Loading...
Agenda 05/23/2017 Item #16D 405/23/2017 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 17-7095, for Collier Area Transit (CAT) Facility Radio Road Improvements Phase 3 to One Source Construction Company & Builders, Inc., for an estimated $142,097, and authorize the Chair to sign the attached agreement. OBJECTIVE: To renovate and remodel the CAT Facility Administration Building’s second floor and upgrade the security of the facility’s Money Vault Room. CONSIDERATIONS: The County solicited Invitation to Bid #17-7095 “CAT Facility Radio Road Improvements Phase 3” on February 8, 2017. Staff sent notifications to 1,691 firms and vendors downloaded 57 packages. By the March 10, 2017 closing date, the County received four bid packages from the below firms: VENDOR PROJECT COST One Source Construction Company & Builders, Inc. $142,097 Vantage Construction, LLC $146,618 NR Contractors, Inc. $184,000 Made in Rio, Inc. $216,329 The attached contract is for the renovation and remodeling of the CAT Facility Administration Building, which will expand the office space allowing for CAT staff relocation and security enhancements to the Money Vault room; including the installation of an additional security camera and a drop box safe for after-hours deposits. Staff recommends awarding the contract to the lowest bidder, One Source Construction Company & Builders, Inc. The bid is approximately 24 percent below the project designer, Zabala Erickson’s, estimated cost. FISCAL IMPACT: The bid estimated amount of $142,097.00 for the improvement of the CAT Facility will be funded by FTA Grant 5307 FY14 in Grant Fund 424, Project #33371. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: To award Invitation to Bid 17-7095 to One Source Construction Company & Builders, Inc. in the amount of $142,097.00, for the “CAT Facility Radio Road Improvements Phase 3, and authorize the Chair to sign the attached agreement. Prepared By: Bryan Vehovec, Project Manager, Public Transit & Neighborhood Enhancement ATTACHMENT(S) 1. 16-006- Bid Compliance Letter -17MAR20 (PDF) 16.D.4 Packet Pg. 670 05/23/2017 2. 17-7095 Bid Tab (PDF) 3. 17-7095 NORA (PDF) 4. [LINKED] 17-7095 One Source_Contract_CAO (PDF) 16.D.4 Packet Pg. 671 05/23/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.4 Doc ID: 3098 Item Summary: Recommendation to award Invitation to Bid (ITB) 17-7095, for Collier Area Transit (CAT) Facility Radio Road Improvements Phase 3 to One Source Construction Company & Builders, Inc., for an estimated $142,097, and authorize the Chair to sign the attached agreement. Meeting Date: 05/23/2017 Prepared by: Title: Project Manager – Public Transit & Neighborhood Enhancement Name: Bryan Vehovec 05/08/2017 11:31 AM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 05/08/2017 11:31 AM Approved By: Review: Public Services Department Joshua Hammond Additional Reviewer Completed 05/08/2017 12:55 PM Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 05/08/2017 2:36 PM Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 05/08/2017 3:01 PM Public Services Department Sean Callahan Additional Reviewer Completed 05/08/2017 5:15 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 05/09/2017 9:14 AM Procurement Services Ted Coyman Additional Reviewer Completed 05/09/2017 9:16 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 05/09/2017 10:58 AM Procurement Services Sandra Herrera Additional Reviewer Completed 05/09/2017 11:07 AM Public Services Department Hailey Margarita Alonso Level 1 Division Reviewer Completed 05/09/2017 11:28 