Loading...
Agenda 06/10/2025 Item #16F 1 (ITB #24-8289 "Pelican Bay Decorative Street Sign Fabrication & INstallation Services to Project Combo, Inc., d/b/a Lykins Signtek, Inc.)6/10/2025 Item # 16.F.1 ID# 2025-1914 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 24-8289, “Pelican Bay Decorative Street Sign Fabrication & Installation Services,” to Project Combo, Inc., d/b/a Lykins Signtek, Inc., and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To award a contract for the fabrication and installation services of decorative street signs in Pelican Bay. CONSIDERATIONS: The Pelican Bay Services Division Municipal Services Taxing & Benefits Unit (the “MSTBU”) was created as a funding source to provide street lighting, water management, beach renourishment, ambient noise management, extraordinary law enforcement service, and beautification, including but not limited to the beautification of recreation facilities, sidewalk, street and median areas, identification markers, and other defined enhanced amenities within the MSBTU’s boundaries. On January 17, 2025, the County issued ITB No. 24-8289, “Pelican Bay Decorative Street Sign Fabrication & Installation Services,” to replace damaged and missing street signs and to upgrade street signs to the current Florida Department of Transportation and Manual on Uniform Traffic Control Devices standards. The ITB was sent out to 2,713 recipients, 496 vendors viewed the solicitation and the County received two responsive and responsible bids by the February 19, 2025, submission deadline, as shown in the below table. Respondents: Company Name City County State Bid Amount Responsive/Responsibl e Lykins Signtek, Inc Naples Collier FL $800,942.10 Yes/Yes AUM Construction, Inc Hialeah Gardens Miami- Dade FL $2,605,275.00 Yes/Yes Staff is recommending awarding the ITB and the attached Agreement to the lowest, responsive and responsible bidder, Project Combo, Inc. d/b/a Lykins Signtek, Inc. (“Signtek”). Signtek is incorporated in Florida, located in Naples, and has been doing business the County for 25 plus years. The Agreement includes an initial three-year term with two one-year renewal options. Prices will remain firm for the initial term of the award. 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. 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: Funding is within the Irrigation and Landscaping Capital Fund (3041), Project No. 50103. The anticipated annual spend is $200,000. GROWTH MANAGEMENT IMPACT: There is no growth management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award ITB No. 24-8289, “Pelican Bay Decorative Street Sign Fabrication & Installation Services,” to Project Combo, Inc., d/b/a Lykins Signtek, Inc., and authorize the Chairman to sign the attached Agreement. Page 1839 of 2218 6/10/2025 Item # 16.F.1 ID# 2025-1914 PREPARED BY: Karin Herrmann, Project Manager I, Pelican Bay Services Division ATTACHMENTS: 1. 24-8289 ProjectCombo Contract VS 2. Project Combo Proposal 3. 24-8289 Bid Tabulation 4. 24-8289 NORA 5. 24-8289 Project Combo COI in Compliance Packet 6. 24-8289 Solicitation Page 1840 of 2218 Page 1841 of 2218 Page 1842 of 2218 Page 1843 of 2218 Page 1844 of 2218 Page 1845 of 2218 Page 1846 of 2218 Page 1847 of 2218 Page 1848 of 2218 Page 1849 of 2218 Page 1850 of 2218 Page 1851 of 2218 Page 1852 of 2218 Page 1853 of 2218 Page 1854 of 2218 Page 1855 of 2218 Page 1856 of 2218 Page 1857 of 2218 Page 1858 of 2218 Page 1859 of 2218 Page 1860 of 2218 Page 1861 of 2218 Page 1862 of 2218 Page 1863 of 2218 Page 1864 of 2218 Page 1865 of 2218 Page 1866 of 2218 Page 1867 of 2218 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [LYKINS SIGNTEK INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8289 Pelican Bay Decorative Street Sign Fabrication & Installation Services RESPONSE DEADLINE: February 19, 2025 at 3:00 pm Report Generated: Thursday, February 20, 2025 Lykins Signtek Inc. Response CONTACT INFORMATION Company: Lykins Signtek Inc. Email: sharon@lykins-signtek.com Contact: Sharon Johnson Address: 5935 Taylor Rd Naples, FL 34109 Phone: N/A Website: www.lykins-signtek.com Submission Date: Feb 19, 2025 11:32 AM (Eastern Time) Page 1868 of 2218 [LYKINS SIGNTEK INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8289 Pelican Bay Decorative Street Sign Fabrication & Installation Services [LYKINS SIGNTEK INC.] RESPONSE DOCUMENT REPORT undefined - Pelican Bay Decorative Street Sign Fabrication & Installation Services 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. General Bid Instructions has been acknowledged and accepted.