Loading...
Agenda 06/10/2025 Item #16B12 (ITB Contract #23-8154 " County Barn Rd Pathway LAP" to RJ Engineering Construction Corporation)6/10/2025 Item # 16.B.12 ID# 2025-1175 Executive Summary Recommendation to approve the award of Invitation to Bid (“ITB”) No. 23-8154, “County Barn Rd Pathways (LAP),” to RJ Engineering Construction Corporation in the amount of $3,023,344.44, approve Owner’s Allowance of $200,000, and authorize the Chairman to sign the attached Construction Services Agreement and approve the Budget Amendment. OBJECTIVE: To construct a ten-foot-wide paved shared use path on the west side of County Barn Rd from SR 84 (Davis Blvd.) to Rattlesnake Hammock Rd, with funding assistance from the Florida Department of Transportation ("FDOT") Local Agency Program ("LAP"). CONSIDERATIONS: In January 2014, County staff submitted an application to the Collier Metropolitan Planning Organization (the "MPO") for funding of the County Barn Road multi-use path project (the "Project"). The Project was included in the adopted 2014 Pathway Prioritized Project list and remained on the priority list for five years before being programmed into the FDOT Work Program. The Project appeared in the 2020 FDOT Work Program for design services in FY 2020/21 in the amount of $176,000. The County entered into a Local Funding Agreement with the FDOT to cover a funding shortfall for the design work performed by the FDOT's consultant engineer in the amount of $82,212, for a total design amount of $258,212. Construction funding was programmed in the 2020 FDOT Work Program for FY 2023 in the amount of $1,693,376. At the November 14, 2023, BCC Meeting (Agenda Item 16.B.3), the Board approved Supplemental Agreement #1 to increase the reimbursement to $2,508,376. At the June 11, 2024, BCC Meeting, (Agenda Item 16.B.4), the Board approved Supplemental Agreement #2 to reduce the grant funding by $125,024 to fully fund the CEI phase, reducing the reimbursement amount to $2,383,352. At the March 11, 2025, BCC Meeting (Agenda Item 16.B.3), the Board approved Supplemental Agreement #3 to increase the grant funding by $640,000 as additional construction funds were needed, increasing the reimbursement amount to $3,023,352. FDOT is authorized to contract with other governmental (local) agencies to develop, design, and construct transportation facilities and to reimburse those governmental agencies for services provided to the traveling public. The FDOT LAP, administered at the FDOT district level, is the mechanism used to complete a prioritized project from FDOT’s Five-Year Work Program. Collier County is LAP certified and the Transportation Management Services Department staff will be responsible for the administration of the project’s construction phase. In-house staff will be responsible for federal and FDOT grant compliance. On May 20, 2024, the Procurement Services Division issued ITB No. 23-8154, County Barn Road Pathway (LAP). The County received the following four bids by the July 8, 2024, submission deadline, as summarized below. Company Name City County St Base Amount Responsive/ Responsible RJ Engineering Construction Corp West Palm Beach Palm Beach FL $3,023,344.44* Yes/Yes Ajax Paving Industries of Florida, LLC. North Venice Sarasota FL $3,657,149.96 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $3,799,850.09 Yes/Yes Thomas Marine Construction, Inc. Ft. Myers Lee FL $4,129,853.95 Yes/Yes *A rounding error was found in the RJ Engineering Construction Corp bid. Staff contacted the vendor and the vendor agreed to accept the correction to the bid; unit prices were not modified. Staff found all bidders responsive and responsible and recommends awarding the attached agreement to RJ Engineering Construction Corp. ("RJ Corp."), the lowest responsive and responsible bidder. Page 1249 of 2218 6/10/2025 Item # 16.B.12 ID# 2025-1175 County staff met with RJ Corp. in a Pre-Award meeting and determined that the firm had sufficient prior experience, skill, and business standing to conduct the work completely and timely as required under the Agreement. RJ Corp. has performed work in Dade, Broward, and Palm Beach counties, primarily performing demo, earthwork, paving, and concrete construction, and is reputable with a good work history and construction