Loading...
Agenda 09/11/2012 Item #16A159`? 1 /2 ^A? 'l eer 16.A... r� L T i 7 _'� 7L S LT M .R Recommendation to award Invitation to Bid (ITB) 1-5922, "Street Name Sign Replacement," to Municipal Supply and Sign Company for signage work in the amount of $106,050.50. OBJECTIVE: To contract with Municipal Supply name signing for the Collier County road network. CONSIDERATIONS: Traffic Operations is respi County roads. In order to meet Federal Highway A retro- reflectivity (the ability to see signs at night) and 1 ( MUTCD) requirement for letter height, staff perform( roadway signs. Staff determined that there are appro: speed limits above 30 MPH that do not meet the currei Due to the number of street name signs required, fabrication, installation, and replacement of designated Sign Company to provide and install street isible for maintaining the roadway signs on ministration (FHWA) minimum standards for ie Manual on Uniform Traffic Control Devices i a visual, night -time assessment of all County .mately 1,579 street name signs on roads with FHWA and MUTCD minimum requirements. aff decided to go out to bid to procure the igns. On June 15, 2012, 407 notices for ITB No. 12 -59 2, "Street Name Sign Replacement," were electronically sent, 62 packages were downloaded and live bids were received on June 29, 2012. One bid was deemed non - responsive. Staff recommends that the bid be awarded to the lowest, responsive and qualified vendor, Municipal Supply and Sign Company. The four responsive bids are as follows: Municipal Supply & Sin $106,050.50 Southern Signal $138,802.40 US Traffic Technologies $140,531.00 Road Runner Highway Signs $156,540.00 Staff recommends the award of ITB No. 12 -5922, to the lowest responsive and qualified vendor, Municipal Supply and Sign Company, for installation!of street name signs that are nine and twelve inches tall at various intersection locations in the unincorporated area of Collier County. FISCAL IMPACT: Funds for this contract shall com� from Collier County's Gas Tax Budget; 313, Project #60183 in the amount of $106,050.50. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote for approval —SRT. RECOMMENDATION: That the Board of County ,Commissioners awards ITB 12 -5922, "Street Name Sign Replacement" to Municipal Supply & Sign Company for signage work in the amount of $106,050.50 for replacement of signs and the procurement of goods and services to be in the form of a standard County Purchase Order. Prepared by: Nancy Frye, Technician, Traffic Operations Attachments: (1) ITB # 12 -5922, "Traffic Sign Materials & Related Items," (2) ITB # 12 -5922, Tab Sheets Packet Page -1925- 9!11 /201— Iter- 16. t_ 4 ` COLLIER COUNTY Board of County Commissioners Item Number: 16.A.15. Item Summary: Award Invitation to Bid (ITB) 12 -5922, "Street Name Sign Replacement," to Municipal Supply and Sign Company for signage work in the amount of $106,050.50 Meeting Date: 9/11/2012 Prepared By Name: FryeNancy Title: Technician,Transportation Engineering & Constructi 8/3/2012 1:17:30 PM Approved By Name: CalvertEugene Title: Proiect Manager, Principal.Transportation Engineering & Construction Management Date: 8/6/2012 1:33:26 PM Name: BrilhartBrendu Title: Purchasing Agent.Purchasing & General Services Date: 8/7/2012 3:28:58 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 8/8/2012 1:56:55 PM Name: LynchDiane Title: Administrative Assistant Date: 8/8/2012 3:47:31 PM Name: KhawajaAnthony Title: Engineer - Traffic Operations,Transportation Engineering & Construction Management Date: 8/9/2012 3:35:49 PM Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 8/10/2012 9:48:46 AM Packet Page -1926- 9/11/2012 Item 16.A..15. Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 8/10/2012 11:41:48 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 8/18/2012 4:21:21 PM Name: AhmadJay Title: Director - Transportation Engineering,Transportation Engineering & Construction Management Date: 8/23/2012 1:16:04 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 8/23/2012 3:36:10 PM Name: TeachScott Title: Deputy County Attomey,County Attorney Date: 8/23/2012 5:09:42 PM Name: KlatzkowJeff Title: County Attorney Date: 8/27/2012 2:18:25 PM Name: UsherSusan Titic: Management /Budget Analyst, Senior,Office of Manage Date: 8/31/2012 3:16:08 PM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 8/31/2012 4:18:29 PM Packet Page -1927- #12 -5922 91 ,11 /2` 12 Item 1 EA I Admi nisralwe Services Drvisix INVITATION TO BID Date: June 15. 2012 From: Brenda Brilhart, Procurement Strategist (239) 252 -8446 (Telephone) (239) 252 -6697 (FAX) BrendaBrilhart@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: ITB 12 -5922 Street Name Sign Replacement Program As requested by the Growth Management Division, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre -ITB conference. All questions regarding this ITB must qe submitted online on the Collier County Purchasing Department E- Procurement website: www.collieraov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Nancy Frye, Project Manager Note: All ITB responses submitted must include one (1) original labeled MASTER, along with one (1) exact duplicate copy, including all required forms. ? pmt r ,: 332' 7 ri,a.. T. =ast � #m es �atla 34112 S u1 • w . rl i r ac.n .pu 3sing Packet Page -1928- 9/" 1/2012 Item 16.A.1 5. Invitation to Bid Index PublicNotice ............................................................................................... ............................... 3 Exhibit I: Scope of Work, Specifications and Response Format ................ ............................... 4 Exhibit II: General Bid Instructions ............................................................. ............................... 6 Exhibit III: Standard Purchase Order Terms and Conditions ....................... .............................11 Exhibit IV: Additional ITB Terms and Conditions ......................................... .............................14 Attachment 1: Vendor Submittal - Vendor's Non - Response Statement ....... .............................20 Attachment 2: Vendor's Check List ............................................................. .............................21 Attachment 3: Vendor Submittal - Bid Response Form ............................... .............................22 Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit .......... .............................24 Attachment 5: Vendor Submittal — Immigration Affidavit ............................... .............................25 Attachment 6: Vendor Substitute W — 9 ........................................................ .............................26 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements ... .............................27 EXHIBIT A - SCOPE OF WORK #12 -5922 2 Packet Page -1929- 9/11/2012 Item 16.4.15. Public Notice Sealed bid responses for Solicitation ITB 12 -5922 Street Name Sign Replacement Program, will be received either electronically or manually only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 2:30 p.m. Collier County local time on June 29, 2012. Solicitation responses received after the stated time and date will not be accepted. ITB 12 -5922 Street Name Sign Replacement Program A pre -bid conference will be not be held for this solicitation. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department E- Procurement website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing /General Services Director Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/purchasina and in the lobby of the Purchasing Building on June 15, 2012. #12 -5922 Packet Page -1930- 3 9/11/2012 Item 16.A..1. Exhibit L Scope of Work, Specifications and Response f=ormat As requested by the Collier County Traffic Operations Department (hereinafter, the "Division or Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Invitation to Bid (hereinafter, "ITB ") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and Specifications stated herein. Detailed Scope of Work See Exhibit A Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids /projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor in accordance with the following methodology: (lowest responsive total base bid). If the base bid meets or exceeds the budget, the number of signs may be reduced. • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select one vendor. • The contract will be in the form of a standard County Purchase Order. Term of Contract The contract term, if an award(s) is /are made is intended to be for one hundred and eighty (180) days calendar days, with one renewal for thirty (30) additional days. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice 6/15/12 Last Date for Receipt of Written Questions 5:00 pm 6/21/12 Addendum Issued By 6/25/12 Solicitation Deadline Date and Time 2:30 prn 6/29/12 Anticipated Evaluation of Submittals Week of July 2nd Anticipated Board of County Commissioner's Approva l Date July 2012 #12 -5922 Packet Page -1931- 9/11/2012 Item 16.x. 1 E 'venaor Required Documents #12 -5922 • Attachment 1: Vendor's Non Response Statement • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 4: Immigration Law Affidavit • Attachment 5: Vendor Substitute W -9 • Attachment 6: Insurance and Bonding Requirement • Licenses (Contractor and MOT Certification) • If subcontracting any services, please include list of subcontractors names, addresses and contact information. Packet Page -1932- Exhibit II: General Bid instructions 1. Purpose /Objective 9/11/2012 Item 1 G.4. 15. As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB ", or "Bid ") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and /or attached herein /hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 1, 2, 3, 4, and 5 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non - responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non - responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and /or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and /or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. #12 -5922 Packet Page -1933- 9/'11/2012 Item 16- k. ? F Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and /or clarify the requirements of the bid specifications where it deems necessary. Any such addendum /clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications rip or to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department E- Procurement website: www.coilier_qov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department e- procurement website: www.colliergov.net/bid. All paper bids shall be submitted to the County Purchasing Director, Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled "Master," and one copy of the proposal.. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County #12 -5922 Packet Page -1934- 9.111/2012 Item 16.x. 1_q Purchasmc Deoartmen, interne- websity :2uestion_ wil no' bE answer­- after the date noted on the ITB. Vendors must clearly understand that the only official answer o position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Procurement Strategist, identified in the Public Notice. 