Loading...
Agenda 07/12/2016 Item #16C7 7/12/201616.0.7. EXECUTIVE SUMMARY Recommendation to correct a scrivener's error by changing the amount of the awarded bid number 16-6602, "Naples South Water Main Replacement," Project Number 71010, to Kyle Construction,Inc.,from $1,392,752.40 to$1,392,737. OBJECTIVE: To correct a scrivener's error in the approved May 24, 2016, Board of County Commissioners (Board)meeting agenda item 11D. CONSIDERATIONS: On May 24, 2016,. the Board awarded bid number 16-6602, "Naples South Water Main Replacement" Project Number 71010. Due to a scrivener's error in the Bid Tabulation that was attached to the Executive Summary, the awarded amount of$1,392,752.40 was $15.40 greater than the low bid amount of$1,392,737.00. FISCAL IMPACT: Project cost will be reduced by $15.40. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, raises no legal issue, and requires majority support for approval. -JAK GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: To correct a scrivener's error by changing the amount of the awarded bid number 16-6602, "Naples South Water Main Replacement," Project Number 71010, to Kyle Construction,Inc., from $1,392,752.40 to $1,392,737.00. Prepared By: Oscar P. Martinez, P.E., PMP, Principal Project Manager, Public Utilities Planning and Project Management Division Attachments: 1)Low Bid 2)Bid Tabulation Packet Page-695- 7/12/2016 16.C.7. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.7. Item Summary: Recommendation to correct a scrivener's error by changing the amount of the awarded bid number 16-6602, "Naples South Water Main Replacement," Project Number 71010,to Kyle Construction, Inc., from $1,392,752.40 to $1,392,737. Meeting Date: 7/12/2016 Prepared By Name: Oscar Martinez Title: Project Manager,Principal, Public Utilities Engineering 6/24/2016 10:34:05 AM Submitted by Title:Project Manager,Principal, Public Utilities Engineering Name: Oscar Martinez 6/24/2016 10:34:06 AM Approved By Name: ChmelikTom Title: Division Director-Public Utilities Eng,Public Utilities Engineering Date: 6/24/2016 11:24:27 AM Name: Joseph Bellone Title:Division Director-Operations Support, Utilities Finance Operations Date: 6/24/2016 11:26:18 AM Name: HapkeMargie Title:Recycling Coordinator, Solid&Hazardous Waste Management Date:6/24/2016 11:41:46 AM Name: KearnsAllison Title: Interim Procurement Director Date: 6/24/2016 2:47:12 PM Packet Page-696- 7/12/2016 16.C.7. Name: HerreraSandra Title: Manager-Procurement,Procurement Services Date: 6/24/2016 2:47:25 PM Name: HallSwainson Title: Procurement Specialist, Procurement Services Date: 6/24/2016 3:08:15 PM Name: YilmazGeorge Title: Department Head-Public Utilities,Public Utilities Department Date: 6/28/2016 9:44:23 AM Name: AshtonHeidi Title: Managing Assistant County Attorney, CAO Land Use/Transportation Date: 6/30/2016 9:13:57 AM Name: FinnEd Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 6/30/2016 2:45:29 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 7/1/2016 3:56:11 PM Packet Page-697- 7/12/2016 16.C.7. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Naples South Watermain Replacement '/ /��1 BID NO. 16-6602 Full Name of Bidder Kyle. Cons4cuc#iof1 Tnc.. Main Business Address 3103b 1%cospeck Ave. Place of Business N0.0eS FL 34 t 0L4 Telephone No. (2.34) 104 3- '7059 Fax No. (239) 1043 - 619 State Contractor's License # CUG05‘0881 State of Florida Certificate of Authority Document Number?93000009639 Federal Tax Identification Number 1p 5030 2 582 DUNS# 8O92134023 CCR# t.114 Cage Code NIA 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, including Addenda issued thereto and acknowledges receipt below: 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 Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 12 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -698- 7/12/2016 16.C.7. ik ,....„, CAD e-r C,ouvity Bid Tabulation Naples South Water Main Replacement Revised: 3/29/2016 Note: 1.All materials supplied to meet Collier County Specifications/Standards and approved construction documents. A. COMMON ITEMS Item Description Quantity Unit Unit Price Amount 1 Mobilization/Demobilization/Pre-construction video/Driveway&Sod Survey 1 LS $ 110,000.00 $ 110,000.00 2 Maintenance of Traffic 1 LS $ 27,000.00 $ 27,000.00 3 Project Sign 4 EA $ 1,500.00 $ 6,000.00 4 Stormwater Pollution Plan 1 LS $ 700.00 $ 700.00 5 Record Survey/Record Drawings 1 LS $ 31,000.00 $ 31,000.00 SUBTOTAL: $174,700.00 B. WATER MAIN REPLACEMENT Item Description Quantity Unit Unit Price Amount 1 6"PVC WM(DR 14,CL 200) 4,510 LF $ 35.00 $ 157,850.00 2 8"PVC WM(DR 14,CL 200) 5,788 LF $ 36.00 $ 208,368.00 3 8"&6"Gate Valve 49 EA $ 1,400.00 $ 68,600.00 4 8"&6"Tees 17 EA $ 725.00 $ 12,325.00 5 6"Reducers 1 EA $ 500.00 $ 500.00 6 All Bends(45,22.5,&11.25) 28 EA $ 500.00 $ 14,000.00 7 Fuller's Installation(2"Connection on Private Property) 1 LS $ 4,500.00 $ 4,500.00 8 Rattlesnake Hammock Rd&41 East WM Plugging 1 LS $ 5,000.00 $ 5,000.00 9 Cap Exist 8"WM at Fuller's Funeral Home 1 LS $ 3,000.00 $ 3,000.00 10 Air Release Valve Assembly(ARV) 19 EA $ 1,200.00 $ 22,800.00 11 Temp.Bact Sample(TBSV) 9 EA $ 100.00 $ 900.00 12 Perm.Bact Sample(PBSV) 4 EA $ 900.00 $ 