* Confirmed 3. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.* Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) da ys of the County's issuance of a Notice of Recommended Award. Confirmed 5. County Required Forms BID SCHEDULE* Please upload completed Bid Schedule in Microsoft Excel format. Bid_sheet_4-8289_Bid_Schedule.xlsx Page 1869 of 2218 [LYKINS SIGNTEK INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8289 Pelican Bay Decorative Street Sign Fabrication & Installation Services [LYKINS SIGNTEK INC.] RESPONSE DOCUMENT REPORT undefined - Pelican Bay Decorative Street Sign Fabrication & Installation Services Page 3 VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_250219_114925.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Form_2_250219_114944.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (IF WORK PERFORMED IN THE STATE) - HTTP://DOS.MYFLORIDA.COM/SUNBIZ/ SHOULD BE ATTACHED WITH YOUR SUBMITTAL* Sunbiz_250219_115127.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_250219_115006.pdf E-VERIFY MEMORANDUM OF UNDERSTANDING OR COMPANY PROFILE PAGE* Lykins_everify_company_page.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE AND CLAIMING LOCAL VENDOR STATUS. Form_4_250219_115028.pdf BUSINESS TAX RECEIPT Required if claiming Local Vendor Status. Business_Tax_Receipt_2025.pdf REFERENCE QUESTIONNAIRES (FORM 5)* Completed reference forms. Forms_5_250219_122417.pdf VENDOR W-9 FORM* Page 1870 of 2218 [LYKINS SIGNTEK INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8289 Pelican Bay Decorative Street Sign Fabrication & Installation Services [LYKINS SIGNTEK INC.] RESPONSE DOCUMENT REPORT undefined - Pelican Bay Decorative Street Sign Fabrication & Installation Services Page 4 W-9_250219_115156.pdf ALL SIGNED ADDENDA, IF APPLICABLE. No response submitted ALL OTHER REQUIRED DOCUMENTATION, AS APPLICABLE. No response submitted PRICE TABLES TOTAL BID AMOUNT Submit line-item pricing via Bid Schedule in Microsoft Excel format. Line Item Description Quantity Unit of Measure Unit Cost Total 1 TOTAL BID AMOUNT 1 EACH $800,942.10 $800,942.10 TOTAL $800,942.10 Page 1871 of 2218 Page 1872 of 2218 Page 1873 of 2218 Page 1874 of 2218 Page 1875 of 2218 Page 1876 of 2218 Page 1877 of 2218 Page 1878 of 2218 My Company Account My Company Profile Company Information Edit Company Information Company Name Project Combo Inc. Doing Business As (DBA) Name Lykins Signtek Inc. Company ID 2186751 Enrollment Date Jun 23, 2023 Employer Identification Number (EIN) 842486919 Unique Entity Identifier (UEI) --- DUNS Number 117167667 Total Number of Employees 20 to 99 NAICS Code 339 Sector Manufacturing Subsector Miscellaneous Manufacturing An official website of the United States government Here’s how you know Home Cases Reports Resources Ron Zilkowski Page 1879 of 2218 U.S. Department of Homeland Security U.S. Citizenship and Immigration Services Accessibility Plug-ins Site Map Employer Category Employer Category None of these categories apply Edit Employer Category Company Access and MOU Company Addresses Edit Company Addresses Physical Address 5935 Taylor Rd Naples, FL 34109 Mailing Address Same as Physical Address Hiring Sites Edit Hiring Sites Number of Sites 1 My Company is Configured to: Verify Its Own Employees Memorandum of Understanding View Current MOU Page 1880 of 2218 Page 1881 of 2218 Page 1882 of 2218 Page 1883 of 2218 Page 1884 of 2218 Page 1885 of 2218 Page 1886 of 2218 Page 1887 of 2218 Page 1888 of 2218 Page 1889 of 2218 Page 1890 of 2218 1. All lines must be completed, or bidder may be deemed non-responsive. 