Loading...
Agenda 01/13/2015 Item #16A20 1/13/2015 16.A.20. EXECUTIVE SUMMARY Recommendation to approve the lowest bid item prices, which have been determined to be reasonable by the County, for the Developer to fund, design, permit and copstruct a portion of Rattlesnake Hammock Road east of Collier Boulevard in a manner consistenA with the Developer Agreement between Hacienda Lakes of Naples LLC(Developer)and Collier County(County). OBJECTIVE: To approve the lowest bid item prices for the Developer to construct a portion of Rattlesnake Hammock Road between the road leading into the swamp buggy property and the proposed Benfield Road (the "Project"), at no additional cost to the County. Per the approved DCA, a bid that exceeds 20%of the Engineers cost estimate must be determined to be reasonable and approved by the County. CONSIDERATION: The Hacienda Lakes Developer Agreement("Agreement") was approved by the County on July 8, 2014 and is recorded in Official Records Book 5057, Page 3506, of Collier County. The Agreement provides for the Developer to design and construct a four-lane road in accordance with Collier County and FDOT standards and specifications. The Agreement also provides that the Developer shall receive Road Impact Fee Credits equal to fifty percent (50%) of the cost of the two-lane portion of the Road Project and that such Road Impact Fee Credits shall not exceed the lowest qualified bid price for that item as submitted to the County. Developer may negotiate a lower price which will benefit both the Developer and the County. However, the actual approved bid shall serve as the ceiling for the maximum allowed unit costs eligible for credit. The three bids submitted for this project all exceeded the Engineers cost estimate by more than 29.30%. The County Transportation Engineering and Construction Management Department and our independent engineering consultant, CH2M Hill have reviewed the bids and have both concurred that the lowest price for each item is within expected parameters based upon recent bids for County construction projects and are recommending approval. The Road Impact Fee credits equal 50% of the design, construction, CEI, land costs, and mitigation. See attached Impact Fee Worksheet. FISCAL IMPACT: The DCA limits Developer's allowable Road Impact Fee Credits to only 50% of the two lane portion of the project within the limits of the approved bid. The estimated amount of the credit is approximately $759,608, which the final amount will be determined once the Project has been completed and all invoices submitted to the County for review. GROWTH MANAGEMENT IMPACT: The proposed project and approved Developer Agreement is consistent with the goals and objectives of the Long Range Transportation Plan. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. Please note that the underlying issue is not the cost of the Project (which is being paid by the Developer),but confirming the calculation of the Transportation Impact Fee Credits. Packet Page-514- 1/13/2015 16.A.20. The 2011 Hacienda Lakes Development Order required the Developer to build the Project as a two lane roadway, with the Developer receiving as Transportation Impact Fee Credits half the cost of the Project. Thereafter, the parties agreed that it was best for all if the Project was constructed in a single phase as a four lane roadway (as contemplated by the MPO's adopted Long Range Transportation Plan), rather than having to widen the roadway in the future. This resulted in a 2014 Developer Agreement between the parties. In that Agreement the Developer agreed at its sole cost and expense to build the Project as a four lane roadway, while retaining as Transportation Impact Fee Credits half the cost of the two lane portion of the Project. In other words,no impact fee credits would be issued for the added costs of building a four lane roadway as opposed to a two lane roadway. To protect the County from an artificially inflated Transportation Impact Fee Credit, the Agreement provides that if the lowest bid of the Project exceeded 20% of the engineer's estimate, that the parties would need to agree that the bid was reasonable. Both the Developer and staff believe that the bid is reasonable. By this Executive Summary staff is recommending that the Board concur with staff and find that the bid is reasonable. With that said, this item is approved as to form and legality and requires majority vote for approval. -JAK RECOMMENDATION: That the Board approves the lowest bid item prices associated with the construction of a portion of Rattlesnake Hammock Road as required per paragraph 6.e of the approved DCA. Prepared by: Amy Patterson, Capital Project Planning,Impact Fees and Project Management, Growth Management Division Attachments: 1)Locus Map; 2)DCA and Exhibits; 3)Engineers Memos 4)Bids 5)Impact Fee Worksheet Packet Page-515- 1/13/2015 16.A.20. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.20. Item Summary: Recommendation to approve the lowest bid item prices, which have been determined to be reasonable by the County, for the Developer to fund, design, permit and construct a portion of Rattlesnake Hammock Road east of Collier Boulevard in a manner consistent with the Developer Agreement between Hacienda Lakes of Naples LLC (Developer) and Collier County(County). Meeting Date: 1/13/2015 Prepared By Name: BeardLaurie Title: Planned Unit Development Coordinator,Transportation Planning 12/16/2014 1:07:01 PM Approved By Name: AhmadJay Title: Director-Transportation Engineering,Transportation Engineering&Construction Management Date: 12/24/2014 9:21:14 AM Name: KearnsAllison Title:Manager Financial &Operational Support, Transportation Administration Date: 12/24/2014 9:40:24 AM Name: PuigJudy Title: Operations Analyst,Community Development&Environmental Services Date: 12/24/2014 2:14:47 PM Name: PattersonAmy Title: Manager-Impact Fees&EDC,Business Management&Budget Office Date: 12/29/2014 2:10:16 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 12/30/2014 8:08:36 AM Name: IsacksonMark Packet Page-516- 1/13/2015 16.A.20. Title: Director-Corp Financial and Mngmt Svs, Office of Management&Budget Date: 12/30/2014 8:54:25 AM Name: FinnEd Title: Management/Budget Analyst, Senior,Transportation Engineering&Construction Management Date: 12/31/2014 11:26:04 AM Name: KlatzkowJeff Title: County Attorney, Date: 1/2/2015 8:20:41 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 1/6/2015 9:43:00 AM Packet Page-517- , 1/13/201516A20. .. #. M _ * �^ _ PUD:FIRST ASSYaMINST EDU.B'REHAB 'aa + . . ...e. .. �„ ,e�„» ..-°.°�.�• Sri_ it ,,.,-Z ,z , 4. fo i - 4,.. s „ ■ 01'n r_� (( :poi i {'C,. ,X 0: } . - cvlsr,,,..r , u m r ,, 0, �.. 3a.. ,y I, , Q,'" �;-1 IL C a �s .} ,' liS , ,: . 4d Y . R. I5 4 CMUL'LEN .w.If .1' £ 2,4,' l 1 µ PUD.M' + '' PUD.HA CIE, N_DA'LAKES? ' , .w , .11--,-.7,77,A,. t . A _ ��FF ffiV .. l: .: Rattlesnake Hammock RD - a r K ,,7� _ ° a• f >P ' Or r j1 ' ,k+ti v.ia.• ?. "' ?r' r , , -,n , 14 1.41 � ^l r fy` .%,4eY r; ' . "" ..— am .! 4 ,,t ya r. x1 f 4 e •• ,...' , 4g- p . w , . PUD:ROCKEDGE ; . ; INSTR 5007270 OR 5057 PG 3506 RECORDED 7/15/2014 9:30 AM PAGES 15 DWIGHT E. BROCK, CLERK OF THE CIRCUIT COURT, COLLIER COUNTY FLORIDA 1/13/2015 16.A.20. REC $129.00 DEVELOPER AGREEMENT THIS DEVELOPER AGREEMENT(hereinafter referred to as the"Agreement")is made and entered into this 8th day of July, 2014,by and between Hacienda Lakes of Naples, LLC, with an address at 7742 Alico Rd,Fort Myers, FL 33912 (hereinafter referred to as"Developer"), and Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as "County"). RECITALS: WHEREAS, Developer is the owner of roximately 2,262 acres of land located on the io east side of Collier Boulevard at the i td , , ' •'' oulevard and Rattlesnake-Hammock Road and North and South o `, ,al Palm Road in K o ounty, Florida, known as the Hacienda Lakes MPUD, mo /p.. ,_ • •G L 4 Ord].•an No. 2011-41 and shown on Exhibit A(hereinafter referr d to ..,1" , •. o o a WHEREAS, the Boil I oil' • Ei.•mm •n- st„a•proved the Hacienda Lakes Development of Regional I a•t under Resolution o. 2011 .. (hereafter referred to as the "Development Order"), which fically outlined t' , •.•r ion commitments and defined the Developers' obligations and et•�et 's articipp a�t' °`�n. P g \ �' p — ZJ WHEREAS, Section 5.E.III • ti iDeve ' Order provides in relevant part as follows: "The Owner shall construct, at its sole expense, Rattlesnake Hammock Road Extension from the road leading into Swamp Buggy grounds to the future Benfield Road as a two lane road, including construction of the Rattlesnake Hammock Road Extension at Benfield Road intersection... Since only a portion of the capacity to be provided by this two lane section will be consumed by the Hacienda Lakes DRI, the Owner shall receive road impact fee credits equal to 50% of the cost of this improvement. The cost of this improvement will be determined at the time of construction, and shall include the fair market value of the land or easement when the owner conveys the road right- of-way to the County, free and clear of liens and encumbrances. Fair market value has been determined to be $30,000 per acre. The improvement and the area 1 Packet Page -519- OR 5057 PG 3507 1/13/2015 16.A.2O. allowed to develop upon completion of this improvement are depicted in Figure 3, below. Fifty percent (50%) of the cost of this improvement is deemed a site- related improvement;"and WHEREAS, the Collier County Metropolitan Planning Organization's adopted Long Range Transportation Plan identifies this facility as a four lane roadway; and WHEREAS, the parties wish to avoid impacting current and future residents with multiple construction projects; and WHEREAS, Developer and County agree to the construction of the road segment as a four lane roadway, as shown on Exhibits B1 &B2(hereafter referred to as"Road Project"); and WHEREAS, Developer agrees to full bear the cost differential between constructing the road as a four lane roadway instead a ,• • •: ith the parties otherwise adhering to \ the process set forth in Sectiopct I of the Develop der, in accordance with certain terms and conditions set forth el ; ._••. WHEREAS, the Gr h ■ .