10. Protests Any actual or prospective respondent to an Invitation to Bid, who has a serious and legitimate issue with the ITB shall file a written protest with the Purchasing Director prior to the opening of the bid or the due date for acceptance of bid. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the advertised date for the opening of the bid or the acceptance date for the Request for Proposals. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non - responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non - responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 87 -25, and Collier County Resolution Number 2008 -181 establishing and adopting the Collier County Purchasing Policy. The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County purchases. A "local business" is defined as a business that has a valid Business Tax Receipt, formerly known as an Occupational License issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County quote or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their quote or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive non -local business submits the lowest price quote, and the quote submitted by one or more qualified and responsive local businesses is within ten percent (10 %) of the price submitted by the non -local business, then the local business with the apparent lowest quote offer (i.e. the lowest local vendor) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive vendor. In such instances, staff shall first verify if the lowest non -local vendor and the lowest local vendor are in fact qualified and responsive vendors. #12 -5922 Packet Page -1935- 9111 /?01'? Item 16.4.. 1—e _ tn1 -'Urc riasln-_ .JeDam" ter. srial deie —rnm- tn� !ov�te_z: iota ve7-inv mee.: "IE requirements of Section 287.087 F.S. If the iowest locai vendor meets the requirements o� 287.087, F.S., the Purchasing Department shall invite the lowest local vendor to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local vendor submits an offer that fully matches the lowest quote from the lowest non -local vendor tendered previously, then award shall be made to the local vendor. If the lowest local vendor declines or is unable to match the lowest non local quote price(s), then award will be made to the lowest overall qualified and responsive vendor. If the lowest local vendor does not meet the requirement of Section 287.087 F.S. and the lowest non -local vendor does, award will be made to the vendor that meets the requirements of the referenced state law. Vendor must complete and submit with its quote response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Vendor to submit this Affidavit with their quote response will preclude said Vendor from being considered for local preference under this solicitation. A Vendor who misrepresents the Local Preference status of its firm in a quote submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with any of the competing vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of #12 -5922 Packet Page -1936- 9'11/2012 Iterr 16.4-?6 1986 as iocatec a: s L;.S.` °32z. e-_ se-_ anc regulation: reiatinc tneretc ac eitne� may [)E- amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (FL Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /search.htmi). A copy of the document shall 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. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach whicn is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug -free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County 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 and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. #12 -5922 Packet Page -1937- 10 9/11 /2012 Item 16.4, 1 E Exhibit Ilt: Standard Purchase Order Terms and Conditions 1. Offer actual receipt of the goods by the COUNTY This offer is subject to cancellation by the nonetheless remain with VENDOR. COUNTY without notice if not accepted by b) No charges will be paid by the COUNTY for VENDOR within fourteen (14) days of issuance. packing, crating or cartage unless otherwise specifically stated in this Purchase Order. 2. Acceptance and Confirmation Unless otherwise provided in Purchase This Purchase Order (including all documents Order, no invoices shall be issued nor attached to or referenced therein) constitutes payments made prior to delivery. Unless the entire agreement between the parties, unless freight and other charges are itemized, any otherwise specifically noted by the COUNTY on discount will be taken on the full amount of the face of this Purchase Order. Each delivery of invoice. goods and /or services received by the COUNTY c) All shipments of goods scheduled on the from VENDOR shall be deemed to be upon the same day via the same route must be terms and conditions contained in this Purchase consolidated. Each shipping container must Order. be consecutively numbered and marked to show this Purchase Order number. The No additional terms may be added and Purchase container and Purchase Order numbers must Order may not be changed except by written be indicated on bill of lading. Packing slips instrument executed by the COUNTY. VENDOR must show Purchase Order number and is deemed to be on notice that the COUNTY must be included on each package of less objects to any additional or different terms and than container load (LCL) shipments and/or conditions contained in any acknowledgment, with each car load of equipment. The invoice or other communication from VENDOR, COUNTY reserves the right to refuse or notwithstanding the COUNTY'S acceptance or return, any shipment or equipment at payment for any delivery of goods and /or VENDOR'S expense that is not marked with services, or any similar act by VENDOR. Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any S. Inspection shipment made under this Purchase Order Al goods and /or services deiiverec hereunder and the full invoice value of such shipment. shall be received subject to the COUNTY'S d) All invoices must contain the Purchase Order inspection and approval and payment therefore number and any other specific information as shall not constitute acceptance. All payments are identified on the Purchase Order. Discounts subject to adjustment for shortage or rejection. of prompt payment will be computed from the All defective or nonconforming goods will be date of receipt of goods or from date of returned pursuant to VENDOR'S instruction at receipt of invoices, whichever is later. VENDOR'S expense. Payment will be made upon receipt of a proper invoice and in compliance with To the extent that a purchase order requires a Chapter 218, Fla. Stats., otherwise known as series of performances by VENDOR, the the "Local Government Prompt Payment COUNTY prospectively reserves the right to Act," and, pursuant to the Board of County cancel the entire remainder of the Purchase Commissioners Purchasing Policy. Order if goods and /or services provided early in the term of the Purchase Order are 5. Time Is Of the Essence non - conforming or otherwise rejected by the Time for delivery of goods or performance of COUNTY, services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery 1. Shipping and Invoices schedules or deliver within a reasonable time, as a) All goods are FOB destination and must be interpreted by the COUNTY in its sole judgment, suitably packed and prepared to secure the shall entitle the COUNTY to seek all remedies lowest transportation rates and to comply available to it at law or in equity. VENDOR with all carrier regulations. Risk of loss of agrees to reimburse the COUNTY for any any goods sold hereunder shall transfer to expenses incurred in enforcing its rights. the COUNTY at the time and place of VENDOR further agrees that undiscovered delivery; provided that risk of loss prior to delivery of nonconforming goods and /or services #12 -5922 11 Packet Page -1938- is no- e waive- o the COUKT`. ": riah tc insi upon turther compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and /or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall. survive inspection, acceptance, passage of title and payment by the COUNTY. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, #12 -5922 9/11/2012 Item 16A.,1 includinc Dul- not' iirnaec au attorneys` tee:,. arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and /or services to be provided hereunder. 11. Warranty of Non - Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and /or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non - infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and 12 Packet Page -1939- wltr exce.mio- Sl' ilailC n2 DE Tull`• responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assie^ this Purchase Order, nor any money due or to Decome due without the prior written consent of the COUNTY. Any assignment made without sucn consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of #12 -5922 �1 ,/2012 Item 16A.��L sus orea:. an: vcND = na: mites cur; within 10 aays of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem anc Travel Expenses for Fublic Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and /or Conditions that are most favorable to the County and /or provide the greatest protection to the County shall govern. Packet Page -1940- 13 9111/2012 Item 16.A.1 Exnioit K,, Additionw IT6 Ti erms and Conditions 1. Additional Items and /or Services During the contract term, Collier County reserves the right to add related items and /or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and /or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion /termination of agreement. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51% or more of the solicitation amount for said work. Subcontractors must be pre- approved by the County. 6. Deductions for Non - Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non - performance. 7. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 8. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and /or right -of -way for the purpose of inspection of any Vendor's work operations. This provision is non - negotiable by any department and /or Vendor. #12 -5922 Packet Page -1941- 14 9111 /2012 Iterr 16.,. 15. Standards o= uonduc. Tne venaor snap employ peopie to work on County projects who are neat, clean, well- groomec and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 10. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non - responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license /registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tar, Collector's Office at (239) 252 -2477. 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair /replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired /replaced by the County, the cost of such work will be deducted from the monies due the Vendor. 12. Prohibition of Gifts to County Employees 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, the current Collier County Ethics Ordinance 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. #12 -5922 Packet Page -1942- 15 ­- rr 9/11/2012 Item 16. `..? _ invoice and Paymente Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, ,, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or, emailed to: bccapclerk(a)colliercierk.com. Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and /or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount #12 -5922 Packet Page -1943- 16 ark 1100,1 2 Item 16.4. 1 c ^' an, nmirneR' to" \vorf no- aerfo7mel o- ' ^` u-sat,sfacio" nelfo "'' a—ic_ �' C_ontms i— requirement-. 14. Survivability of Purchase Orders The Contractor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall, name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and /or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by #12 -5922 Packet Page -1944- 17 9/11/2012 Item 16.A.1 E Vendor from its insure- anc nothinc container herein snal! reiievE Vendor of thi: reauiremenf tc provide notice. ir, the even: o a reaucuon in the aggregate iimi of any policy to De proviaea o\ Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 15. Security and Background Checks If required, Vendor / Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 16. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right -of -Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and /or Purchasing Departments and are available on -line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 17. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's #12 -5922 Packet Page -1945- 18 9, "1/2n1^ Itorr 1F e -1 w roJresentafivE. . r ial rem wE Em- ISC) ?S 1: "! 2"-- F i atenF- fro trig 7roD-? , -n venoor snai ieavE all affectec areas as tney were prior to oegmninc wori- 18. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and /or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and /or materials from other suppliers. In either instance the County may require the following information from the Vendor: • Required quantities of material. • Specifications relating to goods and /or materials required for job including brand and /or model number or type if applicable • Pricing and availability of goods and /or materials provided under Vendor's agreements with material suppliers 19. Grant Compliance The purchase of any goods and /or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 20. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site. In the event that additional specialized and /or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site. The County reserves the right to request and obtain documentation of the Vendor's cost, and to withhold payments until documentation is provided. #12 -5922 Packet Page -1946- 19 9"11/2012 Item 16.A.. AdrrunsUz*ve Services Division Purchasing Attachment 1: Vendor Submittal - Vendor's Non - Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: ITB 12 -5922 Street Name Sign Replacement Program ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature / Title Type Name of Signature Date: #12 -5922 Packet Page -1947- 20 9111;20'12 Item 16.4 1 E Aei✓0147 J.Ky Adrmnisntve Serum Division r1urr-hasing Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashier's check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E- Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: ITB 12 -5922 Street Name Sign Replacement Program 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. #12 -5922 Company Name Signature & Title Date Packet Page -1948- 21 9111 /2012 Item C� aer un��tr Ad nice Sen o'--% D viNon Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: ITB 12 -5922 Street Name Sign Replacement Program Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: * * * SEE FOLLOWING PAGES * * * Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net _ Days Bid Response Form is either manual or electronic. TOTAL LUMP SUM PRICE $ * ** ** *Complete and attach the unit pricing for all the street signs and submit with your bid. If the lowest bid exceeds the budget, some of the signs may be reduced. * ** Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. #12 -5922 Packet Page -1949- 22 9!^ 1/21012 ftenn 1 11F.L. -1 IF IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2012 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number Telephone Number FAX Number Signature / Title Type Name of Signature Date Additional Contact Information Sena Payments To: (REQUIRED ONLY if different from aaove) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #12 -5922 Packet Page -1950- 23 9/11/2012 Item 16A.15'7 . Adrnnisntwe Services Dmsion Purchasing Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: ITB 12 -5922 Street Name Sign Replacement Program (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers):_ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #12 -5922 Packet Page -1951- 24 0111 29012 !fear, 1 F_L I F ur_hasim Attachment 5: Vendor Submittal — immigration Affidavit Solicitation: ITB 12 -5922 Street Name Sign Replacement Program This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program, may deem the Vendor / Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Print Name Signature State of County of Title Date The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #12 -5922 Packet Page -1952- 25 9111/2012 Item C,o��i`�• C.ova.��. F aminISil yve SPIVICeS ;.r�VlfilO� rur „hasnc Attachment 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address State Telephone FAX Order Information Address City State FAX Email M 2. Company Status (check only one) City Zip. Email Remit / Payment Information Address City State FAX Email Zip _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #12 -5922 Packet Page -1953- 26 1 911112012' Item 16A.1 C,07M�r County Adrn r n-- -ative Services Division urchaslna Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1.000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor /Consultant or anyone employed or utilized by the Contractor /Vendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ❑ Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: #12 -5922 ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate Packet Page -1954- 27 7. ❑ Performance and Payment Bonds 9/11/2012 Item 16.A,.15 _ �roJea, �:,rwessio ia, Jaoiiit\ re- iDccurrencE ❑ Valuable Papers Insurance $ Per Occurrence Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ❑ Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. 7 The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name #12 -5922 Packet Page -1955- Date Telephone Number 28 E)',HIBP— < - S ^a °E Or WORV Street name Sigr, Repiacement Prugrarr. I. SCOPE OF WORK 91 I!2r",I^2 Ite€r 'IP.L. The work consists of providing and replacing street name sign panels at various locations in Collier County, Florida. All two (2) lane roadways with a speed limit of at least 30 MPH and on multi -lane roadways as provided on the attached list shall have the street names replaced. On intersections that have one or more intersecting multi -lane roadways with four approaches signs shall be on two diagonal corners; intersections with multi -lane roadways with three approaches shall have street name signs on one corner. The names of the street name signs are hereto attached. Collier County Growth Management, Traffic Operations Section (aka: Traffic Operations) will provide a list to the successful bidder of all intersections for which the street names are to be installed. It shall be the responsibility of the contractor to provide the signs as per the information provided. The contractor will provide a schedule to the County Project Manager prior to initiating any work. II. SIGN DESIGN REQUIREMENTS #12 -5922 Standards. a) All signs shall comply with the Manual on Uniform Traffic Control Devices (MUTCD), 2009 Edition (as revised to date), and Section 700 of the 2012 State of Florida Department of Transportation (FDOT)" Standard Specifications for Road and Bridge Construction ", unless otherwise specified below. b) For sign replacement, refer to the FDOT "Design Standards" booklet dated 2012, Index No. 17302. c) For general traffic control zone requirements, refer to FDOT Standard Index Nos. 600 through 660, as applicable. Sign Design Requirements. a) Sign Panels • Sign size: a. 9 inch tall sign blade for 2 lane roadways with speed limit of 30 mph or greater b. 12 inch tall sign blade for approaches to multi -lane roadways • Signs to be double faced on flat 0.08 inch thick aluminum plates (sign blades). • Signs shall have white border: 3 /8" on 9" sign blades and '/2" on 12" sign blades. • Sign blades to have 1 inch radius rounded corners. • Sign blades shall be a minimum of 30" and a maximum of 42" in length. • Signs to be mounted on top of the sign post using standard mounting brackets. • Sign sheeting to be high intensity prismatic sheeting (ASTM Type III) with transparent colored background as recommended by the sheeting manufacturer. • Sheeting to be oriented on the sign blade per manufacture's recommendation to provide maximum retro - reflectivity. • Signs to be composed of white lettering on green background. • Signs with 9 inch tall sign blades should have lettering composed of lower -case letters at least 4.5 inches in height with initial upper -case letters at least 6 inches in height. o Exception will be considered when letters have extending tails (e.g. lower case g, p, q, and y). • Signs with 12 inch tall sign blades should have lettering composed of lower -case letters at least 6 inches in height with initial upper -case letters at least 8 inches in height. Packet Page -1956- 29 9111/2012 Item 16.4.'�. b` Siar Suaoorts t Al. signs wily of instaliecc or, existing post: except a-- reguireo tc replace wooaer, posts anc damaged posts. A list of posts locations and intersection locations that have wooden or damaged posts shall be provided by the contractor for verification by Traffic Operations. • Existing wood posts and damaged steel posts shall be replaced with new 2 %2" x 2 '/2" steel posts. • On sign posts that are replaced, existing regulatory signs shall be reinstalled on the new post at no additional cost. • 2'/2" x 2'/2" posts shall be galvanized 12 gauge (.105 inches) steel with perforated bolt holes. • Sign mounting brackets shall be unpainted aluminum. • Soil embedment of the sign posts shall be 2' -6" to 3' -0 ". c) Materials • Contractor is responsible for all necessary sign hardware required to install or relocate the signs on to existing or new posts and it shall be incidental to the cost of the signs. • Cross -piece sign brackets shall have 12 inch sign slot. Post top brackets shall have 12 inch sign slot. • A self adhesive 4" x 1" dating decal with appropriate date information shall be affixed to the post top sign bracket. The dating decal shall be provided by Traffic Operations to the contractor. • The sign bid price shall reflect Contractor salvage value of all removed materials. d) Shop Drawings. • Contractor to submit graphical proofs (shop drawings) of signs should be provided to the County for approval prior to fabrication. • All materials shall be preapproved prior to purchasing and /or installation. III. QUANTITIES OF WORK 1. Bid Schedule: Bidders must submit their bid on the attached bid schedule. 