2. *Quantities listed are estimated and are only for bidding purposes. Decorative Poles Item Description Unit * Quantity Unit Price Extended Price Unit Price Extended Price 1 Supply and install 118" fluted aluminum decorative pole, 4" OD, 4" ball finial, and custom aluminum base EA 250 798.00$ 199,500.00$ 1,325.00$ 331,250.00$ 2 Supply and install 142" fluted aluminum decorative pole, 4" OD, 4" ball finial, and custom aluminum base EA 250 859.00$ 214,750.00$ 1,295.00$ 323,750.00$ Aluminum Tube Frame Backers & Clamps with Traffic Signs Item Description Unit * Quantity Unit Price Extended Price Unit Price Extended Price 3 Supply and install 1" aluminum tube frame backer & sign insert with 30" x 30" STOP sign with 4" aluminum back clamp EA 100 398.00$ 39,800.00$ 1,530.00$ 153,000.00$ 4 Supply and install 1" aluminum tube frame backer & sign insert with 36" x 36" STOP sign with 4" aluminum back clamp EA 75 474.00$ 35,550.00$ 1,320.00$ 99,000.00$ 5 Supply and install 1" aluminum tube frame backer & sign insert with 30" x 24" traffic sign with 4" aluminum back clamp EA 50 338.00$ 16,900.00$ 1,340.00$ 67,000.00$ 6 Supply and install 1" aluminum tube frame backer & sign insert with 30" x 30" traffic sign with 4" aluminum back clamp EA 75 378.00$ 28,350.00$ 1,500.00$ 112,500.00$ 7 Supply and install 1" aluminum tube frame backer & sign insert with 36" x 36" traffic sign with 4" aluminum back clamp EA 50 418.00$ 20,900.00$ 1,550.00$ 77,500.00$ 8 Supply and install 1" aluminum tube frame backer & sign insert with 18" x 6" traffic sign with 4" aluminum back clamp EA 20 238.00$ 4,760.00$ 1,090.00$ 21,800.00$ 9 Supply and install 1" aluminum tube frame backer & sign insert with 24" x 18" traffic sign with 4" aluminum back clamp EA 20 288.00$ 5,760.00$ 1,200.00$ 24,000.00$ 10 Supply and install 1" aluminum tube frame backer & sign insert with 24" x 24" traffic sign with 4" aluminum back clamp EA 25 328.00$ 8,200.00$ 1,320.00$ 33,000.00$ 11 Supply and install 1" aluminum tube frame backer & sign insert with 24" x 12" traffic sign with 4" aluminum back clamp EA 25 278.00$ 6,950.00$ 1,200.00$ 30,000.00$ 12 Supply and install 1" aluminum tube frame backer & sign insert with 36" x 12" traffic sign with 4" aluminum back clamp EA 5 318.00$ 1,590.00$ 1,350.00$ 6,750.00$ 13 Supply and install 1" aluminum tube frame backer & sign insert with 36" x 30" traffic sign with 4" aluminum back clamp EA 5 494.00$ 2,470.00$ 1,530.00$ 7,650.00$ 14 Supply and install 1" aluminum tube frame backer & sign insert with school S1-1 sign with 4" aluminum back clamp EA 2 278.00$ 556.00$ 1,750.00$ 3,500.00$ Street Name Paddles (signs) with Frames Item Description Unit * Quantity Unit Price Extended Price Unit Price Extended Price 15 Supply and install 1" aluminum tube frame backer for 36" x 9" Street Name paddle with Pelican Scroll, 4" aluminum back clamp, and two street name paddle inserts: Hi white reflective background and black letters, sans serif font typeface Font: HWYB Traffic Font (Original) or FHWA Series B Traffic Font (Alternative) EA 150 283.00$ 42,450.00$ 1,000.00$ 150,000.00$ 16 Supply and install 1" aluminum tube frame backer for 36" x 9" street name paddles with 4" aluminum back clamps, and two street name paddle inserts: Hi white reflective background and black letters, sans serif font typeface Font: HWYB Traffic Font (Original) or FHWA Series B Traffic Font (Alternative) EA 150 283.00$ 42,450.00$ 950.00$ 142,500.00$ Project Manager: Karin Herrmann Procurement Strategist: Matthew Webster Number of Notifications Sent: 2,713 Number of Bids Viewed: 496 Number of Bids Received: 2 AUM Construction Inc. BID TABULATION ITB 24-8289 "Pelican Bay Decorative Posts and Signs with Installation" Project Combo, Inc. dba Lykins Signtek Inc. Page 1891 of 2218 Item Description Unit * Quantity Unit Price Extended Price Unit Price Extended Price Miscellaneous Items Item Description Unit * Quantity Unit Price Extended Price Unit Price Extended Price 17 Create custom mold for Pelican Scroll (one-time cost) EA 1 4,998.00$ 4,998.00$ 3,100.00$ 3,100.00$ 18 Supply and install custom aluminum 24" base EA 500 174.00$ 87,000.00$ 390.00$ 195,000.00$ 19 Remove Concrete Base (depths may range from 24 to 60 inches) EA 300 77.00$ 23,100.00$ 2,600.00$ 780,000.00$ 20 Remove Decorative Pole EA 1 143.00$ 143.00$ 1,000.00$ 1,000.00$ 21 Restand Decorative Pole EA 1 215.00$ 215.00$ 2,500.00$ 2,500.00$ Sod Item Description Unit * Quantity Unit Price Extended Price Unit Price Extended Price 22 Supply and install Zoysia Sod (1 -200) SF 1 1.85$ 1.85$ 200.00$ 200.00$ 23 Supply and install St. Augustine Sod (1 - 200) SF 1 1.35$ 1.35$ 100.00$ 100.00$ 24 Supply and install Bahia Sod (1 - 200) SF 1 0.55$ 0.55$ 75.00$ 75.00$ 25 Supply and install Bermuda Sod (1 - 200) SF 1 1.35$ 1.35$ 100.00$ 100.00$ 26 Supply