3,600.00 13 Fire Hydrant Assembly(FH) 25 EA $ 2,450.00 $ 61,250.00 14 Temp.Jumper 2 EA $ 800.00 $ 1,600.00 15 Final Connection 3 EA $ 3,000.00 $ 9,000.00 16 1 1/2"Water Service Meter,Long 14 EA $ 1,200.00 $ 16,800.00 17 1 1/2"Water Service Meter,Short 6 EA $ 750.00 $ 4,500.00_ 18 2"Water Service Meter,Long 2 EA $ 1,200.00 $ 2,400.00 19 2"Water Service Meter,Short 5 EA $ 750.00 $ 3,750.00 20 Private Water Service Extension 545 LF $ 3.00 $ 1,635.00 21 Remove AC Pipe 7,813 LF $ 7.00 $ 54,691.00 22 Grout 6" &Smaller AC Pipe 243 LF $ 8.00 $ 1,944.00 23 Grout 8"DI Pipe 756 LF $ 8.00 $ 6,048.00 24 Miscellaneous Abandonment 1 LS $ 7,500.00 $ 7,500.00 25 Roadway Remove/Replace 1,175 LF $ 9.00 $ 10,575.00 26 Concrete Driveway Remove/Replace 1,138 SY $ 33.00 $ 37,554.00 27 Decorative/Painted Concrete Drive Remove/Replace 110 SY $ 45.00 $ 4,950.00 28 Paver Driveway Removal/Reinstall 188 SY $ 64.00 $ 12,032.00 29 Asphalt Driveway Remove/Replace 1,467 SY $ 22.00 $ 32,274.00 30 Dirt/Gravel Driveway Remove/Replace Concrete 256 SY $ 33.00 $ 8,448.00 31 1"Single Water Service Meter,Long 51 EA $ 900.00 $ 45,900.00 32 1"Single Water Service Meter,Short 59 EA $ 600.00 $ 35,400.00 33 4"Service Connection across Hawaii 2 EA $ 4,100.00 $ 8,200.00 34 10"HDPE Bore across Hawaii 1 LS $ 11,000.00 $ 11,000.00 35 Concrete Sidewalk Remove/Replace 40 SY $ 33.00 $ 1,320.00 36 Pavement Overlay(1") 1,241 TON $ 154.00 $ 191,114.00 37 4'Strip Pavement Grinding 10,140 LF $ 1.85 $ 18,759.00 38 Driveway Culvert(12"CMP) 100 LF $ 25.00 $ 2,500.00 39 Driveway Culvert(15"CMP) 50 LF $ 26.50 $ 1,325.00 40 Driveway Culvert(12"RCP) 100 LF $ 28.00 $ 2,800.00 41 Driveway Culvert(15"RCP) 50 LF $ 24.50 $ 1,225.00 42 Concrete Mitered End Section(12"and 15") 12 EA $ 300.00 $ 3,600.00 43 Temporary and Permanent Striping(Yellow&White) 1 LS $ 15,000.00 $ 15,000.00 SUBTOTAL: $1,116,537.00 Packet Page -699- 7/12/2016 16.C.7. C.4 er County MISCELLANEOUS ;m Description Quantity Unit Unit Price Amount r 1 Furnish/Install New Mailbox 20 EA $ 75.00 $ 1,500.00 2 Owner Directed Allowance-Water 1 T&M $ 100,000.00 $ 100,000.00 SUBTOTAL: $101,500.00 TOTAL BID: $1,392,737.00 Packet Page-700- 7/12/2016 16.C.7. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL 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: 141 It Consiruciicn -Inc. Signature: Date: 4 1 Kyle Abm.r.am, Projee CYlarkogec 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: 14 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -701- 7/12/2016 16.C.7. LIST OF MAJOR SUBCONTRACTORS THIS LIST 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 2013-69 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 Subcontractor and Address Work 1. Electrical 2. Mechanical ,,fir 3. Plumbing NM MC 4. Site Work I., 5. Identify other subcontractors that Sect 61 cfm ove#1.ctalr twerk represent more than 10% of price or that affect the critical path of the schedule Company: CZAS3rrt.)C.,, c1C`t. c,. Signature:*z .. Date: '7 /._ /tide ihres44,07, i-c��+ Mailayee- 15 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page-702- 7/12/2016 16.C.7. STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five 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. Project and Location Reference 1. (irsil2nci Ade Water moi= uteri 4 PM (239) tom - 1290 2. IkkTiesmor tai `Ftp1 � 1.,�io10 Copier �ur4 bi;.. 6/;.t-ie.S (239) 252.- b2 9 3. C4.6i6o. -2 faec-6;mn Worm., Thoseit. Attyse,n 14btdca CAI les Etl;neer NoRke,51 FL- (2s 3ci - 3cito 4. Ai iiarloor +c • — t �.� -_ aS 0 tail' NcleS, FL (239253 -9l4o Vreatick-scycNt 6-0114 (Wino' (239) 405 - zou 6. OC' is e- LewirtAzowtky Lr. L4,34t44, tea;" ,.. Ge4FF Ci 1eS C239) 253 75614 Dated 16 Yolk nst . on nc- Bidder BY: IC��t Abettharn Vete Hutu" 16 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -703- 7/12/2016 16.C.7. TRENCH SAFETY ACT 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 Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) (LF,SY) 1. SI erpi rt 3 LF 10 298 41. °" ir10 298',c'" 2. 3. 4. 5. TOTAL$ 10,295_ (2° Failure to complete the above may result in the Bid being declared non-responsive. Dated 4( I I SIB 141k. C.Onn)^Cuc-AE1or t c.. i Bidder BY: ,l'ykAra pa ri 147e04 Afoloclee 17 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -704- 7/12/2016 16.C.7. n,str t e erviezz Department re-Tin• 11,1s-Dr immigration Law Affidavit Certification Solicitation: 16-6602 Naples South Watermain Replacement This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals(RFP) submittals. Further, Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. 