX bid would be $1,305,455.61 and the EOPC would be $1,110,932.60. Most of the work related to this project consists of the signalization of the intersection, as you can see from the AJAX bid and the EOPC, Category III – Signalization of the bid schedule has a majority of the cost associated with the project. Retrospectively, the EOR unit prices for the identified six (6) items could have been adjusted higher due to the current bidding environment (high inflation, gas prices, labor shortage, home/rental costs, supply chain issues, material availability, excessive material lead times, etc.) which has had a significant effect on certain bid item unit costs and overall risk tolerance of bidders, those issues have resulted in higher bid item unit costs and higher margin inclusion. As shown in the FDOT Historical Item Averages Cost, at present, the rising cost trend is not leveling off for certain bid items. As such, the FDOT Construction Cost Indicators show trend data that is inconclusive.Some cost trends are still rising while others are leveling off or decreasing. In addition, the limited scale of this project and small quantities of certain bid items led to a much higher unit costs than would be typically seen in a larger roadway project. Additional analysis was completed looking at recent Collier County bids of similar project relevance. The Collier County project 24-8314 Signalized Intersection on Oil Well at Big Page 1864 of 6355 Jacobs Engineering Group Inc. Corkscrew Dr held the bid opening on December 12, 2024. The project consists of signalizing an existing intersection with moderate associated roadway improvements. Reviewing the responsive low bid for Quality Enterprises USA of $2,442,394.00 it further validates the current bidding environment and ensures confidence in AJAX bid of $1,966,506.61. References were provided, and the completed Vendor Reference Check Logs for each reference are attached hereto. The project references provided by AJAX Paving Industries of Florida, LLC were all contacted by the Engineer of Record to confirm the vendor contains sufficient relevant experience with similar projects to demonstrate the required successful experience to complete the project. Three (3) of the five (5) references responded and provided positive feedback, whereas the remaining two (2) were unable to be reached as they no longer work for the listed employer. No other contact information was provided. Based upon our review, the low bidder AJAX Paving Industries of Florida, LLC appears to have a reasonable and responsive bid. Subject to concurrence with Collier County’s Procurement Services and the contractor furnishing the appropriate bonding and other required insurances, we believe Collier County’s selection of AJAX Paving Industries of Florida, LLC for the intended work contained within the bid documents to be the appropriate choice. Should you have any questions, or require additional information, please let us know. Sincerely, Jacobs Engineering Group, Inc. Nick DeCiccio, PE Project Engineer of Record Page 1865 of 6355 ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 101-1 MOBILIZATION LS 1 $ 230,000.00 230,000.00$ $ 233,400.00 233,400.00$ $ 159,850.00 159,850.00$25,000.00$25,000.00$ 101-1-1 PROVIDE/MAINTAIN "AS BUILT" PLANS LS 1 $ 1,000.00 1,000.00$ $ 9,191.00 9,191.00$ $ 14,444.00 14,444.00$5,500.00$5,500.00$ 101-1-2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $ 28,000.00 28,000.00$ $ 9,191.00 9,191.00$ $ 28,888.00 28,888.00$5,500.00$5,500.00$ 101-1-3 PRESERVATION OF SURVEY MONUMENTS LS 1 $ 1,000.00 1,000.00$ $ 8,781.00 8,781.00$ $ 27,002.00 27,002.00$2,500.00$2,500.00$ 102-1 MAINTENANCE OF TRAFFIC LS 1 $ 288,000.00 288,000.00$ $ 1,246,375.00 1,246,375.00$ $ 77,752.94 77,752.94$20,000.00$20,000.00$ 104-10-3 SEDIMENT BARRIER LF 770 $ 3.30 2,541.00$ $ 3.65 2,810.50$ $ 3.87 2,981.48$3.50$2,695.00$ 104-15 SOIL TRACKING PREVENTION DEVICE (LOCATION TO BE DETERMINED BY CEI & CONTRACTOR)EA 2 $ 2,500.00 5,000.00$ $ 10,620.00 21,240.00$ $ 6,437.98 12,875.96$3,000.00$6,000.00$ 104-18 INLET PROTECTION SYSTEM EA 9 $ 195.00 1,755.00$ $ 219.50 1,975.50$ $ 282.30 2,540.71$180.00$1,620.00$ 110-1-1 CLEARING AND GRUBBING (0.109 AC) (INCLUDES: MOWING, LITTER REMOVAL, DRAINAGE, PIPE REMOVAL, INLET REMOVAL, ASPHALT, CONCRETE REMOVAL, UTILITIES, ETC.)LS 1 $ 8,815.00 8,815.00$ $ 42,750.00 42,750.00$ $ 12,568.63 12,568.63$15,000.00$15,000.00$ 120-1 REGULAR EXCAVATION (INCL. UNSUITABLE MATERIALS)CY 14 $ 641.00 8,974.00$ $ 780.00 10,920.00$ $ 25.31 354.34$20.00$280.00$ 120-6 EMBANKMENT CY 5 $ 1,780.00 8,900.00$ $ 2,183.00 10,915.00$ $ 36.00 180.00$30.00$150.00$ 160-4 TYPE B STABILIZATION SY 588 $ 75.00 44,100.00$ $ 187.50 110,250.00$ $ 11.14 6,549.00$10.00$5,880.00$ 285-709 OPTIONAL BASE, BASE GROUP 9 SY 501 $ 162.00 81,162.00$ $ 336.00 168,336.00$ $ 60.85 30,484.10$50.00$25,050.00$ 327-70-6 MILLING EXIST ASPH PAVT, 1.5" AVG DEPTH SY 2955 $ 7.00 20,685.00$ $ 35.50 104,902.50$ $ 6.23 18,418.52$4.50$13,297.50$ 334-1-13 SUPERPAVE ASPHALTIC CONC, TRAFFIC E TN 82.0 $ 390.00 31,980.00$ $ 990.60 81,229.20$ $ 308.55 25,300.69$160.00$13,120.00$ 337-7-83 ASPHALT CONCRETE FRICTION COURSE, TRAFFIC E, FC-12.5, PG 76-22 TN 260 $ 260.00 67,600.00$ $ 809.70 210,522.00$ $ 199.04 51,750.92$190.00$49,400.00$ 520-1-10 CONCRETE CURB & GUTTER, TYPE F LF 276 $ 39.20 10,819.20$ $ 44.00 12,144.00$ $ 51.75 14,283.00$50.00$13,800.00$ 520-70 CONCRETE TRAFFIC SEPERATOR, SPECIAL- VARIABLE WIDTH SY 104 $ 141.00 14,664.00$ $ 158.00 16,432.00$ $ 212.75 22,126.00$170.00$17,680.00$ 522-2 CONCRETE SIDEWALK AND DRIVEWAY (6")SY 59 $ 88.20 5,203.80$ $ 99.50 5,870.50$ $ 138.00 8,142.00$100.00$5,900.00$ 526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 89 $ 141.00 12,549.00$ $ 158.00 14,062.00$ $ 374.21 33,305.00$135.00$12,015.00$ 527-2 DETECTABLE WARNING SURFACE SF 24 $ 42.50 1,020.00$ $ 47.55 1,141.20$ $ 36.80 883.20$40.00$960.00$ 570-1-2 PERFORMANCE TURF, SOD (Incl Mowing, Watering, Fertilizer etc.)SY 44 $ 20.00 880.00$ $ 14.60 642.40$ $ 6.23 274.30$5.00$220.00$ 241,567.50$550,954.77$2,323,080.80$874,648.00$ Bid Tabulation Construction ITB #24-8319 Collier Blvd CR-951 City Gate Blvd North Instersection Improvement CATEGORY I - ROADWAY ITEMS AJAX Paving Industries of Florida LLC Preferred Materials, Inc Deemed Non-Responsive CATEGORY I - ROADWAY TOTAL: Project Manager: Bee Thao Procurement Strategist: Becca Zimmerman Notifications Sent: 2,501 Views: 622 Bids Received: 3 RJ Engineering Construction Corp Engineer's Estimate Page 1866 of 6355 ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 700-1-111 SINGLE COLUMN GROUND SIGN ASSEMBLY, F&I GROUND MOUNT, UP TO 12 SF EA 1 $ 775.00 775.00$ $ 870.75 870.75$ $ 517.50 517.50$600.00$600.00$ 700 -1-500 SINGLE COLUMN GROUND SIGN ASSEMBLY, RELOCATE EA 1 $ 322.50 322.50$ $ 361.20 361.20$ $ 115.00 115.00$375.00$375.00$ 700-1-600 SINGLE COLUMN GROUND SIGN ASSEMBLY, REMOVE EA 1 $ 242.00 242.00$ $ 271.00 271.00$ $ 92.00 92.00$60.00$60.00$ 700-2-113 MULTI-COLUMN GROUND SIGN ASSEMBLY, F&I, GROUND MOUNT, 21-30 SF EA 2 $ 16,560.00 33,120.00$ $ 18,549.52 37,099.04$ $ 3,450.00 6,900.00$6,500.00$13,000.00$ 700-2-500 MULTI-COLUMN GROUND SIGN ASSEMBLY, RELOCATE EA 1 $ 4,550.00 4,550.00$ $ 5,100.00 5,100.00$ $ 2,875.00 2,875.00$7,200.00$7,200.00$ 700-2-600 MULTI-COLUMN GROUND SIGN ASSEMBLY, REMOVE EA 1 $ 3,455.00 3,455.00$ $ 3,870.00 3,870.00$ $ 1,725.00 1,725.00$1,250.00$1,250.00$ 705-10-3 OBJECT MARKER, TYPE 3 EA 3 $ 125.00 375.00$ $ 140.00 420.00$ $ 230.00 690.00$500.00$1,500.00$ 706-1-3*RAISED PAVEMENT MARKER, TYPE B EA 144 $ 5.90 849.60$ $ 13.15 1,893.60$ $ 5.75 828.00$5.00$720.00$ *WHITE RED EA 135 *MD/YELLOW EA 9 710-90*PAINTED PAVEMENT MARKING-FINAL SURFACE LS 1 $ 8,715.00 8,715.00$ $ 9,800.00 9,800.00$ $ 6,900.00 6,900.00$6,500.00$6,500.00$ *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 6"GM 0.386 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR INTERCHANGE AND URBAN ISLAND, 8"GM 0.225 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR CROSSWALK, 12"LF 621 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR DIAGONAL OR CHEVRON, 18"LF 264 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR STOP LINE OR CROSSWALK, 24"LF 217 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SKIP, 10-30, 6" WIDE GM 0.062 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, 2-4 DOTTED GUIDELINE EXTENSION, 6"GM 0.059 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, 6-10 DOTTED GUIDELINE EXTENSION, 6"GM 0.018 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, MESSAGE OR SYMBOL EA 2 *PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, ARROWS EA 21 *RIGHT TURN EA 4 *LEFT TURN EA 15 *BICYCLE/ARROW EA 2 *PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID, 6"GM 0.282 *PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, 2-4 DOTTED GUIDELINE EXTENSION, 6"GM 0.047 710-12-290 PAINTED PAVEMENT MARKINGS, DURABLE PAINT, YELLOW, ISLAND NOSE SF 1.856 $ 26.15 48.53$ $ 29.20 54.20$ $ 115.00 213.44$4.50$8.35$ 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK AND ROUNDABOUT LF 621 $ 4.35 2,701.35$ $ 5.00 3,105.00$ $ 4.60 2,856.60$4.50$2,794.50$ 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18" FOR DIAGONALS AND CHEVRONS LF 264 $ 6.55 1,729.20$ $ 7.35 1,940.40$ $ 5.75 1,518.00$5.50$1,452.00$ 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP LINE AND CROSSWALK LF 217 $ 8.75 1,898.75$ $ 9.80 2,126.60$ $ 6.90 1,497.30$7.50$1,627.50$ 711-11-141 THERMOPLASTIC, STANDARD, WHITE, 2-4 DOTTED GUIDELINE, 6"GM 0.059 $ 3,155.00 186.15$ $ 2,995.25 176.72$ $ 5,405.00 318.90$3,000.00$177.00$ 711-11-141 THERMOPLASTIC, STANDARD, WHITE, 6-10 DOTTED GUIDELINE, 6"GM 0.018 $ 3,550.00 63.90$ $ 2,207.25 39.73$ $ 5,405.00 97.29$3,000.00$54.00$ 711-11-170*PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, ARROWS EA 19 $ 74.50 1,415.50$ $ 83.45 1,585.55$ $ 92.00 1,748.00$100.00$1,900.00$ *RIGHT TURN EA 4 *LEFT TURN EA 15 711-11-241 THERMOPLASTIC, STANDARD, YELLOW, 2-4 DOTTED GUIDELINE EXTENSION, 6"GM 0.047 $ 2,955.50 138.91$ $ 2,817.50 132.42$ $ 5,405.00 254.04$3,750.00$176.25$ 711-14-160 THERMOPLASTIC, PERFORMED, WHITE MESSAGE EA 2 $ 289.00 578.00$ $ 323.45 646.90$ $ 287.50 575.00$350.00$700.00$ 711-14-170 THERMOPLASTIC, PERFORMED, WHITE ARROW EA 2 $ 124.15 248.30$ $ 139.00 278.00$ $ 230.00 460.00$225.00$450.00$ 711-16-101 