--r• r-<; '—ac' +— 0 . rio e.s recommended to the Board of County Commissioners that the 'o•d o i- ,onfo 1 i \4h contemplated improvements lb"/-' and additions to the County' 1 sportation networ ; d WHEREAS, after rea •,•. consideration byi' ' e :sa@ of Commissioners, the Board finds and reaffirms that: Q ��. t. a. The Road Project is itr i�t1 '� 'tk�`the contemplated improvements and additions to the County's transportation system; and b. The Road Project, viewed in conjunction with other existing or proposed plans, including those from other developers, will not adversely impact the cash flow or liquidity of the County in such a way as to frustrate or interfere with other planned or ongoing growth-necessitated capital improvements and additions to the County's transportation system; and c. The Road Project is consistent with both the public interest and with the comprehensive plan, including the most recently adopted five-year capital improvement program for the County's transportation system and the Long Range Transportation Plan. 2 Packet Page-520- OR 5057 PG 3508 1/13/2015 16.A.20. WITNESSETH: NOW, THEREFORE, in consideration of $10.00 and other good and valuable consideration exchanged between the parties, and in consideration of the covenants pertained herein,the parties agree as follows: 1. All of the above recitals and exhibits referenced therein are true and correct and are hereby expressly incorporated herein by reference as if set forth fully below. 2. Developer shall design and construct the Road Project in accordance with applicable Collier County and FDOT design standards an�s}t�cifications for arterial roads as depicted in the• plans developed by a planning and �a r••`„ .�r'edby Developer (hereafter referred to as the "Design Engineer") and un�e, '"eview by Collier . rJty'tnder Plans and Plat Application No. PL#20130000589. Corot let. ns he\ • - .gin of s chi'oad Project shall satisfy the Developer requirements of ecr ► • ilr i.--T t (rder. The proposed typical section for the Road Project as st i�a • I 4 4 3. If the Developer sites to record a pla , at i1c a he right-of-way tract for the improvements discussed in this"``. -ement prior to a =+tan Caf e improvements,then it shall provide surety via a separate in + •j - in a form a •-:fib - to the County for 100% of the outstanding work and 10% of the tota • • - f Cc. .n of the plat is not necessary until after completion of the improvements,then surety equal to 10%of the costs incurred shall be required during the one-year maintenance period. 4. The Developer shall receive Road Impact Fee Credits equal to fifty percent (50%) of the cost of the two lane portion of Road Project ("Road Costs"). The Road Costs shall be determined as the sum of right-of-way costs, design fees, construction engineering and inspections (CEI) and the Road Project construction costs as further described below. For the purposes of design fees and CEI fees,they shall be divided into design and CEI fees for portions of the project that are impact fee creditable. These divided design and CEI fees will be specific to the project, however, will not exceed the recent average County contracted design and CEI fee percentages versus construction costs for County sponsored road projects. In accordance with documentation-received from the Collier County Transportation Engineering Department, total design fees should not be more than 12.5%and total (developer paid and County paid combined) 3 Packet Page -521- OR 5057 PG 3509 1/13/2015 16.A.20. CEI fees should not be more than 10.8%of construction costs. The Design Engineer shall certify in writing of the amount of the design services that are attributable to the Impact Fee Creditable portion of the project. 5. The Road Impact Fees Credits identified herein shall run with the Development and shall be reduced by the entire amount of each Road Impact Fee due to the County by Developer or its assignees (for any need including, but not limited to issuance of site plan or plat approvals as well as building permits) thereon until the credits are exhausted or otherwise no longer available. The Road Impact Fee Credits may be assigned by the Developer to other parties and shall be allowed to be used in the same road district or any adjacent road district. The credits set forth herein shall be applied solely to Road Im 2p c t Fees, and shall not offset, diminish or reduce any other charges, fees or other Im t .. ;A` Loper, •its successors and assigns are responsible in connection with , •- elopment of their ans tt shall be the Developer's or its assignees' obligation to noti ' the t���d' is ava`Table for use in offsetting a Road Impact Fee obligation. A co • * ,,.<-•, ... .5-" f� the amount of Impact Fee P gY - g ^ I Credits granted pursuant to ' i ' _ e •-kid; a. . I,—• ash x iib}t.D 6. The following p •. e. shall be followel n o dert etermine unit prices for the computation of Road Impact -dits on the Roads • c eT ruction costs. t�> L a. The Developer shall prepar- -I JAR CAI all review and approve all plans for the Road Project. A bid tab defining quantities and items shall be prepared by the Design Engineer following the second review of the Road Project plans. Upon approval of this preliminary bid tab a bid package inclusive of the Road Project plans and bid tab shall be prepared in preparation of project for advertising. b. The Developer will place an ad in the local newspaper and advertise in the County's website soliciting bids for the Road Project at least 15 calendar days prior to the date for which the bids or proposals are due. The County shall use its email purchasing notification system to notify all applicable registered vendors in the County's database of the purchase. All sealed bids received by the Developer and the County shall be provided to the County's Purchasing Department. The County shall be responsible for reviewing all solicitation announcements and the tabulated results (bids or proposals received) and will rank all qualified bids or proposals from lowest to highest. Any questions or 4 Packet Page -522- 0R 5057 PG 3510 1/13/2015 16.A.20. comments from prospective bidders or proposers will be forwarded to the Developer for action. If any addenda to the bid solicitation are needed, the Developer will address and provide appropriate responses to the County's Purchasing Department for distribution to all the bidders or proposers. c. Developer shall document to the County the results and outcomes of each such solicitation. d. The Developer may negotiate with one of the bidders or any other firm or group of firms to complete the Road Project. However, the Road Impact Fee Credits for the eligible portions of the Road Project shall not exceed the lowest qualified bid price for that item as submitted to the County. e. If the Iowest bid exceeds •- - Qttgi . .y 20%,then County and Developer must mutually agree tha .c rice is reasonable a -eable to both parties. 7. The Developer s all - • u • -ir.art CEI inspection firm, which firm is acceptable to the Co nt . tens ,at e . oje•Z i• colnstrpcted to the approved design JJ standards and to document : - al quantities that .11 e or computation of the Road a Impact Fee Credits. The De 4r engaged CEI s spection service requirements with the County provided CEI fo tl i roje.t. For this c c , that sharing of resources shall be on a 50%/50%basis. However, if the 1 f.' ounty CEI direction shall control. The County will review and approve all final quantities. a. The Developer's CEI shall keep the County's Construction Project Manager informed of all significant activities, decisions, correspondence, reports, and other communications. It shall be the responsibility of the Developer's CEI to administer, monitor, and inspect the Road Project to ensure the Road Project is constructed in reasonable conformity with the plans, specifications, and special provisions of the permit for Road Project. b. The Developer's CEI shall observe the Contractor's work to determine the progress and quality of work, and shall maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Developer's CEI will monitor off-site activities and fabrication unless otherwise stipulated by 5 Packet Page-523- OR 5057 PG 3511 1/13/2015 16.A.20. agreement with the Developer and/or the County, shall identify discrepancies, report significant discrepancies to the Developer and the County, and direct the Contractor to correct such observed discrepancies. The Developer's CEI shall inform the County Construction Project Manager of any significant omissions, substitutions,defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. c. The Developer's CEI shall facilitate communications between all parties ensuring responses and resolutions are provided in a timely manner, and shall maintain accurate records to document the communication process. d. The Developer's CEI shall monits and inspect Contractor's Work Zone Traffic Control Plan and revie - nit91314 S. env fe A= Work Zone Traffic Control Plan, including Alternate t' t one Traffic Contro e. The Developer's CEI s _•ve ding a d testing in conjunction with a licensed laborato. . - .ti ,; 'Q tiol. •» =•' potent materials and completed work items are o e s ,e - :1T1s wjar anship incorporated in the I 1. project are in r o•able conformity • the p specifications and contract provisions. Provid ti surveillance oft o s quality control activities and d-' perform the samplin t>p• esting of m./ s and completed work items for verification and acceptance $i.1cint > 'yk ' Standards. f. During the term of the Road Project, the County will review various phases of the Developer's CEI operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement. The Developer's CEI shall cooperate and assist County representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. g. The Developer's CEI shall schedule and conduct a pre-construction conference with appropriate County staff. The purpose of this meeting is to discuss the required documentation, including as-builts, necessary for permit(s) compliance. Record significant information revealed and decisions made at this conference and distribute copies of the minutes to the appropriate parties. 