results. The bid is 13% higher than the County’s $2,633,846.10 EOR’s opinion of probable cost. However, the Procurement Services Division concluded bidding was competitive and representative of market conditions. The bid tabulation, EOR’s letter of recommendation (the “DELORA”), the Notice of Recommended Award (the “NORA”), and the Agreement are attached for review. In addition to the total bid amount, staff are allocating $200,000 as an Owner's Allowance for unforeseen costs, including, but not limited to, unforeseen site conditions that might be encountered during construction, which will be included in the Purchase Order. Use of the allowance will be only as directed by the County, if necessary, with proper supporting documentation to be submitted by the contractor for any additional work that is authorized and performed. This item is consistent with the Collier County strategic plan objective to design and maintain an effective transportation system to reduce traffic congestion and improve the mobility of our residents and visitors. FISCAL IMPACT: The total funding required for this contract is $3,223,344.44, including $200,000 for the Owner’s Allowance. An additional $78,057.50 is required for Construction, Engineering, and Inspection (CEI) Resident Compliance Specialist (RCS) oversight. Funding in the amount of $3,023,278.50 is currently available within the Transportation Grant Fund (1841). A budget amendment in the amount of $278,123.44 is required to reallocate funds from projects within the Transportation Capital Fund (3081) to Project 60254, to award the construction contract. The funding sources for this project are grant funds from Federal Highway Administration (FHWA); whereby, these grant dollars are passed through the FDOT via the LAP agreement and general funds. GROWTH MANAGEMENT IMPACT: These improvements are consistent with the Growth Management Plan Transportation Element, specifically Section B – Intermodal & Multi-modal Transportation, (1) Non-Motorized Travel, Objective 4, Policy 4.2, Policy 4.4, Policy 4.5, Policy 4.6, and Policy 4.8. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To approve the award of ITB No. 23-8154, “County Barn Road Pathway (LAP),” to RJ Engineering Construction Corp. in the amount of $3,023,344.44, approve an Owner’s Allowance of $200,000, and authorize the Chairman to sign the attached agreement and approve the Budget Amendment. PREPARED BY: Michael Tisch, PMP, Project Manager II, Transportation Engineering Division ATTACHMENTS: 1. BA 438091 2. 23-8154 COI in Compliance Packet 3. Bid No 23-8154 - County Barn Road Pathway (LAP) - DELORA 4. 23-8154 - NORA Revised - Executed 5. 23-8154 Bid Tabulation - FINAL 4.14.2025 6. 23-8154 RJ Engineering VS - Revised 5.22.25 Page 1250 of 2218 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 1251 of 2218 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 1252 of 2218 Form_SCTNID_CTGRY.XX0316ACORD25_ACORD <docindex><index>ACORD</index></docindex> BDF_PCA CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: PHONE (A/C, No, Ext): FAX (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSR LTR ADDL INSD SUBR WVDTYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY OTHER: PRO- JECT LOC AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-OWNED AUTOS ONLY UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N / A POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY)(MM/DD/YYYY)LIMITS $ $ $ $ $ $ $ EACH OCCURRENCE DAMAGE TO RENTED MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG PREMISES (Ea occurrence) $ $ $ $ $ COMBINED SINGLE LIMIT PROPERTY DAMAGE BODILY INJURY (Per person) (Ea accident) BODILY INJURY (Per accident) $ $ $ AGGREGATE EACH OCCURRENCE E.L. EACH ACCIDENT INSURED $ $ $E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE PER STATUTE OTH- ER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD © 1988-2015 ACORD CORPORATION. All rights reserved. (Per accident) 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS 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. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. progressivecommercial@email.progressive.com 03/12/2025 1-800-444-4487 RJ Engineering Construction Corp 2101 Vista Pkwy Suite 268 West Palm Beach, FL 33411 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 Progressive Commercial Lines Customer and Agent Servicing 462972658535143085D031225T172649 NSI Insurance Group 5875 NW 163 ST #207, MIAMI LAKES, FL 33014 Progressive Express Insurance Company 10193 A X 988256724NN 10/17/2024 10/17/2025 1,000,000 A 988256724NN 10/17/2024 10/17/2025 See ACORD 101 for additional coverage details.$ Page 1253 of 2218 Form_SCTNID_CTGRY.XX0108ACORD101_ACORD <docindex><index>ACORD</index></docindex> BDF_PCA NSI Insurance Group 988256724 Progressive Express Insurance Company 10193 RJ Engineering Construction Corp 2101 Vista Pkwy Suite 268 West Palm Beach, FL 33411 10/17/2024 AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page of AGENCY POLICY NUMBER CARRIER NAIC CODE NAMED INSURED EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:25 FORM TITLE:Certificate of Liability Insurance 1 1 Additional Coverages Insurance coverage(s) Limits…………………………………………………………………………………………………………………………………………………………………………………… Personal Injury Protection $10,000 w/$0 Ded - Named Insured Only Description of Location/Vehicles/Special Items Scheduled autos only…………………………………………………………………………………………………………………………………………………………………………………… 2024 TOYOTA 2T3H1RFV3RC297184RAV4 Comprehensive $500 Ded Collision $500 Ded Rental Reimbursement $40 Per Day ($1,200 Max) ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. Page 1254 of 2218 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 4/14/2025 (800) 845-8437 41297 RJ Engineering Construction Corp 2101 Vista Parkway Suite 268 West Palm Beach, FL 33411 A 1,000,000 X CPS8189356 4/11/2025 4/11/2026 100,000 5,000 1,000,000 2,000,000 2,000,000 Subj to $5m Cap For any and all work performed on behalf of Collier County Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 RJENGIN-01 ADELOSRIOS Acrisure Southeast Partners Insurance Services, LLC 1317 Citizens Blvd Leesburg, FL 34748 Scottsdale Insurance Company X X X Page 1255 of 2218 DateCERTIFICATE OF LIABILITY INSURANCE 3/12/2025 Plymouth Insurance AgencyProducer:This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This Certificate does not amend, extend or alter the coverage afforded by the policies below.2739 U.S. Highway 19 N. Holiday, FL 34691 (727) 938-5562 Insurers Affording Coverage NAIC # Insurer A: Lion Insurance Company 11075Insured:South East Personnel Leasing, Inc. & Subsidiaries Insurer B:2739 U.S. Highway 19 N.Insurer C:Holiday, FL 34691 Insurer D: Insurer E: Coverages 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. Aggregate limits shown may have been reduced by paid claims. Policy Effective Date (MM/DD/YY) Policy Expiration Date(MM/DD/YY)INSR LTR ADDL INSRD LimitsType of Insurance Policy Number GENERAL LIABILITY Each Occurrence $ Commercial General Liability Damage to rented premises (EA occurrence)Claims Made Occur $ Med Exp $ Personal Adv Injury $ General aggregate limit applies per: General Aggregate $ Policy Project LOC Products - Comp/Op Agg $ AUTOMOBILE LIABILITY Combined Single Limit (EA Accident)$ Any Auto Bodily Injury All Owned Autos (Per Person)$ Scheduled Autos Bodily InjuryHired Autos (Per Accident)$Non-Owned Autos Property Damage (Per Accident)$ EXCESS/UMBRELLA LIABILITY Each Occurrence Occur Claims Made Aggregate Deductible A Workers Compensation and Employers' Liability X WC Statu- tory Limits OTH- ERWC 71949 01/01/2025 01/01/2026 E.L. Each Accident $1,000,000Any proprietor/partner/executive officer/member excluded?NO E.L. Disease - Ea Employee $1,000,000 If Yes, describe under special provisions below.E.L. Disease - Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A (Excellent). AMB # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID:96-65-228 Coverage only applies to active employee(s) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": RJ Engineering Construction Corp Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s) Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by emailing a request to certificates@lioninsurancecompany.com , while working in: FL. Project Name: ISSUE 03-12-25 (KD) Begin Date:2/12/2024 CERTIFICATE HOLDER CANCELLATION Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E. NAPLES, FL 34112 Page 1256 of 2218 2350 Stanford Court  Naples, FL 34112 (239) 434-0333 9/53. April 22, 2025 Michael P. Tisch, PMP, FCCM Transportation Management Services