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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/Bidder's proposal as 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)) 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 / Bidder's proposal. Company Name �� ConsIrruckieiri �1G Print Name V+Nte- Abraham TitleresjeM.c* Mora04.3er Signature Date 4 g � State of Aeofolcx- County of CO//4,."'" day of t `. ' The foregoing instrument was signed and acknowledged before me this , 20 1 6, by 14,1k. ham. who has produced FL CO- AIS- 1$- -01W-As identification. (Print or Type Name) (Type of Identification and Number) LA Ri rr'y' Public ^ el. rre tic:"•,, TC AAtLltt * f (4 : tAIi MY COMMISSION.FF 217538 t (iA � � ti EXPIRES:July 7,2019 Printed Name of Notary Public P• anted ibruwary Public underwriters Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 18 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -705- 4/8/2016 E-Verify-Employer Wizard-Company Information 7E- eri /12/2016 16.C.7. USA ■i' jIlfJil rnkq i Welcome User ID Last Login Employment Eligibility Verification Lana Abraham LAPR1280 10:44 AM-03/30/2016 Log Out Click any etfor help Home Company Information New Case Company Name: KYLE CONSTRUCTION INC View Cases View!Edit Search Cases Company ID Number: 367474 Doing Business As(DBA) Edit Profile Name: Change Password DUNS Number: 809734023 Change Security Questions Physical Location: Mailing Address: Edit Company Profile Address 1: 3636 PROSPECT AVE Address 1: Add New User Address 2: Address 2: View Existing Users City: NAPLES City: Close Company Account State: FL State: Zip Code: 34104 Zip Code: View Reports County: COLLIER View Essential Resources Additional Information: Take Tutorial Employer Identification Number:650382582 View User Manual Total Number of Employees: 10 to 19 Share Ideas Parent Organization: Contact Us Administrator: Organization Designation: Employer Category: None of these categories apply NAICS Code: 238-SPECIALTY TRADE CONTRACTORS View/Edit Total Hiring Sites: 1 View/Edit Total Points of Contact: 2 View/Edit U S.Department of Homeland Security•www.dhs.gov U S.Citizenship and Immigration Services-www.uscis.gov Enable Permanent Tooltips Accessibility Download Viewers Packet Page -706- https://e-verify.uscis.gov/em p/Em ployerW izard.aspx 1/1 7/12/2016 16.C.7. rrocure:-,enr aer:.ces COLLIER COUNTY SOLICITATIONS SUBSTITUTE W-9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Ijstte. C_ ns cuckie •� . (as shown on income ax return) Business Name (if different fromaxp er name) ,3 Address 03b rfbSr .th Ave.. City t\ o,p1 State F1.. Zip 34104 Telephone(239) b43-?057 FAX(239)b'13-1/6 79 EmailKv1t.c n t ne, n(7 OA cam Order Information Remit I Payment Information Address SAME AS ABOVE Address SAME AS ABOVE City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) -----1 _Individual/Sole Proprietor �( Corporation Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) h5-03g 2.5g2. (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature L Date y/7//65 Title ?col.4. rnanatte Phone Number(Z39)SP3-04'38 19 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -707- 7/12/2016 16.C.7. 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 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 Notice of Award, the undersigned proposes to commence work at the site within 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 Two Hundred and Seventy (270) 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 Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Flow.de,. County `off Coltec' i4 (C. �..bnsA-c uz_ i oY1 Ic1C. , being first duly sworn on oath depoes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. //1� V � C0(tS4c .)C}tb(1 In K.. also deposes and says that it has examlned and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. 20 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -708- 7/12/2016 16.C.7. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of f7orida. which operates under the legal name of Kyle. Cg ng}cucrk,v Inc.• , and the full names of its officers are as follows: President Lana. M. Ab-alnaorn Secretary C Inane s Abraham Treasurer Lana N. AbraY arm Manager (Kite. Abraham The enoalcounker is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken 3nnva Ll 2.o11e - -- (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is , and if operating under a trade name, said trade name is Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. 21 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -709- 7/12/2016 16.C.7. DATED April g 2016 k ns -co r C'... Legal entity I tij BY: 14.4It. Abratrlabarn Witness 1C} Name of Bidder(Typed) AL \.Wit, ess ( Lure 2 2y Title STATE OF e�i COUNTY OF fl;e,,r The foregoing instrument was acknowledged before me this day of i�a>ri 201\z, , by Volk, A jra o.ot , as .; e>L�,. .,cr° of :. .s . .'„� � � rr , a F . ga.. corporation, on behalf of the corporation. e/she is personally known_ to m-, or has produced as identification and did (did not)take an oath. j My Commission Expires: 1) ,.,(',t .v (Signature of Notary) NAME: 7 ',.,,(a. tkaitfytI ' (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: a 4°I't° TOCLAHAMM t'* .61 1,; MY COMMISSION#FF217538 EXPIRES:July 7,201s R°fly` BondedThru Nota PPubfic Underw ers 22 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -710- 7/12/2016 16.C.7. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Kyle Construction, Inc. (herein after called the Principal) and Merchants Bonding Company (Mutual) , (herein called the Surety), a corporation chartered and existing under the laws of the State of Iowa with its principal offices in the city of Des Moines and authorized to do business in the State of Florida are held and firmly bound unto the Collier County (hereinafter called the Owner), in the full and just sum of Five Percent(5%)of Amount Bid dollars ($ ---------5%- ) 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 Naples South Watermain Replacement Bid No. 16-6602 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 $Five Percent(5%)of Amount Bid 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 11th day of April , 20 16 KYLE CONSTRUCTION, INC. Principal It BY (Seal) k. ,. tF ar x f! t" ? _fes;— MERCHANTS MERCHANTS BONDING COMP-ANY-(MUTUAL) Surety (Seal) Wendy L. Hingson;"Attorney-In-Fact - Countersigned- F Wendy L. Hingson, Florida Residerpt Agent(239)275-8226 Local Resident Producing Agent for VTC Insurance Group 4110 Center Point Drive, #215, Fort Myers, Florida 33916 23 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -711- 7/12/2016 16.C.7. MERCHANT BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint, individually, Robert Trobec; Wendy L Hingson of Fort Myers and State of Florida their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign,execute, acknowledge and deliver in their behalf as surety any and all bonds,undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: EIGHT MILLION($8,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 13thday of August , 2014. o"' , IOWAl' ANG,C0 ��. ®:; .•O�•tPA • '. MERCHANTS BONDING COMPANY(MUTUAL) 6?:�Q 4y , = cb.' O • -1.. MERCHANTS NATIONAL BONDING,INC. :� a7; ;' 'F:2 p_ c++, • %' E003 ;irc:$ :Q. 1933 c. .yJ. • ***r. By c/(17.7 ' �'' •, .. STATE OF IOWA '-„ •Tr•• ,,,t0,` • • 'i COUNTY OF POLK ss. ........ •""`' President On this 13th day of August 2014,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year first above written. RtAts WENDY WOODY o Commission Number 784654 My Commission Expires qp gitiA *+# �owP' June 20, 2017 gob. Notary Public, Polk County,Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 11th day of April, 2016 ...... • ▪ a •+—;-- -0' • : = 6' 1933 Secretary 2003 <.n . :c. POA 0014 (7/14) ; �� ......;����.• `` •.6'4,':,._ ..•`' • ASii,,. °• Packet Page -712- 7/12/2016 16.C.7. T M/DDIYYYY) AC RE DATE(M T/CERTIFICATE OF LIABILITY INSURANCE /2016 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). PRODUCER CONTNAMEACT Wendy.Rgson .. Valenti Trobec Woody PHONE 239 275-8226 [FAX 239 275-8837 _CNC.No_EAUJ;_-.,..... .............__._..f6 Qi MAI=—_____ --.'___—__., 4110 Center Point Drive _4poseSS:vrhir gsan@vtcins.com — _._ _ Suite 215 INSItR£R(SLAFFORDING CAVER.AGE NAUQif - . Fort Myers, FL 33916 INsuRERA:continental Casualty __....,. INSURED INSURER e:Continental Insurance_ Co.__-_ 35289 ____ Kyle Construction, Inc. INSURER c:Transport ation,_„Insurance Company 3636 Prospect Avenue INSURER D:Valley_Forge Insurance Company-_,__•. L___-__ ., . Naples, Florida 34104 wsuRERE: IN_RURER F COVERAGES CERTIFICATE NUMBER2015-2016 GL,AU,WC,UMB REVISION NUMBER: 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 PER-IAIN,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. ,._...__,_.�...._......_..�... ...__..__,_.._._. tib S171 "..`-�.�._.. POLICY EFF ( POLICY EXP f R ITYPE OF INSURANCE INSWWWPOLICY NUMBER (MM/DO!YYYY)I JMMIOD!YYYYI I LIMITS LTR _ DAMAGE TO RENT'EO 100,000 • 11 CLAIMS-WADE X OCCUR PREMISES.(Ea oc urrerc e) $ 402 721 9828 i 10/01/2015 10/01/2016 MED EXP(Any one person) $ 15,000 PERSONAL S ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 I I POLICY 1.-x--.1 jEC7 I I LOC PRODUCTS-COMP/OP AGG $ 2,000,000 II OTHER . . . t I $ 5 IAUTOMOBILE LIABILITY COMBINEDI ( SINGLE 1000.000 ' X ANY AUTO BODILY INJURY(Per porson) $ B , ALL OWNED X I SCHEDULED 202 450 8942 10/01/201510/01/2016 BODILY INJURY(Per se dent) $ AUTOS — --- ..,.......,....,....._...__.__.._....___—._ �I NO'J-Ol^:NED PROPERTY DAMAGE $ X HIRED AUTOS X (Pur modem) .......... _.'AUTOS f $ I X UMBRELLA UAB X OCCUR i EACH OCCURRENCE $ 3,000,000_ • EXCESS UAB CLAIMS-MADE 202 450 699010/01/2015110/01/2016 AGGREGATE a3,000 000 , DED I X I RETENTIONS 10,000 OVERRIDES ALL COVERAGES I i $ I WORKERS COMPENSATION X,I PL1I TE I I W. IAN()EMPLOYERS'LIABILITY Y t N I ANY PROPRIETOR/PARTNER/EXECUTNE i t E.L EACH ACCIDENT _ 5 _.-._..._......100,000OFFIC (mandatory In NH)EXCLUDED? "N!A WC107 367 4577 10/01/2015 10/01/2016 E.L DISEASE-EA EMPLOYE 5 100,000_ D (Mandatory In NH) ° _...._.__.............._...___.....................---...-._.................._.........:...:.:....,:_.._. II yes,describe Under DESCRIPTION OF OPERATIONS below E.1_.DISEASE-POLICY I,NIT Is 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101.Additional Remarks Schedule,may be attached It more space Is required) Project: Bid #16-6602, Naples South Watermain Replacement CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Board of Collier County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3301 Tamiaini Trail E ACCORDANCE WITH THE POLICY PROVISIONS. Naples, FL 34112 AUTHORIZED REPRESENTATIVE Wendy F._ligson,/:'51p - ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1NS025 1201401) Packet Page-713- 7/12/2016 16.C.7. BUSINESS CONTACT INFORMATION 1' t 1..CAI&t'VG3tiOCI ��11C• (Firm s Complete Legal Name) Main Business 36310 'c s tcJr Ave. (Address) tJck1e s F'4. 