6 Packet Page -524- OR 5057 PG 3512 1/13/2015 16.A.20. h. The Developer's CEI shall review all requests for change orders by the contractor and if acceptable to the Developer's CEI,they shall be presented to the Developer and the County for final approval prior to authorization being given to the contractor. i. Upon Project completion, the Developer's CEI shall certify that the inspection, testing and documentation was done in accordance with the project's specifications, plans, standard indexes, and County permits and procedures. The Developer's CEI shall submit the final construction quantities of the Road Project and two (2) sets of final "as-built plans" (one in ACAD format and one in paper format) that documents the Contractor's work on the Project. These shall be in X, Y, Z coordinate system and shall be in accordance with C. t standards and the Collier County Utilities Ordinance. �,'� Co 74, 8. The total amount of,4 a• mpact Fee Credits'l alb qual fifty percent (50%) of the sum of right-of-way costs, deig 'e=_. ._ens 'en- nsts ans\CEI,fees for the two-lane portion of the four-lane roadway. / a. o • # .19 .es 4 % de section 5.E.III, right-of-way costs shall be computed a j.t. o $ 0,00 t .1 acr- for ey and and shall also include mitigation costs per section Mitigation Cost ave be- .reed by the parties to equal $13,175.85 per acre; based on, -stimated right-of • 4) acres, right-of way costs shall total $173,566.92, but shall be " ai0 e" following ft. t ,ination of the acreage. Design fees shall be computed as the product • ° I�i at o" pact fee creditable construction costs over the total construction costs multiplied by the sum of the actual Developer costs for the Design Engineer and other consultants necessary during the permitting and bidding process. Construction costs shall be determined as the product of the two-lane quantities provided by the Design Engineer multiplied by the unit pricing determined under the process outlined above. Developer's CEI fees shall be computed as the product of the ratio of the impact fee creditable construction costs over the total construction costs multiplied by the sum of the actual Developer costs for CEI inspection services and testing. Developer's CEI rates shall not exceed existing County approved continuing services contract rates for CEI services in effect at the time of this Agreement. 9. Developer shall keep a ledger of expenses specifically for the Road Project and such ledger shall be presented to Collier County monthly and upon completion of the Road Project. 7 Packet Page-525- OR 5057 PG 3513 1/13/2015 16.A.20. Legal Matters 10.The Road Project shall be submitted for review,permitting and inspection through the Collier County Community Development Engineering Services Department and the Collier County Transportation Right-Of-Way Department. Final acceptance shall be consistent with the typical County acceptance process for public roads. The Design Engineer shall attend any and all public meetings regarding this Road Projects at no cost to Collier County. 11. The burdens of this Agreement shall be binding upon, and the benefits of this Agreement shall inure to, all successors in interest to the parties to this Agreement. Upon giving written notice to the County, Developer ma assi.n all or part of the Road Impact Fee Credits, utilizing the County's then-current r:`..;r' n,*' tj ccessor owners of all or part of the Development, or as otherwise •O •ed for in the Co - .unty Consolidated Impact Fee Ordinance. . _ 12. Developer ackno le., •P',4,1• •r- •.- nt t II cement to address any permit,1. condition, term or restricts n,s al n.. 11.,e o.:r .r ts uccessors or assigns of the necessity of complying wit ,1 law, ordinance, r - or eg n governing said permitting requirements, conditions,term estrictions. V0 13.This Agreement shal . •. onstrued or chs4 Sterized as a development agreement under the Florida Local Government 6 eli$Vmerit 4.-- ent Act. In the event state or federal laws are enacted after the execution of this Agreement, which are applicable to and preclude in whole or in part the parties' compliance with the terms of this Agreement, including but not limited to State legislation which materially changes the County's ability to charge impact fees, then in such event this Agreement shall be modified or revoked as is necessary to comply with such laws,in a manner which best reflects the intent of this Agreement. 14. The Developer shall execute this Agreement prior to it being submitted for approval by the Board of County Commissioners. This Agreement shall be recorded by the County in the Official Records of Collier County, Florida, within fourteen (14) days after the County enters into this Agreement. The Developer shall pay all costs of recording this Agreement. A copy of the recorded document will be provided to all parties upon request. The parties hereto shall do all things which may be required to give effect to this Agreement immediately as such requirement is made known to them or they are requested to do so,whichever is the earlier. 8 Packet Page -526- OR 5057 PG 3514 1/13/2015 16.A.20. 15. This Agreement shall be governed by and construed under the laws of the State of Florida. In the event of any dispute under this Agreement, the parties shall attempt to resolve such dispute first by means of the County's then-current Alternative Dispute Resolution Procedure, if any. Following the conclusion of such procedure, if any, either party may file an action for injunctive relief in the Circuit Court of Collier County to enforce the terms of this Agreement, and remedy being cumulative with any and all other remedies available to the parties for the enforcement of the Agreement. 16. Except as otherwise provided herein, this Agreement shall only be amended by mutual written consent of the parties hereto or by their successors in interest. All notices and other communications required or permitted - -under (including County's option) shall be in writing and shall be sent by Certifies r=suested, or by a nationally recognized overnight delivery service,and a•• e • as follows: ■ To County: ' ,:len ;Collier County Manager O 0 I +• ak s o Naples LLC 3299 Tamiami Trail East ,e 202 7 2 Ali o Naples, FL 34112-5746 ` Ft. `°. e „ J 912 Phone: (239)252-8383 Pho -. ( - 762-4454 I71/E CI 17. This Agreement, together with Ordinance No. 2011-41 and Resolution No. 2011-201, constitutes the entire agreement between the parties with respect to the activities noted herein and supersedes and takes the place of any and all previous agreements entered into between the parties hereto relating to the transactions contemplated herein. All prior representations, undertakings, and agreements by or between the parties hereto with respect to the subject matter of this Agreement are merged into, and expressed in, this Agreement, and any and all prior representations, undertakings, and agreements by and between such parties with respect thereto hereby are canceled. Nothing contained herein shall be deemed or construed to create between or among any of the parties any joint venture or partnership nor otherwise grant to one another the right,authority or power to bind any other party hereto to any agreement whatsoever. 18. This Agreement is intended to supplement and be fully consistent with Ordinance No. 2011-41 and Resolution No. 2011-201. Should any dispute develop with respect to any 9 Packet Page -527- OR 5057 PG 3515 1/13/2015 16.A.20. inconsistency between this Agreement and these Development Orders, the terms of the Development Orders shall prevail. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by their appropriate officials,as of the date first above written. ATTEST: BOARD OF COUNTY COMMISSIONERS DWIGHT E.,BROOK,.CLERK COLLIER CO TY,FLORIDA y )141,1\ .1A-1 -t. - teA.:' A'sh , B : A— . .... ' Deljtitccer ir HENNIN HAIRMAN Attest ako Chainnat7< .u; signature Only. ��- . Cll r j:.s/-■71es `,C 7 Signed,sealed and delivered �' By: '� in the presence of: / . - ` , e'll� ice`D T --4;3 T.-.•':' ;t." - - - M.' (/ '` i atur o kc 41 . r,.�/ t. r `-, ` Print N. e') C, Si lrture �-0- i�J C- Printed Name STATE OF FLORIDA COUNTY OF z°P_ e foregoing instrument was acknowledged before me this-7day of J� ,2014, by .-id E i orre- as(a x_n lge.c" fo •cienda La es of Naples, LLC, who is personally (' known to me o as produ d as identification / .►�" Notary PUbtic State of Ftofda NoV 'ubl.i.,c1,� /� _ Maritza Agtriar d ./CL.! 0' t u ad- t 7 My Commission FF 075151 cJ o, Expires 12/08/2017 Printed Name ifs rii"- App •Q. d �! I' and legality:II Jeffrey A.1 17,1.1M ,County Attorney 10 Packet Page -528- OR 5057 PG 3516 1/13/2015 16.A20. I- \-Z__>< __________________ j EXIT 101 a denGc .°" ""NTES TAZ P�V o I 0.100 vit t QT ;TAMPA eiffaxica in COLLIER COUNTY FT.WARS °' Lit w" CZ U COMMUNITY -- DEVELOPMENT,,. / 0 DISTRICT-- \ y" -- ti cc BOUNDD R 1.., mm. > w VICINITY MAP O MTS. LL THE LORDS '' -- ' ,F A p L.,K i I� ra�`� EA`OF j #OPOSED U r\ ° PH �CrSTRUCTION aRATTLESNAKE 1 f `l/ A RATTLESNAKE HAMMOCK RD.!r HAMMOCK ROAD EXTENSION A !� N : Ex Nr #F-,-`-. d,p „2 �f' DEVELOPMENT ,pw� _ BOUNDARY -x y k / 0 0 1/2 MILE F a 0 0 O J a SABAL PALM ROAD 0 a. s -0 x m MITIGATION ///:// —7— A 0 // //// ///////, __&''-'-1 COMMUNITY DEVELOPMENT t'"_ DISTRICT LANDS NOTE: THE DEVELOPMENT IS ZONED MPUD HACIENDA LAKES -- 950 Encore Way CHECKED BY: PROJECT Na Na les, FL 34110 PHASE 2 w.r.c zma_ooe Phone: (239) 254-2000 DRAWN BY; CAD FILE NAME Florida Certificate of LOCATION MAP JON PRE-APP - Authorization No.1 772 033 E%HIBIT ITEM Packet Page -529- OR 5057 PG 3517 1/13/2015 16.A.20. ,1�11�I� "1:1E, ,,;11,1,1 ',III 11111 I ; kph ,"4d 0 2400 4800 . - ' 7.. '�SVs.. Y:: 4 + SCALE IN FEET 'r tic i :S, I t.; h',_; - "4.+ 3. ii.:1.l r 7S L- 4 1- k 4 f 1 PROPOSED A - � E x '° ,{ PHASE 2 > s: �C DWAY ✓is,�f 0 s 4 ,� t 5 -CO 19 r1-"Sa� ‘ ^a3w. '3n \WPi-'° .a opal {i i• t I. i fti J —I "w xg• ii*t`� r-rya '2 U 0 d1n zn � 1 cgtE§ .4sw�� 5 d s•— r 1 I 'r µ , M...r{ 5 P.yJ"'iikPLil,.# L9 •i" _r b>�tii{ i- mzC`44. t4' gi RZ f < 1" S> .a m HACIENDA Iti � . LAKES -Ai t x t == r I-wai�. yw ,4y-,t°..,▪ m�rE ti`;'Etr t▪ y 4vs s>r,,P1 rRr r `'„'Ta .:,,�'£ `rk�ai.i.�'"'' rh w,,, �„.r-�._. .▪a'�'ss i�- i", w 'S o j=u''� u u as v-. .! wi,., �. m S -.+ 7 t 3.r,,,,, •.= ;ire y �' �h �',, IV YF aiii '4 13 a 5 -o-+” t _t h .,t 'fir .� Sic' iW AOZ a KS $ - T W 9 --iJ:--.- DENOTES HACIENDA LAKES g =±-7= ttT M.P.U.D. AREA 950 Encore Way LOCATION OF PHASE 2 CHECKED BY: PROJECT NO, W.T.C. 2013.011 Naples, 254-2000 34110 20 0 DRAVM BY: CAD FILE NAME Phone (39) 2sa-2000 WITHIN M.P.U.D. JON uPUDN HOLE MONTES Florida Curtificato of 9I DiSf1NtERS•SIAt1E1�lS Authorization No.1772 MASTER PLAN DATE: EXHIBIT E 03/2014 EXHIBIT I BIT 2 2 Packet Page -530- 1/13/2015 16.A.20. I 1 0 9 t ONVA31nos 1r 1 R S3HV1 VON3IOVH i "t`,;'^""y 1 32anlnd i M F ,, $ 111 _- ,------_ s r}I q _ S 111 a; t _ ^I \ 1 , A 1 IUD' R 11 I y § I+^ G6 qi ri x e W I , -� ,,� : ' W 1 Z I I�bi �.