2. Maintenance of Traffic: Contractor is responsible for maintenance of traffic and shall be incidental to the cost of the signs IV. MEASUREMENT AND PAYMENT 1. Unit price structure for bid: • Number of 9" plates installed • Number of 12" plates installed • Number of locations to replace posts with 2'/2" steel post 2. Alternate bid to provide sign attributes V. CONTRACT TIME 1. Substantially Completion. All improvements shall be substantially completed within one hundred fifty (150) calendar days after the effective start date issued in the Notice -to- Proceed letter. 2. Final Completion. All improvements shall be finally completed within one hundred eighty (180) calendar days after the effective start date issued in the Notice -to- Proceed letter. The final completion milestone will be attained upon approval and acceptance of the work by the County. AW - #12 -5922 Packet Page -1957- 30 Brena Briar ar Street Namf Siar. Replacement. 1 4 F E i E C 1C 11 1� 1" 1� 1: 1E 1i 1E 1f 2( 21 2, Z 24 2' 2E 2? 2E 2£ 3C 31 3e' 3' 34 PacKages Ljownioaaea: (._ Packet Page -1958- Page 1 of 24 Leeds Signs of US Traffic Municipal Supply Road Runner Street Qty Southern Signal FL Technologies & Sign Highway Signs 9 Inch Blades - NAPLES AREA 10" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 10th St N 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 10" St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 111" Ave N 3 Is 242.02 $ 267.00 $ 56.25 $ 270.00 111h Ave SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 11" St N 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 111h St SE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 121h Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 12" St N 1 $ 80.67 $ 89.00 $ 1875 $ 90.00 12" St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 12" St SE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 13" Ave SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 13" St SE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 14" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 14'0 St t, 1 S 80.67 $ 89.00 $ 18.75 $ 90.00 14`" St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 14`" St SE I 1 I $ 80.67 $ 89.00 $ 18.751 $ 90.00 E k 15 " Ave SW 2 $ 161.34 $ 178.00 $ 37.50 5 180.00 15" St SE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 16" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 16" St NE 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 17" Ave SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 18 " Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 18" St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 19Th Ave SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 191" Ct SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 1"Ave NW 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 201h Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 201h St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 21"Ave SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 21" PI SW 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 22 "d Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 22 "d Ave SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 122"' St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Packet Page -1958- Page 1 of 24 RM: Nancy �,vE P;,: Brenw, Brilnar 4 4 4 4 4 4 4 4 4 4 5 5 5 5 5 5 5 5 5 5' 61 6' 6: 6: 6� 6! 6£ 6 6£ 6� 7( ITE ti: -552: Street NiamE Starr Reolacemem. 9/1 112012 Item 16./. , 1 E. Package., Uownloaaed: 6_ Bid:: Nor Resr)cnsiv Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 5 23" Ave SW 6 $ 484.03 $ 534.00 $ 112.50 $ 540.00 6 23rd PI SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 7 23' St SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 8 24th Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 25" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 25th Ave NW 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 1 27" Ave SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Z 291h Ave SW 1 $ 80.67 $ 89.00 $ 18.75. $ 90.00 3 2nd Ave 9 $ 726.05 $ 801.00 $ 168.75 $ 810.00 1 2nd St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 5 2" St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 2nd St NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 31St Ave SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 3 33rd Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 35" Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 35" Ave NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 37" Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 37" Ave NVV i $ 80.67 S 89.00 S 18.75 S 90.00 l 39`° Ave NE S' 80.67 I $ 89.00 $ 18.75 S 90.00 39" Ave NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 39" St SW 11 $ 887.40 $ 979.00 $ 206.25 $ 990.00 i 3`d Ave NW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 3' Ave SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 40" St NE 6 $ 484.03 $ 534.00 $ 112.50 $ 540.00 41" Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 41" Ave NW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 42 "d St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 42 "d St SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 42 "d Ter SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 43rd St SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 44" St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 45" Ave NE 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 45" Ave NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 46" St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 47" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 47" Ave NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Packet Page -1959- Page 2 of 24 !7E 42-562: °S Brenac Briinar. Street NamF Siar Real- pcemen- 7' 7: 7: 7z 7: 7( 7 7f 7f 8( 8' 8: 8: 8, 8! 8( 8'. 81 8! 91 9 9: 9: 9, 9: 9( 9 9f 9S 10( 10' 10: 10: 10, 10, 101 Ile �7 Package, Uowmoade; U- Ivor; kesponsiv�- Packet Page -1960- Page 3 of 24 Leeds Signs of US Traffic Municipal Supply Road Runner Street Qty Southern Signal FL Technologies & Sign Highway Signs 4th St NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 50th Ter SW 1 Is 80.67 $ 89.00 $ 18.75 $ 90.00 52nd Ln SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 52 "d Ter SW 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 53`d St SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 54" Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 54th St SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 54th Ter SW 5 $ 403.36 $ 445.00 $ 9175 $ 450.00 55" St SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 55" Ter SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 56" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 58" Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 58" ST SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 5" Ave 3 $ 242.02 $ 267.00 $ 56.25 270.00 5" Ave NW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 5" Ave SW 4 $ 322.69 ' $ 356.00 $ 75.00 $ 360.00 60" Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 60 "' St SW 2 $ 161.34 ! 178.00 $ 37.501 $ 180.00 62 °° Ave NE S. 80.67 89.00 $ 18.751 ;: 90.001 63" Ave SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 64" Ave NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 64" St SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 66" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 66" St SW 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 68" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 681, St SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 6" Ave 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 6th St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 6" St NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 70" Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 70" St SW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 72 "d Ave NE 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 7" Ave 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 7" Ave NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 7t "Ave SW 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 7t" St 1 1 $ 80.67 $ 89.00 $ 18.751$ 90.00 Packet Page -1960- Page 3 of 24 PR /: Nanov Free ITE 2 -592:. PS: Brenaa Brilna~ Street Name Sign Repiacement 1C 1C 1C 11 11 11 11 11 11 11 11 11 11 12 12 12 12 12 12 12 12 12 12'. 131 13 13: 13; 13, 13 131 13� 131 138 14( 141 14: 9/1, c /2012 Item i 6.4,.. ` . Packages Downloaaed: 6- Bios Non iresponsive Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 7 8" Ave 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 8 81" St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 9 8 " St NE 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 81" St NW 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 1 91h St N 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 2 91" St NW 2 $ 16134 $ 178.00 $ 37.50 $ 180.00 3 Acadia Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Adkins Ave 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Airport Access 1 $ 85.02 $ 89.00 $ 25.00 $ 90.00 Airport Rd 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 i Alley 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 3 Andrea Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 a Anthony Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Antigua St 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Anton Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Arden Ave 1 S 80.671 S 89.00 $ 18.75 $ 90.00 s Areca Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 I Arlette Dr E 1 $ 85.02 S 89.00 $ 22.50 S 90.00 Arlette Dr W 1 $ 85.02 S 89.00 S 22.50 S 90.00 Arnold Ave 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Ashbury Way 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Augusta Blvd 3 $ 242.02 $ 267.00 $ 56.25 S 270.00 Autumn Haze Dr 3 $ 263.77 $ 267.00 $ 75.00 $ 270.00 Autumn Oaks Ln 1 S 89.37 $ 89.00 $ 26.25 $ 90.00 Banyan Rd 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Barefoot Williams Rd 2 $ 178.74 $ 178.00 $ 52.50 $ 180.00 Barrett Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Bass Rd 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Bathey Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Bayshore Dr 2 $ 170.02 $ 178.00 $ 45.00 $ 180.00 Bayview Dr 2 $ 170.04 $ 178.00 $ 45.00 $ 180.00 Becca Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Bermuda Dunes Ct 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Bethany PI 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Beverly Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Birdon Rd 1 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Packet Page -1961- Page 4 of 24 DP VE rl"V. .,GC Brendc ESrllric2r. ^a: ;a ownio2aed: 5. Scree: fOiamE S19r, Repiacemen: 14' 144 14( 14( 14 14£ 141 15( 15' 15: 15' 15� 15`. 