AM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 05/09/2017 11:32 AM Grants Kimberly Lingar Level 2 Grants Review Completed 05/10/2017 1:24 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 05/10/2017 4:58 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/11/2017 7:22 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 05/11/2017 8:38 AM Grants Therese Stanley Additional Reviewer Completed 05/12/2017 4:27 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 05/14/2017 10:49 PM 16.D.4 Packet Pg. 672 05/23/2017 Board of County Commissioners MaryJo Brock Meeting Pending 05/23/2017 9:00 AM 16.D.4 Packet Pg. 673   ZABALA ERICKSON, LLC. AA26002051                                                                                                 www.zellc.us  1020 8th Ave. South, Suite 12 Naples, FL 34102                                            ph 239.692.8245 fx 239.3692.8247  Page 1 of 1  ITB 17-7095 CAT Transfer Station Phase 3 Improvements     Mar 20, 2017    Bryan Vehovec, Project Manager  Collier County Public Transit & Neighborhood Enhancement Division  3299 East Tamiami Trail, Suite 103/ 8300 Radio Rd.  Naples, FL 34112/34104  (239) 537‐0716 mobile  (239) 252‐4994 office  BryanVehovec@colliergov.net      I reviewed the bidding documentation and in my professional opinion the documents comply  with the intent of the Construction Documents and the scope of work.    Sincerely,          Fernando Zabala, NCARB, AIA  Principal     ZABALA ERICKSON, LLC.  1020 8th Avenue South Suite 12, Naples FL 34102  Ph (239)692‐8245 ‐  Fx (239) 692‐8247  Mob/ Txt  (239)357‐7831   fz@zellc.us   www.zellc.us     CC: File, Robert Murray, PE‐ Sr VP/Principal ‐ Hole Montes, Inc., Brett L Sands, PE, LEED AP‐Principal & Sr. Project  Engineer‐ TLC Engineering for Architecture  16.D.4.a Packet Pg. 674 Attachment: 16-006- Bid Compliance Letter -17MAR20 (3098 : 17-7095 Radio Rd. Phase 3 Executive Summary) PM: Bryan Vehovec PS: Brenda Brilhart ITB 17-7095 CAT Transit Facility (Radio Road) Improvements - Phase 3 Notices: 1,691 Pkgs Downloaded: 57 Bids: 4 One Source Construction Company & Builders, Inc. Ft. Myers Vantage Construction LLC Ft. Myers NR Contractors, Inc. Naples Made In Rio Inc Ft. Myers Pay Item Description Qty Unit Total Cost Total Cost Total Cost Total Cost Administration Building 1 Second Floor Renovations Demolition, wall construction, door installation, flooring installation, acoustical ceiling, electrical, HVAC, network ports, painting and finishes and all related work indicated on documents 1 LS 136,532.00$ 143,418.00$ 178,000.00$ 209,698.00$ prepared by Engineer and adhering to current Collier County Vertical and IT Standards. Farebox Vault 2 Security Improvements Addition of thru the wall after-hours dropbox with safe and installation of security camera.1 LS 5,565.00$ 3,200.00$ 6,000.00$ 6,631.00$ 142,097.00$ 146,618.00$ 184,000.00$ 216,329.00$ **Bidders shall include in their bid the cost of providing all labor, material, equipment, supervision, services, taxes, insurance , licenses, permits, fees, overhead and profit, etc. necessary or incidentally required to complete the subcontract work including, but not limited to, the attached scope of work and clarifications and in accordance with the contract documents and specifications included with this bid package. Each necessary pay item shall include G.C.'s and fees. Bid Forms: Materials Manufacturers Y Y Y Y Subcontractors Y Y Y Y Statement of Experience Y Y Y Y Trench Safety Y Y Y Y Immigration Affidavit & MOU or Profile Page Y/Y Y/Y Y/N Y/Y W-9 Y Y Y Y