�`'; I W /I 1.1 r3 f . + I I r � � v I I B sa lI 11 P[F"L ii'I /l , r,4W l.. l §-rimg ' . � , I; £ ' x: f - �•.'I4k/1 C Cg. 11,...,1 1 I it, ,7470°/ fli C.) 1 Ix "& 4� ego - / WI I iiia Lu 104\r a i lxi IT &1 t3'*4 f 1l)ja I u 0 �1 g ert k ig I E r LL H i rlo r ,, t 1 ;___t.,. _ a11', ' W a cc `�5\ :\ ,11f ; A ... 11 ' --- J s l o ___1 _ r - I W Q J .._�-_�� i(7". 4____,:,i W 0,a —�-__ . , ,\ •Iii__ 7 ___ ....... q , Packet Page -531- RISE 9d LSOS iio L- ,— 1/13/2015 16.A.20. .-W .....-H Uw O o co 5 IA-it w W a-•- < w� CP W �5 w a o j Q a--' .-d (V U •g •V 1 W Z m O .c cc c% co o") 0� n 8 > N �WX } I o R m R Li:Q < o W `O �� (n w W 6 6 CC° z N © w Crw w' o` o vvi . w< v 0 o c8 m W N m a. o^ -Ji 1* CO N IO 0 N V N Z CV L.'� w v) Q Z � = • Y � J < m Z Z X Q I . m. < m m - 0 X x- m _ < w 1-: _!- W/-":. 0 t/)< U zW © 0a ~ n oo ,< 0c z W O W � � d c d XW' YOCV9 W �- .1 © _N I� .- fV.Wi Z OI_ 0 v W J ..J N < y o H o 0 0 00 0 0 < 00 � °W '_' 6 G a GC d W ›. U N � 1—Q �ti J � 0 ' +y u. CY.4- E 0 r 0 I Q s = / ^ ( ? O z L Ap o. �r p N w - I . iC ° p o .j O d Kp f E 1 N ce,v U O 1 a .--' 8 O 8.N�z . O W N rn U N cv N co/ Lf,a I 1 Z �V z rnZ pL O �/ � w 0 0LL Q 3 a © l OD , Jr/ F •d U < oz O JJ z_ m p nI O J O W N [V fV p LL, �" < ...1,:t !r v W- z5 1-- 2 N F O z f' W g. I WI Z < 0 w< F' c `* an d �' <z z M Ix Z �— O o O 3 , wo�. z f- a � o �wY K 'tn< �� I ix y O QQ t01 N3 �� O O) Op0 W 0 < J-H i 0Q. cc 6. Z= a Z cc O O < U r _ n N N 6�n• ama 4i -I z0J FNS u) (7) Co Oj 0 �\ cV ..7 c-) jrni- d* 0 r ♦ ~ o a Iy O Z o 0 3 ZZ+1 I�� wMK Nog \ : :j: a o M ^ 2 �a.� <?m Dan _J C3 o o°ate b aao p 3x< < ov) <v)r- o Wwp O cs. Q��i Z .- c3 17 .t..; .(. 41 n ; °r. . 83i gy.g. I Packet Page -532- 6TSE 9d LSOS 110 *** OR 5057 PG 3520 *** 1/13/2015 16.A.20. EXHIBIT D HACIENDA LAKES DEVELOPER CONTRIBUTION AGREEMENT ROAD IMPACT FEE CREDIT LEDGER Impact fee ledger Beginning Balance $608,718.45 DATE LOT# YEAR CREDIT AMT BALANCE PERMIT# Beginning Balance $608,718.45 _ Li .. .r I, / I I( '`( ( 1 ) 1HIV Vf/ i ! '7, Packet Page -533- 1/13/2015 16.A.20. CH2M HILL 5801 Pelican Bay Boulevard Suite 505 Naples,FL 34108 CH21Ui H I LL Telephone: 239-596-1715 Fax:239-596-2579 December 12, 2014 Laurie Beard PUD Monitoring Coordinator Growth Management Division 2800 North Horseshoe Drive Naples, FL 34104 Subject:Rattlesnake Hammock Extension—Phase 2 Analysis of Bid Summary Results Dear Mrs. Beard, The purpose of this letter is to document our review of the bids received by Hacienda Lakes of Naples, LLC for the Rattlesnake Hammock Extension—Phase 2 Project. The Bid Summary results showed three (3)bidders: • Quality Enterprises • Coastal Site Development • Bonness The Bid Summary also included the Engineers Estimate and a tabulation of the Impact Fee Basis. The unit prices quoted for the items of work from the bidders were in line with estimates and industry prices. Deviations could be attributable to limited quantities and/or bidding strategy. The unit prices shown in the Impact Fee Basis Summary were derived by utilizing the lowest unit price of the three bidders. Although the total project cost was 29.3% over the Engineers Estimate, a comparison of the unit costs in relation to recent bids in Collier County, as well as posted Florida Department of Transportation unit costs, has determined that the costs are fair and within expected parameters. Therefore, based on a review of the bid tabulations and unit prices, it would be CH2M HILL's recommendation to accept the pricing shown in the Impact Fee Basis Summary. If you have any questions, please do not hesitate to call with your inquiry. Regards, Bill Gramer, P.E. - Project Manager CH2M HILL Vice President Transportation Packet Page -534- 1/13/2015 16.A.20. Co e-r County GROWTH MANAGEMENT DIVISION INTEROFFICE MEMORANDUM DATE: December 10, 2014 TO: Nick Casalanguida FROM: Gary Putaansuu, P.E_ SUBJECT: Analysis of the Bid Summary Results Rattlesnake Hammock Extension—Phase 2 I have reviewed the bid summary results and compared the lowest item price to the unit prices received on County Barn Road and Collier Boulevard projects which were recently opened. I found the lowest item prices established in the summary to be in close conformity with the unit prices we have received on our contracts. Some prices were actually lower and some were somewhat higher. When higher, I found the higher prices reasonable because they referenced minor quantities. I recommend approval of the unit prices establish by the summary. Packet Page -535- 1/13/2015 16.A.20. HACIENDA LAKES OF NAPLES December 6, 2014 Nick Casalanguida Deputy Administrator Growth Management 2885 South Horseshoe Dr Naples, FL 34104 Re: Developer Contribution Agreement between Collier County and Hacienda Lakes of Naples, LLC Dear Mr. Casalanguida, I am writing in regards to the Developer Contribution Agreement executed between Collier County and Hacienda Lakes of Naples, LLC("Hacienda") for the construction of a new segment of Rattlesnake Hammock Rd from Viale Way to and including the intersection with Benfield Rd. As required by the referenced agreement, Hacienda Lakes of Naples, LLC issued a solicitation for bids to construct such segment.Three bidders participated: a. Quality Enterprises USA, Inc b. Coastal Concrete Products, LLC dba Coastal Site Development(In an effort to provide open disclosure, please note that a shareholder of this firm is also a shareholder of Hacienda. Nevertheless,these firms act at arm's length as the other shareholders of these firms are not the same.) c. Bonness Inc. Boness failed to submit some of the information required to be part of the bid such as pricing on all items, insurance information and GC license. Having said that, it has been confirmed that the firm has the required licenses and insurance. I have attached a spreadsheet summarizing the bids as well as all the bid information provided by proponents.The summary spreadsheet includes a total based on the pricing provided by Hole Montes as design engineer. Finally,and as required by the DCA,a total is provided using the low bid of"each" item. Such price would serve as the basis for the issuance of impact fee credits and will serve as the guideline Hacienda, as developer and contracting entity,will use in the final contract negotiation for the work. The purpose of this correspondence is to request your concurrence that the bids received are reasonable.The bid totals (even when using low bid price for each item)are in excess of 20%of the Design Engineer estimates and per the DCA,your concurrence is required in order to proceed.We respectfully request a response from Collier County on whether the pricing received in the solicitation is acceptable within 10 calendar days of receipt of this letter so that the project does not suffer any further delays. 7742 Alico Rd—Ft Myers, FL 33912 Packet Page-536- 1/13/2015 16.A.20. HACIENDA LAKES OF NAPLES I can be reached on my cell phone at 904-762-4454 or via email at david @flstardevelopment.com if you have any questions or concerns regarding this matter. Sincerely, David E.Torres, Manager Hacienda Lakes of Naples, LLC cc. Laurie Beard,Collier County Terry Cole, Hole Montes, Design Engineer Chris Hagan, Hagan Engineering,CEI 7742 Alico Rd—Ft Myers, FL 33912 Packet Page-537- 1/13/2015 16.A.20. O 0 0 0 0 0 CO Q In ul 0 CO u1 0 O 8 00 8 8 8 ID cr, 1uDi O 0n O 00 N 0 0 0 O 0 0 Ui Ot l0 M 0 o n O O r. V o M o N o 0 04 .-1 N Oo1 .-4 co`O uu, 8 uUl 1/01 8 00 n 0 N N 0 en N CACA CO N ID N N 01 ul M N Q N . N 00 N u1 u1 Q N ID N VI m lO CO M N N N CO M Q 1 In n 00 ri t0 0■ N N T N N Q d .4 n j m w L LI r >• N N N N N N V1 Vf V1 N N N N N N N N N N N N N in N N N N Y. IN Qw S S O O pO O co N. N N Q O M ID O O n O CO 0 S N Oo co tMD O O M N 2 o lJ N 0 S Bonn 0 O '� .°4 .N4 `^ .N4 "' "' 0 a N eri .: O tnrmf .mni o C ...i ..co Q 1 N AI N N O l0" .4 H Z O N N in N N an N an N N N N N N N N N N N N N N N N an N N VI 0 0 0 0 0 0 Q 0 LA 0 VI in 0 0 0 0 0 0 o 0 0 0 0 Un 0 0 v K o U, 0 0 0 o n CO ID LA O N n 0 0 0 0 0 0 0 0 0 N 00 Q 1wu 10 m 0 0 0 0 .M4 N 00 00 10 m 8 8 8 U, U, o o N o N N m O. z 0 z N Q tD t0 Q O N N T lD 01 00 1D N ut N N Ot 00 to N 441 tD .'4 V. w 0 ti M 1G N N O N N N M re n1 T l0 u1 b n 01 N N N = Z F- r w N N n 01 0 N u1 u1 Q al w W Q n N F 0 0 > N N in N in an an n N to N N N N 4n ,1 N N an V.I. N N N N N N N 9 L O 0 0 80 N . O co . Q o O IA O 3 Z < G 0 n 0 S 0 0 Gi ...i 04 .. 0 N O N a O O en o ..o w n 00 0 0 CC CO a T.9 2 W Q C m en. N N tD N CO U1 N M M N 0 D. d z m E 7 z ., 7 N N N N N N N N N in N N N N N N N N N N N N in N N N N 0l N CO CO CO 01 0 CO Q V1 00 tD 0 m O O O N b ID CO N ut O N d N CT O O O1 O ut O1 t0 0 O� S n O O O M O1 10 O 0 0 ut n O Ol lD Oi co N N ul LA N tD H N OG ut O Q Q 1� M l0 O N at O N O1 N 10 M M O1 H Q CO v1 ul N lD N CO 00 Q N CO Al O1 W Q ID 1n Cr CO Q Ol In T N 00 Q M ut CO ID N CO N N u1 T of M O � 01' u1 O .i N 00 ^I A vi N N CO - 04 IA .4 N N N « V ? H 10 ? d E u�i > N N in in in N N in N N N N in N in N N N N N N N to N in in N Z N Q Q 47 01 0 N l0 VI ID IT IA CO N tD Q CO Al 00 lD N ID Q O N 01 ut Q 01 O 00 N LA M lD n n N N N N b O Q T 'N m 00 n 01 N N N n O N M 00 u1 00 N 1.1 ..I u1 00 00 6 en 0 Ui O1 U 0 .• - 00 Q CA M CA CO Q ~ ~ CO O 00 ID N Al N N Al N. .n4 M d N Lti M M .i Q: N F' N /N.... E z E 7 N in N N N N N N VT N N N N 4" N N N N N N N N in N 0 0 0 0 8 0 Q O O O O O O O 0 0 0 0 0 0 0 0 0 0 in 0 a O O O O O O Q u1 N O N u1 O 0 0 0 0 0 0 0 0 0 NI n ID 00 a U O O O O O O N .-ii O O .0 M N O o O O O O O O o O M p n O 7 O M O O O O 01 Ol .i u1 LD N O O 0 O n N O O O 0 O O CO N CO ID N ID N CO n Q O N N O N O N CO N u1 ID Q n N .2 O '" .0y 00 M N N N 00 .Ui N Q ID N' n O O 10 O N' .N-1` M M r+l C Q H n 0p N d , Z C H 0 J Q uO d N N N N N N N N N N N N N N N N N N N N N N N N N N N U Q Z aN O O O O O O 1 0 0 0 0 0 0 0 0 O 0 O O O 0 0 0 0 0 N O O > O O O O O O .i LA u N Q in O co O O O T O O O O 0 - Q Q O 0 O O O O 00 0 M T N Q T O O O Q u .-1 O O O O O 6 ,...1 .+m O 00 N O - ..-I .4 0 0 o 00 oM N H O 2 001 re tn O ut d N M N N Ms lD -' O m m U Z = N N N N N N N N N N N N N N N N N N N N N N N N N N N O 0 0 0 0 O 0 O 0 LA 0 u1 u1 0 0 0 0 0 0 0 0 0 0 0 N co 0 0 o 0 0 0 O in U, co O n N O 0 0 0 0 0 0 0 0 0 Q n Q t0 O o O O O 8 t0 M ti O O 1n 00 o O O O O O O O O O O O T N 1D S O ul O CO 01 01 N 10 u1 0 0 ut 0 0 0 0 u1 lD 00 N 0 in .. H 10 N■ Ot N CO 01 N In .