Department Transportation Engineering Division 2885 South Horseshoe Drive Naples, FL 34104 Re: Bid No. 23-8155 – County Barn Road Pathways (LAP), Collier County, Florida (FDOT FPID No. 438091-1-58-01) Low Bidder: RJ Engineering Construction Corp Dear Mr. Tisch: The bid opening for the above-referenced project took place on July 8, 2024. Collier County provided the results of the bid opening to Johnson Engineering, LLC on August 8, 2024. Johnson Engineering performed an evaluation of the results, and our opinion is contained herein. Collier County received four (4) bids by the deadline established on the Invitation to Bid. All four (4) bids were deemed responsive by Collier County Procurement Services. The bids listed below are from lowest to highest: FIRM BID AMOUNT RJ Engineering Construction Corp $3,023,344.44 Ajax Paving Industries of Florida, LLC $3,657,149.96 Quality Enterprises USA, Inc. $3,799,850.09 Thomas Marine Construction, Inc. $4,129,853.95 For comparison purposes, Johnson Engineering provided Collier County with an Opinion of Probable Construction Cost of approximately $2,633,846.10. Following the 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 appear to have been found and the results show RJ Engineering Construction Corp as the lowest responsive bidder. Verification of the reference information provided by RJ Engineering Construction Corp was requested from each of the five (5) reference projects provided with the bid. Please see attached for the responses which were returned. Based upon our review, the low bidder RJ Engineering Construction Corp. appears to be a reasonable bid, however the Engineering of Record (EOR) cannot conclude that the five (5) reference projects provided on the FORM 5- STATEMENT OF EXPERIENCE OF BIDDER form, included in the solicitation package, are work of similar magnitude to the scope of services for the County Barn Road Pathway Pathways project. Should you have any questions, or require additional information, please let me know. Sincerely, JOHNSON ENGINEERING, LLC Joshua Hildebrand, P.E., PTOE Project Engineer SINCE 1946 Page 1257 of 2218   Tab 2 ‐ Appendix H2 – Template ‐ DELORA Vendor Reference Check Log ‐  rev 02‐14‐20                       VENDOR REFERENCE CHECK LOG    Solicitation No.: Bid No. 23‐8154 Reference  Check by: Josh Hildebrand, P.E., PTOE  Solicitation Title: County Barn Road Pathways (LAP) Date: 8/09/2024  Bidder’s Name: RJ Engineering Construction Corp Phone/Email: jjh@johnsoneng.com   Design Entity: Johnson Engineering, Inc.      REFERENCED PROJECT:  Project Name: Road clearing and turn lane Improvements Project  Location: Weston, FL  Project Description: Turn lane repaving and painting  Completion Date: 3/2023 Contract  Value: $57,934.00  Project Owner/Title: 24‐7 Development Corp  Owner’s Address: 16051 BLATT BLVD, 407  WESTON, FL 33326 Phone: (954) 665‐6051  Owner’s Contact Person: Brian Aylwin, President E‐Mail: 247brian@gmail.com     1.    Was project completed timely and within budget?  (If not, provide detail)                        Yes it was, The work was done per contract timelines       2.    Was the submittal/review process performed satisfactorily? (If not, provide detail)  Yes it was, The required documents were submitted to the city with the back up ontime.       3.    Was the construction process performed satisfactorily? (If not, provide detail)  Yes it was, The project was completed and the construction followed plans.       4.    Did the process run smoothly?  Were there any changes?  Describe below.  Yes it did, The project did not have any changes.        5. Was the contract closeout process performed satisfactorily?  (If not, provide detail)  Yes it was, The project documents were all submitted and the project was closed without problems.       6.    Any warranty issues since closeout?  Were they responded to and performed satisfactorily?  No, Craftmanship, labor and materials were class A and we are not having any issues       7.    Additional comments:   RJ Engineering Construction was very competitive and all the team were responsible. We will hire them again for  new projects     Page 1258 of 2218   Tab 2 ‐ Appendix H2 – Template ‐ DELORA Vendor Reference Check Log ‐  rev 02‐14‐20                       VENDOR REFERENCE CHECK LOG    Solicitation No.: Bid No. 23‐8154 Reference  Check by: Josh Hildebrand, P.E., PTOE  Solicitation Title: County Barn Road Pathways (LAP) Date: 8/09/2024  Bidder’s Name: RJ Engineering Construction Corp Phone/Email: jjh@johnsoneng.com   Design Entity: Johnson Engineering, Inc.      