15( 151 15£ 151 16( 16' 16: 16: 16, 16: 16( 161 16£ 161 17( 17' 17' 17' 17d 17; 17( 171 17£ Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Booker Blvd 1 $ 80.67 $ 89.00 $ 1875 $ 90.00 Bottlebrush Ln 2 $ 178.74 $ 178.00 $ 52.50 $ 180.00 Boxwood Way 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Brantley Blvd 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 Breaker Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Breezewood Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Broward St 6 $ 484.03 $ 534.00 $ 112.50 $ 540.00 Brush Ln 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 Bur Oaks Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Bush St E 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Business Cir N 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Cajeput Dr 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 Caloosa St 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 Cambridge Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Camilla Ct 1 $ 80.67 $ 89.00 $ 18.751$ 90.00 Capri Blvd $ 80.67 89.00 $ 18.75 S 90.00 Capri Blvd E 1 $ 80.67 $ 89.00 $ 18.751$ 90.00 Capri Blvd V,' I 80.67 S 89.00 18.75 i 90.00 , Caribbean Rd r,- S 89.37 89.00 8 26.25! < 90.00 1 Caribbean Rd S 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Carica Rd 7 S 564.71 $ 623.00 $ 131.25 $ 630.00 Carica Rd N 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Carica Rd S 2 $ 161.34 $ 178.00 $ 37.50 S 180.00 Carlton Ave 1 S 80.67 S 89.00 $ 18.75 $ 90.00 Cassena Rd 2 $ 170.04 $ 178.00 $ 45.00 $ 180.00 Castle Rd E 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Castle Rd W 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Cedar Crest Ct 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Cedar Tree Ln 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 Center St 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 Channel Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Channing Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Chardon PI 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Charlotte St 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 Cherokee St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Cherry Hill Ct 1 $ 87.92 $ 89.00 $ 25.00,$ 90.00 Packet Page -1962- Page 5 of 24 PN: Nancv Frye PS: Brenda Brilnar. 17 1E 1E 1E 16 16 18 18 18 18 18 19 19 19 19 19 19 19 19 19 19 20 20 20: 20; 20, 20 201 20' 201 20! 21( 21' 21: 21' 21� ETE 12 -5922 Street Name Sign Replacement 9111/2012 Item 16.Ai.1 E Packages Downloaaec: r;_ Bids Non Responsive Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 9 Chokoloskee Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 0 Coco Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Cocohatchee St 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Z Collier Blvd 11 $ 887.40 $ 979.00 $ 206.25 $ 990.00 3 Colonial Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 1 Commercial Blvd 7 $ 625.61 $ 623.00 $ 183.75 $ 630.00 i Conner Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Constitution Ct 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Copper Leaf Ln 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 3 Coronado Pkwy 9 $ 804.35 $ 801.00 $ 236.25 $ 810.00 3 Corporate Square 7 $ 625.67 $ 623.00 $ 183.75 $ 630.00 Corporation Blvd 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Goodland Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Cristobal St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Danford St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 I Daniels Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 i Deer Run Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 i Deerwood Cir 1 $ 85.02 $ 89.00 $ 22.50 $ 90.00 Derriere Lr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 I Desoto Blvd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Doak Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Dogwood Way 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Domestic Ave 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Dominion Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Don St 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Dona Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 East Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Eden Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Egret Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Elsa Ave 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 English Oaks Ln 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Enterprise Ave 2 $ 178.74 $ 178.00 $ 52.50 $ 180.00 Erie Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Euclid Ave 10 $ 806.72 $ 890.00 $ 187.50 $ 900.00 Eugenia Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Eustis Ave W 1 3 1 $ 255.07 1 $ 267.001$ 67.501$ 270.00 Packet Page -1963- Page 6 of 24 wane =rvE PTE ;k.59-2k n. 1t Brenca Brilna-. Street fume Sign Replacemen Gcl:aaes DownloaaF : 21 21, 21' 21 21' 22i 22 22, 22' 22, 22: 22, 22' 2Z 22! 231 23 23: 23: 23, 23; 231 23" 231 23£ 24( 24' 24, 24< 241 24£ 24( 24i 24£ 24( 25( Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign i Road Runner Highway Signs Exchange Blvd 4 $ 351.69 $ 356.00 $ 100.00 $ 360.00 Executive Or 1 $ 85.02 $ 89.00 $ 22.50 $ 90.00 ' Fern St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Flamingo Ave 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 Forest Hills Blvd 2 $ 178.74 $ 178.00 $ 52.50 $ 180.00 Forrester Ave 1 $ 85.02 $ 89.00 $ 22.50 $ 90.00 Fritchey Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Germain Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Glades St 5 $ 403.36 $ 445.00 $ 93.75 $ 450.00 Gladiola St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Glenwood St 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Golden Gate Blvd 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Golden Gate Pkwy 14 $ 1,251.21 $ 1,246.00 $ 367.50 $ 1,260.00 Golden Harvest Ln 2 $ 178.74 S 178.00 $ 52.50 $ 180.00 Golden Oaks Ln 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Gordonia Rd 4 $ 322.69 , i S 356.00 S 75.001 S 360.00 Gordonia Rd N 1 $ 85.02 $ 89.00 $ 22.50 $ 90.00 Granada Ave I S 80.67 $ 89.00 S 18.751 S 90.001 Greenwav Rc - l < 161.34 ; c 178.00 $ 37.501 : 180.00 1 Griffin Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Gulf Shore Ct 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Gulf Shore Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Gulfview Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Harbor PI 1 $ 80.67 $ 89.00 $ 18.75 S 90.00 Hawk St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Hawthorn Woods Way 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Helm Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Hendry St 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 Heritage Way 1 $ 85.02 $ 89.00 $ 22.50 $ 90.00 Heron Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Hickory Rd 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 Hidden Oaks Ln 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Hidden Valley Or 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Hilo Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Hollow Dr 7 $ 564.71 $ 623.00 $ 131.25 $ 630.00 Houchin St 1 1 Is 80.67 $ 89.00 $ 18.75 $ 90.00 Packet Page -1964- Page 7 of 24 9' 112 0 12 Iterr 16.4.. -':': Brenaa Brllnar SU'eel Name Sign Replacement Packages Downloaaec: 6 Bic- Non kesr)onsre,e: 2: 2; 2r 2.° 2; 2° 2E 2E 2E 2E 2E 26 26 26 26 26 26 26 26 27 27 27 27 27 27. 2T 27' 271 27! 281 28' 28: 28: 281 28: 28( Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 1 Hunters Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 2 Immokalee Rd 3 $ 255.07 $ 267.00 $ 67.50 $ 270.00 3 Indian River St 2 $ 178.74 $ 178.00 $ 52.50 $ 180.00 4 Industrial Blvd 8 $ 714.98 $ 712.00 $ 210.00 $ 720.00 5 Islamorada Ln 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 3 Isles of St. Thomas 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 7 Ivy Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 3 J & C Blvd 4 $ 322.69 $ 356.00 $ 75.00 $ 360.00 3 Jackson Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Jaeger Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 I Jamaica Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 James Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 3 Janes Ln 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 1 Jane's Scenic Dr 4 $ 357.49 $ 356.00 $ 105.00 $ 360.00 Jefferson Ave 1 $ 85.02 $ 89.00 $ 22.50 $ 90.00 i Jefferson Ave W 1 8 89.37 $ 89.00 $ 26.25 $ 90.00 Jerome Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 I Johnny CaKe Dr ( 2 $ 178.74 5; 178.00 $ 52.50 $ 180.00 I 1 Jones St ( 2 $ 161.34 $ 178.00 S', 37.50 $ 180.00 Jung Blvd 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Kathy Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Kean Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 I Kirtland Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Kissimmee St 2 $ 170.04 $ 178.00 $ 45.00 $ 180.00 Kon Tiki Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Lagoon Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Lake Park Blvd 1 $ 85.02 $ 89.00 $ 22.50 $ 90.00 Lakeland Ave 10 $ 850.22 $ 890.00 $ 225.00 $ 900.00 Lakeview Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Lancewood Way 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 Laurel St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Lee Ann Ln 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Lee St 5 $ 403.36 $ 445.00 $ 93.75 $ 450.00 Leed Ave 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Lely Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Lely Palms Dr N 1 1 $ 89.37 $ 89.00,$ 26.25 $ 90.00 Packet Page -1965- Page 8 of 24 pIV Ivor;: =rve 7E -592. Brencs Briinar. Stree'L NamE Siar, Repiacemem 28 28£ 284 29( 29' 29< 29'' 291 29: 29( 29 29£ 294 30( 30' 30: 30C 30� 30; 30( 30 30£ 304 31C 311 31� 31' 3U 31: 31E 317 31E 31£ 32C 321 32: 91, 11,'2012ITn' 1E.�,. PacicaaeE L)Ownioaae: C: Street Qty Southern Signal Leeds Signs Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Lely Palms Dr S 1 $ 89.37 $ 89.00 $ 26.25 $ 90.00 Lincoln Blvd 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 Linda Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Livingston Rd 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 Logan Blvd 6 $ 484.03 $ 534.00 $ 112.50 $ 540.00 Lombardy Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Lunar St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Lupine Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Luzon Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Madison Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Madison Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Mahogany Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Mamie St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Manatee Rd 5 $ 403.36 $ 445.00 $ 93.75 $ 450.00 Maple Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Market Ave 3 $ 242.02 I c. 267.00 $ 56.25 $ 270.00 Market St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Marlin Dr _ 161.34 $ 178.00 $ 37.50 $ 180.00 Mary Watts Billie D- $ 89.37 'i " 89.00' $ 26.25 $ 90.00 Melody Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Mentor Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Mercantile Ave 3 $ 268.12 $ 267.00 $ 78.75 $ 270.00 Mimosa Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Monroe Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Monroe Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Monroe St 3 $ 242.02 $ 267.00 $ 56.25 $ 270.00 Moonbay St 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Morgan Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Moss Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Muirfield Cir 1 $ 87.92 $ 89.00 $ 25.00 $ 90.00 Myrtle Rd 7 $ 564.71 $ 623.00 $ 131.25 $ 630.00 Napa Blvd 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Napa Woods Way 2 $ 178.74 $ 178.00 $ 52.50 $ 180.00 Normandy Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 North St 2 $ 161.34 $ 178.00 $ 37.50 $ 180.00 Oak Ave 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 Packet Page -1966- Page 9 of 24 pM: Nancy FryE PS: Brenda Brilnar 32 32 32 32 32' 32 32'. 