-I .-1 ul N N U ut co t0 00 N Q n N N_N O 00i` M N N N 01 N N Q 0 CO N Q Mil l0 01 .N N M M Q d 0 N e-1 K z a Z > N N N N N N N N N N N N N N N N N N N N N N N in N N N 0 0 0 0 O O O O LA O N N O O 'O 'O' O O O O O O 0 LA LA O O o. O O O Vt In n 00 O N 00 O O O. CO. O 0 0 0 0 0 0 NI ut O O O 0 O O 00 .-1 .M4 M .Ni ut M. 0 O O M 1n N O O O O O O .4 .i C U tD .N4 0 U, 0 0 Ui LA 0 U, N of ul 0 Q N m n 01 N N N N Q u1 M N O d M N N ul 1D .4 r Z O N N N N N N N N N in N N in N in in N in an in in in N N N N N 0 0 0 0 0 O O O O O O O O O O O O O O O O O O N 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O ID 0 0 0 P tD N N N .4 .4 Ot Oi 0t M 00 M N 10 ID .0 O O O 00 N N N O vi ID N • M .4 LO ID 0 0 10 0 N 0 0 0 10 N Q M CO CO 00 00 M ID 0 N LA 01 M . N 7 O O H ut N N N' O1 W N I- X z � w 04 w w N N U, N .1 N I. u} W w W - . - W W W w Z 2 L.U .✓ 7 Z Z • 0 H Z N 1n 0 LU le CC ut . Q ut N X O 0 m o: w N ui W co W H m 01 tl 00 C C m- C oo E a �� {j O o a n O1 u' m C O DI « Y Y oD Y x ry F O Z O j . t- O O n 13 D. u - C N C N C N C E o W 0) - d W O 01 21 01 « y' ' O m _ -O m O E n u C m d r w E 3 3 C = N A y u A c m w G L a d m v r ml x d i -0 3 m u Y m ce y o O cc. 0. v o c 1 m s c a 3 E m 1° m - ° d z ad i d - CU U t o 2 3 d a C 0f w 0 O u .3 .5 j O > 9 9 'O ° 7, ,',3 G LL C m ✓ H W W m m 9 Y O ".;0_, O 6 _ W C C lc c c c c c H VI ti M tD ^ O :� - - N > -_ N _ « « « o o O J 0i C 0 0 + 0 O �0 U 0 d d n 1 0 6 in O. VI 0. V1 co 1 N J` Packet Pale -538- n m N N N Q m W Z .1 N M Q u lD n CO De ^ ^ ^ N N N N N _ I I I I I I I^I^ ...I _ 1/13/2015 16.A.20. N h N t0 0 0 0 LO Vt 0 0 N 0 0 0 0 M 0 0 0 0 0 t0 0 0 N g■ O 01 t0 .y 0 0 0 0 0 n 0 0 en en o M O t0 O O O O O N 0 0 N 0 01 CO h TO M e O .Oi N t/1 OD 4 41 O .9 O N ' u1 O O O O Cr; u1 0 co m M co Vf M N CO N to e M n 'Cr In t0 Vt LO N 01 0 0 0 0 LO .1 0 01 ..1 N .1 N V1 M CO M 'Cr M e n tO N. M N N n 0 0 0 V1 a t0 M N N N 0 t0 00 O .y NI n Co m O o N .-I N N N N an. VV an N N N •14 N N N N N N N N N an in N tel an 11. pa an N in 0 Obi N N 0 0 8 0 0 0 01 n N n IOi1 8 M 8 0 Vt 0 8 8 0 M 8 Vl 0 O ID tD 4 .-I O e e M O M N O co O OD O M .a n O O e .1 O M n W M N N N N O N 0 lD .1 N 0 0 ~ n N Q .-I 0 4 O N N .1 P--- W N VL N N VT V* N N V1 VT VT V? N N N 14 N N Vt N N in to V) N N N w W 0 0 0 8 8 0 0 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 8 0 4 Z Lc, ut O 0 0 O .1 In n Co n O LA 0 O Vt O N ' u1 O O O O O 0 O M O 0 M M CO M N e M n tD N e O N O Vt 01 Io In 0 0 e 0 0 N Z lD M en N V1 en 00 e M 0 V1 N IO N. M N h n 01 0 0 Vt t0 e N W N .-1 N Lb .4 O O 41- I- 1` 00 cc N N M M W Lu O V1 VT VT an N •f N N N N N V1 N N Vf 01. N N N an N N VT VT Vf Vf VT VT V1 N V} n 0 0 0 0 0 0 O 0 0 0 Vt 0 0 0 0 0 0 0 O O 0 0 O 0 0 0 0 O O O O O V1 N o N N O O O O o O O N Vt O O N O O n IA V 11 O O M M O - M N O O O V O O . n o O 01 O O N T W In IA V1 M M 0 0 0 ,•I N LA N IO N n 0 F V .-■ V .1 a N a Q_ 2 N Vf N an N VS V' VY in in VT N N N N N N 11 N N VT N VT N VT N N N N t0 M 0 0 t0 In e 0 N 0 0 0 e M t0 L0 n 0 01 b 0 .d In N O N O 0 M M N e O tO n N e 01 m h H tO vi, N l0 h 00 .i N t0 N OD n o 01 0 en Co ti en N 01 m N. e t/1 N e N N N co N n L0 Co N N VJ a CO m e M e h N h h N N N e N' .i N 01 - N. an in an N N N an N N an an an N an an an an an an an N N N V` VT N Vl N VT 01 N n .1 03 N In N In a In 40 0 0 0 e N. 01 M O 1 N N 0 0 e N N 0 01 01 N N. M N M M 0 tD f.' • t0 0 4 4 en N IA M O M In O Co N Co 4 re, n eel N N N N M 0 0 10 N - N M N .4 a .-i V N N an N Vf N N N Vf N N tn. en N N VT Vi VY VT N w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 01 E N 0 0 0 0 0 0 0 0 to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 01 N .Ai O 0 O M e O 01 h Vt hi O O O O O .. N O 0 O O 00 n O to .N4 0l C� a co N t0 .et e M en en 00 t0 N. t0 01 01 0 0 0 e 0 01 N. M e N h en In e e t0 01 b n en e n Co 0 0 0 00 a t0 W q M .d N tr t0 00 Co .1 M e M o. L N N Z 0 V1 N N Vl V) N N N V1 N N N V' N VT N V) N V) N N VI N Vl VT VT N Vf V1 a 0 0 0 0 0 0 0 0 0 o In 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O N 'n O O O O O O O N O O O O O o N V1 N V u O O O e 0 O .-I M 0 O 0 0 0 0 O .a W O O ti 0 O M n: O N to m e e o 0 o CO ■■ h to o 0 0 as 0 0 M .1 N. M .1 .a h 0 0 .a .0 • V .-I 0 N N d. 0 OL VT N an V1 VT V' VT V} N 11 an Vf Vf VT N VT N VI V} VT VT VT VT N V' VT V1 E W 0 0 0 0 0 0 0 0 0 Vt 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 in ' Co 0 0 0 0 0 0 0 0 h N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0o d M Inc O 0 en t0 O IO Co n 0 N 0 O 0 O e e 0 O O O t0 N O Lb .0 Lei .Oi N Vt to 0 en m e N en 00 0 n 0 e 0 01 a .N-I 0 N 0 0 0 N 0 ti CO e to en tD Vt N t0 e N 0 N co m V1 h n 0 0 0 N 0 O T N ry Co 01 M` W N m . N - N M W d N N an an an Vl N N N V• N an N an N N an N N N N an N N in an an an G E O 0 O O 0 0 O 0 0 N 0 0 0 0 0 0 0 0 O 0 0 0 O 0 0 O 0 0 0 0 0 0 0 0 0 0 n N 0 0 0 0 0 0 0 co 0 0 o In o o m o •t o IA IA 0 o o 50 Ili o 4 0 n o 0 0 o vi o .. N o o o re, o /A a; v 01 N h In In 0 0 0 0 et 0 to 0 N N m m 0 0 M N CO . 40 N CO N N In .1 c - 0 0 40 CI `a, ai N VT N VT VT N VT VT N VT V,. an in N an an VT VT N N N VI VT N N V? VT O. N 0 0 0 M 0 0 n 0 0 0 N 0 0 0 0 en 0 0 0 0 0 0 o 0 E e 0 0 0 8 V, 0 0 to 0 0 0 e 0 0 0 0 In 0 0 0 0 0 0 o E o 4 00 4 ID o 16 0 o vi ti ni o t6 .: a o 0 o re, e 0 N m o 0 .+ .-1 O1 een .-I n 41 .a N 0 0 N 0 m 10 v d .0 O 1- ° m O• w W w W 0 W W w w ' °z IL 111 z 0 z a a u u ¢ 0 u v 0 d o c m > a' °' « 0 « « « m ° x 3 3 3 3 3 3 3 ,_• Y o „ io .. 'fx ; '� `m `m d 'o v i a v v `o �\ q d O q 2 2 `m m ` q q q q 3 ^t CO g al 0 c c c c c c c m m In ¢` y CO q q q q q q m A c w I aci a tea,,' 3 v E E In u1 In In In In N 3 In � a c c C Y Y m ea o nn- a- n a N 0. 9 0. > d 7_ a > n v ° c m m 3 LL n .6'9 u 0 O 0 w . > _e _m w n 3 ° a.• ° : c W D v 0 -o c « to wE E E E N E l7 . -0 m . e c c m c c m c c . _e c io ' - -0 ` 9 - ` `- Nv E ° -x w` O a _" 1. t 0 a 04 N a a v Co O 0/ a L N L m O L O w L`ri i N ii N d7 d N d C H V1 (- L 0 .0 c L N Co L O O O E - H N N U1 H C cc 0 U J N as 04 O N M e LA TO n Packet Page -539 n w 01 c N in a V1 ci N N m m M m m m m m M M '.I e l c}'e I 'T'v e a e e In in N 0 of 0 co 1/13/2015 16.A.20. AUALJTV ENTu ERPRISES n, i r+■. December 2, 2014 Terry Cole Hole Montes 940 Encore Way Naples, Florida 34110 RE: Rattlesnake Hammock Extension — Phase 2 Bid Process; Sealed Bid Enclosed Dear Mr. Cole: Quality Enterprises USA, Inc. is one of Southwest Florida's leading roadway contractors. We have performed several projects with specifications similar to those in the contract plans for Rattlesnake Hammock Road. We appreciate having the opportunity to bid this project. Enclosed you will find the following documents: • Cover letter with bidder contact information • Signed project bid spreadsheet • CD with Excel file with bid spreadsheet • Certificate of Insurance it Copy of Building Contractors license • Copy of addendums with signed acknowledgement (addendum 1 only) I can be reached at the following: Louis J. Gaudio, Vice President Quality Enterprises USA, Inc. 3894 Mannix Drive, Suite 216 Naples, Florida 34114 Tel: 239-435-7200 Sincerely, Louis J. Gaudio Vice President LJG/ss 208 Tintern Court 3894 Mannix Drive,Suite 216 Chesapeake,VA 23320 Naples,FL 34114-5406 Packet Page-540 (7557)55488-8206000 (2339)435-72002' b Fax(757)548-2600 Fax(239)435-7202 .- -, Licit CBCA57231 1/13/2015 16.A.20. BIDDER: QUALITY ENTERPRISES USA, INC RATTLESNAKE HAMMOCK EXTENSION-PHASE 2 ITEM NO. DESCRIPTION OF WORK UNIT UNIT PRICE QUANTITY VALUE Storm Drainage _ 1 18"RCP,Class III LF $ 60.00 336.00 $ 20,160.00 2 36"RCP,Class III LF $ 120.00 817.00 $ 98,040.00 3 18"Flare End Section EA $ 1,800.00 2.00 $ 3,600.00 4 P-6 Throat Inlet EA $ 3,750.00 7.00 $ 26,250.00 5 Junction Box EA $ 2,900.00 1.00 $ 2,900.00 6 Modify Existing Junction Box R-22 EA $ 2,200.00 1.00 $ 2,200.00 Roadway 7 1"Asphalt Paving=Type FC-9.5 SY $ 8,50 ;10,869.00 $ 92,386.50 8 2 Asphalt Paving-Type SP-12.5 SY $ 11,50 10,869.00 $ 124;993.50 9 Limerock Base 17.ation 9 SY $ 13.70 11,103,00 $ 152,111.10 10 12"Stabilized Suograde(LBR 40) SY $ 3.45 12,403.00 $ 42,790.35 11 Type F Curbing LF $ 15.00 5,368.00 $ 80,520.00 12 6'Sidewalk(6"concrete) SF $ 5.25 16,603"O `" ` „ ;87,165.75 13 12"Compacted Subgrade for SW SY $ 3.45 2,075.00 $ 7,158.75 14 Handicap Mats LA $ 750,00 6.00 $ 4;500.00 Street Lighting 15 Street Light-40' 'ole EA $ 5,200.00 T 16.00 $ 83,200.00 - 16 Street Light Service Point EA $ 6,250.00 1.00 $ 6,250.00 17 Conduit(UG) LF $ 3.80 ~ 2,500,00 $ 9,500,00 18 Conduit(Directional Bore) LF $ 25,00 500.00 $ 12,500.00 19 Conductor LF $ 2.00 9,900.00 $ 19,800,00 20 Pull Boxes EA $ 450.00 8.00 $ 3,600.00 Pavement Markings/Signs 21 Single Post Sign,less than 12 SF EA $ 550,0D 7:00 $ 3,850.00 22 End of Road Makers EA $ 330.00 12.00 $ 4,560.00 23 Delineator EA $ 240.00 2.00 $ 480.00 Painted Pavement Markings,'Standard 24 White,Solid 6" NM $ 1,120.00 0.67 $ 750.40 Painted Pavement,Markings,Standard, 25 White,Solid 8" LF $ 0.55 365.00 $ 200.75 Painted Pavement Markings,Standard, 26 White,Solid 18" LF $ 1.15 116.00 $ 133.40 Painted Pavement Markings,Standard, 27 White,Solid 24" LF $ 1.55 72.0D $ 111.60 Painted Pavement Markings,Standard, 28 White,Skip 6" GM $ 390.00 0,42 $ 163.80 Painted Pavement Markings,Standard 29 White, Message Only EA $ 75.00 11.00 $ 825.00 30 Bike Onhy EA 5 75.00 6.00 $ 450.00 Painted Pavement Markings,Standard, 31 White,Arrows $ - 32 Standard Army) EA $ 50,00 11.00 $ 550.00 33 Bike Arrow EA $ 50.00 6.00 $ 300.00 Packet Page -541- 1/13/2015 16.A.20. Painted Pavement Marking-. k _ - //• Solid 6" M ; 60:00 0.53 '...3......................._.... , ?.i.1 35 Reflect F= i.. , a•',,, l''1•'.4• + ':.t. . ...`:r ',. $ 6.00 6.00 �, ;r 36 Reflective Pavement Markers EA $ 6.00 90.00 i � _`_'.-7',°!1°)Y!;-..!-' ! Thermoplastic,Standard,White,Solid, 4 - . 37 6" NM $ 4,800.00 0.67 "`-1'" - ,** i101.90 T .4R 0.° • .h, •IRO•. °,J;A a '. 5,p•i ;_. 