Bid Bond Y Y Y Y Granting Agency Requirements: Buy America Certification Y Y Y Y Certification Regarding Lobbying Y Y Y Y Debarment, Suspension Certification Y Y Y Y Anticipated Disadvantaged, Minority, Women or Veteran Participation Y Y Y Y Bid Opportunity List Y Y Y Y Acknowledgement of Terms Conditions and Grant Clauses Y Y Y Y Conflict of Interest Y Y Y Y Drug Free Workplace Y Y Y Y Adam Northrup, Procurement Strategist 3/10/2017 Barbara Lance, Witness Total Base Bid Bid Tab, Page 1 of 1 16.D.4.b Packet Pg. 675 Attachment: 17-7095 Bid Tab (3098 : 17-7095 Radio Rd. Phase 3 Executive Summary) 16.D.4.c Packet Pg. 676 Attachment: 17-7095 NORA (3098 : 17-7095 Radio Rd. Phase 3 Executive Summary) 1 Construction Services Agreement for Grant Funded Projects: 11032016 FTA GRANT FUNDED CAT Transit Facility (Radio Road) Improvements – Phase 3 COLLIER COUNTY BID NO. 17-7095 COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: BrendaBrilhart@colliergov.net Telephone: (239) 252 - 8446 FAX: (239) 252 - 6697 Design Professional: Zabala Erickson, LLC 2 Construction Services Agreement for Grant Funded Projects: 11032016 TABLE OF CONTENTS PUBLIC NOTICE .......................................................................................................................................... 3 PART B - INSTRUCTIONS TO BIDDERS ................................................................................................... 5 CONSTRUCTION BID ................................................................................................................................ 11 BID SCHEDULE ......................................................................................................................................... 12 MATERIAL MANUFACTURERS ............................................................................................................... 13 LIST OF MAJOR SUBCONTRACTORS .................................................................................................... 14 STATEMENT OF EXPERIENCE OF BIDDER ........................................................................................... 15 TRENCH SAFETY ACT .............................................................................................................................. 16 IMMIGRATION LAW AFFIDAVIT CERTIFICATION ................................................................................. 17 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W – 9 ..................................................................... 18 BID BOND................................................................................................................................................... 22 BIDDERS CHECK LIST ............................................................................................................................. 23 CONSTRUCTION AGREEMENT ............................................................................................................... 24 EXHIBIT A 1: PUBLIC PAYMENT BOND ................................................................................................. 30 EXHIBIT A 2: PUBLIC PERFORMANCE BOND ....................................................................................... 33 EXHIBIT B: INSURANCE REQUIREMENTS ............................................................................................. 36 INSURANCE AND BONDING REQUIREMENTS ...................................................................................... 38 EXHIBIT C: RELEASE AND AFFIDAVIT FORM ....................................................................................... 