33, 33 33: 33: 33, 33! 331 33' 33! 33E 34C 34'. 34, 34: 344 34E 34E 347 34E 34E: 35C 351 352 !TE 12 -592,' Street Name Sign Replacement 9'1 `,'201 '-1 Iterr 161.,k 1 c Packages Downloaded: U_ Bids' Non Fespons v;, Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Oak Haven Cir 1 $ 87.92 $ 93.72 $ 89.00 $ 25.00 $ 90.00 Oak St 2 $ 161.34 $ 93.72 $ 178.00 $ 37.50 $ 180.00 Ocho Rios 1 $ 80.67 $ 93.72 $ 89.00 $ 18.75 $ 90.00 Oil Well Grade Rd 4 $ 357.49 $ 93.72 $ 356.00 $ 105.00 $ 360.00 Okeechobee St 3 $ 263.77 $ 93.72 $ 267.00 $ 75.00 $ 270.00 Old Livingston Rd 3 $ 268.12 $ 93.72 $ 267.00 $ 78.75 $ 270.00 Orange Blossom Or 1 $ 89.37 $ 93.72 $ 89.00 $ 26.25 $ 90.00 Orchard Ln 1 $ 80.67 $ 93.72 $ 89.00 $ 18.75 $ 90.00 Orchid Ave 1 $ 80.67 $ 93.72 $ 89.00 $ 18.75 $ 90.00 Osceola Ave 1 $ 80.67 $ 93.72 $ 89.00 $ 18.75 $ 90.00 Outer Dr 1 $ 80.67 $ 281.17 $ 89.00 $ 18.75 $ 90.00 Pago Pago Or 1 Is 80.67 $ 93.72 $ 89.00 $ 18.75 $ 90.00 Painted Leaf Ln 1 $ 89.37 $ 171.20 $ 89.00 $ 26.25 $ 90.00 Palm Ridge Dr 2 $ 175.84 $ 178.00 $ 50.00 $ 180.00 Palm St 5 $ 403.36 $ 445.00 $ 93.75 $ 450.00 Palmetto Ave 3 $ 255.07 $ 267.00 $ 67.50 $ 270.00 Palmetto Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 90.00 TOTAL - A 647 $ 53,376.02 $ $. 57,583.00 $ 13,152.50 $ 58,230.00 Packet Page -1967- Page 10 of 24 Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 12 Inch Blades -- NAPLES 100" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 101" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 102nd Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 103`d Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 104' Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 105' Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 106" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 107`" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 108" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 1091" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 10`" Ave NE 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 10`" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 10" Ave SE 2 $ 171.20 $ 178.00 $ 50.00 $ 210.00 Packet Page -1967- Page 10 of 24 DI- Marl: � : rVE 'TE PL E =renaE Bfllne- :.-tree'. NamE Slar Remac:emen'. 35: 35, 35! 35( 35 351 358 36( 36' 36: 36: 36, 36: 36( 36� 361 36E 37( 37 37: 37: 37� 37E 37E 377 37E 37E 38( 381 382 388 384 38: 38E 387 38E 'acraaes Uownioade-- c: ivcr Rest;. ns�: Packet Page -1968- Page 11 of 24 Leeds Signs of US Traffic Municipal Supply Road Runner Street Qty Southern Signal FL Technologies & Sign Highway Signs 10" St NE 1 $ 87.92 $ 89.00 $ 25.00 $ 105.00 10" St SE 1 $ 87.92 $ 89.00 $ 25.00 $ 105.00 110" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 11" ST NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 11`h ST SW 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 12`h Ave NE 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 12" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 12" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 12" St NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 12" St SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 13" Ave SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 131" St SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 14" Ave NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 14" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 14" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 14" St NE S 187.44 $ 178.00 $ 60.00 $ 210.00 15" Ave SW 1 $ 93.72 $ 89.00 $ 30.00 =$105 15'° ST NVV S 93.721 S 89.00 $ 30.00 " 105.00 i 1: "' ST SV _ .` 187.44 i 178.00 S 60.00 S 210.001 16" Ave NE 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 16" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 16" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 16" Ave SW 8 $ 749.78 $ 712.00 $ 240.00 $ 840.00 16" ST NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 16'h St SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 17" Ave SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 17" ST NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 17`h ST SW 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 18`h Ave NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 18" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 18" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 18" St NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 191h Ct SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 19`h ST NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 19" ST SW 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 1"Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Packet Page -1968- Page 11 of 24 PNi: Nance Prv4 P`: Brenaa Briihar. 38 39 39 39 39 39 39 39 39 39 39 40 40 40. 40: 40, 40! 401 40' 40! 40! 41 l 41' 41: 41: 41, 41: 41( 41 4V 41f 42( 421 4Z 422 424 6TE 12 -552" Stree: (Name Siar, Rewacemern'. 9'11/2012 1terr 16.,x.-1 �achaaes Downioaaet: E:. Bias: i ivon Resoonswa Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 3 I" Ave SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 1 "ST NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 1" ST SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 20`h Ave NE 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 20" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 1201h Ave SE 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 20" PI SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 t 201h St NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 20" St SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 121"St SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 1 22nd Ave NE 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 22 "d Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 22nd Ave SE 2 $ 187.44 $ 178.00 $ 60.00 S 210.00 22nd St NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 22 "d St SE 1 $ 93.72 $ 89.00 S 30.00 $ 105.00 23`d Ave SW 1 $ 93.72 S 89.00 $ 30.00 $ 105.00 23f0 St NW 1 $ 93.72 $ 89.001$ 30.00 $ 105.00 23`d St SW 3 S 281.17' S 267.00' $ 90.00 S 315.00 24th Ave NE 3 $ 281.171 $ 267.00 $ 90.00 $ 315.00 24" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 24'h Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 25" St NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 25" St SW 2 $ 187.44 S 178.00 S 60.00 $ 210.00 25" Ave SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 26Th Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 26" Ave SW 1 Is 93.72 $ 89.00 $ 30.00 $ 105.00 27th St NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 27`h St SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 27'h Ave NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 27' Ct SW 1 Is 93.72 $ 89.00 $ 30.00 $ 105.00 281h Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 29" St NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 29`h St SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 291h Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 291h St SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 2 "d Ave NE 2 $ 187.44 $ 178.001$ 60.00 $ 210.00 Packet Page -1969- Page 12 of 24 =r»- ¢¢F 9���;�2 2 IT°7 PE 4cG:2gB: fJ;w�� 08.�eC. t_ brerc: csrknar. Srreeti Ivarne Slstrti Re-macemen� 42E 42E 427 42£ 42� 43C 431 43� 43: 434 43E 43E 431 43£ 43E 44C 441 44: 44: 44� 44; 44E 441 44E 44f 45C 451 45, 45: 45� 45: 45E 457 45E 45E 46C Packet Page -1970- Page 13 of 24 Leeds Signs of US Traffic Municipal Supply Road Runner Street Qty Southern Signal FL Technologies & Sign Highway Signs 2 "d Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 2 "d St NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 2" St SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 2ntl St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 301" Ave SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 3151 Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 315 NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 315 St SW 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 32nd Ave SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 33`d Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 34" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 36" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 38" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 S 210.00 39" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 39" Ave SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 3`° Ave NW S 93.72 , S 89.00 S 30.00 S 105.00 3`d ST NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 `m ST SVI E 93.72 2 89.00 S 30.001 c 105.00'. 40" Ave SE $ 93.72 ' S 89.00 30.00 105.00 40" St NE 1 $ 93.72 $ 89.00 S 30.00 S 105.00 401" Ter SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 41" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 42 "d Ave NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 43 "d Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 451" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 47I" Ave NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 481" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 4" Ave NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 4" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 4'" St NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 4" St SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 50'" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 52 "d Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 54" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 56" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 58`" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Packet Page -1970- Page 13 of 24 °Ni: Nancy FrvE OS: Brenaz: Brilnar, 46 46 46 46 46 46 46 46 46 47 47 47, 47. 47, 47: 471 47' 477 47! 