38 8 = ,,...ydii" ' $ 1.75 365.00 $ r'a,S ,_ Thermoplastic,Standard,White,Solid, 39 18" LF $ 4.20 116.00 $ 487:20^ Thermoplastic,Standard,White,Solid, 40 24" LF $ 7.00 72,CD $ 504.00 Thermoplastic,Standard,White,Skip, 41 6" GM $ 1,600.00 0.42 $ 672,00 Thermoplastic,Standard,White, 42 Message Only EA $ 200.00 11.00 $ 2,200.00 43 Bike Only ; EA $ 140:00 6.00 $ 840.00 Thermoplastic,Standard,White, 44 Arrow $ $ - 45 Standard Arrow EA $ 100.00 11.00 $ 1,100.00 46 Bike Arrow EA $ 65.00 6.00 $ 39D.001 Thermoplastic,Standard,Yellow,Solid, 47- 6" NM , $ 4,800.00 0.53 $; 2,544.001 Site Grading&Earthwork 48 Silt Fencing LF $ 1.80 4,530.00 $ 8,154.00 t'''' 49 Turbidity Barrier LF $ 7.00 100.00 $ 700.00 50 Rough Grading(+/-0.2'tolerance) AC $ 3,250.00 3.00 $ 9,750.00 51. Right-Of-Way Grading AC $ 3,250,00 4.00 $ 13,000.00 52 Import Fill CY $ 14.30 20,000.00 $ 286,000.00 53 6"-12"RipRap CY $ 93.00 22.00 $ 2,046.00 54 Clearing&Grubbing AC $ 4,500.00 8.15 $ 36,675.00 55 Lake Excavation CY $ 3.90 13,600.00 $ 53,040.00 TOTAL I $ 1,315,169.85 1 IF REQUIRED Subsoil Excavation cv $ 9.00 Packet Page-542- ____ _ w_ 1/13/2015 16.A.20. DATE(MM1DDlYYYY) A►cT E! CERTIFICATE OF LIABILITY INSURANCE _ 6/30/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS r` 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 NAME ACT Rutherfoord Rutherfoord INC,NNo.Ext1:757-456-0577 is c,No):757-456-5296 222 Central Park Avenue E-MAIL SS. :1 . 1=1•• ■ •u Suite 1340 Virginia Beach VA 23462 INSURER(S)AFFORDING COVERAGE NAIC P INSURER A:Chartis Specialty inaLnacard.QMPaDY 26883 INSURED INSURER B: 'S '9-11 II _ -.I - • 8• z ion 33588 Quality Enterprises USA Inc& INSURER C:LM Insurance CQLporation 33600 _ Quality Environment Co. INSURER 0:Liberty Mutual Fire Ins Co 23035 3894 Mannix Drive American Guarantee and Liability In 26247 Suite 216 INSURERE: y Naples FL 34114-5406 INSURER E: COVERAGES CERTIFICATE NUMBER:1158165759 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 PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER IMMIDD/YYYY) IMMIDDIYYYYI C GENERAL LIABILITY TB7Z91449711034 7/1/2014 7/1/2015 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED $300,000 X COMMERCIAL GENERAL LIABILITY PREMISES lEa occurrence) CLAIMS-MADE Ix I OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $2,000,000 POLICY PRO LOC $ JFCT COMBINED SINGLE LIMI I /..1 D AUTOMOBILE LIABILITY ASJZ91449711014 7/1/2014 7/1/2015 (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED —SCHEDULED BODILY INJURY(Per accident) $ AUTOS _AUTOS PROPERTY DAMAGE X X NON-OWNED Peraccidentl $ HIRED AUTOS AUTOS X Comp $1000 X Coll$1,000 $ E UMBRELLA LIAB X OCCUR AUC017426600 7/1/2014 7/1/2015 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$0 $ B WORKERS COMPENSATION VVC6Z91449711024 7/1/2014 7/1/2015 x TORY L _ IM TS ER AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE 1 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) EL DISEASE-EA EMPLOYEE $1,000,000 • If yes,describe under DESCRIPTION OF OPERATIONS below EL.DISEASE-POLICY LIMIT $1,000,000 A Pollution Liability renewal otCP0025895025 7/1/2014 7/1/2015 1,000,000 each claim 1,000,000 aggregate DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN **FOR INSURANCE ACCORDANCE WITH THE POLICY PROVISIONS. VERIFICATION PURPOSES** Naples FL 34114 AUTHORIZED REPRESENTATIVE ��. Olt-- at. acuASk ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Packet Page-543- 1/13/2015 16.A.20. STATE OF FLORIDA 44,16p96 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 3 I,';Ti: :w CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 `� 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 MURRELL, HOWARD J JR QUALITY ENTERPRISES USA, INC. 2827 SILVERLEAF LN NAPLES FL 34105 Congratulations! With this license you become one of the nearly _ _,; ti 7_W _ ._Y t._ ,,w -.. :4° i. i f �.�Wit;, one million Floridians licensed by the Department of Business and , '• Professional Regulation. Our professionals and businesses range " -.' STATE OF FLORIDA - from architects to yacht brokers,from boxers to barbeque restaurants, sl � DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. ? - PROFESSIONALtREGULATION ': Every day we work to improve the way we do business in order to i CBCA57231 ,, RJ .ia ISSUED., 08/27/2014 ' serve you better, For information about our services,please log onto , ;" T www.myfloridalicense.com. There you can find more information ;l' CERTIFIED BUILDING CONTRACTOR s' about our divisions and the regulations that impact you, subscribe 1; MURRELL; HOl✓iIARD-i JR t ° _ to department newsletters and learn more about the Department's ;' (QUALITY ENTERPRISESUSAf,I�JC I datives. i "'" w _ ur mission at the Department is License Efficiently,Regulate Fairly. f � � We constantly strive to serve you better so that you can serve your E ;, - `400%; ' �* I customers. Thank you for doing business in Florida, iy�' IS CERTIFIED under theyprovislone:of C11.489 FS I and congratulations on your new license! t' 'Exp'uationdate, AU( 31;2916 - L14082700029B0 a -" DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 96 LICENSE NUMBER . ' t.t,-_-,,. s CBCA57231 The BUILDING CONTRACTOR Named below IS CERTIFIED A. ` Under the provisions of Chapter 489 FS. - Expiration date: AUG 31, 2016 - . MURRELL, HOWARD J JR :.._. r• QUALITY ENTERPRISES USA, INC "{ "'� - 3894 MANNIX DRIVE#216 -,_ :; . •, p NAPLES FL 34114 - �.1L�._ , i - Packet Pa ge -544- ❑ rk�� 1/13/2015 16.A.20. HACIENDA LADES OF NAPLES Rattlesnake Hammock Rd Extension —Phase 2 Bid Process ADDENDUM NO. 1 This first addendum to the bid process for Phase 2 of Rattlesnake Hammock Rd is issued on November 24, 2014. Solicitation document included a statement of current project status which is hereby amended to the following. Changes in bold and underline. A revised bid sheet is also provided as well as bidding instructions. Project Status The project is fully permitted. Please note that Owner commenced and will complete embankment, curb, subgrade, storm water activities and utilities prior to this bid in order not to delay the project schedule. Pricing for the activities listed in the bid sheet are those needed. Water and sewer pricing not necessary and therefore not on bid sheet. In order to clarify further, bid sheet has been adjusted. Based on current project status and bid due date of December 2"d, project Owner expects that those items highlighted in green will be part of the new scope of work to be completed. Those not highlighted will have been completed already or are expected to be removed from the scope. Nevertheless, pricing is necessary on all items shown in the bid sheet. Bids that do not include pricing for all items will not be accepted. Bids are still due on December 2, 2014 by 2:00 pm. Bids are due to: Hole Montes, Inc Terry Cole 940 Encore Way Naples, FL 34110 Submittal of Project Bid The following shall accompany the project bid submittal: a. Cover letter with bidder contact information b. Signed project bid spreadsheet c. CD with excel file with bid spreadsheet d. Certificate of Insurance Packet Page-545- 1/13/2015 16.A.20. e. Copy of general contractor license f. Copy of addendums with signed acknowledgement. 1, Louis J. Gaudio (Name), hereby certify that the bid submitted by Quality Enterprises USA, Inc. (Company Name), takes into account the issuance of Addendum No. 1 to the bid process. (Signature) Packet Page -546- 1/13/2015 16.A.20. coastal ......., , Site Development A Division of Coastal Concrete Products, LLC December 1, 2014 Terry Cole Hole Montes 950 Encore Way Naples, FL 34110 RE: Hacienda Lakes/Rattlesnake Hammock Extension—Phase 2 Dear Mr.Cole, Enclosed please find bid by Coastal Concrete Products, LLC dba as Coastal Site Development for the Rattlesnake Hammock Rd Extension—Phase 2 project.Our bid total is$1,213,895.79.Our contact information is as follows: Coastal Concrete Products, LLC dba Coastal Site Development Attn: David Torres and/or David Machado 7742 Alico Rd Ft. Myers, FL 33912 Tel: 239-208-4081 Fax: 239-334-1399 Enclosed as required: a. Cover letter with bidder contact information b. Signed project bid spreadsheet c. CD with excel file with bid spreadsheet d. Certificate of Insurance e. Copy of general contractor license f. Copy of addendums with signed acknowledgement(addendum 1 only) Thank you for the opportunity to participate in this bid process. Sincerely, ; 6,1►= David E.Torre Manager - Packet Page -547- 1/13/2015 16.A.20. - BIDDER: COASTAL SITE DEVELOPMENT RATTLESNAKE HAMMOCK EXTENSION-PHASE 2 ITEM NO. DESCRIPTION OF WORK UNIT UNIT PRICE QUANTITY VALUE Storm Drainage 1 18"RCP,Class III LF $ 50.00 336.00 $ 16,800.00 2 36"RCP,Class III LF $ 108.00 817.00 $ 88,236.00 3 18"Flare End Section EA $ 1,900.00 2.00 $ 3,800.00 4 P-6 Throat Inlet EA $ 3,800.00 7.00 $ 26,600.00 5 Junction Box EA $ 2,700.00 1.00 $ 2,700.00 6 Modify Existing Junction Box R-22 EA $ 2,100.00 1.00 $ 2,100.00 Roadway 7 1"Asphalt Paving-Type FC-9,5 SY $ 8.16 10,869.00 $ 88,691.04 8 2"Asphalt Paving-Type-SP-12.5 SY $ 10.60 10,869.00 $ 115,211.40 9 Limerock Base Option 9 SY $ 13.50 11,103.00 $ 149,890.50 10 12"Stabilized Subgrade(LBR 40) SY $ 3.50 12,403.00 $ 43,410.50 11 Type F Curbing LF $ 12.00 5,368.00 $ 64,416.00 12 6'Sidewalk(6"concrete) SF $ 4,40 16;603.00 $ 73,053,20 13 12"Compacted Subgrade for SW SY $ 3.50 2,075.00 $ 7,262.50 14 Handicap Mats EA $ 700.00, 6.00. '$ 4,200.00 Street Lighting 15 Street Light-40'Pole EA -$ 5,000.00 16.00 $ 80,000.00 16 Street Light Service Point EA $ 6,500.00, 1.00 $ 6,500.00 17 Conduit(UG) LF $ 4.00 2,500.00 $ 10,000.00 18 Conduit(Directional Bore) LF $ 15.00 500.00 $ 7,500.00 19 Conductor LF $ 1.30 9,900.00 $ 12,870.00 20 Pull Boxes EA $ 400.00 8.00- $ 3,200.00: Pavement Markings/Signs 21 Single Post Sign,less than 12 SF EA $ 500.00 7.00 $ 3,500.00 22 End of Road Markers EA. $ 300.00 12 on $ 3;600.00 23 Delineator EA $ 200.00 2.00 $ 400.00 Painted Pavement Markings,Standard 24 White,Solid 6" NM $ 1,050.00 0.67 $ 703.50 Painted Pavement Markings,Standard, 25 White,Solid 8" LF $ 0.55 365.00' $ 200.75 Painted Pavement Markings,Standard, 26 White,Solid 18" LF $ 1.10 116.00 ;$ 127.60 Painted Pavement Markings,Standard, 27 White,Solid 24" LF $ 1.40 72.00; $ 100.80: Painted Pavement Markings,Standard, 28 While,Skip 6 GM $ 375.00 0 42 $ 157.50 J Painted Pavement Markings,Standard 29 White, Message Only EA $ 65.00 11.00' $ 715,00 30 Bike Only EA $ 65.00 6 00 $ 390.00 Painted Pavement Markings,Standard, 31 White,Arrows $ 32 Standard Arrow 1 EA $ 40.00 11 00 $ 440,00 Packet Page -548- 1/13/2015 16.A.20. 33 Bike Arrow EA $ : 40.00 6.00 $ 240,00 Painted Pavement Markings,Yellow, 34 Solid 6" NM $ 1,100.00 0.53 $ 583.00 35 Reflective Pavement Markers,Blue EA $ 4.00 6.00 $ 24.00 36 Reflective Pavement Markers EA $ 4,00 90.00 $ 360.00'` Thermoplastic,Standard,White,Solid, 37 6" NM $ 4,700.00 0.67 $ 3,149.00 Thermoplastic,:itandard,White,Solid, 38 8" LF $ 1.50 365.00 $ 547,50 Thermoplastic, tandard,White,Solid, 39 18" LF $ 3.75 116.00 $ 435.00 Thermoplastic Standard,White,Solid, 40 24" LF $ 6.00 72.00 $ 432.00 Thermoplastic Standard,White,Skip, 41 6" GM $ 1,500,00 0.42 $ 630.00" Thermoplastic,Standard,White, 42 Message Only EA $ 180.00 11,00 $ 1,980.00 43 Bike Only EA $ 110.00 6.00 $ 660.00 44 Thermoplastic,Standard,White,Arrow $ - $ - 45 Standard Arrow; EA $ 70.00 11.00 $ 770.00 46 Bike Arrow EA $ 60.00 6.00 $ 360.00 Thermoplastic,Standard,Yellow,Solid, 47, 6" -.