40 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ..................................................... 41 EXHIBIT E: CHANGE ORDER ................................................................................................................... 42 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION ............................................................... 43 EXHIBIT G: FINAL PAYMENT CHECKLIST ............................................................................................. 45 EXHIBIT H: GENERAL TERMS AND CONDITIONS ................................................................................ 46 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS ...................................................................... 72 EXHIBIT J: TECHNICAL SPECIFICATIONS ............................................................................................. 73 EXHIBIT K: PERMITS ................................................................................................................................ 74 EXHIBIT L: STANDARD DETAILS ............................................................................................................ 75 EXHIBIT M: PLANS AND SPECIFICATIONS ........................................................................................... 76 EXHIBIT N: CONTRACTOR’S KEY PERSONNEL ASSIGNED TO THE PROJECT ............................... 77 3 Construction Services Agreement for Grant Funded Projects: 11032016 PUBLIC NOTICE INVITATION TO BID CAT Transfer Station (Radio Road) Improvements – Phase 3 COUNTY BID NO. 17-7095 Bids for the construction of CAT Transfer Station (Radio Road) Improvements – Phase 3, will be submitted on the County’s on line bidding system www.colliergov.net/bid until 2:30 P.M. LOCAL TIME, on the 8th day of March 2017, at which time all bids will be publicly opened and read aloud. No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. The anticipated project budget is: $186,220. A pre-bid conference will not be held for this solicitation, all questions shall be posted on www.colliergov.net/bid One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. Each bid shall be accompanied by a certified or cashier’s check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. For this project, a Building or General Contractor’s license is required. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 4 Construction Services Agreement for Grant Funded Projects: 11032016 The Successful Bidder shall be required to finally complete all Work within three hundred sixty five (365) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 8th day of February, 2017. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Coyman, Jr. Director, Procurement Services Division 5 Construction Services Agreement for Grant Funded Projects: 11032016 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner’s discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner’s discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard forms herein furnished by the Owner (pages 11 – 23 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted on the County’s on-line bidding system www.colliergov.net/bid Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier’s check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. 6 Construction Services Agreement for Grant Funded Projects: 11032016 Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than 120 days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. 