481 48' 48: 48: 48, 48: 48£ 48 48£ 48£ 49( 49' 49: 49F 4N 49E 49E ITE Stree-, Name Sign: Re.piacemerr 9/11/2012 Item 16.4,.' Package: Downioaae- 6: Biagi: vor Resoonsw, ' Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 5" Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Six L's Farm Rd 1 $ 85.60 $ 89.00 $ 35.00 $ 105.00 3 60" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 i 60" St SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 62 "d Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 S 62nd St SW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 64" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 s 66" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 168" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 16" Ave NE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 6" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 6" St NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 6" St SE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 70" Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 72 "d Ave NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 7m Ave NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 7" ST NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 7'" ST SW $ 93.72 S 89.00 $ 30.00 $ 105.00 8" Ave NE 2 c. 187.44 $ 178.00 $ 60.00 $ 210.00 8" Ave SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 8" St NE 2 $ 187.44 $ 178.00 $ 60.OD $ 210.00 8" St SE 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 92 "d Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 93" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 94" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 95th Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 96" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 970' Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 98" Ave N 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 9th ST NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 9" ST SW 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 Airport- Pulling Rd 9 $ 895.70 $ 801.00 $ 315.00 $ 945.00 Andrew Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Augusta Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Auto Ranch Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Avondale St 1 Is 93.72 $ 89.001$ 30.00 $ 105.00 Packet Page -1971- Page 14 of 24 231V -!V Brent ;E Brifriar 49� 49t 494 50( 50' 50: 50; 504 50; 50( 50� 5M 504 51( 51' 51< 51; 51, 51: 51( 51; 51i 514 52( 521 52, 52< 52� 52: 52( 521 52( 52� 53( 531 53', 7 Scree: Name Siam. Realac;emert: , ,��.,« ltA�^' IE.L_ Downoacie; Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Bailey Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Bamboo Dr 1 Is 93.72 $ 89.00 $ 30.00 $ 105.00 Barefoot Williams Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Bass Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Bayside St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Birdon Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Biscayne Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Briarwood Blvd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Brookside Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Broward St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Business Cir N 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Business Cir S 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Caledonia Ave 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Calusa Ave 1 S 93.72 $ 89.00 $ 30.00 S 105.00 Camden Ct 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Camp Keais 1 S 93.72 $ 89.00 S! 30.00 S 105.00 Camp Keais Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Carol Wood Dr 90.52 S 89.00 $ 35.001 S 105.00 Castello Dr 5 93.72 $• 89.00 S 30.00 S 105.001 Catawba St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Center Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Charlemagne Blvd 2 $ 199.04 S 178.00 $ 70.00 S 210.00 Cherry Wood Dr 1 S 99.52 S 89.00 $ 35.00 $ 105.00 Collier Blvd 17 $ 1,593.28 $ 1,513.00 $ 510.00 $ 1,785.00 Commercial Blvd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Commercial Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Connecticut Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Cope Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Copeland Ave 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 County Barn Rd 5 $ 468.61 $ 445.00 $ 150.00 $ 525.00 San Marco Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Collier Blvd 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 Creech Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Crown Point Blvd E 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Curling Ave 1 Is 93.72 $ 89.00 $ 30.00 $ 105.00 Cynthia Ave 1 Is 93.72 $ 89.00 $ 30.001$ 105.00 Packet Page -1972- Page 15 of 24 'IV: Nana. ;:nve P:. BrenaG Brilnar 5: 5: 5: 53 53 53 53 54 54 54 54 54 54 54 54 54 54 55 55 55: 55 55. 55 55 55' 551 55! 561 56' 56: 56: 56d 56: 56( 56i 56E IT!< 12-5322 Street Name Sign Replacement 9/11 1201.1 Item 16.k.1 FlaCKages Downloaded: u_. Bid:.:.` Non Responsive Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs 3 Cypress Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 4 Cypress Way E 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 5 Davis Blvd 4 $ 374.89 $ 356.00 $ 120.00 $ 420.00 3 Deauville Lake Cir 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 7 Desoto Blvd 5 $ 468.61 $ 445.00 $ 150.00 $ 525.00 3 Dixie Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 3 Domestic Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Doral Cir 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 E Air Park Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 E Hamilton Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 j Entrance St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 i Equinox Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Everett St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 i Everglades Blvd 5 $ 497.61 $ 445.00 $ 175.00 $ 525.00 Exchange Blvd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Executive Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Falling Water Blvd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Francis Ave 1 93.72 $ 89.00 $ 30.00 $ 105.00 Fredrick St 1 $ 93.72 F 89.00 $ 30.00 $ 105.00 Germain Wood 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Glades Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Golden Gate Blvd 14 $ 1,393.31 $ 1,246.00 $ 490.00 $ 1,470.00 Goodlette Rd 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 Gordon St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Green Blvd 4 $ 374.89 $ 356.00 $ 120.00 $ 420.00 Gulf Harbour Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Hawaii Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Henderson Creek Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Henderson Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Heritage Tr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Hickory Wood Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Hollow Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Hunter Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Immokalee Rd 11 $ 1,094.75 $ 979.00 $ 385.00 $ 1,155.00 Inglewood Ct 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Jackson St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Packet Page -1973- Page 16 of 24 PN" - Ivan: -ru -E I' -Sa2- °:. crena-� E-P Ona- Stree`. IvamE Sian: ReDiaceme, ,. 56� 57C 571 57, 57; 57� 57E 57E 571 57£ 57E 58C 58, 58' 58: 58z 58; 58E 58; 58£ 58( 59( 59' 59: 59: 59� 59: 59E 591 59£ 59� 60( 601 60, 60: 60� "aci.Emei DownIG sec. L:_ Esia: i\,a- Kest- onaivL Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Johns St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Joseph Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Jung Blvd NE 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Jung Blvd NW 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Kissimmee St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Krape Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Lake Park Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Lee St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Linwood Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Livingston Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Logan Blvd 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 Logan Ct 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Loop Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Mahogany Ridge Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Manatee St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Market Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Market St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Marriott Club D, I g, 99.52 $ 89.00 S 35.001 $ 105.00 . Mavfield Ci 1 I $ 93.72 $ 89.00 S 30.001 $ 105.001 Michigan Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Miller Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Misty Pine Cir 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Monument Lake 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Myrtle Ln 1 $ 99.52 $ 89.00 $ 30.00 $ 105.00 Napa Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Nassau St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Northgate Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Oil Well Grade Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Oil Well Rd 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 Okeechobee St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Old Livingston Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Osceola Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Outrigger Lane 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Oyster Bar Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Palmetto Woods Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Parker Hammock Rd 1 $ 99.52 $ 89.00 $ 35.001$ 105.00 Packet Page -1974- Page 17 of 24 PM: Nancv Frye PS: Brenda Brilnar. 60 60 60 60 60' 61 61 61: 61; 61, 61 611 61' 611 61! 621 62' 62, 62: 62, 62! 62( 62' 62! 62( 63( 63' 63, 63, 63d 63: 63( 63i 63( 635 64( ITS 12 -5922 Street Name Sign Replacement 9/11/2012 Item 16.x..1 5}. Packaaes Downloaaed: 6= Bids: Nor. Responsive Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Parnu St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Pelton St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Peters Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Pine Ridge Rd 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 Pine St 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 Pine Woods Cir 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 Pine Woods Cir N 2 $ 199.04 $ 178.00 $ 70.00 $ 210.00 Pine Woods Cir S 2 $ 199.04 $ 178.00 $ 70.00 $ 210.00 Pineland Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Pinellas St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Plantation Pkwy 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Polly Ave 2 $ 187.44 $ 178.00 $ 60.00 $ 210.00 Pompei Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Ponce De Leon Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Port Au Prince Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Prospect Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Radio Rd 6 $ 562.33 $ 534.00 $ 180.00 $ 630.00 Rail Head Blvd $ 93.72 $ 89.00 $ 30.00 $ 105.00 Rain Tree Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Randall Blvd 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 Rattlesnake Hammock Rd 10 $ 995.22 $ 890.00 $ 350.00 $ 1,050.00 Regent Circle 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Ridge St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Riggs Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 River Ct 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Riverwood Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Riviera Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Rock Rd 1 Is 93.72 $ 89.00 $ 30.00 $ 105.00 Rose Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Rosemary Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Royal Cove Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Royalwood Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Sabal Palm Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Sable Ridge Way 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Santa Barbara Blvd 11 $ 1,094.75 $ 979.00 $ 385.00 $ 1,155.00 Satinwood Dr 1 $ 93.72 $ 89.001 $ 30.001$ 105.00 Packet Page -1975- Page 18 of 24 1201 -' Iterr ` .