and install Zoysia Sod, 1 Pallet (300 - 400 square feet) PALLET 1 648.00$ 648.00$ 4,000.00$ 4,000.00$ 27 Supply and install St. Augustine Sod, 1 Pallet (300 - 400 square feet) PALLET 1 472.00$ 472.00$ 3,000.00$ 3,000.00$ 28 Supply and install Bahia Sod, 1 Pallet (300 - 400 square feet) PALLET 1 193.00$ 193.00$ 3,000.00$ 3,000.00$ 29 Supply and install Bermuda Sod, 1 Pallet (300 - 400 square feet) PALLET 1 472.00$ 472.00$ 3,000.00$ 3,000.00$ Item Description Unit * Quantity Unit Price Extended Price Unit Price Extended Price 30 Labor HR 80 110.00$ 8,800.00$ 225.00$ 18,000.00$ 31 Services to create signs/paddles, poles, etc. HR 40 99.00$ 3,960.00$ 225.00$ 9,000.00$ 800,942.10$ 2,605,275.00$ AUM Construction Inc. Yes/No Material Markup 15% N/A YES YES YES YES YES YES YES YES N/A Reference Questionnaire (Form 5) Business Tax Receipt Local Vendor Prefernece (Form 4) Total Bid Amount: YES YES YES YES Immigration Affidavit Certification (Form 3) Conflict of Interest Affidavit (Form 2) YES YES YES* Vendor Declaration Statement (Form 1) Bid Schedule Witnessed By: Leeann Charles Date: February 19, 2025 3:00 PM EDT *Minor Irregularity SunBiz W-9 E-Verify YES YES YES Bid Opened By: Matthew Webster Additional Service & Material Markup: This section does not apply to items above because they are inclusive of costs as described in the solicitation. Project Combo, Inc. dba Lykins Signtek Inc. Yes/No Page 1892 of 2218 Notice of Recommended Award Solicitation: 24-8289 Title: Pelican Bay Decorative Street Sign Fabrication & Installation Services Due Date and Time: February 19th, 2025, at 3:00 PM EST Respondents: Company Name City County State Amount Responsive/Responsible Lykins Signtek Inc. Naples Collier FL $800,942.10 Yes/Yes AUM Construction Inc. Hialeah Gardens Miami-Dade FL $2,605,275.00 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On January 17, 2025, the Procurement Services Division released notices for Invitation to Bid #24-8289 Pelican Bay Decorative Street Sign Fabrication & Installation Services. Two thousand seven hundred thirteen (2,713) notifications were sent, and four hundred and ninety-six (496) vendors viewed the solicitation information, and two (2) bids were received by the submission deadline of February 19th, 2025. Lykins Signtek Inc. and AUM Construction Inc. were both deemed responsive and responsible, with Lykins Signtek Inc. having a minor irregularity. Staff recommends award to Lykins Signtek Inc. as the primary vendor. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: E53883CE-B76E-4643-9DE3-F5702F91AEB7 3/4/2025 3/4/2025 3/4/2025 Page 1893 of 2218 Page 1894 of 2218 Page 1895 of 2218 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR PELICAN BAY DECORATIVE POLES AND SIGNS WITH INSTALLATION SOLICITATION NO.: 24-8289 LEEANN CHARLES, PROCUREMENT MANAGER PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-4270 Leeann.Charles@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 1896 of 2218 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 24-8289 PROJECT TITLE: PELICAN BAY DECORATIVE POLES AND SIGNS WITH INSTALLATION DUE DATE: February 19, 2025, at 3:00 PM EST. PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl INTRODUCTION As requested by the Pelican Bay Services Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The Collier County Board of County Commissioners created the Pelican Bay Municipal Services Taxing and Benefit Unit and the Pelican Bay Services Division Board to advise the Commissioners on important issues that pertain to Pelican Bay residents by enacting Ordinances 2002-27, 2006-05, 2009-05, 2013-19, 2013-61 and 2018-12 as amended. The Unit provides street lighting, water management, beach renourishment, ambient noise management, extraordinary law enforcement service, and beautification, including but not limited to the beautification of recreation facilities, sidewalk, street, and median areas, identification markers, the maintenance of conservation or preserve areas including the restoration of the mangrove forest preserve and to finance the landscaping beautification. Historically, County departments have spent approximately $500,000; however, this may not be indicative of future buying patterns. BACKGROUND As part of Pelican Bay Services community beautification responsibilities, decorative traffic signs are the desired standards of the community to enhance character and beauty. As the community ages, the signs have deteriorated and need replacement and updating to the current standards. Currently, there are approximately 500 decorative poles with signs within Pelican Bay. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the Page 1897 of 2218 solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest overall bid as outlined below: • Lowest Total Bid  Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify Primary & Secondary Awardees  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The services include but are not limited to fabricating, supplying, and installing fully assembled decorative poles and signs (e.g., street name signs and paddles, traffic signs, bases, aluminum tube frame backers and clamps, finials, and custom pelican decorative scrolls), installing or removing decorative poles, replacing, or restanding, or removing existing concrete bases. Work may also include removing damaged equipment, replacement parts, or fabricating new pole and sign installations. Interested Contractors are highly encouraged to visit Pelican Bay before bidding. Location: Pelican Bay is in northwestern Collier County at 26°13′59″N 81°48′32″W. It is part of the area known as North Naples. The City of Naples borders it to the south, and to the east is U.S. Route 41 (Tamiami Trail). Vanderbilt Beach Road is to the north, and the Gulf of Mexico is to the west. The total area is 3.4 square miles (2.9 square miles of land). Page 1898 of 2218 1. SPECIFICATIONS: The work must meet the Pelican Bay aesthetic, functionality, and regulatory requirements. 1.1. Signs: The Contractor shall perform work in accordance with the following standards and specifications: Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, current edition, link: Standard Specifications Library and supplemental documents. Florida Department of Transportation Design Standards, current edition, link: Standard Plans - FY 2023-24 U.S. Department of Transportation, Federal Highway Administration (FHWA) on Uniform Traffic Control Devices, current edition, of standard specifications shall be utilized and in accordance with the “Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways,” current edition, link: Manual on Uniform Traffic Control Devices (MUTCD) - FHWA Collier County Maintenance of Traffic Procedure (MOT Policy), current edition, link: Right-of-Way (ROW) Permitting and Inspection Section | Collier County, FL Regulatory Signs: shall be in accordance with the U.S. Department of Federal Highway Administration, Manual on Uniform Traffic Control Devices (“MUTCD”), link: MUTCD 11th Edition - FHWA MUTCD Street/Stop Combination Sign: Must comply with U.S. Department of Federal Highway Administration, Manual on Uniform Traffic Control Devices (“MUTCD”), Chapter 2B “Regulatory Signs, Barricades, and Gates”, link: FHWA - MUTCD - Chapter 2B. Regulatory Signs. 1.2. New and Replacement Installations 1.2.1. Submit shop drawings for approval before installing if the Division Project Manager requests. 1.2.2. Horizontal clearances and offsets from the edge of the pavement, sidewalks, crosswalks, etc., shall meet criteria set forth by M.U.T.C.D. 1.2.3. The Contractor shall identify the field location with the Division Project Manager before each installation. 1.2.4. Direct burial pole in concrete 30 inches in depth or as the manufacturer recommends. 1.2.5. For public safety purposes, any traffic sign pole removed from the road right of way must be replaced immediately with a temporary traffic sign mounted on a U-channel sign pole, straight aluminum sign pole, or steel sign pole. 1.2.6. Replace Pelican Bay Street sign frames/signs, including custom pelican scrolls, when requested. 1.2.7. Replacement poles will require the surrounding grade to be filled in and compacted to match the existing grade and replace sod damaged to match existing sod. If the Contractor damages irrigation equipment, it must be repaired at no cost to the County. The Division irrigation staff may be onsite to oversee the repairs. 1.2.8. Solar-powered sign pole replacements require the sign to be removed and reattached/rewired to the replacement pole. The labor to remove and reinstall the solar-powered equipment will be in the additional services labor category. 