4.2 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 4.3 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 4.4 If Bidder is an individual, his or her signature shall be inscribed. 4.5 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 4.6 All Bids shall have names typed or printed below all signatures. 4.7 All Bids shall state the Bidder's contractor license number. 4.8 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 5. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. 7 Construction Services Agreement for Grant Funded Projects: 11032016 Section 6. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 7. Interpretation of Contract Documents 7.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Procurement Services Division, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall issued via the on line bidding system and notify all plan holders via the email addresses furnished no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 7.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid that it has received all addenda issued and it shall acknowledge same in its Bid. Section 8. Examination of Site and Contract Documents 8.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 8.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 9. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. 8 Construction Services Agreement for Grant Funded Projects: 11032016 Section 10. Bid Quantities 10.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 10.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 11. Award of Contract 11.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner’s then current Procurement Ordinance and policies. 11.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and responsible Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and responsible bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement professional of the Owner’s Procurement Services Division or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 11.3 Award recommendations will be posted outside the offices of the Procurement Services Division generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner’s then current Procurement Ordinance and policies. A copy of the Procurement Ordinance and policies is available at http://www.colliergov.net/Index.aspx?page=762. 11.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 11.5 Certificate of Authority to Conduct Business in the State of Florida (FL Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 9 Construction Services Agreement for Grant Funded Projects: 11032016 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 12. Sales Tax 12.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner’s policies and procedures. Section 13. Exclusion of County Permits in Bid Prices 13.1 To ensure compliance with Section 218.80, F.S., otherwise known as “The Public Bid Disclosure Act”, Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 13.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 14. Use of Subcontractors 14.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be “qualified” as defined in Collier County Ordinance 2013-69, as amended, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor’s disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are “qualified.” 14.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not “qualified” or who do not meet the legal requirements applicable to and necessitated by this Agreement. 14.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 14.