� NM $ 4,700.00 0.53 $ 2,491.00 Site Grading&Earthwork 48 Silt Fencing LF $ 1.50 4,530.00 $ 6,795.00 49 Turbidity Barrier LF $ 8.00 100.00 $ 800.00 50 Rough Grading ;+/-0.2'tolerance) AC $ 2,000.00 3.00 $ 6,000.00 51 ^Right-Of-Way Grading AC $ ` 2,000.00 4.00 $ 8,000.00 52 Import Fill CY $ 14.00 20,000.00 $ 280,000.00 53 6"-12",RipRap CY $ 84.00 22.00 $ 1,848.00 54 Clearing&Grubbing AC $ 4,100.00 8.15 $ 33,415.00 55 Lake Excavation CY $ 3.50 13,600.00 $ 47,600.00 TOTAL $ 1,213,895.79 I IF REQUIRED Subsoil Excavation CY $ 7.50 \4.71) .c.)ti);;;1147' Packet Page -549- Client#:67237 COACO6 ACORD. CERTIFICATE OF LIABILITY INSURANCE 1/13/2015 16.A.20. 11/20/2014 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 _RELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED °RESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ,,PORTANT: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 CONTACT Joni Bradley Gulfshore Insurance-Naples PHONE 239 261-3646 1 FAX No): 239 213.2823 (A1C,No Ext): 4100 Goodlette Road North EMAIL SS: y�g JBradle ulfshoreinsurance.com ADDRE Naples, FL 34103-3303 INSURER(S)AFFORDING COVERAGE NAIC# 239 261-3646 INSURER A:Amerisure Insurance Company INSURED 1 INSURER B: Coastal Concrete Products LLC INSURER C: 7742 Alico Rd INSURER D: Fort Myers,FL 33912-3713 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE NSR WVD POLICY NUMBER (MM DDY/YYYY) (MMIDDmYY) LIMITS A GENERAL LIABILITY GL20732670301 11/17/2014 11/17/2015 EACH OCCURRENCE 51,000,000 '� DAMAGE TO RENTED XI COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) s300,000 I CLAIMS-MADE X OCCUR MED EXP(Any one person) 510,000 PERSONAL&ADV INJURY 51,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X E 0 LOC $ -—`I AUTOMOBILE LIABILITY CA20732650301 11/17/2014 11/17/2015 (a acc dentSINGLE LIMIT 51,000,000 X ANY AUTO BODILY INJURY(Por person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS — NO OOWNED PROPERTY DAMAGE $ XX (Per accident) HIRED AUTOS _ AUTS 5 A X UMBRELLA LIAB X OCCUR CU20732680302 11/17/2014 11/17/2015 EACH OCCURRENCE $4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s4,000,000 DED X RETENTION$0 $ A WORKERS COMPENSATION WC207326903 11/17/2014 11/17/2015 ORY X LIMITS E2,1"_ AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y 1 N E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? Y N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE 5500,000 If yes,describe under -- --- - -- - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT s500,000 A Leased/Rented CPP20732660302 11/17/2014 11/17/2015 $400,00 Limit Equipment $2,500 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space is required) Certificate Holder&its subsidiaries and affiliates are Named as Additional Insured on a primary basis as respects to General Liability Only as needed by contract, per form CG 7048 0613(Contractor's Blanket Additional insured Endorsement)waiver of Subrogation in regards to the General Liability, per form CG 7049 1109 and Workers Compensation,per form WC000313. CERTIFICATE HOLDER _CANCELLATION Naples, LLC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Hacienda Lakes of Na p THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN _ 7742 Alico Road ACCORDANCE WITH THE POLICY PROVISIONS. Fort Myers,FL 33912 AUTHORIZED REPRESENTATIVE I ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and log Packet Page -550-'f ACORD JNB #S804705/M802879 1/13/2015 16.A.20. CC C'µ'tk„k e h 4 1•. y+ W wv tip 'ti 1.•�ilf to �1; +tx4 ��4' �r1i. .&MA co O a�mow^ o u o o N J o v Z J 0 h- dW 5 D CD 0 W re ce Q JO <•m OZ Q in to J En Z 0LLU m CC wJ WW O n.>- CC LL LJ D N Li_ Z a CC W• a/o d w� Q Z E N O Q LL.= J” co O� J 0 z co.U? wz E O 0 L.L.' w 0 °� cc co a. m W Et W(D U)� J v o ® OQ o UJ O UW cN WW o z d�U,- tZ W CC'ID 0 Oz0 o 0 zW w0 Qpc :r o O OU oQ avow w O CO.(1) .. J U>- U) W' J- > N WH_� u, O m ° Q 2 r cU)QF- - .t L o CO z. °' W a) arc OOtiO w - Z L�� p 1-U(---LL. V @ E z 7 ON ` s 0 NE-0 nu G co G X -! 1—ZDW Packet Page-551- 1/13/2015 16.A.20. HACIFI DA LADES ��--= OF NAPLES Rattlesnake Hammock Rd Extension — Phase 2 Bid Process ADDENDUM NO. 1 This first addendum to the bid process for Phase 2 of Rattlesnake Hammock Rd is issued on November 24, 2014. Solicitation document included a statement of current project status which is hereby amended to the following. Changes in bold and underline. A revised bid sheet is also provided. Project Status The project is fully permitted. Please note that Owner commenced and will complete embankment, curb, subgrade, storm water activities and utilities prior to this bid in order not to delay the project schedule. Pricing for the activities listed in the bid sheet are those needed. Water and sewer pricing not necessary and therefore not on bid sheet. In order to clarify further, bid sheet has been adjusted. Based on current project status and bid due date of December 2n°, project Owner expects that those items highlighted in green will be part of the new scope of work to be completed. Those not highlighted will have been completed already or are expected to be removed from the scope. Nevertheless, pricing is necessary on all items shown in the bid sheet. Bids that do not include pricing for all items will not be accepted. Bids are still due on December 2, 2014 by 2:00 pm. Bids are due to: Hole Montes, Inc Terry Cole 940 Encore Way Naples, FL 34110 Submittal of Project Bid The following shall accompany the project bid submittal: a. Cover letter with bidder contact information b. Signed project bid spreadsheet c. CD with excel file with bid spreadsheet d. Certificate of Insurance Packet Page -552- 1/13/2015 16.A.20. e. Copy of general contractor license f. Copy of addendums with signed acknowledgement. DAA/t P 1 I, (Name), hereby certify that the bid Roctx-6, Lc C. cP C'oo f l S;te. AN eGoowe.--. submitted by (Company Name), takes into account the issuance of Addendum No. 1 t• e •id pro- - P-1.- (Signature r-. Packet Page-553- 1/13/2015 16.A.20. Tobi Charbonneau From: Terry Cole Sent: Wednesday, December 03, 2014 9:34 AM To: Tobi Charbonneau Subject: FW: Rattlesnake Hammock Rd Extension -Phase 2 Attachments: Bonness Inc-Rattlesnake Phase 2.pdf; Bonness Inc-Rattlesnake Phase 2 for addendum 1.xlsx fyi From: Alfred DeMartino [mailto:ADeMartino @bonnessinc.com] Sent:Tuesday, December 02, 2014 1:19 PM To:Terry Cole Cc: Debie Mansfield Subject: Rattlesnake Hammock Rd Extension - Phase 2 TERRY, GOOD AFTERNOON. PLEASE SEE THE ABOVE ATTACHMENT REGARDING OUR PROPOSAL FOR THE RATTLESNAKE HAMMOCK RD EXTENSION PHASE 2. DO NOT HESITATE TO CALL WITH ANY QUESTIONS OR CONCERNS YOU MAY HAVE. AS ALWAYS. THANK YOU FOR CONSIDERING BONNESS INC. AND HAVE A GREAT DAY! REGARDS, ,-�AL DEMARTINO ESTIMATOR/PROJECT MANAGER 1 990 SEWARD AVE I NAPLES, FL 34109 P: 239.597.6221 I F: 239.597.7416 I C: 239.398.1700 ADEMARTINO @BONNESSINC.COM Packet Page-554- 1/13/2015 16.A.20. BIDDER: Bonness Inc — RATTLESNAKE HAMMOCK EXTENSION -PHASE 2 ADDENDUM NO. 1 ITEM NO DESCRIPTON OF WORK UNIT UNIT PRICE QUANTITY VALUE Storm Drainage 1 18"RCP,Class III LF $ 108.57 336.00 $ 36,479.52 2 36"RCP,Class III LF $..::.•i,•:137.94 817.00 $ 112,696.98 3 18" Flare End Section EA $ :: 2,789.54.. 2.00 $ 5,579.08 4 P-6 Throat Inlet EA $.:...:''5,495.44,. 7.00 $ 38,468.08 5 Junction Box EA $.;.;:;3,837.99: 1.00 $ 3,837.99 6 Modify Existing Junction Box R-22 EA $ •• 3,432.00. 1.00 $ 3,432.00 Roadway .y ?i :x- ,0'v a!. Sau- "� �iy"0+ :,-y.i•-a-�+1 ['.:ar'n, B'r f - f-f- 10 12"Stabilized Subgrade(LBR 40) 5Y $ - 12,403.00 $ - 11 Type F Curbing LF $ - 5,368.00 $ - nn = e— c. - "' j r ' _ � "E . na � ©0 rc. - t l z, . .� YG,� a ,- � '� - r• y ®r ,�, � : 13 12"Compacted Subgrade for SW SY $ 2,075 00 $ - c -" 2k6 ,>!4b'1.a 1' ,` `�''cl - ` � .�. 5�d. x..(_.:to i..:�-. .. A A !'' -4a4g,` ,-y Street Lighting _ 1.... .-7,-.. - ^ E , �"�'F 6 < ": 44 x - -fir- .A A P .-7,7 -'-` s -; 7,3:. z.uy✓;;.� �^.r °ey- y-r^�.'".z'-�z 5,7 ,,,y, �•, r.'s ,�^y' t-.�•' r - rY-.xr '""--a,l' -- ''.•- 44 _ 7;�`y 1 ' 92.A04 LWAI 4 kr..Mi fi l �a " H a : ' C,4 ° Ut�° , -„".�.eik rM -��`” .g*`g ,<.�-�g <'' 1' tl A A" `i .�'. I 3 -, H 01'4._ , -k-41, °•�5�.s°p.,,cr I�J„ '`s st I. ,° :2' 511:0-r 'ttca">v.0q�,`.� 11 A,A. �. q �� L�- ,� ar - �P Y6 ,a°:,`"66 f.!. rP.1PPi._,; �".2 r r © `�v � Pavement Markings/Signs I eir `� _r te-mr Q 6�. ".. „,g,,--17 ::',. " y -Y fG' " o� H 9 tl /� 4 q .. _Q% ` '.I.J * � X 29£_ .1 laA x „,- ,:.,..A_,,..,,:_,,, ,.. ice d . `� s� ...r.,„ r� ,,.. , ,,_,, , J 3i lrr'� G - !. .f"A-- ‹'' -)1%:45....- °•-,— 4 G � —��� •.�fi-mss-_,--4_,.. - r_ ,aa.•, _ '°"` _ a�'4`''�.c �. _ .,, =�- , -,�`, '.. .... d -r- IM kek. N'9'-`r• -s' -.-`-' "'lA! rata .24:-4 0.,ac. —'I e- g+'.m. v ,''.r ., wy' v' ..a2 z f n t p ° aY -.°o J: � 4? � v-a„ a�5 - f ke 'A..-s^`,,:- {�F -.- m " •' -- -_-....',- --r... 4 'e r t t.J ., .,C' spa H m .� r. ,, 77=';',7:" r^�-11. ',' .^. a.E3 G�,-,Y- '..-t-7:' --", '-- v•^47r-'1 � t .�. ; •Mb-L. `;'"" ".!- ' ='.'S a,-rZ'wr� fc ': r?VP-:#14E` - v `A 6 rar,.. �::• 4•,.�;w ''- a ,i;• yr�a„ ,..,� .c...^ .�fc-a s z s y ��3 ms's-- .. r;. ,.,% ,C, a . rangy -,F�-L....4 ..iii-,r pos. r 4c--5"z' 7-''' : W r _ .•,. ' :s.la , �.^._SOA,V• Y K- sY Cl A `4 , r P1 Y 'T �!v 'ST' ,.r `"�^ �,0. ,, ..ate 5,w_f 'T aY.fib-2 6.A.,v.ze-N. ;^�"*-7-',. -"i �= " ty^ - ' ? „A04,01.;""7.7,7 ( - . .i ��, -... _— - -+mss , :it ass u: -%:',. o., +.mss �r a'r a, ' .rte.i `i'/` ° ".:"::a.',4,--- -*."----, 'L _ ^��,-r' '3�s” ,T,S,y'w,-v' d � :ice -a. r �i- s.k. w.,, '2 si-zr ,n3' '*r^ Y.` r Z ,,. lr ,-.E w 'K" +'4., Pi-.'�' °`a .a � r: - .... .,+^ .' �...- 'Y.a ",�n.'." ? ,.11 c a e� �.y --�ff y c 'z r :a. P''1. - _ $ r •ta. r. ,p ..i ' c 4J> �` -�" r - '",- > � 3 c .1i 6 >P.rt. "�` r S a i`a4 � r w .4-a E r _ �4 Y '1*7" , 'fi r�. '''C sF,. 1 "3,"•c, sue'Y �c ,f• c., F' GF . .g.t,"',"w,0, `�.+'� v, h: � ) � ? cmy�G� a� �� scltwGw � a�rrcy r wsa���a �3.w:;z7 1..x i�i-,.�� ec,. v..,�S...Ms�v;r 2A-f- �- ,.. -.0.-.,v',��.. 1-' 3 '"'-..5 a.,5'.',`. ii ``.�^' aa"`lltili �� �„r 4 .� re,fra c d'K a "73'�•, 1 1 rMra•.ti.mo ,.s✓; ,-40.177- 01,4;- h t .,C- ` .r ,v' '\. f s-1 w 4:''z`-a-T2r- i.,�`� ''a �i w:er` Y�,:L(�Q r ti .,.