34 c u (City, State, ZIP) Contact Name i&k Abraham Phone No. UM? b43- 145'59 Title ?mitt-A- ma tt' FAX No. (239 643- 4bh9 Email address: Kyle,consk-i nc mot.cern ADDITIONAL CONTACT INFORMATION Send Payments To SEe A56v (REQUIRED ONLY if different from above) (Company Name used as Payee) (Address) (City, State, ZIP) Contact Name Phone No. Title FAX No. Email address: Office Servicing Collier County Account /Place Orders/Request Supplies (REQUIRED ONLY if different from above) (Address) (City, State, ZIP) Contact Name Phone No. Title FAX No. Email Address: 24 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -714- } STATE OF FLORIDA 7/12/2016 16.0.7. DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 r::::4:----;:7-:::c4-.---. • 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 ABRAHAM, LANA MARIE KYLE CONSTRUCTION INC 3636 PROSPECT AVENUE NAPLES FL 34104 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and . -- ----- • Professional Regulation. Our professionals and businesses range X1,7 ,,. STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, -e-c DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. '' PROFESSIQNAL REGULATION Every day we work to improve the way we do business in order to CUC056881 x t.l : :,09/04/2014 serve you better. For information about our services,please log onto x �„ www.myfloridalicense.com. There you can find more information CERT UNDERG•-1atND&EXCAV CNTR about our divisions and the regulations that impact you, subscribe ABRAHAMLA to department newsletters and learn,more about the Department's KYLE CONSTR *-1+'1 r initiatives. > = ^ : Our mission at the Department is: License Efficiently, Regulate Fairly. •-'� ,«Bx We constantly strive to serve you better so that you can serve your " "` customers. Thank you for doing business in Florida, IS CERTIFIED under the-provisions of Ch.489 FS. and congratulations on your new license! Expiration date AUG 31,2016 L1409040001089 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSO,N, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD °_ LICENSE NUMBER ,, CUC056881 `• The UNDERGROUND UTILITY& EXCAVATION C( , , , -- .. . Named below IS CERTIFIED , K.. Under the provisions of Chapter 489 FS. • fieb"� '` Expiration date: AUG 31,2016 El 3 P'll'ii El ABRAHAM, LANA MARIE • t KYLE CONSTRUCTION.1 1 3636 PROSPECT AVENU — ':7- ' _,, r iii '1 'r NAPLES i=L O _ .t If:_i1 D D . • -;,;'-''' ''''",,ii. - ; Packet Page-715 `,: W' ISSUED: 09/04/2014 DISPLAY AS REQUIRED BY LAW SEQ# L1409040001089 cn CO N r- 1 7/12/2016 16.0.7. Co 0. P cb X -0 co c o La 3 in- 0 0 m o z 0) -0.—'.-74 0., z z -— .. .......=es 0 c r" cn .co co -I CD 6 x A.0 > • B ct.ie 2 rs .71. P / ...4 . / CD = •—• ,C) W ..< • —I. CD rii 51 — m . 0= — C c 0 s:,c on m. C -0 CD CD M X Z X 0 (...) r- i-i-, Fn. >,0 co to --. •.... M ' .. . 0 0 g gi.z (-) , .. /4. r' 0 0 ' N....n r- 1,-- tlf Q c'f; 2 ;,/,*s., ...N..,„„, ,...-.. r _,4 ... 51 61 1' -4.444 — t4 N,„„,o .,,, c ,,,, _ --- ,t1k, .< -0, 0 ,rms , . .., --_„ 17 a, i'‘u ri ''"'441 - roc.„•71 to Ca 0, %,..0 e.f,•,..• _i_,,:b.C 0 Z ...c;...3,A A4,:•.,0 „rig 6- it it „,..,,,,,,-.. ,---„„..,3 „-,r,m 5• ..< FR en 5 : ,- ,..t '.',P ,,,.' -----3 ^,,C-0- ca,.12-, p. c.-elf,1 „ •,1 i 0 "'ore: a 65 73 C a.... -,,-: N. rn ... = ,,,„)4o1 • "4”'''''#- N;_ ;e.,--' ',ICI•• m - I.) -.C.` 11-0.. •m i.o- ,., cr''r< mggX co to m-i 0)to • Cal 'r-r" :Th -I 0 0 rn 13 = 0 0 fi 0 2• ES 2 ': r-w -si r ....4 z ,_ . 7:1 0 o(-5 5= z o— > z. xi z z m tS ,-> -I • m VI ca •P' CO ..„& ri I 'z°• i i r:ini o -‹0 '' ..3)..• C, ..t;Z.. m c m - ----I . 1 >C) t-- .t. m ....4 lk •' -.1 XI CO • , ,.'.0-' - •,, La CA) j..,13 -- - - - , '' ‘‘ "' T ---.--- .:.,:,•:":.: ' - Packet Page-716- T"+ "{'� 7/12/2016 16.C.7. i i R:�rA ll1?Y�l1Ri714 111i o STATE' IVISION O: CORPORATIONS :5:V1 a , x� c • (Step 3 of 3) Thank you for your payment. Please print this receipt and keep it for your records. Tracking Number: CC3920984562 Document Number:P93000009639 Payment Amount: $150.00 Receipt Number: 3664415428 Transaction Date: 03/02/2016 11:40 AM Payment Type: """*****'2001 Packet Page -717- 7/12/2016 16.C.7. #ler , Email: SwainsonHall@colliergov.net _,,,,..----k-----,,,„,",;,,,,„,—......— Telephone: (239) 252-8935 Administrative Services Division FAX: (239)252-6334 urchasinng ADDENDUM #1 Memorandum Date: March 7, 2016 From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum #1 — 16-6602 Naples South Watermain Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: 1. Posting plans and specifications If you require additional information please contact me using the above contact information. c: Nathan Beals, Project Manager Ar‘r' ‘c--- V/0lo ,eyk,' rakw.r-- ifq Packet Page -718- 1 7/12/2016 16.C.7. Email: SwainsonHall@colliergov.net Ter County Telephone: (239)252-8935 Adrnistrae Services Division FAX: (239)252-6334 Purchasing ADDENDUM #2 Memorandum Date: March 31, 2016 • From: Swainson Hall, Procurement Strategist To: Potential Proposers Subject: Addendum#2— 16-6602 Naples South Watermain Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: 1. Posting Plans Changes (See Attached) 2. Posting Update Bid Schedule(See Attached) 3. Posting Updated M&P (See Attached) If you require additional information please contact me using the above contact information. c: Nathan Beals, Project Manager Gam-- 0/it 4br vvm 'Ned-- mc.neur Packet Page -719- 1 7/12/2016 16.C.7. THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. 