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as 10 Construction Services Agreement for Grant Funded Projects: 11032016 established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner’s review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner’s prior written approval. Section 15. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor’s response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 17. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity’; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.” 12 Construction Services Agreement for Grant Funded Projects: 11032016 BID SCHEDULE CAT Transfer Station (Radio Road) Improvements – Phase 3 Bid No. 17-7095 Bid Schedule Provided In Separate File ZABALA ERICKSON, LLC2016 ZABALA ERICKSON, LLCCINTERIOR RENOVATIONSCAT RADIO ROAD FACILITIESARCHITECTURE:MEP:TLC Engineering for Architecture, Inc.NAPLES, FL 34102ADA1140-VE-A101A-00117"|"-["["-2"18"DASHED LINE INDICATES DIMENSIONAL UNDER LAVATORY ENCLOSURE(B) SIDE ELEVATION8 LAVATORIESCLEARANCE OF OPTIONALFULL DEPTH OF STALL(F) SHOWER SEAT(C) CONTROL WALLCONTROL AREAFROM < OF WALL6 STAIR AND HANDRAILS/GRAB BARABOVE STAIR NOSINGS AND RAMP SURFACES.HANDRAILS SHALL BE 34" MIN. AND 38" MAX. VERTICALLY(A) TRANSFER STALL12 SHOWER(E) BACK(D) SEAT WALL2 1/2" MAX16 MAX15" MIN18(B) ROLL-IN-STALL1833-36 MAX22-23"5 WARNING ON WALKINGSURFACES60" MIN.SEAT WALL36" MIN.CONTROL WALLSIDE36" MIN48"36" MIN.30" MIN36" MIN.48 MAX33" - 36"38 MAX SIDE15"15"STRIPS AND GROOVESUSED AS DETACTABLEGROOVES MAY ONLYGROOVES IN SURFACEBE USED INDOORSNOTE:_"(E) GRAB BAR(A) CABINETS & BASE REMOVEDTHIS DIMENSION REPRESENTS THE HEIGHT OF THE HIGHEST OPERABLEPARTS THAT ARE ESSENTIAL TO THE BASIC OPERATION OF THE TELEPHONE.13 MOUNTING HEIGHTS AND CLEARANCE(B) FORWARD REACH REQUIRED30 FOR TELEPHONESNOTE:48" MAX15 MAX14" MIN 1 1/2 MAX 48"30 MIN. SURFACE11 COUNTER WORK (B) CLEAR FLOOR SPACE UNDER WORK SURFACE20" 24" MAX MAX 19" 483029" & HEIGHT ALTERNATIVES48" MIN WATER COOLERS7 DRINKING FOUNTAINS AND OR COOLER(C) FREE-STANDING FOUNTAIN48"54" MAXOPTIONAL POSTAND BASE30" MIN(A) SIDE REACH POSSIBLEMIN**NOTE: IF THE HANDRAIL IS NOT ROUND, THE LARGER DIMENSION SHALL NOT EXCEED 2"(G) HANDRAIL(F) HANDRAIL_" MIN.RADIUS1 1/4"-1 1/2"_' MIN.RADIUS1\"10" MAX. 48" MAX30" MIN28" - 36"NOTE:14 INTERNATIONAL SYMBOLPROPORTIONSDISPLAY CONDITION OF ACCESSIBILITYDOOR ON THE LATCH SIDE AND SHALL BE MOUNTED AT ENTRANCES TO DIRECT DISABLED MOTORISTS TO ACCESSIBLEBETWEEN FOUR FEET SIX INCHES AND FIVE FEET SIX INCHESf. EXTERIOR SIGNS SHALL BE INSTALLED AT ENTRANCES AND WALKS TO DIRECT INDIVIDUALS TO ACCESSIBLE ROUTES ANDg. EXTERIOR SIGNS SHALL BE INSTALLED AT VEHICULARA WIDTH-TO-HEIGHT RATIO OF BETWEEN 3:5 AND 1:1b. LETTERS AND NUMBERS ON SIGN SYSTEMS SHALL HAVEc. LETTERS AND NUMBERS ON SIGN SYSTEMS SHALL HAVE ASTROKE WIDTH-TO-HEIGHT RATIO OF BETWEEN 1:5 AND 1:10d. MINIMUM DIMENSIONS FOR THE SYMBOL:e. INTERIOR SIGNS SHALL BE LOCATED ALONGSIDE OF THEPARKING AREAS.ABOVE FINISHED FLOOR.ENTRANCES.EXTERIORINTERIORLOCATIONMINIMUM SIZE8 INCHES2 1/2 INCHESDISPLAY CONDITIONGRAB BAR ONTRANSFERWHERE SPACEPERMITS, EXTEND EXCEPT IN INDIVIDUAL UNITS IN USE GROUPS I & R.a. THE INTERNATIONAL SYMBOL OF ACCESSIBILITY SHALLBE DISPLAYED IN A MANNER COMPLYING AT THE1. PARKING SPACES DESIGNATED AS RESERVED FOR4. ACCESSIBLE TOILET AND BATHING FACILITIESNOTES:FOLLOWING LOCATIONS:THE HANDICAPPED2. PASSENGER LOADING ZONES3. ACCESSIBLE ENTRANCES9 URINALS(B) SIDE ELEVATIONMIN17" MAX.SIDE10 WATER CLOSETS(C) REAR WALL ELEVATION12"12"33"-36" 17"-19"(D) SIDE WALL ELEVATION7"-9"36"12" MAX42" MIN.TOILET PAPERDISPENSER15"-48"11"MIN(A) CLEAR SPACE AT LAVATORIES4 MANEUVERING CLEARANCE AT DOORS(D) 2-HINGED DOORSIN SERIESPREFERRED2'-0"MAX.MIN.