THERMOPLASTIC, STANDARD-OTHER SURFACE, WHITE, SOLID, 6"GM 0.386 $ 9,455.00 3,649.63$ $ 10,424.00 4,023.66$ $ 6,982.80 2,695.36$6,000.00$2,316.00$ 711-16-102 THERMOPLASTIC, STANDARD-OTHER SURFACE, WHITE, SOLID, 8"GM 0.225 $ 12,600.00 2,835.00$ $ 13,800.00 3,105.00$ $ 9,108.00 2,049.30$7,500.00$1,687.50$ 711-16-131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 10-30, 6" WIDE GM 0.062 $ 2,365.00 146.63$ $ 2,562.00 158.84$ $ 5,405.00 335.11$2,250.00$139.50$ 711-16-201 THERMOPLASTIC, STANDARD-OTHER SURFACE, YELLOW, SOLID, 6"GM 0.282 $ 9,455.00 2,666.31$ $ 10,513.00 2,964.67$ $ 6,982.80 1,969.15$6,250.00$1,762.50$ *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710- 90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710- 90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. CATEGORY II - SIGNING & PAVEMENT MARKINGS ITEMS AJAX Paving Industries of Florida LLC Preferred Materials, Inc RJ Engineering Construction Corp Engineer's Estimate CATEGORY II - SIGNING & PAVEMENT MARKINGS ITEMS TOTAL:46,450.10$37,229.98$80,023.28$70,710.26$ *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710- 90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710- 90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. Page 1867 of 6355 ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL 630-2-11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 240 $ 29.60 7,104.00$ $ 33.15 7,956.00$ $ 24.97 5,991.96$28.00$6,720.00$ 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 355 $ 86.15 30,583.25$ $ 144.60 51,333.00$ $ 67.10 23,818.94$75.00$26,625.00$ 632-7-1 SIGNAL CABLE, NEW OR RECONSTRUCTED INTERSECTION, F&I PI 1 $ 19,600.00 19,600.00$ $ 21,950.00 21,950.00$ $ 18,887.67 18,887.67$15,000.00$15,000.00$ 633-1-122 FIBER OPTIC CABLE, F&I, UNDERGROUND, 13 - 148 FIBERS LF 120 $ 5.20 624.00$ $ 30.75 3,690.00$ $ 8.04 965.17$8.00$960.00$ 633-2-31 FIBER OPTIC CONNECTION, INSTALL, SPLICE EA 4 $ 121.50 486.00$ $ 750.00 3,000.00$ $ 92.39 369.56$60.00$240.00$ 633-3-11 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE ENCLOSURE EA 1 $ 1,160.00 1,160.00$ $ 2,475.00 2,475.00$ $ 2,323.77 2,323.77$1,200.00$1,200.00$ 633-3-12 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE TRAY EA 1 $ 117.60 117.60$ $ 746.00 746.00$ $ 112.32 112.32$80.00$80.00$ 633-3-15 FIBER OPTIC CONNECTION HARDWARE, F&I, PRETERMINATED PATCH PANEL EA 1 $ 760.00 760.00$ $ 2,766.00 2,766.00$ $ 2,993.33 2,993.33$1,900.00$1,900.00$ 635-2-13 PULL & SPLICE BOX, F&I, 30" X 60" RECTANGULAR OR 36" ROUND COVER SIZE EA 1 $ 4,990.00 4,990.00$ $ 8,550.00 8,550.00$ $ 7,597.78 7,597.78$5,300.00$5,300.00$ 635-2-14 PULL & SPLICE BOX, F&I, 17"x30" COVER SIZE (TYPE B)EA 13 $ 2,155.00 28,015.00$ $ 2,415.00 31,395.00$ $ 3,207.60 41,698.76$1,750.00$22,750.00$ 639-1-122 ELECTRICAL POWER SERVICE, F&I, UNDERGROUND, METER PURCHASED BY CONTRACTOR AS 1 $ 5,177.00 5,177.00$ $ 7,727.00 7,727.00$ $ 8,196.44 8,196.44$3,500.00$3,500.00$ 639-2-1 ELECTRICAL SERVICE WIRE, FURNISH & INSTALL LF 70 $ 14.35 1,004.50$ $ 16.45 1,151.50$ $ 14.76 1,032.90$160.00$11,200.00$ 639-3-11 ELECTRICAL SERVICE DISCONNECT, F&I, POLE MOUNT EA 1 $ 2,680.00 2,680.00$ $ 2,999.00 2,999.00$ $ 4,163.99 4,163.99$1,500.00$1,500.00$ 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLE EA 1 $ 3,515.00 3,515.00$ $ 3,935.00 3,935.00$ $ 4,131.28 4,131.28$3,100.00$3,100.00$ 646-1-11 ALUMINUM SIGNALS POLE, F&I, PEDESTAL EA 4 $ 3,875.00 15,500.00$ $ 4,340.00 17,360.00$ $ 4,460.23 17,840.91$5,000.00$20,000.00$ 649-21-10 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 60'EA 2 $ 124,185.00 248,370.00$ $ 157,470.00 314,940.00$ $ 147,380.78 294,761.56$95,000.00$190,000.00$ 649-21-15 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 70'EA 1 $ 134,235.00 134,235.00$ $ 176,500.00 176,500.00$ $ 156,779.95 156,779.95$125,000.00$125,000.00$ 649-21-21 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 78'EA 1 $ 150,500.00 150,500.00$ $ 197,800.00 197,800.00$ $ 168,594.84 168,594.84$130,000.00$130,000.00$ 650-1-14 VEHICULAR TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 3 SECTION, 1 WAY AS 22 $ 2,655.00 58,410.00$ $ 2,971.00 65,362.00$ $ 2,897.44 63,743.78$1,800.00$39,600.00$ 653-1-11 PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 1 WAY AS 4 $ 1,323.00 5,292.00$ $ 1,668.00 6,672.00$ $ 1,697.92 6,791.67$1,250.00$5,000.00$ 660-3-11 VEHICLE DETECTION SYSTEM- MICROWAVE, FURNISH & INSTALL CABINET EQUIPMENT EA 1 $ 14,400.00 14,400.00$ $ 16,757.00 16,757.00$ $ 10,793.80 10,793.80$9,900.00$9,900.00$ 660-3-12 VEHICLE DETECTION SYSTEM- MICROWAVE, FURNISH & INSTALL, ABOVE GROUND EQUIPMENT EA 4 $ 10,940.00 43,760.00$ $ 15,425.00 61,700.00$ $ 18,119.46 72,477.84$16,000.00$64,000.00$ 663-1-111 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, CABINET ELECTRONICS EA 1 $ 12,660.00 12,660.00$ $ 20,342.00 20,342.00$ $ 13,311.58 13,311.58$13,000.00$13,000.00$ 663-1-112 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, DETECTOR EA 4 $ 12,240.00 48,960.00$ $ 13,705.00 54,820.00$ $ 4,776.53 19,106.10$7,000.00$28,000.00$ 665-1-12 PEDESTRIAN DETECTOR, FURNISH & INSTALL, ACCESSIBLE EA 4 $ 3,265.00 13,060.00$ $ 4,302.50 17,210.00$ $ 2,869.13 11,476.52$600.00$2,400.00$ 670-5-111 TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 PREEMPTION AS 1 $ 75,200.00 75,200.00$ $ 86,931.00 86,931.00$ $ 85,076.58 85,076.58$60,000.00$60,000.00$ 682-1-133 ITS CCTV CAMERA, F&I, DOME ENCLOSURE - NON-PRESSURIZED, IP, HIGH DEFINITION EA 2 $ 10,600.00 21,200.00$ $ 11,855.00 23,710.00$ $ 10,083.66 20,167.31$8,500.00$17,000.00$ 684-1-1 MANAGED FIELD ETHERNET SWITCH, F&I EA 1 $ 9,700.00 9,700.00$ $ 10,864.00 10,864.00$ $ 8,190.91 8,190.91$5,900.00$5,900.00$ 685-1-13 UNINTERRUPTIBLE POWER SUPPLY, FURNISH AND INSTALL, LINE INTERACTIVE WITH CABINET EA 1 $ 20,125.00 20,125.00$ $ 43,173.00 43,173.00$ $ 19,422.05 19,422.05$21,000.00$21,000.00$ 685-2-1 REMOTE POWER MANAGEMENT UNIT-RPMU, F&I EA 1 $ 1,740.00 1,740.00$ $ 10,903.00 10,903.00$ $ 1,874.57 1,874.57$12,000.00$12,000.00$ 700-3-201 SIGN PANEL, FURNISH & INSTALL OVERHEAD MOUNT, UP TO 12 SF EA 2 $ 1,740.00 3,480.00$ $ 1,951.00 3,902.00$ $ 1,505.67 3,011.35$1,200.00$2,400.00$ 700-5-22 INTERNALLY ILLUMINATED SIGN, FURNISH & INSTALL OVERHEAD MOUNT, 12-18 SF EA 4 $ 6,365.00 25,460.00$ $ 11,269.00 45,076.00$ $ 9,552.71 38,210.82$9,500.00$38,000.00$ 715-5-31 LUMINAIRE & BRACKET ARM- ALUMINUM, FURNISH & INSTALL NEW LUMINAIRE AND ARM ON NEW/EXISTING POLE EA 4 $ 3,320.00 13,280.00$ $ 5,137.00 20,548.00$ $ 10,054.91 40,219.63$4,000.00$16,000.00$ 1,966,506.61$3,747,347.58$1,762,320.39$1,187,292.60$ 167,153.06$318,524.54$149,797.23$100,919.87$ Bid Total (Category I, II, & III): Owner's Allowance (8.5% of Bid Total): 1,021,148.35$1,344,243.50$1,174,135.64$899,275.00$ AJAX Paving Industries of Florida LLC Preferred Materials, Inc RJ Engineering Construction Corp Engineer's EstimateCATEGORY III - SIGNALIZATION * Staff has allocated 8.5% of the Bid Total - 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. CATEGORY III - SIGNALIZATION TOTAL: Page 1868 of 6355 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.:24-8319 Reference Check by:Nick DeCiccio, PE Solicitation Title: Collier Blvd (CR-951) & City Gate Blvd North Intersection Date:2/4/2025 Bidder’s Name:AJAX Paving Industries of Florida, LLC Phone:(813) 679-7720 Design Entity:Jacobs REFERENCED PROJECT: Project Name: Randall Blvd @ 8th Steet NE Intersection Improvements Project Location:Collier County Project Description:Widen Roadway & Resurface, minor drainage Completion Date:May 2022 Contract Value: $606,746.95 Project Owner/Title:Collier County / Principal Project Manager Owner’s Address: 3301 East Tamiami Trail, Naples FL 34112 Phone:(239) 252-8442 Owner’s Contact Person:Mark McCleary, PE, PSM E-Mail:mark.mccleary@colliercountyfl.gov 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) The construction process was performed satisfactorily. 4.Did the process run smoothly? Were there any changes? Describe below. Yes, the process ran smoothly. 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 warranty issues. 7.Additional comments: Page 1869 of 6355 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.:24-8319 Reference Check by:Nick DeCiccio, PE Solicitation Title: Collier Blvd (CR-951) & City Gate Blvd North Intersection Date:2/4/2025 Bidder’s Name:AJAX Paving Industries of Florida, LLC Phone:(813) 679-7720 Design Entity:Jacobs REFERENCED PROJECT: Project Name: Corkscrew Rd and Puente Lane Intersection Improvements Project Location:Fort Myers, Lee County Project Description:Widening, concrete, signals, and resurfacing Completion Date:May 2022 Contract Value:$1,140,634.14 Project Owner/Title:Lee County / Project Manager Owner’s Address: P.O. Box 2238 Fort Meyers FL, 33830 Phone (239) 533-9500 Owner’s Contact Person:Ryan Kirsch E-Mail:rkirsch@leegov.com 1.Was project completed timely and within budget? (If not, provide detail) Yes, the project was completed on time and within budget. 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, no issues with the submittal/review process. 3.Was the construction process performed satisfactorily? (If not, provide detail) Yes, no issues. 4.Did the process run smoothly? Were there any changes? Describe below. Yes. Yes, there were changes made that were not caught in design phase and we all worked together to come up with a solution and implement the solution. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes, no issues. 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? We did a one year walk through and found a few items, and they responded immediately and corrected the issues. 7.Additional comments: Ajax was great to work with and made the project go smoothly. Page 1870 of 6355 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.:24-8319 Reference Check by:Nick DeCiccio, PE Solicitation Title: Collier Blvd (CR-951) & City Gate Blvd North Intersection Date:2/4/2025 Bidder’s Name:AJAX Paving Industries of Florida, LLC Phone:(813) 679-7720 Design Entity:Jacobs REFERENCED PROJECT: Project Name: SCRAP Hillsborough Ave Rd Improvements Project Location:DeSoto County Project Description:Widen/Shoulder work, drainage, sidewalks & resurfacing Completion Date:June 2022 Contract Value: $1,466,713.85 Project Owner/Title:DeSoto County / Purchasing Agent Owner’s Address: 201 E. Oak Street, Suite 203, Arcadia, FL 34266 Phone:(863) 993-4816 Owner’s Contact Person:Jacque Daniels E-Mail:j.daniels@desotobocc.