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. Any required drawings, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Immigration Affidavit completed. 7. Certificate of Authority to Conduct Business in State of Florida. 7. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included. 9. Any addenda have been signed and included. 10. The mailing envelope has been addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 11. The mailing envelope must be sealed and marked with: t=>Bid Number— 16-6602 Project Name—Naples South Watermain Replacement Opening Date—April 11, 2016 12. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time. Otherwise Bid cannot be considered.) 13. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET C. ot1SIr ruxit-i on "Inc. Bidder Name igrrature Title Kyle Abczalrra.m, Ned- CY oc ocktc.< DATE: 1 I I J Ito 25 Construction Services Agreement for Public Utilities:Revised 01202016 Packet Page -720- Project Manager:Duna oueri Notifications Sent:2109 Opened By:Swaineon Hall,Procurement Strategist Downloaded:73 Withneaaed By:Matthew Catoe,procurementStrateg'st Submittals:9 16-6602 Bid Tabulation Naples South Water Main Replacement Kyle ADJ Excavating Public Works Douglas N. Andrew Quality Coastal Construction, Haskins Inc Enterprises Concrete Inc. of Florida,Inc Constructors Higgins,Inc Sltework USA,Inc. Products E Verify Yes Yes Yes Yes Yes Yes Yes Yes Florida Division of Corporations Yes Yes Yes Yes Yes Yes Yes Yes Material Manufacturers Yes Yes Yes Yes Yes Yes Yes Yes List of Major Subcontractors Yes Yes Yes Yes Yes Yes Yes Yes Statement of Experience Yes Yes Yes Yes Yes Yes Yes Yes Trench Safety Act Yes Yes Yes Yes Yes Yes Yes Yes Substitute W-9 Yes Yes Yes Yes Yes Yes Yes Yes Bid Bond Yes Yes Yes Yes Yes Yes Yes Yes Bidders Check List Yes Yes Yes Yes Yes Yes Yes Yes Insurance Certificate Yes Yes Yes Yes Yes Yes Yes Yes Note'. 1.All materials supplied to meet Collier County Specifications,Standards and approved construction documents. V N n x -o DJ 00 co V N v N N O O l) 0 A, COMMON REMS Kyle Construction,Inc. ADJ Excavating of Florida,Inc Public Works Constructor Douglas N.Higgins,Inc. Item Description Quantity Unit Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 Mobilization/Demobilization/Pre-construction video/Driveway&Sod Surrey 1 LS $ 110,000,00 $ 110,00000 $ 148,40017 5 148,409.17 $ 147.132,00 $ 147,132.00 $ 150,000.00 $ 150.000.00 2 Maintenance of Traffic1 LS 8 27,000.00 $ 27,000.00 $ 50.000.00 $ 50.000,00 $ 28,000.00 $ 28,00000 $ 16,833,00 $ 16,933.00 3 Project Sign4 EA $ 1.50000 $ 6,000,00 $ 800.00 $ 3.200,00 8 750.00 $ 3.00000 8 1.22900 $ 4,916.00 4 Stonnwater Pollution Plan1 LS $ 700,00 $ 700.00 8 5.000.00 $ 5,000.00 $ 18.900.00 $ 18.900.00 $ 1.400.00 $ 1400.00 5 Record Survey/Record Drawings1 LS $ 31.00000 $ 31.000.00 S 35.00000 $ 35.000.00 $ 22100.00 $ 22,100.00 S 14,000.00• $ 14,000.00 SUBTOTAL: $174,700.00 5241,609.17 5219,132.00 $187,249.00 B. WATER MAIN REPLACEMENT Item Description Quantity Unit Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 6"PVC WM(DR 14,CL 2O0) 4.510 LF $ 35.00 $ 157.850.00 0 38.08 $ 171,740.80 $ 29.10 $ 131.241.00 $ 27.00 $ 121,77000 2 8"PVC WM(DR 14.CL 200) 5,788 LF $ 36.00 8 208,368.00 8 41.02 $ 237.423.76 $ 31.20 $ 180.585,60 $ 31,00 $ 178,426.00 3 8"&8"Gate Valve 49 EA $ 1,400.00 5 68,600.00 $ 550,00 $ 26,950.00 $ 425.00 $ 20.825,00 $ 324.00 S 15.878.00 4 8"&8"Teas 17 EA $ 725.00 8 12.325,00 $ 350.00 $ 5.950,00 $ 420.00 $ 7.140.00 8 232.00 $ 3,944.00 5 6"Re940e01 EA 5 500,00 $ 500,00 $ 30000 S 300,00 $ 430.00 $ 43000 $ 493.00 Si 493.00 6 All Bends(45.22.5.511.25) 28 EA $ 500.00 $ 14.000.00 $ 250.00 5 7,000.00 $ 635.00 8 17,780.00 $ 458.00 $ 12,824.00 7 Fuller's Installation(2"Connection on Private Property) 1 LS $ 4.500,00 5 4.500.00 $ 2.00000 8 2,000.00 $ 3,20000 $ 3,200.00 0 9,220,00 5 9,220.00 8 Rattlesnake Hammock Rd&41 East WM Plugging 1 LS $ 5.000.00 8 5,000.00 $ 7,500.00 $ 7500.00 $ 4,200.00 0 4,200.00 3 5,679.00 $ 5,679.00 9 Cap Exist 8"WM at Fuller's Funeral Hoe 1 Horne $ 3.000.00 $ 3.000.00 $ 1,500.00 $ 1.500.00 5 1.520.0D $. 1,52000 $ 1,409.00 $ 1,409,00 10 Air Release Valve Assembly(ARV) 19 EA $ 1.200,00 $ 22.800,00 E 850,00 $ 16,150.00 8 800.00 $ 15,200.00 $ 516.00 $ 9.80400 11 Temp.Bact Sample(TBSV) 9 EA $ 100,00 $ 900.00 $ 300.00 $ 2.700,00 5 725.00 $ 6,525.00 $ 313.00 8 2.817.00 12 Penn Batt Sample(PBSV) 4 EA $ 900.00 S 3.600.00 $ 600,00 $ 2.400.00 $ 822.00 $ 3.288,00 $ 246.00 $ 984.00 13 Fire Hydrant Assembly(FH) 25 EA $ 2,450.00 $ 61,25000 $ 770.00 S 19,250.00 $ 840,00 $ 21,00000 $ 820,00 $ 20,500.00 14 Temp.Jumper 2 EA $ 800.00 $ 1,600.00 $ 1.54000 5 3.080.00 $ 725.00 8 1,450,00 $ 3,833.00 $ 7,668,00 15 Final Connection 3 EA $ 3,000.00 $ 9.000.00 $ 2,000.00 $ 6.000,00 $ 2.750.00 $ 8.250,00 $ 2.17000 $ 8,510,00 16 11/2"Water Service Meter,Long 14 EA $ 1,200.00 $ 16.80000 0 1,200,00 S 16,800.00 Si 1,105.00 $ 15.470,00 $ 1,405.00 $ 20.930,00 17 11/2"Water Service Meter,Short 6 EA $ 75000 $ 4.500.00 $ 65000 $ 3.900.00 $ 180,00 $ 1.080.00 Si 491.00 8 2.946,00 18 2"Water Service Meter,Long 2 EA S 1,200.00 $ 2.400.00 $ 2,500.00 8 5.000.00 $ 1,100.00 $ 2,200,00 8 