(C) EXTENSION AT(B) EXTENSION AT12" MIN.2 MINIMUM CLEAR FLOOR SPACE FOR WHEELCHAIRS(C) PARALLEL APPROACH2'-6"APPLIED MAT_"["-2"|"-["APPLIED STRIPS1 1/4"-1 1/2"1\"(A) PLAN["-2"|"-["_"36" MIN.HAZARDOUS AREAONE TREADPLUS 12"SLOPE TODEPTH OF12" MIN.1 WHEELCHAIR TURNING SPACE % 76+$3('63$&()25ƒ7851612" MIN.3'-0" MIN.5'-0" MIN.3'-0" MIN.**5'-0" MIN.12" MIN.SLOPE FOR1/2" MAX.4'-0" MIN.LINES IF MOUNTED BELOW APRON(A) SPOUT HEIGHT &LEG CLEARANCEEQUIPMENT PERMITTED WITHIN SHADED 17" MIN.(D) TREAD WIDTH & NOSINGb. ANGLED RISER1\" MIN.1 1/4"-1 1/2"1\"1\" MIN.TOP OF RUN4'-0" MIN.2'-6" MIN.a. FLUSH RISER12" MIN.BOTTOM OF RUN7" MAX.ƒ11" MIN.ONE TREADTTDEPTH OF7" MAX.36" MAX.27" MIN.9" MIN.RADIUS @NOSING1/2" MAX.1\" MAX.11"CLEARANCENOTE:8" MIN. KNEERADIUS @NOSING(B) CLEAR FLOOR SPACE38" MAX. MIRRORCLEARANCE8" MIN. KNEE29" MIN. 27" MIN. 9" MIN MIN17" MIN.36" MIN.MIN10"30" MIN.48" MIN.3 CLEAR DOORWAY WIDTH AND DEPTH11" MIN.(D) KNEE SPACES1\" MAX.2'-3" HIGH 25"MAX2'-0"MAX.MIN.2'-8"2'-0"MAX.MIN.2'-8"(E) MAXIMUM DOORWAY DEPTH(D) FOLDING DOOR(C) SLIDING DOOR4'-0" MIN. SWINGING DOORS(A) FRONT APPROACHES-X=12IN. IF THE DOOR HAS BOTH A CLOSER & A LATCHNOTE:(A) CLEAR FLOOR SPACE 2'-6"(A) 60-IN-DIAMETER SPACE5'-0" MIN.2'-0"MAX.5'-0" MIN.MIN.3'-0"2'-8"MIN.DEEP19"4'-0"(B) FORWARD APPROACH4'-0"MAX.2'-8"MIN.2'-0"2'-8"2'-0"MAX.MIN.5'-0" MIN.(B) HINGED DOOR(A) DETAILXPUSH SIDE4'-0" MIN.18" MIN., 24" 3'-6" MIN. 34" MAX.FIXTUREDEPTH17" MIN.NOT TO EXTENDBEYOND URINALDEPTH UNLESSAPART30" MIN. (A) PLAN19" MAX.4'-0" MIN.APART(B) TOILET STALLSLATCH APPROACHAPPROACH 48"ONLY, OTHER42" MIN.59" MIN.56" MIN.52" MIN.32" MIN.12" MAX.4" MAX.FLOOR-MOUNTED W.C.54" MIN.WALL-MOUNTED W.C.60" MIN. 36" MIN.6" MAX.(A) CLEAR FLOOR SPACE AT WATER CLOSETSLOCATIONALTERNATE DOOR60" MIN.32" MIN.4" MAX.48" MIN. 75"-79"48" MIN.MIN. 48"ALL DOORS IN ALCOVES SHALL COMPLY WITH THE CLEARANCE FOR FRONT APPROACHES(C) LATCH-SIDE APPROACHES-(E) 2-HINGED DOORS17" MIN.BEYOND URINAL30" MIN. DEPTH UNLESSNOT TO EXTENDNOTE:2'-6" MIN.IN SERIESY=48IN. MIN IF THE DOOR HAS BOTH(B) HINGE-SIDE APPROACHES- A CLOSER & A LATCH SWINGING DOORSNOTE:Y=48IN. MIN IF THE DOOR HAS SWINGING DOORS A CLOSER 4'-0" MIN.NOTE:3'-6" MIN. SLIDING & FOLDING DOORS(H) LATCH-SIDE APPROACHES-42" MIN.18" 36" MIN.18"MIN.2'-0" SLIDING & FOLDING DOORS(G) SLIDE-SIDE APPROACHES-XY=54IN.MIN IF THE DOOR HAS A CLOSER.4'-0" MIN.X=36IN.MIN IF Y=60IN.MIN; X=42IN.MIN IF Y=54IN.3'-6" MIN.PUSH SIDE4'-6" MIN.NOTE:XY 2'-0"MIN.3'-6" MIN.PUSH SIDEY NOTE:Y PULL SIDEPULL SIDE X4'-0" MIN. SLIDING & FOLDING DOORS(F) FRONT APPROACHES-4'-6" MIN.33"-36" 4'-0" X <80 27 MAX15 VERTICAL CLEARANCEVERTICAL CLEARANCE SHALL BE 80 INCHES (2030MM) HIGH MINIMUM. THE LEADING EDGE OF SUCH GUARDRAIL OR BARRIER SHALL BE LOCATED 27 INCHES (685 MM) MAXIMUM ABOVE THE FINISH FLOOR OR GROUND.GUARDRAILS OR OTHER BARRIERS SHALL BE PROVIDED WHERE THE VERTICAL CLEARANCE IS LESS THAN 80 INCHES (2030 MM) HIGH.THE LEADING EDGE OF SUCH GUARDRAIL OR BARRIER SHALL BE LOCATED 27 INCHES (685 MM) MAXIMUM ABOVE THE FINISH FLOOR OR GROUND. DNOPEN TO BELOWNO WORK TO BE PERFORMED IN THIS AREA135151515333222748DEMOLITION NOTES1. REMOVE ALL SUSPENDED CEILING AND ALL ITS ATTACHMENTS IN ITSENTIRETY .2. REMOVE EXISTING DOOR AND ALL ITS ATTACHMENTS IN ITS ENTIRETY.3. REMOVE ALL INTERIOR PARTITION AND ALL ITS ATTACHMENTS IN ITSENTIRETY.4. REMOVE EXISTING ENTERTAINMENT SINK AND CABINETS. PREPAREWALL AND ALL SYSTEMS FOR CONNECTION OF NEW SYSTEM.5. REMOVE ALL EXISTING FLOORING THROUGHOUT PATCH AND REPAIRSURFACE TO RECEIVE