REFERENCED PROJECT:  Project Name: Sidewalk reconstruction and  landscaping  Project  Location: Boca Raton, FL  Project Description: Sidewalk reconstruction and landscaping work  Completion Date: 10/2023 Contract  Value: $102,978.00  Project Owner/Title: Infinity Construction  Owner’s Address: 12260 SW 8TH STREET, SUITE 224  MIAMI, FL, 33184 Phone: (786) 389‐3166  Owner’s Contact Person: Antonio Luvara, President E‐Mail: Santinacho.gc@gmail.com     1.    Was project completed timely and within budget?  (If not, provide detail)                           Yes, it was constructed on schedule and on budget.     2.    Was the submittal/review process performed satisfactorily? (If not, provide detail)     Yes, all the process was satisfactory and submitted on time.    3.    Was the construction process performed satisfactorily? (If not, provide detail)     Yes, The project was built following all code and construction standards    4.    Did the process run smoothly?  Were there any changes?  Describe below.     Yes, the project management and labor were well managed. No changes in scope.      5. Was the contract closeout process performed satisfactorily?  (If not, provide detail)     Yes, the closeout was completed without issues.     6.    Any warranty issues since closeout?  Were they responded to and performed satisfactorily?     No warranty issues. All punch work was performed on time.     7.    Additional comments:      We had a great experience with the RJ engineering and Construction team. We will hire them again.   Page 1259 of 2218   Tab 2 ‐ Appendix H2 – Template ‐ DELORA Vendor Reference Check Log ‐  rev 02‐14‐20                       VENDOR REFERENCE CHECK LOG    Solicitation No.: Bid No. 23‐8154 Reference  Check by: Josh Hildebrand, P.E., PTOE  Solicitation Title: County Barn Road Pathways (LAP) Date: 8/09/2024  Bidder’s Name: RJ Engineering Construction Corp Phone/Email: jjh@johnsoneng.com   Design Entity: Johnson Engineering, Inc.      REFERENCED PROJECT:  Project Name: Home remodeling and driveway  construction  Project  Location: Kendall, FL  Project Description: driveway repaving and home remodeling work  Completion Date: 6/2023 Contract  Value: $53,467.00  Project Owner/Title: Dynamic Trackers LLC  Owner’s Address: 15151 WEST DIXIE HWY  NORTH MIAMI BEACH, FL 33162 Phone: (786) 759‐2865  Owner’s Contact Person: Alex Perez, President E‐Mail: DynamicTrackers@gmail.com     1.    Was project completed timely and within budget?  (If not, provide detail)                        Yes, The project did not have any issues.        2.    Was the submittal/review process performed satisfactorily? (If not, provide detail)  Yes, All documents were submitted on time and with all the back up necessary       3.    Was the construction process performed satisfactorily? (If not, provide detail)  Yes, The project was finished without any delays. All the construction crew was professional        4.    Did the process run smoothly?  Were there any changes?  Describe below.  Yes, The project did not have any problems.        5. Was the contract closeout process performed satisfactorily?  (If not, provide detail)  Yes, The project was closed out without any problems.       6.    Any warranty issues since closeout?  Were they responded to and performed satisfactorily?  The quality of the materials and labor as this date satisfactory        7.    