3,925.00 8 7,850.00 19 2"Water Service Meter.Short 5 EA $ rvi75000 0 3,750.00 $ 2,000.00 $ 10,000.00 $ 180.00 8 900.00 8 700.00 5 3.50000 20 Private Water Service Extension 545 LF $ 3,00 5 1.835.00 $ 20.00 $ 10900.00 $ 21.00 $ 11,445.00 $ 12.00 $ 6.540.00 21 Remove AC Pipe 7,813 LF $ 700 $ 54.69100 S 1500 $ 117.195.00 $ 33.40 8 260,954.20 $ 10.00 $ 148.447.00 22 Grout B"&Smaller AC Pipe 243 IF $ 800 $ 1,944.00 $ 4.50 $ 1.093.50 $ 10.10 8 2,454,30 S 52.00 $ 12,638.00 23 Grout 8"Dl Pipe 756 LF $ 800 S 6,048.00 0 500 $ 3,780.00 8 9.00 8 5804.00 5 900 0 6.804,00 24 Mscellaneous Abandonment 1 LS $ 7,500.00 $ 7.500.00 $ 5,00000 $ 5.000.00 $ 4,400.00 8 4.400,00 $ 6,020.00 $ 6.020,00 N 25 Roadway Remove/Replace 1.175 IF $ 9,00 S. 10.57500 5 20.50 $ 24.087.50 8 31.20 $ 36,660.00 $ 83.00 $ 97,525.00 1"f 26 Concrete Driveway Remove/Replace 1.138 5Y $ 33.00 $ 37,554.00 0 45,50 $ 51,779.00 8 5550 $ 64.207.00 $ 80.00 $ 91,040.00 70 27 Decorative/Painted Concrete Drive Remove/Replace 110 SY $ 45.00 $ 4,050.00 5 60.00 $ 6,600.00 $ 68.00 8 7.480,00 $ 88.00 $ 9.460,00 co28 Paver Driveway Removal/Reinstall 188 SY S 6400 $ 12,03200 8 50.00 $ 9,400.00 $ 45.00 $ 8.460.00 $ 12500 $ 23,500.00 r-F 29 Asphalt Driveway Remove/Replace 1487 SY $ 22.00 $ 32,274.00 $ 28.38 $ 41,633.46 $ 34.20 $ 50.171.40 $ 80.00 $ 117.36000 30 Dirt/Gravel Driveway Remove/Replace Concrete 258 SY $ 3300 $ 8.448.00 8 3500 S 8.960.00 8 38.00 $ 9,728.00 $ 116,00 $ 29,698.00 L 31 1"Single Water Service Meter,Long 51 EA $ 90000 $ 45,900.00 $ 950.00 $ 48.45000 $ 1.10500 $ 56,355.00 $ 1,445.00 8 73.695.00 (v 32 1"Single Water Service Meter,Short 59 EA $ 600.00 $ 35.400,00 $ 550.00 $ 32,45000 S 189.00 0 11,151.00 $ 450,00 $ 26.550.00 33 4"Service Connection across Hawaii 2 EA $ 4,100.00 $ 8.200.00 $ 3,500.00 $ 7,000.00 $ 6,420.00 $ 12,840,00 $ 4.843.00 $ 9,888.00 .l 34 10"HDPE Bore across Hawaii1 LS 8 11,000.00 $ 11,000.00 8 6.500,00 $ 6,500.00 $ 12,910.00 $ 12,910.00 8 10.50900 8 10.509.00 NJ 35 Concrete Sidewalk Remove/Replace 40 SY $ 3300 $ 1,32000 8 45.00 $ 1,800.00 8 57.60 $ 2,30400 $ 46.00 8 1.840.00 N 36 Pavement Overlay(1") 1.241 TON $ 15400 $ 191,129.40 $ 134.00 $ 166,307.40 $ 127.00 $ 157,819.70 8 140.00 $ 173,754.00 37 4'Strip Pavement Grinding 10.140 LF $ 1.85 $ 18,759.00 8 2.00 $ 20.280.00 $ 4.85 $ 49,179.00 $ 300 $ 30,420.00 38 Driveway Culvert(12"CMP) 100 LF $ 25.00 8 2,500.00 8 38.00 $ 3,800,00 $ 30.00 $ 3.000.00 $ 20.00 $ 2.00000 39 Driveway Culvert(15"CMP) 50 LF $ 26.50 8 1,325.00 $ 40.00 $ 2,000.00 $ 38,00 $ 1.80000 $ 2000 5 1,000.00 40 Dnvewav 041400)12"RCP) 100 LF $ 2800 $ 2,800.00 $ 50.00 $ 5,000.00 5 39.00 8 3.900.00 $ 2000 5 2.000.00 41 Driveway Culvert(15"RCP) 50 LF $ 2450 $ 1,22500 $ 55.00 $ 2,75000 8 51.00 $ 2.550.00 $ 20.00 5 1,000.00 42 Concrete Mitered End Section(12"and 15") 12 EA $ 300.00 $ 3,600.00 $ 69500 $ 8.34000 8 1.156.00 8 13.872.00 $ 50000 $ 6.000.00 43 Temporary and Permanent Striping(Yellow B White) 1 LS $ 15,000.00 $ 15,000.00 $ 8.500.00 $ 8,500,00 $ 6,101.00 $ 6.101.00 5 7001.00 8 7.001,00 SUBTOTAL: $1,118,552.40 $1,139,250.42 $1,238,720.20 $1,326,833.00 C. MISCELLANEOUS Item Description Quantity Unit Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 Fumish/Install New Mailbox 20 EA S 7500 $ 1,500.00 $ 185.00 $ 3.700.00 $ 176,00 $ 3,520,00 $ 100,00 $ 2,000.00 2 Owner Directed Allowance-Water1 T&M $ 100.000.00 $ 100,000.00 $ 100,000.00 $ 100.000,00 $ 100.000.00 0 100,000.00 $ 100,000.00 S 100.000.00 SUBTOTAL 5101,500.00 $103,700.00 $103,520.00 $102,000.00 TOTAL BID: I $1.302,752.40 I 51,484,550.59 I $1,501,372.20 I 31,818,002.00 J N N 0 ., 0, 0) 0 A. COMMON ITEMS Haskins no AndrewSitework Quality EntererMos USA,Inc. Coastal Concrete Products Imm Description Quantity Unit Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 Mobilization/Demobilization/Pre-construction video/Driveway&Sod Survey 1 LS $ 155000.00 $ 155,000.00 $ 159,55300 $ 159553.00 $ 175,000.00 $ 175.000.00 $ 155,000.00 $ 155,000.00 2 Maintenance of Traffic 1 LS $ 90.000.00 $ 90,000.00 $ 72,824,00 $ 72,824.00 $ 60,500.00 $ 60.500.00 $ 75.000.00 $ 75,000.00 3 ,Pro7oct Sign 4 EA $ 2.000.00 $ 8,000.00 $ 505.00 S 2.020.00 $ 1,500.00 $ 6,000.00 $ 750.00 $ 3.000.00 43 Slormweler Pollution Plan 1 LS $ 15.000,00 $ 15,000,00 $ 4.420,00 $ 4,420.00 S 12,00000 $ 12,000,00 8 24.500.00 $ 24,500.00 5 Record Survey/Record Drawings 1 LS $ 25.000.00 S 25,000.00 S 30.050.00 $ 30,050.00 $ 26.40000 8 26.400,00 $ 22,500.00 Si 22,500.00 SUBTOTAL $293,000.00 $268,897.00 $279,900.00 $280,000.00 B. WATER MAIN REPLACEMENT , Item Description Quantity Unit Unit Price Amount Unit Price Amount Unit Price Amount Unk Price Amount 1 6"PVC WM(DR 14,CL 200) 4,510 LF $ 33.00, $ 148.830.00 $ 20.00 $ 90,200.00 $ 40.70 $ 183.557.00 $ 4480 $ 202,048.00 2 8'PVC WM(DR 14.CL 200) 5.788 LF $ 40.00 8 231.520.00 $ 29,00 $ 167,852.00 $ 44.70 $ 258,72360 $ 4660 $ 269.720.80 3 8"&6"Gale Valve 49 EA $ 720.00 $ 35,280,00 $ 529.00 $ 25,921,00 $ 1.100.00 $ 53.900.00 0 650,00 $ 31,850,00 4 8'&6"Tees 17 EA $ 480.00 $ 8.160.00 $ 727.00 $ 12,359.00 $ 210.00 $ 3,57000 $ 350.00 $ 5,950.00 5 6"Reducers 1 EA $ 36000 0 380.00 $ 363.00 $ 363.00 $ 180.00 $ 180.00 $ 250.00 $ 250.00 6 All Bends(45.22.5,011.25) 28 EA $ 290.00 5 8.120,00 $ 