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? No 7.Additional comments: DeSoto County was very satisfied with Ajax’s performance and the completed project. Page 1871 of 6355 Construction Solicitation Doc rev 04152022 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CONSTRUCTION INVITATION TO BID FOR Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvement SOLICITATION NO.: 24-8319 BECCA ZIMMERMAN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8413 Becca.zimmerman@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (Rev 8/22/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 1872 of 6355 Construction Solicitation Doc rev 04152022 INVITATION TO BID - COUNTY BID NO. 24-8319 Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvement Sealed bids for the construction of Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvement will be received electronically until 3:00 P.M. LOCAL TIME, on the 19th day of December 2024 on the County’s online bidding system: https://procurement.opengov.com/portal/collier-county-fl. All bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project estimate is: $1,187,292.60. Bids shall be received online by the Bid Date of December 19, 2024 at 3:00pm. No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Services Division Online Bidding System website: https://procurement.opengov.com/portal/collier-county-fl. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. Each bid shall be accompanied by a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. Pursuant to Florida Statute Section 255.20. Local bids and contracts for public construction works, notwithstanding any other law, a governmental entity seeking to construct or improve bridges, roads, streets, highways, or railroads, and services incidental thereto, at a cost in excess of $250,000 may require that persons interested in performing work under contract first be certified or qualified to perform such work. A contractor may be considered ineligible to bid if the contractor is behind by 10 percent or more on completing an approved progress schedule for the governmental entity at the time of advertising the work. The Successful Bidder shall be required to substantially complete all Work within Three Hundred Thirty-five (335) calendar days from and after the Commencement Date specified in the Notice to Proceed. Contractor shall achieve Final Completion within Thirty (30) calendar days after the date the Punch List is delivered to the Contractor. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Thousand Six Hundred Eighty-five dollars ($1,685.00) for each calendar day thereafter until Substantial Completion is achieved. Unless otherwise specified, work will be limited to the hours of 7:00 a.m. to 7:00 p.m., Monday through Friday. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred eighty (180) days from the bid opening date without the consent of the Successful Bidder. Page 1873 of 6355 Construction Solicitation Doc rev 04152022 BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY, FLORIDA BY: /s/ Sandra Srnka Director, Procurement Services Division Page 1874 of 6355 Construction Solicitation Doc rev 04152022 FORM 1 - BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvement BID NO. 24-8319 Full Name of Bidder Main Business Address Place of Business Telephone No. Fax No. State Contractor's License # State of Florida Certificate of Authority Document Number Federal Tax Identification Number DUNS # CCR# Cage Code To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement Services Division staff. Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner’s damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the Page 1875 of 6355 Construction Solicitation Doc rev 04152022 above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner’s actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the signed and approved agreement and Purchase Order, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within Three Hundred Thirty-five (335) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within Thirty (30) consecutive calendar days after the date the Punch List is delivered to the Contractor, computed by excluding commencement date and including the last day of such period. Acceptance and acknowledged by an Authorize Agent Signature:______________________________________ Title:___________________________________________ Date:____________________________ Page 1876 of 6355 Construction Solicitation Doc rev 04152022 FORM 2 - CONTRACTOR’S KEY PERSONNEL ASSIGNED TO THE PROJECT Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvement Bid No. 24-8319 Name Personnel Category Construction Superintendent Project Manager Page 1877 of 6355 Construction Solicitation Doc rev 04152022 FORM 3 - MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: _____________________________________________________________ Signature: ___________________________________________ Date: _________ Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: __________________________________________________-_________________ Signature:______________________________________________________ Date ________ Page 1878 of 6355 Construction Solicitation Doc rev 04152022 FORM 4 - LIST OF MAJOR SUBCONTRACTORS THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are “qualified” (as defined in Ordinance 2017-08 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1. Electrical 2. Mechanical 3. Plumbing 4. Site Work 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: ___________________________________________________________________ Signature: __________________________________________________ Date: _________ Page 1879 of 6355 Construction Solicitation Doc rev 04152022 FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONSIBLE. The Bidder is required to provide five (5) project references, stated below, of what work of similar magnitude completed within the last five (5) years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 1. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) 2. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) 3. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) Page 1880 of 6355 Construction Solicitation Doc rev 04152022 FORM 5 - STATEMENT OF EXPERIENCE OF BIDDER 4. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project completion date) (contract value) (phone) (email) 5. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) (Owner’s address) _______________________________________ _________________________ __________________ (project description) (Owner’s contact person) (title) ________________________ $_____________ _________________ _________________________ (project completion date) (contract value) (phone) (email) Company: ___________________________________________________________________ Signature: __________________________________________________ Date: _________ Page 1881 of 6355 Construction Solicitation Doc rev 04152022 FORM 6 - TRENCH SAFETY ACT THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE. Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Measure (Description) Units of Measure (LF,SY) Unit (Quantity) Unit Cost Extended Cost 1. 2. 3. 4. 5. TOTAL $ Company: __________________________________________________________________________ Signature: __________________________________________________ Date: ________________ Page 1882 of 6355 FORM 7 - BID BOND THIS FORM MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE/NON- RESPONISBLE KNOW ALL MEN BY THESE PRESENTS, that we _____________________________ __________________________ (herein after called the Principal) and ____________________________________________, (herein called the Surety), a corporation chartered and existing under the laws of the State of _____________ with its principal offices in the city of ____________________ and authorized to do business in the State of ______________________ are held and firmly bound unto the __________________________________________________ (hereinafter called the Owner), in the full and just sum of ____________________________________________ dollars ($_________________) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 24-8319 Collier Blvd (CR-95) & City Gate Blvd North Intersection Improvement. NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $______________ noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this ______ day of ________________, 20 . Principal BY (Seal) Surety (Seal) Countersigned Appointed Producing Agent for Page 1883 of 6355 FORM 8 - INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County”, or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. 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. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non- renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. Page 1884 of 6355 Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued 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. Employer’s Liability $_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, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, 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 1885 of 6355 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ 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 shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best 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 insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be 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 Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 11/5/24 ______________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 1886 of 6355 FORM 9 – CONFLICT OF INTEREST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above- mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non- public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. _____________________________________ Company Name _____________________________________ Signature ______________________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public - State of Florida) ___________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Page 1887 of 6355 FORM 10 – VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub- vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: Page 1888 of 6355 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Secondary Contact for this Solicitation: Email: Phone: Page 1889 of 6355 FORM 11- IMMIGRATION AFFIDAVIT CERTIFICATION This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor’s bid. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor’s bid or within five (5) day of the County’s Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR’S PROPOSAL/BID MAY DEEM THE VENDOR NON-RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s proposal/bid. _____________________________________ Company Name _____________________________________ Signature _____________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public - State of Florida) __________________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Page 1890 of 6355 FORM 12 - BIDDERS CHECKLIST IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. Please read carefully, sign in the spaces indicated and return with your Bid. FAILURE TO PROVIDED THE BID DOCUMENTS MAY BE GROUNDS TO DEEM YOU NON-RESPONSIVE/NON- RESPONSIBLE. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Bid Schedule has been completed and attached. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed and accepted in BidSync: a. Construction bid instructions form b. Construction services agreement c. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: a. Bid Form (Form 1) b. Contractors Key Personnel (Form 2) c. Material Manufacturers (Form 3) d. List of Major Subcontractors (Form 4) e. Statement of Experience (Form 5) f. Trench Safety Act (Form 6) g. Bid Bond Form (Form 7) h. Insurance and Bonding Requirements (Form 8) i. Conflict of Interest Affidavit (Form 9) j. Vendor Declaration Statement (Form 10) k. Immigration Law Affidavit Certification (Form 11) MUST be signed and attached with your submittal. l. Signed Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. 9. Copies of required information have been attached a. Business tax Receipt (Collier County Businesses Only) b. Company’s E-Verify profile page or memorandum of understanding c. Certificate of Authority to Conduct Business in State of Florida (sunbiz.org) d. Any required professional licenses – valid and current (myfloridalicense.com) (ie: General Contractors license, Underground Utility and Excavation, Builders, Trade Contractors, etc., as applicable, requested and/or required.) REQUIRED: Florida General Contractors license and FDOT Prequalification letter e. Vendor W-9 Form 10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier’s check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included. 12. The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise the Bid cannot be considered. Page 1891 of 6355 ***FOR REVIEW ONLY – NOT REQUIRED UNTIL AWARD IS MADE – PLEASE SEE CONSTRUCTION AGREEMENT*** EXHIBIT B-1: PUBLIC PAYMENT BOND 24-8319 Bond No. Contract No. 24-8319 KNOW ALL MEN BY THESE PRESENTS: That _______________________________ __________________________________________________________, as Principal, and _______________________________________________________________, as Surety, located at ______________________________________________________ (Business Address) are held and firmly bound to _______________________________ as Obligee in the sum of _________________________________________________ ($_____________) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the ____ day of _______________ 20 , with Obligee for ____________________________________ in _______________________ accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this _____ day of ______________ 20 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. Page 1892 of 6355 Signed, sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _____day of ___________ 20___, by ____________________________, as __________________________ of _________________________________, a ___________ corporation, on behalf of the corporation. He/she is personally known to me OR has produced_____________ as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) Page 1893 of 6355 OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this ____ day of ___________________, 20 , by _______________________________________, as ___________________________ of ____________________________________ Surety, on behalf of Surety. He/She is personally known to me OR has produced _______________________________________ as identification and who did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: Page 1894 of 6355 ***FOR REVIEW ONLY – NOT REQUIRED UNTIL AWARD IS MADE – PLEASE SEE CONSTRUCTION AGREEMENT*** EXHIBIT B-2: PUBLIC PERFORMANCE BOND 24-8319 Bond No. Contract No. 24-8319 KNOW ALL MEN BY THESE PRESENTS: That _______________________________ ________________________, as Principal, and ______________________________ _____________________________, as Surety, located at ______________________________________________________________________ (Business Address) are held and firmly bound to ________________________________________________, as Obligee in the sum of ______________________________________________________________________ ($_______________) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the ____________ day of __________________________________, 20 , with Obligee for ______________________________________________________________________ in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. Page 1895 of 6355 IN WITNESS WHEREOF, the above parties have executed this instrument this _____ day of _______________, 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this ____ day of ______________, 20 , by ___________________________________________, as _____________________________ of _________________________________, a ______________________ corporation, on behalf of the corporation. He/she is personally known to me OR has produced __________________________ ______________________ as identification and did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: Page 1896 of 6355 ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this ____ day of ______________, 20 , by _________________________, as ___________________ of _____________________________, a __________________________ Surety, on behalf of Surety. He/She is personally known to me OR has produced _____________________________ as identification and who did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: Page 1897 of 6355 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 1898 of 6355 Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued 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.Employer’s Liability $_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, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, 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 1899 of 6355 3/7/2025 Guy Hurley, LLC 989 E. South Boulevard Suite 200 Rochester Hills MI 48307 Debbie Rossi (248)519-1306 (248)519-1401 drossi@ghbh.com Ajax Paving Industries of Florida LLC One Ajax Drive North Venice FL 34275 American Contractors Insurance Co A 12300 ACIG Insurance Company A 19984 Continental Insurance Co A 35289 Travelers Prop Casualty Co. A+XV 25674 24-25 Kara A A A X X X XCU Coverage Included X Contractual Liability X X GL24A00094 6/1/2024 6/1/2025 GL24B00094(GL Excess)6/1/2024 6/1/2025 GL24C00094 (GL Excess)6/1/2024 6/1/2025 10,000,000 100,000 5,000 10,000,000 10,000,000 10,000,000 A X X X X AL24000039 6/1/2024 6/1/2025 5,000,000 C X X CUE7039655619 6/1/2024 6/1/2025 10,000,000 10,000,000 B N WCA000030724 6/1/2024 6/1/2025 X 1,000,000 1,000,000 1,000,000 D Inland Marine QT 630- 4W330426-TXS-24 6/1/2024 6/1/2025 Leased/Rented $550,000 Project#24-8319, Project Name: Collier County (CR-951) & City Gate Blvd North Intersection Improvement. Collier County Board of County Commissioners are Additional insured for General Liability(Ongoing & Completed Operation) and Automobile Liability on a primary and non-contributory basis when required by written contract. 30 Day Notice of Cancellation (Except Non-Payment of Premium) when required by written contract. Collier County Board of County Commission 3295 Tamiami Trail E. Naples, FL 34112 R McGregor/DROSSI The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401)Page 1900 of 6355 1170 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Same as policy effective date unless otherwise indicated above. Policy Effective: Policy No.: Endorsement No.: Insured: Premium $ Insurance Company: American Contractors Insurance Co. RRG ADDITIONAL INSURED AUTOMATIC STATUS AS REQUIRED BY CONTRACT BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Any person or organization that you are required by written contract to include as an additional insured on this policy if the contract is executed prior to the loss. A. Section II, Who Is An Insured is amended to include as an additional insured any person or organization shown in the above SCHEDULE (called additional insured), but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your premises or your operations for the additional insured, and only to the extent and for the minimum limits required in the written contract. B. The insurance provided to the additional insured is subject to the following limitations: 1. Unless a written contract specifically requires additional insured coverage for your completed operations, this insurance does not apply to bodily injury or property damage occurring after your work for the additional insured has been completed or after that portion of your work out of which the bodily injury or property damage arises has been put to its intended use by any person or organization, whichever occurs first. 2. Unless broader coverage is specifically required by written contract, this insurance provides additional insured coverage only for liability for bodily injury, property damage or personal and advertising injury to the extent caused by the named insureds acts or omissions or the acts or omissions of those acting on the named insureds behalf. If broader coverage is specifically required by written contract, this insurance does not apply to bodily injury or property damage or personal and advertising injury arising out of the sole negligence, act, or omission of the Additional Insured unless additional insured coverage for an Additional Insureds sole negligence, act, or omission is specifically required by written contract. 