NEW FLOORING MATERIAL.6. SEE M.E.P DRAWINGS FOR SYSTEMS DEMOLITION NOTE.7. RECLAIM, PROTECT & STORE FOR REUSE.8. REMOVE CLOSET AROUND THE 42" HIGH BOX, KEEP THE INSPECTIONBOX IN PLACE. REPORT ANY UNEXPECTED SITE CONDITIONSZABALA ERICKSON, LLC2016 ZABALA ERICKSON, LLCCINTERIOR RENOVATIONSCAT RADIO ROAD FACILITIESARCHITECTURE:MEP:TLC Engineering for Architecture, Inc.NAPLES, FL 34102DEMOLITION PLAN1140-VE-A101A-101DEMOLITION PLAN3/16" = 1'-0"1A-101 2A-102FIRST FLOOR OFFICESPACE RENOVATIONSDNOPEN TO BELOWESTIMATED EXIT LOAD = 7 OCCUPANTSREQ. EXIT WIDTH =7 PEOPLE X 0.2 '= 1.4"PROVIDED WIDTH = 36"ALLOWABLE LOAD = 180 OCCUPANTSESTIMATED EXIT LOAD = 7 OCCUPANTSREQ. EXIT WIDTH =7 PEOPLE X 0.2 '= 1.4"PROVIDED WIDTH = 36"ALLOWABLE LOAD = 180 OCCUPANTSZABALA ERICKSON, LLC2016 ZABALA ERICKSON, LLCCINTERIOR RENOVATIONSCAT RADIO ROAD FACILITIESARCHITECTURE:MEP:TLC Engineering for Architecture, Inc.NAPLES, FL 34102LIFE SAFETY PLAN1140-VE-A101A-102KEY PLAN1/16" = 1'-0"1A-102LIFE SAFETY PLAN3/16" = 1'-0"2A-102 DNOPEN TO BELOWI.T. CLOSETEXISTING NO WORK TO BE PERFORMED TO GRAYED AREA28'-1 1/2"10'-1 5/8"10'-1 1/8"7'-8"20'-8 3/4"7'-4 3/4"15'-1 1/2"10'-2 5/8"4'-0 1/4"15'-8 1/8"1A-201A-2014A-20131'-1"11 1/4"6'-2 1/4"3070307030703070 30706"6"6"DNOPEN TO BELOWI.T. CLOSETEXISTING NO WORK TO BE PERFORMED TO GRAYED AREANOTES:1. ALL DOOR FINISHES AND HARDWARE TOMATCH EXISTING.2. ALL PRIVATE OFFICES TO RECEIVE PRIVACYSETS. COORDINATE WITH OWNER'S MASTERKEY HOLDER.3. CONFERENCE ROOM DOORS TO RECEIVEPASSAGE LEVER SETS AND SELF CLOSER.4. ALL CARPET TILE AND RUBBER BASE TO MATCHEXISTING.5. ALL CEILING TILE AND GRID TO MATCH THEMOST RECENTLY INSTALLED IN THE BUILDING.6. ALL LAMINATE FINISHES TO MATCH EXISTING.7. ALL FF&E INCLUDING APPLIANCES AND SMALLAPPLIANCES BY OTHERS.ZABALA ERICKSON, LLC2016 ZABALA ERICKSON, LLCCINTERIOR RENOVATIONSCAT RADIO ROAD FACILITIESARCHITECTURE:MEP:TLC Engineering for Architecture, Inc.NAPLES, FL 34102FLOOR PLAN1140-VE-A101A-103FLOOR PLAN3/16" = 1'-0"1A-103REFLECTED CEILING PLAN3/16" = 1'-0"2A-103REFLECTED CEILING PLAN CONF ROOMVESTIBULEPRIVATE OFFICEPRIVATE OFFICE9'-0" EXISTING CEILING HEIGHT TO BE FIELD VERIFIEDMTL. STUDSINSULATION58" GYP. BOARDWALL BASECEILING(WHERE APPLIES)TOP RUNNERTO BEATTACHED TOUNDERSIDEOF EXISTINGSTRUCTUREABOVE6" MIN.5'-0"4"2'-8"1'-2"2'-6"UNDERCOUNTERFRIDGE1.5 MID SIZEMICROWAVE OVENLAMINATELAMINATE TOP4" 2'-1 1/4"5'-0"ELKAY # LRADQ1716451 SINKELKAY # LKD208513LC FAUCETCONNECTED TO EXISTING PLUMBING1'-6"WALLUNITDEPTH2'-6"WORK TOPDEPTH4"2'-2"1'-6"2'-6"3'-10 3/8"LAMINATELAMINATE TOPADJUSTABLE SHELVESNOTE: ALL INTERIOR PARTITIONS TOBE WALL TYPE 1ZABALA ERICKSON, LLC2016 ZABALA ERICKSON, LLCCINTERIOR RENOVATIONSCAT RADIO ROAD FACILITIESARCHITECTURE:MEP:TLC Engineering for Architecture, Inc.NAPLES, FL 341021140-VE-A101A-201PARTIAL BLD SECTION3/16" = 1'-0"1A-201BUILDING SECTIONTYP WALL SECTION1" = 1'-0"5A-201A-20121" = 1'-0"WALL TYP 1KITCHENETTE INTERIOR ELEV1" = 1'-0"3A-201KICHENETTE FLOOR PLAN1/2" = 1'-0"6A-201WORK ROOM INTERIOR ELEV1" = 1'-0"4A-201WORK ROOM FLOOR PLAN1/2" = 1'-0"7A-201 PELCO IMPS19 CAMERASEE ELECTRICALAFTER HOURDROP BOXFOLLOW ALLMFR RECFORACCESSORIESANDINSTALLATIONINSTRUCTIONS3'-6" 6'-8 1/2"CLCLNOTES:1. AFTER HOUR DROP OF BOX TO BE: PERMA-VAULT PRO-2225-C THROUGH THE WALL DEPOSIT SAFE BY SAFEANDVAULTSTORE.COM 800-207-2259FARE COLLECTION RM - F-1223/16" = 1'-0" 77 Construction Services Agreement for Grant Funded Projects: 08012016 EXHIBIT N: CONTRACTOR’S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Jack Willard Construction Superintendent George Chauvin Project Manager