288.00 $ 8,064.00 $ 195.00 $ 5460.00 $ 250.00 $ 7,000.00 7 Fuller's Installation(2"Connection on Private Property) 1 LS $ 3.000.00 $ 3,000,00 $ 2.735.00 $ 2.735.00 $ 1,080.00 $ 1,080,00 $ 4,500.00 $ 4,500.00 6 Rattlesnake Hammack Rd 8 41 East WM Plugging 1 LS $ 3,840.00 $ 3,840,00 $ 1,940.00 $ 1,940.00 $ 1.800.00 $ 1,800.00 $ 4,000.00 $ 4,000.00 A Cap Exist 8"WM at Fuller's Funeral Home 1 LS 5 1,500.00 S 1.500,00 $ 363,00 0 363.00 0 720.00 5 720.00 $ 1,500.00 8 1,500.00 10 Air Release Valve Assembly(ARV) 19 EA 5 80000 $ 15,200.00 5 1.397.00 $ 26,54300 $ 1,575.00 5 29,925.00 $ 750,00 $ 14.250.00 11 Temp,sect Sample(TBSV) 9 EA $ 700.00 $ 8,300.00 $ 651,00 $ 5.859.00 $ 1,260,00 S 11,340.00 $ 1,000.00 $ 9,000.00 12 Perm,Bact Semple(PBSV) 4 EA $ 750.00 $ 3,000.00 $ 1.034.00 $ 4,138.00 $ 1,17000 $ 4,680.00 $ 1.000.00 $ 4,000.00 13 Fire Hydrant Assembly(EH) 25 EA $ 800,00 0 20.000.00 $ 2.038.00 $ 50,900.00 $ 1,560.00 $ 39,000.00 $ 1,500.00 $ 37,500.00 14 Temp.Jumper 2 EA $ 1,600.00 $ 3.20000 $ 1.566.00 5 3.132.00 $ 1360,00 $ 2,520.00 5 1.800.00 $ 3,600.00 15 Final Connection 3 EA $ 8,875.00 $ 26,625.00 8 1.051,00 $ 3.153.00 $ 1,200,00 S 3,600.00 5 2,800.00 $ 8,400.00 16 1 1/2'Water Service Meter,Long 14 EA $ 1.050,00 $ 14,700.00 S 1,288.00 $ 18,046.00 $ 1.220.00 $ 17.080,00 $ 1,800.00 5 22,400.00 17 1112"Water Service Meter,Short 6 EA $ 500,00 $ 3,000.00 $ 1.04700 $ 6.282.00 $ 900.00 5 5.400,00 $ 80000 5 4,800,00 18 2"Water Service Mater,Long 2 EA $ 1,300,00 $ 2,800,00 $' 1,289,00 $ 2,578.00 $ 1,260.00 $ 2.520.00 $ 2.00000 S 4,000.00 19 2'Water Service Meter,Short 5 EA $ 700.00 S 3,500.00 S 1,289.00 $ 6,445.00 $ 900.00 $ 4.500,00 $ 1,500,00 S 7,500,10 20 Private Water Service Extension 545 LF $ 8.25 5 4,496,25 $ 1900 $ 10,355.00 $ 25.00 0 13.625.00 $ 3000 $ 16,350,00 21 Remove AC Pipe 7,813 LF $ 16,25 $ 126.961.25 $ 21.00 $ 164.073,00 S 24.50 $ 191.418.50 $ 35.00 $ 273.455,00 22 Grout6'&Smaller AC Pipe 243 LF $, 11.00 5 2.673.00 $ 9.00 $ 2,187.00 $ 10.00 5 2,430.00 $ 12.00 $ 2,016.00 23 Grout 8"DI Pipe 756 LF $ 12.50 $ 9,450.00 $ 5.00 5 3.780,00 6 11.50 S 8,694.00 $ 12.00 $ 0072.00 24 Miscellaneous Abandonment 1 LS 5 35,000,00 $ 35,000.00 $ 60,000,00 S 60,000.00 $ 7.200.00 $ 7,200.00 $ 8.500,00 0 8.500.00 (C) 25 Roadway Remove/Replace 1,175 LF $ 23,75 $ 27.906.25 $ 85.00 $ 99.875,00 $ 45.00 $ 52.875.00 $ 27.00 5 31,725,00 OC 26 Concrete Onyeway Remove/Replace 1,138 SY 5 57.50 $ 65,435.00 $ 61,00 $ 69,418.00 $ 45.00 $ 51.210.00 $ 52.00 $ 59,17600 roN 27 Decorative/Painted Concrete Drive Remove/Replace 110 SY 0 89.00 $ 9,790.00 $ 129.00 $ 14.190.00 $ 73.00 8 8,030.00 $ 68.00 $ 7,480.00 28 Paver Driveway Removal/Reinstall 188 SY 0 45.00 $ 8,460.00 $ 63.00 0 11,844,00 $ 60,00 $ 11,280.00 $ 50.00 0 9,400.00 .,r".''i';. 77 Q) 29 Asphalt Driveway Remove/Replace 1,46] SY S 28.00 5 41.076.00 $ 91.00 5 133497.00 $ 48,00 S 70,416,00 S 40.00 0 58,880.00 on 30 Dirt/Gravel Driveway Remove/Replace Concrete 256 SY $ 46.00 $ 11,776.00 $ 47.00 $ 12.032.00 $ 43.00 $ 11,008,00 8 35.00 0 8,960.00 ro 31 1"Single Water Service Meter.Long 51 EA $ 1,000.00 $ 51,000.00 $ 1,050.00 $ 5355000 $ 1,125,00 $ 57,375,00 $ 1200.00 S 81,200.00 • J 32 1"Single Water Service Meter.Short 59 EA $ 415.00 $ 24,485.00 $ 884.00 $ 50,976.00 $ 865.00 $ 51.035.00 5 600.00 5 35.400.00 N 33 4"Service Connection across Hawaii 2 EA $ 3,250,00 $ 6,500.00 S 6,507.00 5 13014.00 8 3,600.00 $ 7,200.00 $ 3500,00 S 7,00000 (J.) 34 10'HOPE Bore across Hawaii 1 LS 5 11,000.00 5 11.000.00 0 8,825.00 $ 8.82500 $ 18.000.00 $ 18,000.00 $ 14.500.00 $ 14,500.00 35 Concrete Sidewalk Remove/Replace 40 SY 5 6500 $ 2,600.00 $ 47.00 $ 1.880.00 $ 6270 5 2,508,00 $ 52,00 0 2.08000 36 Pavement Overlay(1") 1,241 TON $ 120.00 $ 148,932,00 5 141.00 8 174,995.10 $ 140.00 $ 173,754,00 5 155,00 $ 192,370,50 37 4'Strip Pavement Grinding 10,140 LF $ 5.00 $ 50,70000 $ 3.00 S 30,42000 S 4.80 $ 48,672.00 $ 7.00 $ 70,98000 38 Driveway Culvert(12"CMP) 100LF $ 56.00 $ 5,600.00 0 44.00 $ 4.400,00 5 39.25 S 3,925.00 $ 7000 $ 7.000.00 39 Driveway Culvert(15"CMP) 50 LF $ 85.00 $ 4.250.00 $ 48.00 S 2,400.00 $ 42.25 5 2.112,50 8 75.00 $ 3,750,00 40 Driveway Culvert(12"RCP) 100 LF 5 60,00 $ 6,000,00 8 50,00 8 5,000.00 $ 57.30 S 5.730.00 5 75.00 8 7.500,00 41 Driveway Culvert(15'RCP) 50 LF $ 90.00 $ 4,500,00 $ 45,00 $ 2,250.00 $ 54.80 $ 2,73000 $ 75.00 $ 3,750.00 42 Concrete Mitered End Section(12"and 15') 12 EA $ 1,600.00 $ 19,200.00 $ 740.00 $ 8,880.00 $ 1.338.00 $ 16.056.00 $ 1.050.00 5 12,600.00 43 Temporary and Permanent Striping(Yellow&White) 1 LS $ 10.000,00 0 10.000,00 $ 10,473.00 $ 10,473,00 $ 18,00000 $ 18,000.00 8 10.500.00 S 10,500.00 SUBTOTAL: $1,228,525.75 $1,386,185.10 $1,464,839.60 $1,556,613.38 C. MISCELLANEOUS Item Description Quantity Unit Unk Price Amount Unit Price Amount Unit Price Amount Unit Price Amount 1 Furnish I Install New Mailbox 20 EA S 400.00 5 8.000.00 5 240.00 $ 4,980.00 $ 30000 0 6,000.00 $ 250,00 $ 5,000,00 2 Owner Directed Allowance-Water 1 TOM $ 100,000.00 5 100.00000 5 100.000.00 0 100,000,00 0 150,000.00 $ 100,000.00 $ 100.000.00 5 100,000.00 SUBTOTAL: $108,000.00 $104,980.00 $106,000.00 $105,000.00 TOTAL BID: I $1,627,525.76 I 81,759,032,10 I S1,850,739,60 I 01,041,613.30 Ni N O 0) O n v