3.This insurance does not apply to bodily injury, property damage or personal and advertising injury for which the additional insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement except to the extent that the additional insured would have been obligated to pay such damages in the absence of the contract or agreement. 4.This insurance does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering or failure to render any professional services by any insured or on any insureds behalf, including: a) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, drawings or specifications; or b) Supervisory, inspection, architectural, or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the occurrence which caused the bodily injury or property damage, or the offense which caused the personal and advertising injury, involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 5. This endorsement shall not apply to a person or organization if any other additional insured endorsement attached to this policy specifically applies to that person or organization. 6. The insurance afforded herein only applies to the extent permitted by applicable state law, including statutes governing additional insured coverage in the construction industry. 7. The insurance afforded to the additional insured shall not exceed the minimum limits required in the written contract. C. In no event shall the insurance provided to the additional insured exceed the minimum coverage required by the written contract, including but not limited to minimum limits, minimum scope of coverage, or minimum duration of coverage. If a written contract or agreement requires that additional insured status be provided by the use of specified edition dates of the ISO CG2010 and/or CG2037, then the terms of that endorsement are incorporated into this endorsement as respects such additional insured and shall supersede the coverage grant and limitations in Sections A. and B. of this endorsement. In the event that CG2010 and/or CG2037 are required but no edition dates are specified, the 04/13 editions shall apply. D.This insurance is excess to any other insurance, whether primary, excess, contingent or on any other basis, available to the additional insured unless a written contract requires that this insurance be primary or primary and non-contributing. However, this insurance is always excess to other insurance, whether primary, excess, contingent or on any other basis, when the additional insured has been added to the other insurance as an additional insured. Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the mentioned Policy, other than as above stated. Page 1901 of 6355 Page 1902 of 6355 Page 1903 of 6355 Notice of Recommended Award Solicitation: 24-8319 Title: Collier Blvd (CR-951) & City Gate Blvd N Intersection Improvements Due Date and Time: December 19, 2024, at 3:00 pm Respondents: Company Name City County State Bid Total Responsive/Responsible AJAX Paving Industries of Florida LLC Venice Sarasota FL $1,966,506.61 Y/Y Preferred Materials, Inc. Tampa Hillsborough FL $3,747,347.58 Y/Y RJ Engineering Construction Corp West Palm Beach Palm Beach FL $1,762,320.39 N/Y Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On November 15, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24- 8319, Collier Blvd (CR-951) & City Gate Blvd N Intersection Improvements to two thousand five hundred and one (2,501) vendors. The bid was advertised for a total of thirty-four (34) days. Six Hundred twenty-two (622) vendors viewed the bid package, and the County received three (3) bids by the December 19, 2024, deadline. Staff reviewed the bids received. Two (2) bidders were deemed responsive and responsible as shown above. RJ Engineering Construction Corp was deemed non-responsive due to not submitting all required documents per the solicitation. Staff determined that AJAX Paving Industries of Florida LLC is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to AJAX Paving Industries of Florida LLC, the lowest responsive and responsible bidder, for a total bid amount of $1,966,506.61. In addition to the total bid amount, staff has allocated $167,153.06 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: F96DDAF3-1DF2-4810-ABAA-8E023B8FE65E 2/19/2025 2/19/2025 2/19/2025 Page 1904 of 6355 ITEM NUMBER DESCRIPTIONUNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL101-1 MOBILIZATIONLS 1 $ 230,000.00 230,000.00$ $ 233,400.00 233,400.00$ $ 159,850.00 159,850.00$ 25,000.00$ 25,000.00$ 101-1-1 PROVIDE/MAINTAIN "AS BUILT" PLANS LS 1 $ 1,000.00 1,000.00$ $ 9,191.00 9,191.00$ $ 14,444.00 14,444.00$ 5,500.00$ 5,500.00$ 101-1-2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $ 28,000.00 28,000.00$ $ 9,191.00 9,191.00$ $ 28,888.00 28,888.00$ 5,500.00$ 5,500.00$ 101-1-3 PRESERVATION OF SURVEY MONUMENTS LS 1 $ 1,000.00 1,000.00$ $ 8,781.00 8,781.00$ $ 27,002.00 27,002.00$ 2,500.00$ 2,500.00$ 102-1 MAINTENANCE OF TRAFFICLS 1 $ 288,000.00 288,000.00$ $ 1,246,375.00 1,246,375.00$ $ 77,752.94 77,752.94$ 20,000.00$ 20,000.00$ 104-10-3 SEDIMENT BARRIERLF 770 $ 3.30 2,541.00$ $ 3.65 2,810.50$ $ 3.87 2,981.48$ 3.50$ 2,695.00$ 104-15 SOIL TRACKING PREVENTION DEVICE (LOCATION TO BE DETERMINED BY CEI & CONTRACTOR) EA 2 $ 2,500.00 5,000.00$ $ 10,620.00 21,240.00$ $ 6,437.98 12,875.96$ 3,000.00$ 6,000.00$ 104-18 INLET PROTECTION SYSTEMEA 9 $ 195.00 1,755.00$ $ 219.50 1,975.50$ $ 282.30 2,540.71$ 180.00$ 1,620.00$ 110-1-1CLEARING AND GRUBBING (0.109 AC) (INCLUDES: MOWING, LITTER REMOVAL, DRAINAGE, PIPE REMOVAL, INLET REMOVAL, ASPHALT, CONCRETE REMOVAL, UTILITIES, ETC.)LS 1 $ 8,815.00 8,815.00$ $ 42,750.00 42,750.00$ $ 12,568.63 12,568.63$ 15,000.00$ 15,000.00$ 120-1 REGULAR EXCAVATION (INCL. UNSUITABLE MATERIALS) CY 14 $ 641.00 8,974.00$ $ 780.00 10,920.00$ $ 25.31 354.34$ 20.00$ 280.00$ 120-6 EMBANKMENT CY 5 $ 1,780.00 8,900.00$ $ 2,183.00 10,915.00$ $ 36.00 180.00$ 30.00$ 150.00$ 160-4 TYPE B STABILIZATIONSY 588 $ 75.00 44,100.00$ $ 187.50 110,250.00$ $ 11.14 6,549.00$ 10.00$ 5,880.00$ 285-709 OPTIONAL BASE, BASE GROUP 9 SY 501 $ 162.00 81,162.00$ $ 336.00 168,336.00$ $ 60.85 30,484.10$ 50.00$ 25,050.00$ 327-70-6 MILLING EXIST ASPH PAVT, 1.5" AVG DEPTH SY 2955 $ 7.00 20,685.00$ $ 35.50 104,902.50$ $ 6.23 18,418.52$ 4.50$ 13,297.50$ 334-1-13 SUPERPAVE ASPHALTIC CONC, TRAFFIC E TN 82.0 $ 390.00 31,980.00$ $ 990.60 81,229.20$ $ 308.55 25,300.69$ 160.00$ 13,120.00$ 337-7-83 ASPHALT CONCRETE FRICTION COURSE, TRAFFIC E, FC-12.5, PG 76-22 TN 260 $ 260.00 67,600.00$ $ 809.70 210,522.00$ $ 199.04 51,750.92$ 190.00$ 49,400.00$ 520-1-10 CONCRETE CURB & GUTTER, TYPE F LF 276 $ 39.20 10,819.20$ $ 44.00 12,144.00$ $ 51.75 14,283.00$ 50.00$ 13,800.00$ 520-70 CONCRETE TRAFFIC SEPERATOR, SPECIAL- VARIABLE WIDTH SY 104 $ 141.00 14,664.00$ $ 158.00 16,432.00$ $ 212.75 22,126.00$ 170.00$ 17,680.00$ 522-2 CONCRETE SIDEWALK AND DRIVEWAY (6") SY 59 $ 88.20 5,203.80$ $ 99.50 5,870.50$ $ 138.00 8,142.00$ 100.00$ 5,900.00$ 526-1-1 PAVERS, ARCHITECTURAL, ROADWAY SY 89 $ 141.00 12,549.00$ $ 158.00 14,062.00$ $ 374.21 33,305.00$ 135.00$ 12,015.00$ 527-2 DETECTABLE WARNING SURFACE SF 24 $ 42.50 1,020.00$ $ 47.55 1,141.20$ $ 36.80 883.20$ 40.00$ 960.00$ 570-1-2 PERFORMANCE TURF, SOD (Incl Mowing, Watering, Fertilizer etc.) SY 44 $ 20.00 880.00$ $ 14.60 642.40$ $ 6.23 274.30$ 5.00$ 220.00$ 874,648.00$ 2,323,080.80$ 550,954.77$ 241,567.50$ Project Manager: Bee ThaoProcurement Strategist: Becca ZimmermanNotifications Sent: 2,501Views: 622Bids Received: 3RJ Engineering Construction CorpEngineer's EstimateCATEGORY I - ROADWAY TOTAL: Bid Tabulation Construction ITB #24-8319Collier Blvd CR-951 City Gate Blvd North Instersection ImprovementCATEGORY I - ROADWAY ITEMSAJAX Paving Industries of Florida LLCPreferred Materials, IncDeemed Non-Responsive Page 1905 of 6355 ITEM NUMBER DESCRIPTIONUNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL700-1-111 SINGLE COLUMN GROUND SIGN ASSEMBLY, F&I GROUND MOUNT, UP TO 12 SF EA 1 $ 775.00 775.00$ $ 870.75 870.75$ $ 517.50 517.50$ 600.00$ 600.00$ 700 -1-500 SINGLE COLUMN GROUND SIGN ASSEMBLY, RELOCATE EA 1 $ 322.50 322.50$ $ 361.20 361.20$ $ 115.00 115.00$ 375.00$ 375.00$ 700-1-600 SINGLE COLUMN GROUND SIGN ASSEMBLY, REMOVE EA 1 $ 242.00 242.00$ $ 271.00 271.00$ $ 92.00 92.00$ 60.00$ 60.00$ 700-2-113 MULTI-COLUMN GROUND SIGN ASSEMBLY, F&I, GROUND MOUNT, 21-30 SF EA 2 $ 16,560.00 33,120.00$ $ 18,549.52 37,099.04$ $ 3,450.00 6,900.00$ 6,500.00$ 13,000.00$ 700-2-500 MULTI-COLUMN GROUND SIGN ASSEMBLY, RELOCATE EA 1 $ 4,550.00 4,550.00$ $ 5,100.00 5,100.00$ $ 2,875.00 2,875.00$ 7,200.00$ 7,200.00$ 700-2-600 MULTI-COLUMN GROUND SIGN ASSEMBLY, REMOVE EA 1 $ 3,455.00 3,455.00$ $ 3,870.00 3,870.00$ $ 1,725.00 1,725.00$ 1,250.00$ 1,250.00$ 705-10-3 OBJECT MARKER, TYPE 3EA 3 $ 125.00 375.00$ $ 140.00 420.00$ $ 230.00 690.00$ 500.00$ 1,500.00$ 706-1-3* RAISED PAVEMENT MARKER, TYPE B EA 144 $ 5.90 849.60$ $ 13.15 1,893.60$ $ 5.75 828.00$ 5.00$ 720.00$ * WHITE REDEA 135* MD/YELLOWEA 9710-90* PAINTED PAVEMENT MARKING-FINAL SURFACE LS 1 $ 8,715.00 8,715.00$ $ 9,800.00 9,800.00$ $ 6,900.00 6,900.00$ 6,500.00$ 6,500.00$ * PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 6" GM 0.386*PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR INTERCHANGE AND URBAN ISLAND, 8"GM 0.225* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR CROSSWALK, 12" LF 621* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR DIAGONAL OR CHEVRON, 18" LF 264*PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID FOR STOP LINE OR CROSSWALK, 24"LF 217* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SKIP, 10-30, 6" WIDE GM 0.062* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, 2-4 DOTTED GUIDELINE EXTENSION, 6" GM 0.059* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, 6-10 DOTTED GUIDELINE EXTENSION, 6" GM 0.018* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, MESSAGE OR SYMBOL EA 2* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, ARROWS EA 21* RIGHT TURNEA 4* LEFT TURNEA 15* BICYCLE/ARROWEA 2* PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID, 6" GM 0.282* PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, 2-4 DOTTED GUIDELINE EXTENSION, 6" GM 0.047710-12-290 PAINTED PAVEMENT MARKINGS, DURABLE