1.2.9. If applicable, submit shop drawings for approval from the Division Project Manager before proceeding with the replacement. 1.3. Restanding poles: The Division Project Manager may contact the Contractor to restand leaning decorative poles to place them back in their proper position. 1.4. Horizontal clearances and offsets from the edge of the pavement, sidewalks, crosswalks, etc., shall meet criteria set forth by M.U.T.C.D. 1.5. Utilities: CALL BEFORE YOU DIG. The Contractor shall exercise precautions while working near utilities. Before digging, the Contractor must call Sunshine 811 at 811 or 800-432-4770, Monday through Friday, from 7:00 a.m. to 5:00 p.m. Sunshine 811 needs two (2) full business days' notice. Any damage to utilities is the Contractor's sole responsibility and at no cost to the County. 1.6. Field location: The Contractor shall identify the actual field location for each sign with the Division Project Manager. Page 1899 of 2218 1.7. Decorative Pole and Sign Details: The fully assembled decorative poles measure 118 and 142 inches, as shown below. The finishes and fonts shall match existing decorative poles and signs throughout Pelican Bay. 1.7.1. 4” OD decorative sign fluted pole, aluminum, .125 wall thickness. 1.7.2. Ball finial cast aluminum to fit 4” OD round sign poles. 1.7.3. Traffic sign(s) installed in a 1” aluminum tube frame with .090 backer mounted with 4” aluminum back clamps. 1.7.4. 4” OD fluted base, aluminum base, 24” high. 1.7.5. 14” x 14” Custom pelican scroll, aluminum. 1.7.6. Slide-in aluminum frame with DOT specification double-sided street name paddle insert for 36” x 9” double-sided street name sign inserts. 1.7.7. 36” x 9” aluminum, rectangular, street name paddle, double-sided with High-Intensity (“HI”) Prismatic reflective material on both sides with 6” inch black vinyl letters. 1.7.8. Street/Stop Combo Sign 1.7.8.1. Department of Transportation (“DOT”) specification for 30” or 36” stop sign. 1.7.8.2. DOT specification 30” x 24” right only sign. 1.7.8.3. Slide-in aluminum street sign frame with DOT specification, double-sided street paddle inserts (HI white reflective background and black letters (new San Serif typeface – Font: HWYB Traffic Font (Original) or FHWA Series B Traffic Font (Alternative) 1.7.9. All assemblies shall be powder-coated or two (2) part urethane. The finish paint color is satin black to match the existing poles throughout Pelican Bay. Page 1900 of 2218 1.8. Pelican Scroll Detail 2. BID SCHEDULE: All categories will include the cost of Maintenance of Traffic (MOT)/Temporary Traffic Control (TTC), mobilization, and demobilization as applicable. Note: All County-owned poles and signs removed from the road right-of-way shall be brought to the Pelican Bay Services Division, Operations Facility, 6200 Watergate Way, Naples, Florida 34108, for recycling or disposal. This service will be included in the unit prices as applicable. 2.1. Decorative Poles: The unit prices include materials, labor, hardware, fabrication, equipment, delivery, site preparation, debris removal, installation, utility locates, and disposal to perform the work. The unit of measure is each (EA). 2.2. Aluminum Tube Frame Backs & Clamps with Traffic Signs: The unit prices include materials, labor, hardware, fabrication, equipment, delivery, installation, and disposal to perform the work. Supply and install fully assembled decorative traffic signs with 1" aluminum tube frame backer, 4" aluminum back clamp, and hardware. The unit of measure is each (EA). 2.3. Street Name Signs with Frames: The unit prices include materials, labor, hardware, fabrication, equipment, delivery, site preparation, debris removal, installation, and disposal to perform the work for the following: 2.3.1. Supply and install 1" aluminum tube frame backer for 36" x 9" Street Name paddle with Pelican Scroll with 4" aluminum back clamp and two Street Name sign inserts: Hi white reflective background and black letters, sans serif font typeface Font: HWYB Traffic Font (Original) or FHWA Series B Traffic Font (Alternative)The unit of measure is each (EA). 