Additional comments:   We will contract RJ engineering construction corp for future projects       Page 1260 of 2218 Procurement Services Division Notice of Recommended Award - *Revised Solicitation: 23-8154 Title: County Barn Road Pathways (LAP) Due Date and Time: July 8, 2024, at 3:00 PM EST Respondents: Company Name City County State Total Bid Responsive/Responsible RJ Engineering Construction Corp West Palm Beach Palm Beach FL $3,023,344.44* Y/Y Ajax Paving Industries of Florida, LLC North Venice Sarasota FL $3,657,149.96 Y/Y Quality Enterprises USA, Inc. Naples Collier FL $3,799,850.09 Y/Y Thomas Marine Construction, Inc. Fort Myers Lee FL $4,129,853.95 Y/Y Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On May 20, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 23-8154, County Barn Road Pathways (LAP), to one thousand nine-hundred three (1,903) vendors. The bid was advertised for forty-nine (49) days and nine hundred (900) vendors viewed the bid package. The County received four (4) bids by the July 8, 2024, submission deadline. Staff reviewed the four (4) bids received and all bidders were deemed responsive and responsible. Thomas Marine Construction, Inc. had minor irregularities. Staff determined that RJ Engineering Construction Corp is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to RJ Engineering Construction Corp, the lowest responsive and responsible bidder, for a total bid amount of $3,023,344.44*. In addition to the total bid amount, staff has allocated $200,000.00 in Owner’s Allowance, for Owner’s use as directed. (*NORA revised to correct formula error; unit prices were not modified.) Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 46A75C2F-CBD1-4CE7-9D5D-097682C287C8 4/22/2025 4/22/2025 4/22/2025 Page 1261 of 2218 Project Manager: Michael TischProcurement Strategist: Becca ZimmermanNotifications Sent: 1,903Viewed:900Bids Received: 4Pay Item NumberDescription Quantity Unit Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost101-1 MOBILIZATION 1 LS 195,957.95$ $195,957.95 350,000.00$ $350,000.00 630,000.00$ $630,000.00 288,900.00$ $288,900.00 $280,000.00 $280,000.00102-1 MAINTENANCE OF TRAFFIC 1 LS 23,984.64$ $23,984.64 117,000.00$ $117,000.00 72,400.00$ $72,400.00 179,000.00$ $179,000.00 $60,000.00 $60,000.00104-10-3 SEDIMENT BARRIER 10,206 LF 3.54$ $36,129.24 1.20$ $12,247.20 3.00$ $30,618.00 1.25$ $12,757.50 $3.10 $31,638.60104-12 STAKED TURBIDITY BARRIER 1,950 LF 14.26$ $27,807.00 4.70$ $9,165.00 5.00$ $9,750.00 11.50$ $22,425.00 $12.00 $23,400.00104-18 INLET PROTECTION SYSTEM 14 EA 252.83$ $3,539.62 188.00$ $2,632.00 160.50$ $2,247.00 188.00$ $2,632.00 $210.00 $2,940.00110-1-1 CLEARING & GRUBBING 1 LS 198,408.19$ $198,408.19 230,400.00$ $230,400.00 89,232.50$ $89,232.50 378,250.00$ $378,250.00 $95,000.00 $95,000.00110-7-1 MAILBOX, F&I SINGLE 5 EA 218.70$ $1,093.50 376.00$ $1,880.00 370.50$ $1,852.50 250.00$ $1,250.00 $450.00 $2,250.00120-1 EXCAVATION 1,351 CY 16.91$ $22,845.41 20.00$ $27,020.00 17.50$ $23,642.50 35.00$ $47,285.00 $25.00 $33,775.00120-6 EMBANKMENT 7,359 CY 54.79$ $403,199.61 64.00$ $470,976.00 59.00$ $434,181.00 62.65$ $461,041.35 $35.00 $257,565.00160-4 TYPE B STABILIZATION 89 SY 80.82$ $7,192.98 94.00$ $8,366.00 51.50$ $4,583.50 40.00$ $3,560.00 $15.00 $1,335.00285-704 OPTIONAL BASE GROUP 4 (6") 11,526 SY 20.66$ $238,127.16 24.00$ $276,624.00 21.50$ $247,809.00 32.00$ $368,832.00 $22.50 $259,335.00334-1-13 SUPERPAVE ASPHALTIC CONC, SP 9.5", TRAFFIC C (1.5") 958.3 TN 145.27$ $139,212.24 220.00$ $210,826.00 189.00$ $181,118.70 168.00$ $160,994.40 $165.00 $158,119.50DB-1 DITCH BLOCK (DB-1) 1 LS 14,444.08$ $14,444.08 10,400.00$ $10,400.00 9,900.00$ $9,900.00 30,100.00$ $30,100.00 $12,500.00 $12,500.00425-5 ADJUSTING MANHOLES 6 EA 2,249.89$ $13,499.34 2,600.00$ $15,600.00 1,100.00$ $6,600.00 5,500.00$ $33,000.00 $2,750.00 $16,500.00425-2-71 MANHOLES, J-7, <10 5 EA 7,578.28$ $37,891.40 8,800.00$ $44,000.00 8,500.00$ $42,500.00 11,500.00$ $57,500.00 $12,500.00 $62,500.00425-1-521 INLET, DT BOTTOM, TYPE C, LESS THAN 10' 6 EA 5,214.91$ $31,289.46 6,055.00$ $36,330.00 3,500.00$ $21,000.00 6,150.00$ $36,900.00 $5,500.00 $33,000.00425-1-581 INLET, DT BOTTOM, TYPE H, LESS THAN 10' 1 EA 8,929.59$ $8,929.59 10,400.00$ $10,400.00 11,090.00$ $11,090.00 7,000.00$ $7,000.00 $12,000.00 $12,000.00430-174-118 PIPE CULVERT,OPTIONAL MATERIAL , ROUND , 18" SD 65 LF 106.76$ $6,939.40 124.00$ $8,060.00 183.00$ $11,895.00 180.00$ $11,700.00 $140.00 $9,100.00430-174-136 PIPE CULVERT,OPTIONAL , ELLIP- ARCH , (29"X45") SD 2,946 LF 377.15$ $1,111,083.90 438.00$ $1,290,348.00 424.00$ $1,249,104.00 465.00$ $1,369,890.00 $300.00 $883,800.00430-830 PIPE FILLING AND PLUGGING - PLACE OUT OF SERVICE 24 CY 522.66$ $12,543.84 607.00$ $14,568.00 514.00$ $12,336.00 620.00$ $14,880.00 $750.00 $18,000.00430-982-638 MITERED END SECTION, OPTIONAL , ELLIP- ARCH, (29"X45") SD 18 EA 11,455.27$ $206,194.86 13,300.00$ $239,400.00 