PAINT, YELLOW, ISLAND NOSE SF 1.856 $ 26.15 48.53$ $ 29.20 54.20$ $ 115.00 213.44$ 4.50$ 8.35$ 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK AND ROUNDABOUT LF 621 $ 4.35 2,701.35$ $ 5.00 3,105.00$ $ 4.60 2,856.60$ 4.50$ 2,794.50$ 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18" FOR DIAGONALS AND CHEVRONS LF 264 $ 6.55 1,729.20$ $ 7.35 1,940.40$ $ 5.75 1,518.00$ 5.50$ 1,452.00$ 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP LINE AND CROSSWALK LF 217 $ 8.75 1,898.75$ $ 9.80 2,126.60$ $ 6.90 1,497.30$ 7.50$ 1,627.50$ 711-11-141 THERMOPLASTIC, STANDARD, WHITE, 2-4 DOTTED GUIDELINE, 6" GM 0.059 $ 3,155.00 186.15$ $ 2,995.25 176.72$ $ 5,405.00 318.90$ 3,000.00$ 177.00$ 711-11-141 THERMOPLASTIC, STANDARD, WHITE, 6-10 DOTTED GUIDELINE, 6" GM 0.018 $ 3,550.00 63.90$ $ 2,207.25 39.73$ $ 5,405.00 97.29$ 3,000.00$ 54.00$ 711-11-170* PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, ARROWS EA 19 $ 74.50 1,415.50$ $ 83.45 1,585.55$ $ 92.00 1,748.00$ 100.00$ 1,900.00$ * RIGHT TURNEA 4* LEFT TURNEA 15711-11-241 THERMOPLASTIC, STANDARD, YELLOW, 2-4 DOTTED GUIDELINE EXTENSION, 6" GM 0.047 $ 2,955.50 138.91$ $ 2,817.50 132.42$ $ 5,405.00 254.04$ 3,750.00$ 176.25$ 711-14-160 THERMOPLASTIC, PERFORMED, WHITE MESSAGE EA 2 $ 289.00 578.00$ $ 323.45 646.90$ $ 287.50 575.00$ 350.00$ 700.00$ 711-14-170 THERMOPLASTIC, PERFORMED, WHITE ARROW EA 2 $ 124.15 248.30$ $ 139.00 278.00$ $ 230.00 460.00$ 225.00$ 450.00$ 711-16-101 THERMOPLASTIC, STANDARD-OTHER SURFACE, WHITE, SOLID, 6" GM 0.386 $ 9,455.00 3,649.63$ $ 10,424.00 4,023.66$ $ 6,982.80 2,695.36$ 6,000.00$ 2,316.00$ 711-16-102 THERMOPLASTIC, STANDARD-OTHER SURFACE, WHITE, SOLID, 8" GM 0.225 $ 12,600.00 2,835.00$ $ 13,800.00 3,105.00$ $ 9,108.00 2,049.30$ 7,500.00$ 1,687.50$ 711-16-131 THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 10-30, 6" WIDE GM 0.062 $ 2,365.00 146.63$ $ 2,562.00 158.84$ $ 5,405.00 335.11$ 2,250.00$ 139.50$ 711-16-201 THERMOPLASTIC, STANDARD-OTHER SURFACE, YELLOW, SOLID, 6" GM 0.282 $ 9,455.00 2,666.31$ $ 10,513.00 2,964.67$ $ 6,982.80 1,969.15$ 6,250.00$ 1,762.50$ 70,710.26$ 80,023.28$ 37,229.98$ 46,450.10$ *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710-90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710-90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONSCATEGORY II - SIGNING & PAVEMENT MARKINGS ITEMS *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710-90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIREDCATEGORY II - SIGNING & PAVEMENT MARKINGS ITEMS TOTAL: *THESE QUANTITIES ARE PAID FOR UNDER RAISED PAVEMENT MARKER, TYPE B, EACH- ITEM NO. 706-1-3 THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 706 FOR THE NUMBER OF APPLICATIONS REQUIRED. *THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS (FINAL SURFACE), LUMP SUM- ITEM NO. 710-90. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONS REQUIRED. THESE QUANTITIES ARE PAID FOR UNDER PAINTED PAVEMENT MARKINGS, STANDARD, WHITE ARROWS EACH- ITEM NO. 711-11-170. THE QUANTITIES SHOWN ARE FOR ONE APPLICATION; SEE SPECIFICATION 710 FOR THE NUMBER OF APPLICATIONSPage 1906 of 6355 ITEM NUMBER DESCRIPTIONUNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL630-2-11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF240 $ 29.60 7,104.00$ $ 33.15 7,956.00$ $ 24.97 5,991.96$ 28.00$ 6,720.00$ 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF355 $ 86.15 30,583.25$ $ 144.60 51,333.00$ $ 67.10 23,818.94$ 75.00$ 26,625.00$ 632-7-1 SIGNAL CABLE, NEW OR RECONSTRUCTED INTERSECTION, F&IPI1 $ 19,600.00 19,600.00$ $ 21,950.00 21,950.00$ $ 18,887.67 18,887.67$ 15,000.00$ 15,000.00$ 633-1-122 FIBER OPTIC CABLE, F&I, UNDERGROUND, 13 - 148 FIBERSLF120 $ 5.20 624.00$ $ 30.75 3,690.00$ $ 8.04 965.17$ 8.00$ 960.00$ 633-2-31 FIBER OPTIC CONNECTION, INSTALL, SPLICEEA4 $ 121.50 486.00$ $ 750.00 3,000.00$ $ 92.39 369.56$ 60.00$ 240.00$ 633-3-11 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE ENCLOSUREEA1 $ 1,160.00 1,160.00$ $ 2,475.00 2,475.00$ $ 2,323.77 2,323.77$ 1,200.00$ 1,200.00$ 633-3-12 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE TRAYEA1 $ 117.60 117.60$ $ 746.00 746.00$ $ 112.32 112.32$ 80.00$ 80.00$ 633-3-15 FIBER OPTIC CONNECTION HARDWARE, F&I, PRETERMINATED PATCH PANELEA1 $ 760.00 760.00$ $ 2,766.00 2,766.00$ $ 2,993.33 2,993.33$ 1,900.00$ 1,900.00$ 635-2-13 PULL & SPLICE BOX, F&I, 30" X 60" RECTANGULAR OR 36" ROUND COVER SIZEEA1 $ 4,990.00 4,990.00$ $ 8,550.00 8,550.00$ $ 7,597.78 7,597.78$ 5,300.00$ 5,300.00$ 635-2-14 PULL & SPLICE BOX, F&I, 17"x30" COVER SIZE (TYPE B)EA13 $ 2,155.00 28,015.00$ $ 2,415.00 31,395.00$ $ 3,207.60 41,698.76$ 1,750.00$ 22,750.00$ 639-1-122ELECTRICAL POWER SERVICE, F&I, UNDERGROUND, METER PURCHASED BY CONTRACTORAS1 $ 5,177.00 5,177.00$ $ 7,727.00 7,727.00$ $ 8,196.44 8,196.44$ 3,500.00$ 3,500.00$ 639-2-1 ELECTRICAL SERVICE WIRE, FURNISH & INSTALLLF70 $ 14.35 1,004.50$ $ 16.45 1,151.50$ $ 14.76 1,032.90$ 160.00$ 11,200.00$ 639-3-11 ELECTRICAL SERVICE DISCONNECT, F&I, POLE MOUNTEA1 $ 2,680.00 2,680.00$ $ 2,999.00 2,999.00$ $ 4,163.99 4,163.99$ 1,500.00$ 1,500.00$ 641-2-12 PRESTRESSED CONCRETE POLE, F&I, TYPE P-II SERVICE POLEEA1 $ 3,515.00 3,515.00$ $ 3,935.00 3,935.00$ $ 4,131.28 4,131.28$ 3,100.00$ 3,100.00$ 646-1-11 ALUMINUM SIGNALS POLE, F&I, PEDESTALEA4 $ 3,875.00 15,500.00$ $ 4,340.00 17,360.00$ $ 4,460.23 17,840.91$ 5,000.00$ 20,000.00$ 649-21-10 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 60'EA2 $ 124,185.00 248,370.00$ $ 157,470.00 314,940.00$ $ 147,380.78 294,761.56$ 95,000.00$ 190,000.00$ 649-21-15 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 70'EA1 $ 134,235.00 134,235.00$ $ 176,500.00 176,500.00$ $ 156,779.95 156,779.95$ 125,000.00$ 125,000.00$ 649-21-21 STEEL MAST ARM ASSEMBLY, FURNISH AND INSTALL, SINGLE ARM 78'EA1 $ 150,500.00 150,500.00$ $ 197,800.00 197,800.00$ $ 168,594.84 168,594.84$ 130,000.00$ 130,000.00$ 650-1-14 VEHICULAR TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 3 SECTION, 1 WAYAS22 $ 2,655.00 58,410.00$ $ 2,971.00 65,362.00$ $ 2,897.44 63,743.78$ 1,800.00$ 39,600.00$ 653-1-11 PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 1 WAYAS4 $ 1,323.00 5,292.00$ $ 1,668.00 6,672.00$ $ 1,697.92 6,791.67$ 1,250.00$ 5,000.00$ 660-3-11 VEHICLE DETECTION SYSTEM- MICROWAVE, FURNISH & INSTALL CABINET EQUIPMENTEA1 $ 14,400.00 14,400.00$ $ 16,757.00 16,757.00$ $ 10,793.80 10,793.80$ 9,900.00$ 9,900.00$ 660-3-12VEHICLE DETECTION SYSTEM- MICROWAVE, FURNISH & INSTALL, ABOVE GROUND EQUIPMENTEA4 $ 10,940.00 43,760.00$ $ 15,425.00 61,700.00$ $ 18,119.46 72,477.84$ 16,000.00$ 64,000.00$ 663-1-111 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, CABINET ELECTRONICSEA1 $ 12,660.00 12,660.00$ $ 20,342.00 20,342.00$ $ 13,311.58 13,311.58$ 13,000.00$ 13,000.00$ 663-1-112 SIGNAL PRIORITY AND PREEMPTION SYSTEM, F&I, OPTICAL, DETECTOREA4 $ 12,240.00 48,960.00$ $ 13,705.00 54,820.00$ $ 4,776.53 19,106.10$ 7,000.00$ 28,000.00$ 665-1-12 PEDESTRIAN DETECTOR, FURNISH & INSTALL, ACCESSIBLEEA4 $ 3,265.00 13,060.00$ $ 4,302.50 17,210.00$ $ 2,869.13 11,476.52$ 600.00$ 2,400.00$ 670-5-111 TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 PREEMPTIONAS1 $ 75,200.00 75,200.00$ $ 86,931.00 86,931.00$ $ 85,076.58 85,076.58$ 60,000.00$ 60,000.00$ 682-1-133 ITS CCTV CAMERA, F&I, DOME ENCLOSURE - NON-PRESSURIZED, IP, HIGH DEFINITIONEA2 $ 10,600.00 21,200.00$ $ 11,855.00 23,710.00$ $ 10,083.66 20,167.31$ 8,500.00$ 17,000.00$ 684-1-1 MANAGED FIELD ETHERNET SWITCH, F&IEA1 $ 9,700.00 9,700.00$ $ 10,864.00 10,864.00$ $ 8,190.91 8,190.91$ 5,900.00$ 5,900.00$ 685-1-13UNINTERRUPTIBLE POWER SUPPLY, FURNISH AND INSTALL, LINE INTERACTIVE WITH CABINETEA1 $ 20,125.00 20,125.00$ $ 43,173.00 43,173.00$ $ 19,422.05 19,422.05$ 21,000.00$ 21,000.00$ 685-2-1 REMOTE POWER MANAGEMENT UNIT-RPMU, F&IEA1 $ 1,740.00 1,740.00$ $ 10,903.00 10,903.00$ $ 1,874.57 1,874.57$ 12,000.00$ 12,000.00$ 700-3-201 SIGN PANEL, FURNISH & INSTALL OVERHEAD MOUNT, UP TO 12 SFEA2 $ 1,740.00 3,480.00$ $ 1,951.00 3,902.00$ $ 1,505.67 3,011.35$ 1,200.00$ 2,400.00$ 700-5-22 INTERNALLY ILLUMINATED SIGN, FURNISH & INSTALL OVERHEAD MOUNT, 12-18 SFEA4 $ 6,365.00 25,460.00$ $ 11,269.00 45,076.00$ $ 9,552.71 38,210.82$ 9,500.00$ 38,000.00$ 715-5-31LUMINAIRE & BRACKET ARM- ALUMINUM, FURNISH & INSTALL NEW LUMINAIRE AND ARM ON NEW/EXISTING POLEEA4 $ 3,320.00 13,280.00$ $ 5,137.00 20,548.00$ $ 10,054.91 40,219.63$ 4,000.00$ 16,000.00$ 1,021,148.35$ 1,344,243.50$ 1,174,135.64$ 899,275.00$ 1,966,506.61$ 3,747,347.58$ 1,762,320.39$ 1,187,292.60$ 167,153.06$ 318,524.54$ 149,797.23$ 100,919.87$ * Staff has allocated 8.5% of the Bid Total - 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.CATEGORY III - SIGNALIZATION TOTAL: Bid Total (Category I, II, & III): wner's Allowance (8.5% of Bid TotalCATEGORY III - SIGNALIZATIONPage 1907 of 6355 Opened By: Rita IglesiasWitnessed By: Barbara LanceDate Opened: December 19, 2024 at 3:00pm Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 2)YESYES YESRJ Engineering Construction CorpYES/NOPreferred Materials, IncYES/NOYES YESAJAX Paving Industries of Florida LLCYES/NOYESYESYESYES YES*NOYESYESYESYESYESYESYESYESYESYESYESYESYESYESYESYESYES E-Verify W-9 SunBiz License (General Contractor & FDOT Prequalification Letter)YESYESYESYESYESYES Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7)YESYESYESYESYESYESYESYESYES Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Addendums (4)YESYESYESYESYESYESYESYESREQUIRED FORMS AND DOCUMENTS Bid SchedulePage 1908 of 6355 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [AJAX PAVING INDUSTRIES OF FLORIDA, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8319 Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements RESPONSE DEADLINE: December 19, 2024 at 3:00 pm Report Generated: Thursday, January 2, 2025 Ajax Paving Industries of Florida, LLC Response CONTACT INFORMATION Company: Ajax Paving Industries of Florida, LLC Email: flestimate@ajaxpaving.com Contact: Kara Coggins Address: One Ajax Dr. North Venice, FL 34275 Phone: N/A Website: N/A Submission Date: Dec 19, 2024 2:06 PM (Eastern Time) Page 1909 of 6355 [AJAX PAVING INDUSTRIES OF FLORIDA, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8319 Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements [AJAX PAVING INDUSTRIES OF FLORIDA, LLC] RESPONSE DOCUMENT REPORT undefined - Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Construction Bid Instructions Form* Construction Bid Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions * Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Collier County Required Forms BID SCHEDULE * Please upload in Excel format Bid_Schedule_-_Collier_Blvd_(CR_951)_&_City_Gate_Blvd_-_Ajax.xlsx BID FORM (FORM 1)* Form_1.pdf Page 1910 of 6355 [AJAX PAVING INDUSTRIES OF FLORIDA, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8319 Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements [AJAX PAVING INDUSTRIES OF FLORIDA, LLC] RESPONSE DOCUMENT REPORT undefined - Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements Page 3 CONTRACTORS KEY PERSONNEL (FORM 2)* Form_2.pdf MATERIAL MANUFACTURERS (FORM 3)* Form_3.pdf LIST OF MAJOR SUBCONTRACTORS (FORM 4)* List_of_Major_Subs_-_Collier_Blvd_(CR_951)_&_City_Gate_Blvd.pdf STATEMENT OF EXPERIENCE (FORM 5)* Form_5.pdf TRENCH SAFETY ACT (FORM 6)* Form_6-Trench_Safety_-_Collier_Blvd_(CR_951)_&_City_Gate_Blvd_-_Ajax.pdf BID BOND FORM (FORM 7)* Bid_Bond_-_24-8319.pdf INSURANCE AND BONDING REQUIREMENTS (FORM 8)* Form_8.