2.3.2. Supply and install 1" aluminum tube frame backer for 36" x 9" Street Name paddle with 4" aluminum back clamp and two Street Name sign inserts: Hi white reflective background and black letters, sans serif font typeface Font: HWYB Traffic Font (Original) or FHWA Series B Traffic Font (Alternative) 2.4. Miscellaneous Items: The unit prices may include materials, hardware, labor, fabrication, equipment, transportation, and delivery to the location designated by the Division Project Manager; some line items include installation. The unit of measure for all line items in this category is each (EA). 2.4.1. Create custom mold for the Pelican Scroll: This is a one-time cost to create the pelican scroll mold. The unit price includes materials, labor, fabrication, and equipment. 2.4.2. Supply and Install Custom Aluminum 24 inch Base: The unit price includes delivery, materials, equipment, labor, site preparation, and installation. 2.4.3. Remove Concrete Base: The unit price includes removing the existing concrete base, depths ranging from 24 to 60 inches, labor, materials, equipment, and disposal. 2.4.4. Remove Decorative Pole: The unit price includes labor, materials, equipment, and disposal. 2.4.5. Restand Decorative Pole: The unit price includes labor, materials, and equipment to reposition the poles. 2.5. Sod: The Division Project Manager may utilize these line items when the worksite requires sod replacement following decorative pole installation, concrete base removals, restanding poles, removing damaged poles, or when worksites require full restoration. The unit price includes sod, materials, labor, equipment, delivery, site preparation, utility locates, installation, and disposal to perform the work. The unit of measure for various sod types ranges from 1 – 200 square feet (SF) and 300- Page 1901 of 2218 400 square feet of sod per pallet (Pallet). 2.6. Additional Services: This category does not apply to items 2.1 through 2.5 above. Those unit prices include all costs to complete the work. The unit of measure is hourly rates (HR). 2.6.1. Labor: These hours may include, but are not limited to, removing solar-powered traffic signs and reattaching and rewiring them to the decorative pole, removing damaged street signs, brackets, and pelican scrolls, and other labor activities as requested by the Division Project Manager. 2.6.2. Services to create new signs/paddles, poles, etc.: The line item is for design services to create new signs, poles, etc., as requested by the Division Project Manager. 2.7. Material Markup: The markup for materials is 15 percent. Tax and freight are not marked up. The material markups do not apply to the various categories on the bid schedule. 2.7.1. The Contractor shall provide receipts with the invoice for reimbursement of materials exceeding $500.00. 2.7.2. For purchases under $500, the Contractor shall provide a list of parts with the associated costs to determine the markup; the County reserves the right to request receipts for these purchases to verify expenses. 3. GENERAL INFORMATION 3.1. Work Commencement: Work shall start with the Division Project Manager issuing a Purchase Order. 3.2. Work Request: The Division Project Manager will request work from the Primary Contractor. If the Primary declines the work in writing, the Division Project Manager may request work from the Secondary Contractor. If the Secondary Contractor declines the work, the Primary will be required to perform the work. Contractors' Agreements may be subject to termination if they continually decline work requests. During any notice of termination, default, breach, or suspension, the County shall have the full authority to utilize the Secondary Contractor as the Primary Contractor. 3.3. Work Schedules: The Contractor shall provide work schedules to the Division Project Manager for on-site inspections before starting services. 3.4. Work Hours: Work hours are Monday through Saturday from 7:00 a.m. to 7:00 p.m. No work is permitted on Sunday or the following Collier County-observed holidays: New Year's Day, Martin Luther King, Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, and the day after Thanksgiving, Christmas Eve, and Christmas Day. 3.5. Work Delays: If work is delayed, notify the Division Project Manager immediately and follow up with an email stating the cause of the delay within 48 hours. 