13,762.50$ $247,725.00 12,100.00$ $217,800.00 $5,750.00 $103,500.00515-2-311 PEDESTRIAN/BICYCLE RAILING, ALUMINUM ONLY, 42" TYPE 1 30 LF 195.82$ $5,874.60 150.00$ $4,500.00 257.50$ $7,725.00 150.00$ $4,500.00 $110.00 $3,300.00520-1-7 CONCRETE CURB & GUTTER, TYPE E 26 LF 56.32$ $1,464.32 27.60$ $717.60 50.50$ $1,313.00 175.00$ $4,550.00 $57.00 $1,482.00522-2 CONCRETE AND DRIVEWAYS, 6" THICK 348 SY 102.34$ $35,614.32 81.80$ $28,466.40 91.00$ $31,668.00 165.00$ $57,420.00 $85.00 $29,580.00527-2 DETECTABLE WARNINGS 410 SF 62.14$ $25,477.40 34.50$ $14,145.00 30.50$ $12,505.00 50.00$ $20,500.00 $37.50 $15,375.00570-1-2 PERFORMANCE TURF (SOD) PATHWAY & SHOULDER 45,086 SY 3.51$ $158,251.86 3.75$ $169,072.50 8.00$ $360,688.00 6.45$ $290,804.70 $4.00 $180,344.00700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF 40 AS 324.00$ $12,960.00 690.00$ $27,600.00 363.00$ $14,520.00 510.00$ $20,400.00 $475.00 $19,000.00700-1-12 SINGLE POST SIGN, F&I GROUND MOUNT, 12-20 SF 7 AS 432.00$ $3,024.00 2,320.00$ $16,240.00 484.00$ $3,388.00 550.00$ $3,850.00 $900.00 $6,300.00700-1-60 SINGLE POST SIGN, REMOVE 8 AS 86.40$ $691.20 125.40$ $1,003.20 97.00$ $776.00 125.00$ $1,000.00 $100.00 $800.00711-17-1THERMOPLASTIC, REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS112 LF 14.46$ $1,619.52 6.25$ $700.00 16.00$ $1,792.00 25.00$ $2,800.00 $25.00 $2,800.00711-11-123 THERMOPLASTIC, STD, WHITE, SOLID, 12" FOR CROSSWALK 652 LF 4.32$ $2,816.64 6.25$ $4,075.00 5.00$ $3,260.00 10.00$ $6,520.00 $4.50 $2,934.00711-11-125 THERMOPLASTIC, STD, WHITE, SOLID, 24" FOR STOP LINE AND CROSSWAL137 LF 6.48$ $887.76 12.50$ $1,712.50 7.50$ $1,027.50 12.00$ $1,644.00 $8.00 $1,096.00711-16-101 THERMOPLASTIC, STD, OTHER SURFACES,WHITE, SOLID, 6" 0.010 GM 6,557.76$ $65.58 12,540.00$ $125.40 7,349.00$ $73.49 12,000.00$ $120.00 $5,500.00 $55.00711-16-201 THERMOPLASTIC, STD, OTHER SURFACES,YELLOW, SOLID, 6" 0.004 GM 6,557.76$ $26.23 12,540.00$ $50.16 7,350.00$ $29.40 12,000.00$ $48.00 $5,500.00 $22.00ASB-1 AS-BUILT PLANS 1 LS 34,257.60$ $34,257.60 2,500.00$ $2,500.00 21,500.00$ $21,500.00 10,000.00$ $10,000.00 $14,500.00 $14,500.00Total Bid $3,023,344.44 $3,657,149.96 $3,799,850.09 $4,129,853.95 $2,633,846.1023‐8154 County Barn Road PathwaysBid TabulationAjax Paving Industries of Florida, LLCRJ Engineering Construction Corp Quality Enterprises USA, Inc. * Staff has allocated $200,000.00 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change.Thomas Marine Construction, Inc. Engineers EstimatePage 1262 of 2218 Project Manager: Michael TischProcurement Strategist: Becca ZimmermanNotifications Sent: 1,903Viewed:900Bids Received: 4*Minor IrregularityPay Item Notes:102-1102-1110-1-1DB-1430-174-XXX522-2700-1-11ASB-1Opened By: Barbara LanceWitnessed By: Becca ZimmermanDate: 7/8/2024 at 3:00 PM ESTYesREQUIRED FORMS AND DOCUMENTS RJ Engineering Construction CorpAjax Paving Industries of Florida, LLCQuality Enterprises USA, Inc. Thomas Marine Construction, Inc. Yes/NoYes/NoYesAny deviation from the FDOT Index 102-600 Series will require a signed and sealed MOT plan. Cost for this plan shall be inherent to Pay Item 102-1.Clearing and grubbing shall include, but not be limited to, the removal of asphalt, concrete, sidewalk, driveway base, storm structures, pipes, concrete barriers, vegetation/tree, large existing trees, landscaping, curb and gutter, fence, irrigation, mailboxes, and conflicting striping not covered by other pay items. All clearing and grubbing debris shall be removed from the job site at no additional cost to the County.Includes all cost for complete construction including but not limited to concrete, reinforcement material, and grading.All connections to existing pipe shall be done with concrete collars. Cost of collars is inherent to the cost of pipeConcrete drives and pathway to have a compressive strength of 3000 PSI in 28 days and be reinforced with welded wire fabric (6"x6", #10/#10) or equal per Collier County Construction Standards Handbook for Works with the Public Right-of-Way (Section III.C.2.B), latest edition. Cost to include thickened edge for railing installation.Contractor to submit signage shop drawings including worksheets depicting the proposed street name signs per Table 2D-2 of the MUTCD.As-Builts shall be signed and sealed by licensed surveyor in