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 9)* Form_9.pdf VENDOR DECLARATION STATEMENT (FORM 10)* Form_10.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 11)* Form_11.pdf BUSINESS TAX RECEIPT (COLLIER COUNTY BUSINESSES ONLY)* Page 1911 of 6355 [AJAX PAVING INDUSTRIES OF FLORIDA, LLC] RESPONSE DOCUMENT REPORT GEN No. 24-8319 Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements [AJAX PAVING INDUSTRIES OF FLORIDA, LLC] RESPONSE DOCUMENT REPORT undefined - Collier Blvd (CR-951) & City Gate Blvd North Intersection Improvements Page 4 Renewal_State_Certificate2(Requirements).pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* MOU_E-verify_10.23.pdf CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN STATE OF FLORIDA (SUNBIZ.ORG)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sunbiz.pdf ANY REQUIRED PROFESSIONAL LICENSES – VALID AND CURRENT (MYFLORIDALICENSE.COM) (IE: GENERAL CONTRACTORS LICENSE, UNDERGROUND UTILITY AND EXCAVATION, BUILDERS, TRADE CON TRACTORS, ETC., AS APPLICABLE, REQUESTED AND/OR REQUIRED.) REQUIRED: FL GENERAL CONTRACTOR LICENSE AND FDOT PREQUALIFICATION LETTER* license3898532.pdf license3898536.pdf 9-24_FDOT_Pre_Qual.pdf W-9 FORM* W9_12.5.pdf MISCELLANEOUS DOCUMENTS Backup_Documents.pdf Form_12.pdf Page 1912 of 6355 Page 1913 of 6355 Page 1914 of 6355 Page 1915 of 6355 Page 1916 of 6355 N/AN/A Slack Electrical Self Performed N/A Page 1917 of 6355 Page 1918 of 6355 Page 1919 of 6355 N/A N/A Page 1920 of 6355 Page 1921 of 6355 Page 1922 of 6355 Page 1923 of 6355 Page 1924 of 6355 Page 1925 of 6355 Page 1926 of 6355 24 Page 1927 of 6355 Page 1928 of 6355 Page 1929 of 6355 Contractor Licensing 2800 N. Horseshoe Dr. Naples, FL 34104 Phone: 239-252-2431 ContractorsLicensing@CollierCountyFL.Gov STATE CERTIFIED VOLUNTARY RENEWAL NOTICE CV - State Certified Voluntary Renewal Notice – Rev. 6/2022 MICHAEL A. HORAN AJAX PAVING INDUSTRIES OF FLORIDA LLC ONE AJAX DR. NORTH VENICE, FL 34275 County Registration Number: C34516 Issuance Number: 34516 Classification Type: GENERAL CONTRACTOR - CERTIFIED Expiration Date: 08/31/2024 Email(s) on file: KCOGGINS@AJAXPAVING.COM Dear Contractor, This Renewal Notice for your voluntary registration with Collier County is being sent both by US Mail and by email to the address on file for your company. Please submit the renewal documentation outlined below on the GMD Public Portal located at https://cvportal.colliercountyfl.gov/CityViewWeb/ 1.Certificate of General Liability Insurance (minimum requirements for your category)showing Collier County Contractor Licensing Board,2800 N Horseshoe Drive,Naples FL 34104 as Certificate Holder.If certificate is currently on file and not expired, you do not need to resubmit. 2.Certificate of Workmen’s Compensation Insurance and/or Worker’s Comp Exemption filed with the State. List Collier County Contractor Licensing Board,2800 N Horseshoe Drive,Naples FL 34104 as Certificate Holder. If certificate is currently on file and not expired, you do not need to resubmit. 3.Renewed Business Tax/Occupational License. 4.Renewed State Certified License. 5.The payment slip will be emailed to the email address on file after staff has reviewed all submitted documents. Renewal fee of $45 can be paid on the GMD Public Portal. GMD Public Portal: State Certified Voluntary Renewal Guide is available on the Collier County website: https://www.colliercountyfl.gov/home/showpublisheddocument/97235/637565189627545330 For questions or to update your contact information on file, please email or call our office. Page 1930 of 6355 Page 1931 of 6355 Page 1932 of 6355 Page 1933 of 6355 Page 1934 of 6355 Page 1935 of 6355 Page 1936 of 6355 Page 1937 of 6355 Page 1938 of 6355 Page 1939 of 6355 Page 1940 of 6355 Page 1941 of 6355 Page 1942 of 6355 Page 1943 of 6355 Page 1944 of 6355 Page 1945 of 6355 Page 1946 of 6355 Page 1947 of 6355 Page 1948 of 6355 Page 1949 of 6355 Page 1950 of 6355 State of Florida Department of State I certify from the records of this office that AJAX PAVING INDUSTRIES OF FLORIDA LLC is a limited liability company organized under the laws of the State of Florida,filed on January 30,2008,effective July 16,1981. The document number of this limited liability company is L08000010565. I further certify that said limited liability company has paid all fees due this office through December 31,2023,that its most recent annual report was filed on January 4,2023,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eighteenth day of December, 2023 Tracking Number:2329518828CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 1951 of 6355 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESHORAN, MICHAEL ALANDo not alter this document in any form.AJAX PAVING INDUSTRIES OF FLORIDA LLCLICENSE NUMBER: CGC1516738EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.ONE AJAX DRIVENORTH VENICE FL 34275Always verify licenses online at MyFloridaLicense.comISSUED: 06/05/2024Page 1952 of 6355 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESHORAN, MICHAEL ALANDo not alter this document in any form.AJAX PAVING INDUSTRIES OF FLORIDA LLCLICENSE NUMBER: CUC1224679EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.ONE AJAX DRIVENORTH VENICE FL 34275Always verify licenses online at MyFloridaLicense.comISSUED: 06/05/2024Page 1953 of 6355 Page 1954 of 6355 Form W•9 (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. Give form to the requester. Do not send to the IRS. 1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) Ajax Paving Industries of Florida LLC 2 Business name/disregarded entity name, if different from above. C? Ql 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check 4 Exemptions (codes apply only to Cl only one of the following seven boxes. certain entities, not individuals; □0 C corporation 0 S corporation 0 Partnership D Trust/estate see instructions on page 3): Individual/sole proprietor 0 . .,0 LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) p Exempt payee code (if any) a, c:: ---i� Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax 0 classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax .. ::, 0 ... box for the tax classification of its owner. Compliance Act (FATCA) reporting .. ... C OI □Other (see instructions) code (if any) ·c: .sll.. 0 I;: 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, ·u (Applies to accounts maintained a, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check □ outside the United States.) � this box if you have any foreign partners, owners, or beneficiaries. See instructions Ql Requester's name and address (optional) 5 Address (number, street, and apt. or suite no.). See instructions. One Ajax Drive 6 City, state, and ZIP code North Venice, FL 34275 7 List account number(s) here (optiona� ■!:I.T ••Taxpayer Identification Number (TIN) I Social security number I Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. [Il]-[D-1 I I I I or !Employer identification number Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. 2 6 1 8 7 1 9 6 6 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) lndic-a�q!ihlh<IH r,m exempt from FATCA reporting is correct. Certification instructions. You must cross out item_ e-'e.��$;;T"���en notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest d d� � to,l!r�� For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured pro e ,,!>�eJ�t�f't:11 • riMb"�ions to an individual retirement arrangement (IRA), and, generally, payments other than interest and divide , ou are r :lo� • tid71,1'ut you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of > :: 0 :: Here U.S. person 2008 _::EE �-Ii·,<:-:-4 � General lnstructi ns "'�,, .n;}?�!?.�(\� , ......... ,, ') , .... Section references are to the Internal Revenue Code�!ilJl;Ss othe��' noted. I I I II" I I Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. Cat. No. 10231X Date New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that ii has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is Intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any Indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Form W-9 (Rev. 3-2024) Page 1955 of 6355 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESHORAN, MICHAEL ALANDo not alter this document in any form.AJAX PAVING INDUSTRIES OF FLORIDA LLCLICENSE NUMBER: CGC1516738EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.ONE AJAX DRIVENORTH VENICE FL 34275Always verify licenses online at MyFloridaLicense.comISSUED: 06/05/2024Page 1956 of 6355 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESHORAN, MICHAEL ALANDo not alter this document in any form.AJAX PAVING INDUSTRIES OF FLORIDA LLCLICENSE NUMBER: CUC1224679EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.ONE AJAX DRIVENORTH VENICE FL 34275Always verify licenses online at MyFloridaLicense.comISSUED: 06/05/2024Page 1957 of 6355 Form W•9 (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. Give form to the requester. Do not send to the IRS. 1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) Ajax Paving Industries of Florida LLC 2 Business name/disregarded entity name, if different from above. C? Ql 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check 4 Exemptions (codes apply only to Cl only one of the following seven boxes. certain entities, not individuals; □0 C corporation 0 S corporation 0 Partnership D Trust/estate see instructions on page 3): Individual/sole proprietor 0 . .,0 LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) p Exempt payee code (if any) a, c:: ---i� Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax 0 classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax .. ::, 0 ... box for the tax classification of its owner. Compliance Act (FATCA) reporting .. ... C OI □Other (see instructions) code (if any) ·c: .sll.. 0 I;: 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, ·u (Applies to accounts maintained a, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check □ outside the United States.) � this box if you have any foreign partners, owners, or beneficiaries. See instructions Ql Requester's name and address (optional) 5 Address (number, street, and apt. or suite no.). See instructions. One Ajax Drive 6 City, state, and ZIP code North Venice, FL 34275 7 List account number(s) here (optiona� ■!:I.T ••Taxpayer Identification Number (TIN) I Social security number I Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. [Il]-[D-1 I I I I or !Employer identification number Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. 