3.6. Mobilization: The project location cannot be used as a temporary storage facility for construction equipment or materials that are not immediately needed. The Contractor must coordinate with the Division Project Manager to utilize the Pelican Bay Services Division, Operations Facility, 6200 Watergate Way, Naples, Florida 34108, for storage and staging equipment or materials. 3.7. Clean Up / Disposal: The Contractor shall remove and dispose of material, debris, and trash daily within the work zone. If the area is not cleaned, the Contractor may be required to return to the worksite to clean up, remove, and dispose of the debris at an authorized disposal site. 3.8. Inspections: Onsite inspections may occur to monitor work progress and when the work is completed. The Contractor is to contact (by phone or email) the Division Project Manager when the project is completed. 3.8.1. The Division Project Manager will notify the Contractor when the finished work fails to comply with the specifications. 3.8.2. The Contractor shall immediately cure the deficient work, ensuring it complies with the specifications. 3.8.3. The Contractor shall notify the Division Project Manager when deficient work is ready for re-inspection. 3.8.4. The County may perform a final inspection of the work or request photographic evidence. The County will inform the Contractor of any necessary repair work not completed. 3.8.5. The Contractor shall immediately complete all incomplete work and arrange another re-inspection. 3.8.6. There will be no cost to the County for the Contractor to correct deficient work. 3.9. Damages: The Contractor is responsible for exercising care at the project site. If the Contractor causes damage, they must repair them at no cost to the County. The Contractor shall repair damages within 10 calendar days from the date of damage or as agreed Page 1902 of 2218 upon by the Division Project Manager. It shall be at the Division's discretion to withhold estimated damage costs from an invoice until the repairs are completed and accepted. 3.10. Work Zone Safety: The Contractor shall use caution while working on County Right-of-Way (ROW) (i.e., roads, sidewalks, bike paths, etc.), roadway medians, in or around County-owned or operated facilities. 3.10.1. American National Standards Institute/International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, T- shirts, or similarly labeled garments depending on the time of day. 3.10.2. Appropriate work zone signage, cones, barricades or barrels, arrow panels, flagging personnel, and stop/slow paddles. 3.10.3. An applicable work zone TTC plan based on FDOT and/or MUTCD designs on site. 3.10.4. The Contractor will maintain access for residents and commercial properties with minimal delays to the traveling public. 3.11. Maintenance of Traffic (MOT)/Temporary Traffic Control (TTC): The Contractor is responsible for safety in the work zone and setting up MOT/TTC with the right equipment and proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones, message boards, warning devices, barriers, or flagmen. The Contractor or subcontractor shall have Temporary Traffic Control or Maintenance of Traffic, Intermediate Level Certification. 3.11.1. The Contractor is responsible for maintaining MOT/TTC while performing services in the right-of-way and roadways. It is a requirement for the safety and protection of the Contractor's employees and motorists during service performance. 3.11.2. The Contractor must adhere to the latest edition of the FDOT Design Standards, 600 series, and the Manual on Uniform Traffic Control Devices (MUTCD). 3.11.3. The Contractor is responsible for the MOT/TTC plan, equipment, and setup. 3.11.4. The certified MOT/TTC employee will meet the Division Project Manager or designee within twenty (20) minutes of the initial contact to address work zone safety issues. 3.11.5. If the MOT/TTC setup does not comply with the FDOT standards and MUTCD, the County will cease operations until corrected. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see “Vendor Check List”)*** The County requests that the vendor submits no fewer than three (3) and no more than five (5) completed reference forms from clients during the last three (3) years whose projects are similar work as described in this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope, and complexity to this work using Form 5 provided in OpenGov as part of the Required Forms. Page 1903 of 2218