* :=,�'� ����r'tL..c ✓�-,�;.. ... �'- '.'..x4 -,..0%., `a= �r�V''��:-."��.....c rs..ca._,.-,�£s�.�,._.Ser_ ���-�a.,>y,�.�,..rxT.--, A�. :�r:v -r,.. ......v.,T s .�_ r..�a<...a-..,:.,....<.....2s� �-s.. ��i.'.,..s,_ ..v.,�'.i.r,^.•a Packet Pa&e -555-. Bonness Inc- Rata –,,,.... . , ,.,,•addendum 1.xlsx 1/13/2015 16.A.20. " g '. iu rFl� r+ a 7k X �1,- ' �,-4 4+/... t f, �,-}- ( C yi r . , 3^ °r 1d -v �t f �y ,, y 4 ,- , �4 � h . 6fX 9' a '' 3 ,m,. ...2 z : r c e ro � ., ,, , a t": d� s ; �, e, s. � 7L a " n e k P 441.60 1r �? ,•at .-,✓ i ,, o - i, t s00 * 4aa- '" A., 'w wa r� . hs < 'J N 5 $ " 4+ L y ,-;, , . i . 't4 mow' ° , ,. 00. Ke46 T4 — . .'yY r , • - ,&nSK TC 4• 34 -. '3 m . �R A 9e l `,., - r s'.T.,� r V� , r (` s r�w yj ,/. y t4 °4-0 (-11 Wil r- .A��f `ya '' 10;'A � P �, .r ,, . r" :e'-�-+a . I ')°e4 ? .EC F, ' s" Y" yr�� 'iaA�a ,� � Y Y ,,- '1 j, .�yr �� �� I ry k - t � 9. #.3-, �",r ��"".. "y.., - ,, r„.r. +�,o ,„ dSE . ea'`.K.- ' vn a�'4'✓ 3 1 h° a'.-5"r f Fes% x. rvl� � ^,,- ,e, eae'''r..w Y"'--,-. "'' 1 A i. P a P a a a . 7:73- v S . X10 vr- s, r. �.sr '� 0 �„:„.:0 t' , (�j ,7^ ti �' �, R.. .-_ "_i✓' .'tea` 4 �u ,,, r'; a u- ,fir r e ..mac. +,. Bern--i''. . e.. �''� '.1...,,,.�o" ', �.,, e i o f �3 �: .�f �';-.... G ` _.-� z,,...'�° s Fy� 1'"'Y'" . .J ,,�a�(a .r++ W�G`' K ' }3(.i ®05..`Y "Y K Zvi._:: ,,,,,,,,,..„,,,::,,_.7,i ala Ojeda Tr=lit 6' gd..�-<Tr fly ,.n IIfr1IW!f1 LiS1 1 - .- i� 'a` 5 o wrr NI, vz.a ici - v 5'r „'F` w� k a2,, , 'r,,. k*�s .ls". -0--ite 5 ee,- e r a yr w� w d J .,,Ay�N, , ry" ,-�� � ,.<. � c�=a+f_�s���-s� �`.y'..� � 2- s "�,' .��r tl a ,'r �aw'r..�e .. w. r� .: � �'iL3 $ :�a ✓"r'�� :.,r ".'tea, F''`� '2 �. 2.r fit� � � r� �- .-,�*.-� .�/-7,;-:_-T§;,...74.;.--;,,, �'. ✓F r.. .(g ' 1. :i%,xJ'r35 `,, .. %, -< moo 7� 8_-0 r ' '��_ /'-,v "�J ��,-,:i•��t�- a-A.:< 5r,,. a .,"' " oo aNv S + 7-.'�� I .. ',aa._ rYS`'1.r l iaai vF'i .r S �rs r..�. �. '+ �e✓- ..C` ex,, 9 r, . Ph {`�'$i. RI eVn r4 7,g';e 0 7aS .'.*'° �e- ' s°" � 't- .C. -w+,, tV44q a a :Zr i .+�'" tom, �� _ n .v. , ^a;.s3'2 �`,, P ' '... ; r�_ -w.F.4 .. t,1� ',-:9,-.5-1-.13, -.0.-:,,, .. -....e .._0.-:_..- ;....r..Si- wow,-(z4 d� w.x' -,ie car w .Fa ;,--,u:�..dzr"'1-: '? .- Site Grading&Earthwork 48 Silt Fencing LF $ 4,530.00 $ - 49 Turbidity Barrier LF $ - 100.00 $ - 50 Bough Grading(-F/-0.2'tolerance) AC $ 3.00 $ ry- .4. _ i.. , -�. -� ....c, ✓"..,:";��,A---r-9,,j, >ar. °'.�=s ass ;i;-,e',.� S '"r,,ro,m+,, ae,Jr,,�'. ^'`:te _,.4. 7r�i+ ,1...1%L.Vf :.7v �,,..---1.@, r 's"` 5 N• d'.�e'�.�' tee,.-21„ :,.Y� + --k`...�,y"'j �,_ -E.: ,-,.� .e 52 Import Fill CY $ 20,000 00 $ - X 4 --4...r 6 „ , ` k ' - om a, ,� 70: .3,_ ..� .. .. ' ;:4„,� ': k , r :. ff d, .s, 54 Clearing&Grubbing AC $ 8.15 $ - 55 Lake Excavation CY $ - 13,600.00 $ - TOTAL $ 774,484.47 IIF REQUIRED Subsoil Excavation CY $ - • Bonness Inc-Rat.. ..t Pale 55,-.addendum 1.xlsx 1/13/2015 16.A.2O. BONNESS INC. Paviiitand Sliework corliracrur. '.--.., 1990 Seward Avenue Naples.Florida 34109 (239)597-6221 • (239)597-7416 Fax www.bonnesslnc.com Proposal 12/2/2014 Submitted To: Hole Montes Estimate Number: 64772014 Address: 950 Encore Way Bid Title: Rattlesnake Hammock Rd Extension- Phase 2 Naples,FL 34110 Project Location: Rattlesnake Hammock Road Contact: Terry Cole Project City,State: Naples,FL Phone: (239) 254-2000 Fax: (239)254-2097 Engineer/Architect: Hole Montes Engineers,Planners, Surveyors Thank You for Considering Bonness Inc. Item# Item Description Estimated Quantity Unit Unit Price Total Price Storm Drainage 01 18"RCP,Class III 336.00 LF $108.57 $36,479.52 02 36"RCP,Class III 817.00 LF $137.94 $112,696.98 03 18" Flare End Section 2.00 EACH $2,789.54 $5,579.08 04 P-6 Throat Inlet 7.00 EACH $5,495.44 $38,468.08 05 Junction Box 1.00 EACH $3,837.99 $3,837.99 06 Modify Existing Junction Box R-22 1.00 EACH $3,432.00 $3,432.00 Total Price for above Storm Drainage Items: $200,493.65 Roadway, 07 1"Asphalt Paving-Type FC-9.5(Includes PG 76- 10,869.00 SY $7.82 $84,995.58 22) 08 2"Asphalt Paving-Type SP-12.5(Does Not 10,869.00 SY $10.26 $111,515.94 Include PG 76-22) 09 Limerock Base Option 9 11,103.00 SY $12.55 $139,342.65 12 6'Sidewalk(6"concrete) 16,603.00 SF $3.36 $55,786.08 14 Handicap Mats 6.00 EACH $1,808.66 $10,851.96 Total Price for above Roadway Items: $402,492.21 Street Lighting 15 Street Light-40'Pole 16.00 EACH $4,465.75 $71,452.00 16 Street Light Service Point 1.00 EACH $22,328.78 $22,328.78 17 Conduit(UG) 2,500.00 LF $7.25 $18,125.00 18 Conduit(Directional Bore) 500.00 LF $23.12 $11,560.00 19 Conductor 9,900.00 LF $1.26 $12,474.00 20 Pull Boxes 8.00 EACH $735.54 $5,884.32 Total Price for above Street Lighting Items: $141,824.10 12/2/2014 1:14:40 PM Page 1 of 3 Packet Page-557- 1/13/2015 16.A.20. (Item# Item Description Estimated Quantity Unit Unit Price Total Price - Pavement Markings/Skins 21 Single Post Sign, Less Than 12 SF 7.00 EACH $378.28 $2,647.96 22 End Of Road Markers 12.00 EACH $178.63 $2,143.56 23 Delineator 2.00 EACH $63.04 $126.08 24 Painted Pavement Markings, Standard White, Solid 0.67 NMI $1,313.46 $880.02 6" 25 Painted Pavement Markings, Standard,White,Solid 365.00 LF $0.37 $135.05 8" 26 Painted Pavement Markings,Standard,White,Solid 116.00 LF $1.16 $134.56 18" 27 Painted Pavement Markings, Standard,White,Solid 72.00 LF $1.26 $90.72 24" 28 Painted Pavement Markings,Standard, White,Skip 0.42 GLMI $330.99 $139.02 6" 29 Painted Pavement Markings, Standard White, 11.00 EACH $26.27 $288.97 Message Only 30 Bike Only 6.00 EACH $26.27 $157.62 32 Standard Arrow 11.00 EACH $21.01 $231.11 33 Bike Arrow 6.00 EACH $21.01 $126.06 34 Painted Pavement Markings,Yellow,Solid 6" 0,53 NMI $1,313.46 $696.13 35 Reflective Pavement Markers, Blue 6.00 EACH $5.25 $31.50 36 Reflective Pavement Markers 90,00 EACH $5.25 $472.50 37 Thermoplastic, Standard,White, Solid,6" 0.67 NMI $4,203.07 $2,816.06 38 Thermoplastic, Standard,White,Solid,8" 365.00 LF $0.95 $346.75 39 Thermoplastic, Standard,White,Solid, 18" 116.00 LF $3.94 $457.04 40 Thermoplastic, Standard,White,Solid, 24" 72,00 LF $5.25 $378.00 "` 41 Thermoplastic, Standard,White,Skip,6" 0.42 GLMI $1,050.76 $441.32 42 Thermoplastic, Standard,White,Message Only 11.00 EACH $68.30 $751.30 43 Bike Only 6.00 EACH $262.70 $1,576.20 45 Standard Arrow 11,00 EACH $68.30 $751.30 46 Bike Arrow 6.00 EACH $131.34 $788.04 47 Thermoplastic, Standard,Yellow,Solid, 6" 0.53 NMI $4,203.07 $2,227.63 Total Price for above Pavement Markings/Signs Items: $18,834.49 Site Grading&Earthwork 51 Right-Of-Way Grading 4.00 ACRE $2,317.69 $9,270.76 53 6"-12" Rip Rap 22.00 CY $71.33 $1,569.26 Total Price for above Site Grading &Earthwork Items: $10,840.02 Total Bid Price: $774,484.47 Notes: •Subject to prompt acceptance within 30 days and to all conditions stipulated on the reverse side,we agree to furnish materials and labor at the price(s)set forth above. •Bonding is not included. •Proposal based on the plans by the following: Hole Montes,sheets 1-13.Sheets 1,2,6-8 and 11 last revised 01.2014.Sheets 3-5,9 and 10 last revised 12.2013. Sheetl2 last revised 10.2013. Trebilcock Consulting,sheets L1-L5,dated 10.25.13,without revisions. •Quantities reflect those shown on bid tabulation.Final field meaasure required for billing. •Permits,fees,layout,survey,asbuilts and testing by others, •Due to critical nature of escalating material costs;asphalt and concrete pricing is subject to change.Should this situation arise,Bonness Inc.will provide documentation of material adjustment(s). 12/2/2014 1:14:40 PM Page 2 of 3 Packet Page -558- 1/13/2015 16.A.20. •Any deviation of contracted work will require a signed change order.Work related to the change order will not be completed until signed by the project manager. •Bonness Inc.is not responsible for damages caused by others. •Private utility locates to be completed prior to construction and is not included in the above proposal. •Clearing,grubbing and stripping is not included in the above proposal. •The above proposal assumes stabilized subgrade will be finished to design elevation,less the proposed asphalt and limerock thickness. •Earthwork and final grading of areas outside of the right-of-way is not included in the above proposal. •A one time final grade of the right-of-way has been Included.Final grade does not include the raking or removal of other trades debris or regrading after trenching by others has been performed;I.E.Sprint,FPL,CAW or irrigation. •Pavement markings and signage pricing reflects one coat of painted markings,one thermoplastic application and proposed signage for final lift of asphalt only. •Removal and/or replacement of unsuitable materials(i.e.rock and/or muck)below grade is not included. •Landscaping,topsoil,sod and seed by others. •Temporary water meters by others. •Bonness Inc. is not responsible for utilities not shown. •If a 6"construction gap is required for temporary fire flow add$6,500 to this proposal. •Connection to utilities is based on connection point at a 04'depth or less.Additional charges may apply if connection point is greater than 4'. •All utilities to within 5'of building. Final fittings connections by others. •Water meters,,conduits&tamper switches by others. •The above proposal is for listed items only. Payment Terms: payment due within 30 days of date of invoice,regardless of when payment is made by Owner ACCEPTED: CONFIRMED: The above prices,specifications and conditions are satisfactory Bonness Inc. and hereby accepted. Buyer Authorized Signature: Signature: Date of Acceptance: Estimator: Al DeMartino/Dave Martin 12/2/2014 1:14:40 PM Page 3 of 3 Packet Page -559- 1/13/2015 16.A.20. RATTLESNAKE PHASE 2 DEVELOPER CONTRIBUTION AGREEMENT BETWEEN COLLIER COUNTY AND HACIENDA LAKES OF NAPLES, LLC ESTIMATE OF OVERALL IMPACT FEE ISSUANCE Construction Amount resulting from 2 lane quantities and low bid of each item on the four lane construction bid process. $ 1,091,363.13 Design Per DCA Section 4,these shall not exceed construction costs by more than 12.5% Max amount $ 136,420.39 To date expenses=$116,833.75 including permit fees. CEI Per DCA Section 4,these shall not exceed construction costs by more than 10.8% Max amount $ 117,867.22 Land Per DCA, section 8: $30,000 per acre for land x 4.02 acres $ 120,600.00 $13,175.85 per acre for mitigation x 4.02 acres $ 52,966.92 Total $ 1,519,217.66 Estimate of County Impact Fees To Be Issued Upon Completion $ 759,608.83 Computed at 50% Packet Page -560-