2 6 1 8 7 1 9 6 6 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) lndic-a�q!ihlh<IH r,m exempt from FATCA reporting is correct. Certification instructions. You must cross out item_ e-'e.��$;;T"���en notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest d d� � to,l!r�� For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured pro e ,,!>�eJ�t�f't:11 • riMb"�ions to an individual retirement arrangement (IRA), and, generally, payments other than interest and divide , ou are r :lo� • tid71,1'ut you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of > :: 0 :: Here U.S. person 2008 _::EE �-Ii·,<:-:-4 � General lnstructi ns "'�,, .n;}?�!?.�(\� , ......... ,, ') , .... Section references are to the Internal Revenue Code�!ilJl;Ss othe��' noted. I I I II" I I Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. Cat. No. 10231X Date New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that ii has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is Intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any Indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Form W-9 (Rev. 3-2024) Page 1958 of 6355 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov September 30,2024 AJAX PAVING INDUSTRIES OF FLORIDA LLC ONE AJAX DRIVE NORTH VENICE, FLORIDA 34275-3624 *REVISED* RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY), DRAINAGE, ELECTRICAL WORK, FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, GUARDRAIL, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, ROADWAY SIGNING, SIDEWALK, TRAFFIC SIGNAL, MILLING, UNDERGROUND UTILITIES (WATER & SEWER). Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025. In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant’s audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwp1.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Page 1959 of 6355 Page 1960 of 6355 Page 1961 of 6355 Page 1962 of 6355 5/16/2024 Guy Hurley, LLC 989 E. South Boulevard Suite 200 Rochester Hills MI 48307 Debbie Rossi (248)519-1306 (248)519-1401 drossi@ghbh.com Ajax Paving Industries of Florida, LLC One Ajax Drive North Venice FL 34275 American Contractors Insurance Co A 12300 ACIG Insurance Company A 19984 Continental Insurance Company A 35289 Travelers Prop Casualty Co. A+XV 25674 National Fire Ins Co of Hartford AXV 20478 24-25 Kara A A A X X X XCU Coverage Included X Contractual Liability X GL24A00094 6/1/2024 6/1/2025 GL24B00094(GL Excess)6/1/2024 6/1/2025 GL24C00094 (GL Excess)6/1/2024 6/1/2025 10,000,000 100,000 5,000 10,000,000 10,000,000 10,000,000 E X X X BUA7015117321 6/1/2024 6/1/2025 5,000,000 C X X 7014990214 6/1/2024 6/1/2025 10,000,000 10,000,000 B N WCA000030724 6/1/2024 6/1/2025 X 1,000,000 1,000,000 1,000,000 D Inland Marine QT 630- 4W330426-TXS-24 6/1/2024 6/1/2025 Leased/Rented $550,000 EVIDENCE OF COVERAGE R McGregor/DROSSI The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401)Page 1963 of 6355 Page 1964 of 6355 Page 1965 of 6355 Page 1966 of 6355 State of Florida Department of State I certify from the records of this office that AJAX PAVING INDUSTRIES OF FLORIDA LLC is a limited liability company organized under the laws of the State of Florida,filed on January 30,2008,effective July 16,1981. The document number of this limited liability company is L08000010565. I further certify that said limited liability company has paid all fees due this office through December 31,2023,that its most recent annual report was filed on January 4,2023,and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eighteenth day of December, 2023 Tracking Number:2329518828CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 1967 of 6355 Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Department of State /Division of Corporations /Search Records /Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Limited Liability Company AJAX PAVING INDUSTRIES OF FLORIDA LLC Filing Information L08000010565 26-1871966 01/30/2008 07/16/1981 FL ACTIVE LC STMNT OF RA/RO CHG 06/19/2018 NONE Principal Address ONE AJAX DRIVE NORTH VENICE, FL 34275 Changed: 01/24/2019 Mailing Address ONE AJAX DRIVE NORTH VENICE, FL 34275 Changed: 08/06/2015 Registered Agent Name & Address HACKETT II, JACK O. FARR LAW FIRM 99 NESBIT STREET PUNTA GORDA, FL 33950 Name Changed: 01/24/2021 Address Changed: 01/24/2021 Authorized Person(s) Detail Name & Address Title MANAGER JACOB, JAMES A Division of CorporationsFlorida Department of State Page 1968 of 6355 ONE AJAX DRIVE NORTH VENICE, FL 34275 Title MANAGER/CEO HORAN, MICHAEL A ONE AJAX DRIVE NORTH VENICE, FL 34275 Title PRESIDENT HAFELI, VINCE ONE AJAX DRIVE NORTH VENICE, FL 34275 Title DIRECTOR OF FINANCE FULMER, RYAN ONE AJAX DRIVE NORTH VENICE, FL 34275 Title VICE PRESIDENT PITTMAN, SCOTT ONE AJAX DRIVE NORTH VENICE, FL 34275 Title FLEET MANAGER MAITLAND, DAN ONE AJAX DRIVE NORTH VENICE, FL 34275 Annual Reports Report Year Filed Date 2020 04/29/2020 2020 05/06/2020 2021 01/24/2021 Document Images 01/24/2021 -- ANNUAL REPORT View image in PDF format 05/06/2020 -- AMENDED ANNUAL REPORT View image in PDF format 04/29/2020 -- ANNUAL REPORT View image in PDF format 12/12/2019 -- AMENDED ANNUAL REPORT View image in PDF format 09/30/2019 -- AMENDED ANNUAL REPORT View image in PDF format 01/24/2019 -- ANNUAL REPORT View image in PDF format 06/19/2018 -- CORLCRACHG View image in PDF format 01/18/2018 -- ANNUAL REPORT View image in PDF format 01/19/2017 -- ANNUAL REPORT View image in PDF format 02/01/2016 -- ANNUAL REPORT View image in PDF format 08/06/2015 -- AMENDED ANNUAL REPORT View image in PDF format Page 1969 of 6355 04/08/2015 -- ANNUAL REPORT View image in PDF format 12/29/2014 -- Merger View image in PDF format 01/10/2014 -- ANNUAL REPORT View image in PDF format 01/25/2013 -- ANNUAL REPORT View image in PDF format 01/16/2012 -- ANNUAL REPORT View image in PDF format 01/04/2011 -- ANNUAL REPORT View image in PDF format 01/07/2010 -- ANNUAL REPORT View image in PDF format 01/22/2009 -- ANNUAL REPORT View image in PDF format 01/30/2008 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations Page 1970 of 6355 Page 1971 of 6355 Page 1972 of 6355 Page 1973 of 6355 Page 1974 of 6355 Page 1975 of 6355 Page 1976 of 6355 Page 1977 of 6355 Page 1978 of 6355 Page 1979 of 6355 Page 1980 of 6355 Page 1981 of 6355 Page 1982 of 6355 Page 1983 of 6355 Page 1984 of 6355 Page 1985 of 6355 Page 1986 of 6355 Page 1987 of 6355 Page 1988 of 6355 Page 1989 of 6355 Page 1990 of 6355 Page 1991 of 6355 Page 1992 of 6355 Page 1993 of 6355 Page 1994 of 6355 Page 1995 of 6355 Page 1996 of 6355 Page 1997 of 6355 Page 1998 of 6355 Page 1999 of 6355 Page 2000 of 6355 Page 2001 of 6355 Page 2002 of 6355 Page 2003 of 6355 Page 2004 of 6355 Page 2005 of 6355 Page 2006 of 6355 Page 2007 of 6355 Page 2008 of 6355 Page 2009 of 6355 Page 2010 of 6355 Page 2011 of 6355 Page 2012 of 6355 Page 2013 of 6355 Page 2014 of 6355 Page 2015 of 6355 Page 2016 of 6355 Page 2017 of 6355 Page 2018 of 6355 Page 2019 of 6355 Page 2020 of 6355 Page 2021 of 6355 Page 2022 of 6355 Page 2023 of 6355 Page 2024 of 6355 Page 2025 of 6355 Page 2026 of 6355 Page 2027 of 6355 Page 2028 of 6355 Page 2029 of 6355 Page 2030 of 6355 Page 2031 of 6355 Page 2032 of 6355 Page 2033 of 6355 Page 2034 of 6355 Page 2035 of 6355 Page 2036 of 6355 Page 2037 of 6355 Page 2038 of 6355 Page 2039 of 6355 Page 2040 of 6355 Page 2041 of 6355 Page 2042 of 6355 Page 2043 of 6355 Page 2044 of 6355 Page 2045 of 6355 Page 2046 of 6355 Page 2047 of 6355 Page 2048 of 6355 Page 2049 of 6355 Page 2050 of 6355 Page 2051 of 6355 Page 2052 of 6355 Page 2053 of 6355 Page 2054 of 6355 Page 2055 of 6355 Page 2056 of 6355 Page 2057 of 6355 Page 2058 of 6355 Page 2059 of 6355 Page 2060 of 6355 Page 2061 of 6355 Page 2062 of 6355 Page 2063 of 6355 Page 2064 of 6355 Page 2065 of 6355 Page 2066 of 6355 Page 2067 of 6355 Page 2068 of 6355 Page 2069 of 6355 Page 2070 of 6355 Page 2071 of 6355 Page 2072 of 6355 Page 2073 of 6355 Page 2074 of 6355 Page 2075 of 6355 Page 2076 of 6355 Page 2077 of 6355 Page 2078 of 6355 Page 2079 of 6355 Page 2080 of 6355 Page 2081 of 6355 Page 2082 of 6355 Page 2083 of 6355 Page 2084 of 6355 Page 2085 of 6355 Page 2086 of 6355 Page 2087 of 6355 Page 2088 of 6355 Page 2089 of 6355 Page 2090 of 6355 Page 2091 of 6355 Page 2092 of 6355 Page 2093 of 6355 Page 2094 of 6355 Page 2095 of 6355 Page 2096 of 6355 Page 2097 of 6355 Page 2098 of 6355 Page 2099 of 6355 Page 2100 of 6355 Page 2101 of 6355 Page 2102 of 6355 Page 2103 of 6355 Page 2104 of 6355 Page 2105 of 6355 Page 2106 of 6355 Page 2107 of 6355 Page 2108 of 6355 Page 2109 of 6355 Page 2110 of 6355 Page 2111 of 6355 Page 2112 of 6355 Page 2113 of 6355 Page 2114 of 6355 Page 2115 of 6355 Page 2116 of 6355 Page 2117 of 6355 Page 2118 of 6355 Page 2119 of 6355 Page 2120 of 6355 Page 2121 of 6355 Page 2122 of 6355 Page 2123 of 6355 Page 2124 of 6355 Page 2125 of 6355 Page 2126 of 6355 Page 2127 of 6355 Page 2128 of 6355 Page 2129 of 6355 Page 2130 of 6355 Page 2131 of 6355 Page 2132 of 6355