the State of Florida and include cross sections of proposed improvements at 100' o.c. including pathway and swales. All proposed drainage inverts, grates and rim elevations should also be included.Includes all cost associated with Maintenance of Traffic, including but not limited to, advanced warning signs and pedestrian detour plan. LicenseYes Yes Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11)Yes/NoYesYesYes Bid Schedule Bid Response Form (Form 1) Contractors Key Personnel Assigned to Project - (Form 2)Yes/NoYesYesYesYesYesYesYesYesYesGrants PackageYes Yes Yes Yes*YesYes Addendums (1-2) E-VerifyYesYesYesYesYesYesYes YesYesYesYesYesYesYesYesYesYesYesYesYesYesYes YesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYesYes SunBiz Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6)W-9YesYesYesYesYesYesYesYesYesYesYesPage 1263 of 2218 Page 1264 of 2218 Page 1265 of 2218 Page 1266 of 2218 Page 1267 of 2218 Page 1268 of 2218 Page 1269 of 2218 Page 1270 of 2218 Page 1271 of 2218 Page 1272 of 2218 Page 1273 of 2218 Page 1274 of 2218 Page 1275 of 2218 Page 1276 of 2218 Page 1277 of 2218 Page 1278 of 2218 Page 1279 of 2218 Page 1280 of 2218 Page 1281 of 2218 Page 1282 of 2218 Page 1283 of 2218 Page 1284 of 2218 Page 1285 of 2218 Page 1286 of 2218 Page 1287 of 2218 Page 1288 of 2218 Page 1289 of 2218 Page 1290 of 2218 Page 1291 of 2218 Page 1292 of 2218 Page 1293 of 2218 Page 1294 of 2218 Page 1295 of 2218 Page 1296 of 2218 Page 1297 of 2218 Page 1298 of 2218 Page 1299 of 2218 Page 1300 of 2218 Page 1301 of 2218 Page 1302 of 2218 Page 1303 of 2218 Page 1304 of 2218 Page 1305 of 2218 Page 1306 of 2218 Page 1307 of 2218 Page 1308 of 2218 Page 1309 of 2218 Page 1310 of 2218 Page 1311 of 2218 Page 1312 of 2218 Page 1313 of 2218 Page 1314 of 2218 Page 1315 of 2218 Page 1316 of 2218 Page 1317 of 2218 Page 1318 of 2218 Page 1319 of 2218 Page 1320 of 2218 Page 1321 of 2218 Page 1322 of 2218 Page 1323 of 2218 Page 1324 of 2218 Page 1325 of 2218 Page 1326 of 2218 Page 1327 of 2218 Page 1328 of 2218 Page 1329 of 2218 Page 1330 of 2218 Palm Beach  Page 1331 of 2218 Page 1332 of 2218 Page 1333 of 2218 Page 1334 of 2218 Page 1335 of 2218 Page 1336 of 2218 Page 1337 of 2218 Page 1338 of 2218 Page 1339 of 2218 Page 1340 of 2218 Page 1341 of 2218 Page 1342 of 2218 Page 1343 of 2218 Page 1344 of 2218 Page 1345 of 2218 Page 1346 of 2218 Page 1347 of 2218 Page 1348 of 2218 Page 1349 of 2218 Page 1350 of 2218 Page 1351 of 2218 Page 1352 of 2218 Page 1353 of 2218 Page 1354 of 2218 Page 1355 of 2218 Page 1356 of 2218 Page 1357 of 2218 Page 1358 of 2218 Page 1359 of 2218 Page 1360 of 2218 Page 1361 of 2218 Page 1362 of 2218 Page 1363 of 2218 Page 1364 of 2218 Page 1365 of 2218 Page 1366 of 2218 Page 1367 of 2218 Page 1368 of 2218 Page 1369 of 2218 Page 1370 of 2218 Page 1371 of 2218 Page 1372 of 2218 Page 1373 of 2218 Page 1374 of 2218 Page 1375 of 2218 Page 1376 of 2218 Page 1377 of 2218 Page 1378 of 2218 Page 1379 of 2218 Page 1380 of 2218 Page 1381 of 2218 Page 1382 of 2218 Page 1383 of 2218 Page 1384 of 2218 Page 1385 of 2218 Page 1386 of 2218 Page 1387 of 2218 Page 1388 of 2218 Page 1389 of 2218 Page 1390 of 2218 Page 1391 of 2218 Page 1392 of 2218 Page 1393 of 2218 Page 1394 of 2218 Page 1395 of 2218 Page 1396 of 2218 Page 1397 of 2218 Page 1398 of 2218 Page 1399 of 2218 Page 1400 of 2218 Page 1401 of 2218 Page 1402 of 2218 Page 1403 of 2218 Page 1404 of 2218 Page 1405 of 2218 Page 1406 of 2218 Page 1407 of 2218 Page 1408 of 2218 Page 1409 of 2218 Page 1410 of 2218 Page 1411 of 2218 Page 1412 of 2218 Page 1413 of 2218 Page 1414 of 2218 Page 1415 of 2218 Page 1416 of 2218 Page 1417 of 2218 Page 1418 of 2218 Page 1419 of 2218 Page 1420 of 2218 Page 1421 of 2218 Page 1422 of 2218 Page 1423 of 2218 Page 1424 of 2218 Page 1425 of 2218 Page 1426 of 2218 Page 1427 of 2218 Page 1428 of 2218 Page 1429 of 2218 Page 1430 of 2218 Page 1431 of 2218 Page 1432 of 2218 Page 1433 of 2218 Page 1434 of 2218 Page 1435 of 2218 Page 1436 of 2218 Page 1437 of 2218 Page 1438 of 2218 Page 1439 of 2218 Page 1440 of 2218 Page 1441 of 2218 Page 1442 of 2218 Page 1443 of 2218 Page 1444 of 2218 Page 1445 of 2218 Page 1446 of 2218 Page 1447 of 2218 Page 1448 of 2218 Page 1449 of 2218 Page 1450 of 2218 Page 1451 of 2218 Page 1452 of 2218 Page 1453 of 2218 Page 1454 of 2218