�.. t. Pi',;. )t�:n,„ Irv= TS �2��5�: Oren;,- brw-a- Stree-. Prams Star Re,Dta::emen. sfdz 641 644 64; 64� 64: 64E 64'1 64E 64� 65( 65' 65, 65i 6& 65`. 65( 65� 65E 65E 66( 66' 66: 66: 66z 66£ 66E 66'j 66£ 66£ 67( 67' 67, 67'< 671 67£ 67( Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Sea Grape Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Seminole St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Sherbrook Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Shores Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Skyway Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Southwest Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Spruce St 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 St. Clair Shores Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Sun Country Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Sunset Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Sycamore Dr 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Tamarind Ridge Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Teak Wood Dr 2 $ 199.04 $ 178.00 $ 70.00 $ 210.00 Terrace Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Thomasson Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Tomatoe Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Tower Rd 1 $ 93.72 $ 89.00 $ 30.001$ 105.00 Treetops D- i ! S 93.72 S 89.001 S 30.00 `. 105.00 Triangle Blvd $ 93.72: ' $ 89.00 1 $ 30.00 S 105.00 Trinity PI 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Turner River Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 TamiamiTrN 12 $ 1,194.27 $ 1,068.00 $ 420.00 $ 1,260.00 Tamiami Tr E 12 $ 2,294.27 $ 1,068.00 $ 420.00 $ 1,260.00 Valley Stream Dr 2 $ 199.04 $ 178.00 $ 70.00 $ 210.00 Vilsand Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Vineyards Blvd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 W Crown Pt Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Walker Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Walkerbilt Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Weber Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 West Ln 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 Whitaker Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 White Blvd 7 $ 656.06 $ 623.00 $ 210.00 $ 735.00 Wiggins Pass Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Wilder Rd 3 $ 281.17 $ 267.00 $ 90.00 $ 315.00 Wildwood Lakes Blvd 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Packet Page -1976- Page 19 of 24 Nancv FrvE °S: Brenaa Brilnar 67 67£ 67 68 68 68 68 68 68 68 68 68 68 69 69 69'. 69 69 69 69 69' 69' 69' 701 70 70; 70: 70, 70! 701 70 70£ 70, ITE 12 -582^ Street Namc- Sign ReDlacemen 9 1/2012 Item 16.x..15 !-ackaoe:: Downloaaec: 6_ Bias:.` Non ResoonSIVe Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Winter View Dr 1 $ 99.52 $ 89.00 $ 35.00 $ 105.00 Yahl St. 1 $ 93.72 $ 89.00 $ 30.00 $ 105.00 TOTAL - B 5371$ 52,151.95 $ $ 47,793.00 $ 16,745.00 $ 56,385.00 9 Inch Blades -- IMMOKALEE CITY AREA 11 1" St 1 $ 80.67 3 $ 89.00 $ 18.75 $ 95.00 St 1 $ 80.67 112`" $ 89.00 $ 18.75 $ 95.00 13" St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 14" St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 201" Ct 1 $ 80.67 3 $ 89.00 $ 18.75 $ 95.00 t Adams Ave E 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Adams Ave W 3 $ 242.02 $ 267.00 $ 56.25 $ 285.00 Adams Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Alachua St 5 $ 403.36 $ 445.00 $ 93.75 $ 475.00 s Alamo Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Alladin Ln 1 $ 80.67 t $ 89.00 $ 18.75 $ 95.00 Allegiance Way 3 $ 268.12 $ 267.00 $ 78.75 $ 285.00 Bethune Dir 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 Boston Ave 564.71 $ 623.00 $ 131.25 $ 665.00 i Brown Way 1 $ 80.67 $ 89.00 $ 18.75 S 95.00 Calle Amistad St 3 $ 268.12 $ 267.00 $ 78.75 $ 285.00 Carson Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Cemetary Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Church St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Clifton Rd 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 Colorado Ave 8 $ 645.38 $ 712.00 $ 150.00 $ 760.00 Curry Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Custer Ave 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 Dade St 7 $ 564.71 $ 623.00 $ 131.25 $ 665.00 Deer Run Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Dilsa Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Dixie Ave E 1 Is 80.67 $ 89.00 $ 18.75 $ 95.00 Dixie Ave W 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 E Adams Ave 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 E Delaware Ave 5 $ 446.86 $ 445.00 $ 131.25 $ 475.00 E Eustis Ave 5 $ 403.36 $ 445.00 $ 93.75 $ 475.00 Packet Page -1977- Page 20 of 24 °N. tuna,:, =rvE brenaE Brilria- 71l 71' 71: 71: 71, 71; 711 71' 711 71! 72( 72' 72: 72; 72, 72; 72( 72'. 721 72! 73( 73' 73: 73: 73� 73; 73( 73i 73( 73S 74( 741 74', 74' 74� 74: Stree NamE Siar. Repiacemem. �,acicaoes Uown;oaaec: 6- Bids:: Non Resoonsiv� Packet Page -1978- Page 21 of 24 Leeds Signs of US Traffic Municipal Supply Road Runner Street Qty Southern Signal FL Technologies & Sign Highway Signs E Jefferson Ave 5 $ 446.86 $ 445.00 $ 131.25 $ 475.00 E New Market Rd 7 $ 625.61 $ 623.00 $ 183.75 $ 665.00 El Paso Tr 6 $ 484.03 $ 534.00 $ 112.50 $ 570.00 El Paso Tr E 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 El Paso Tr W 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Escambia St 6 $ 510.13 $ 534.00 $ 135.00 $ 570.00 Experimental RD 1 $ 89.37 $ 89.00 $ 26.25 $ 95.00 Fahrney St 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 Flagler St 6 $ 484.03 $ 534.00 $ 112.50 $ 570.00 Gaunt St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Gladiola St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Grant Ave 1 $ 80.67 $ 89.00 $ 18.75 S 95.00 Habitat Center 1 $ 89.37 $ 89.00 $ 26.25 $ 95.00 Habitat Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Immokalee Dr 12 $ 1,020.27 $ 1,068.00 $ 270.00 $ 1,140.00 Immokalee Rd 1 $ 85.02 $ 89.00 r 22.50 S 95.00 Jackson St 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 Jerome Dr 1 J $ 80.67 $ 89.00 16.75 ` E 95.00 Lake Trafford Rc 0 e Laurel St 1 $ 80.67 c 89.00 $ 18.75 S 95.00 Little League Ct 2 $ 161.35 $ 178.00 S 37.50 $ 190.00 Madison Ave 15 $ 1,210.09 $ 1,335.00 $ 281.25 $ 1,425.00 Mary Evans Dr 1 $ 89.08 $ 89.00 $ 25.00 $ 95.00 Monroe St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 N 10th St 1 $ 80.67 $ 89,00 $ 18.75 $ 95.00 N 11 1" St 4 $ 322.69 $ 356.00 $ 75.00 $ 380.00 N 16" St 5 $ 403.36 $ 445.00 $ 93.75 $ 475.00 N 17`" St 5 $ 403.36 $ 445.00 $ 93.75 $ 475.00 N 18" St 11 $ 887.40 $ 979.00 1 206.25 $ 1,045.00 N 18" Ter 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 N 19" St 6 $ 484.03 $ 534.00 $ 112.50 $ 570.00 N 191" Ter 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 N 1" St 5 $ 403.36 $ 445.00 $ 93.75 $ 475.00 N 291" St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 N 2nd St 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 N 2ntl St 3 $ 242.02 $ 267.001 $ 56.25 $ 285.00 Packet Page -1978- Page 21 of 24 PN:: Nance FrvF PS: Brenaa Briinar_ 74, 74' 74 74' 75, 75 7S 7S 75, 75 751 75' 751 75! 76( 76' 76: 76: 76� 76£ 76( 76 76£ 76£ 77( 771 77' 77' 77e 77: 77E 777 77E 775 78C 781 ITB 12 -592 Stree Name Sigr Replacemen'. 9;'11/20'12 Item 16.x,.1 E . = ackages Downloacec. (:_ Bias: E Non Resronsly Packet Page -1979- Page 22 of 24 Leeds Signs of US Traffic Municipal Supply Road Runner Street Qty Southern Signal FL Technologies & Sign Highway Signs N 3' St 3 $ 242.02 i $ 267.00 $ 56.25 $ 285.00 N 4th St 3 $ 242.02 $ 267.00 $ 56.25 $ 285.00 N 5th St 3 $ 242.02 I $ 267.00 $ 56.25 $ 285.00 N 61h St 3 $ 242.02 I $ 267.00 $ 56.25 $ 285.00 N 7th St 3 $ 242.02 $ 267.00 $ 56.25 $ 285.00 N 8th St 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 N 9ch St 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 N 9`h St 5 $ 403.36 $ 445.00 $ 93.75 $ 475.00 N Hope Cir 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 N Lopez Lane 1 $ 85.02 $ 89.00 $ 22.50 $ 95.00 N Taylor Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Nassau St 4 $ 322.69 $ 356.00 $ 75.00 $ 380.00 Nixon Dr 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 Orchid Ave 1 $ 80.67 $ 89.00 $ 18.75 S 95.00 Palm Ave 4 $ 322.69 $ 356.00 $ 75.00 $ 380.00 Palm Dr 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Pine St 3 $ 242.02 $ 267.00 $ 56.25 $ 285.00 Pinellas St 2 $ 161.34 178.00 $ 37.50 S 190.00 Poinsettia St 1 I S 87.92 $ 89.00 $ 25.00 S 95.00 Ringo Ln 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 Roberts Ave E 2 $ 175.84 $ 178.00 $ 50.00 $ 190.00 Roberts Ave W 9 $ 791.30 $ 801.00 $ 225.00 $ 855.00 S 15, St 6 $ 484.03 $ 534.00 $ 112.50 $ 570.00 S2 n, St 5 $ 403.36 $ 445.00 $ 93.75 S 475.00 S 3' St 6 $ 484.03 $ 534.00 $ 112.50 $ 570.00 S 4th St 6 $ 484.03 $ 534.00 $ 112.50 $ 570.00 S 5' St 8 $ 645.38 $ 712.00 $ 150.00 $ 760.00 S 61h Ct 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 S 6" St 3 $ 242.02 $ 267.00 $ 56.25 $ 285.00 S 7" St 3 $ 242.02 $ 267.00 $ 56.25 $ 285.00 S 8th St 2 $ 161.34 $ 178.00 $ 37.50 $ 190.00 S 9th St 4 $ 322.69 $ 356.00 $ 75.00 $ 380.00 S Hope Cir 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 S Lopez Lane 1 $ 85.02 $ 89.00 $ 22.50 $ 95.00 S Taylor Rd 1 $ 80.67 $ 89.00 $ 18.75 $ 95.00 School Dr 3 $ 242.02 $ 267.00 $ 56.25 $ 285.00 Packet Page -1979- Page 22 of 24 DNA Nance Free PTE 91' 1,20 i _ lieT " E,. A,, I E. uckage: Ur,wn,or ^ae _ tSfE?nG; Sree Ivafxt: JIQIl I�� @FliuCefl'1 @I't', Ef1C1: 782 78' 784 78: 78E 787 78E 785 79C 791 7922 79' 794 76; 79( 79 81( 83� 85( 86( 882 89£ 91� 93( 94( 96� 97E 992 101( 102E 104 105E 1074 Street Qty Southern Signal Leeds Signs of FL US Traffic Technologies Municipal Supply & Sign Road Runner Highway Signs Sgt Joe Jones Rd 1 $ 89.37 $ 87.92 $ 89.00 $ 26.25 $ 95.00 Taylor St 1 $ 80.67 $ 87-921 $ 89.00 $ 18.75 $ 95.00 Titus In 1 $ 80.67 $ 87.92 $ 89.00 $ 18.75 $ 95.00 Tyler Ave 1 $ 80.67 $ 93.72 $ 89.00 $ 18.75 $ 95.00 W Adams Ave 4 $ 322.69 $ 93.72 $ 356.00 $ 75.00 $ 380.00 W Delaware Ave 8 $ 703.38 $ 281.17 $ 712.00 $ 200.00 $ 760.00 W Eustis Ave 2 $ 170.04 $ 93.72 $ 178.00 $ 45.00 $ 190.00 W Jefferson Ave 13 $ 1,161.84 $ 93.72 $ 1,157.00 $ 341.25 $ 1,235.00 W Main St 1 $ 80.67 $ 93.72 $ 89,00 $ 18.75 $ 95.00 W New Market Rd 4 $ 357.49 $ 93.72 $ 356.00 $ 105.00 $ 380.00 Washington Ave 1 $ 89.37 $ 93.72 $ 89.00 $ 26.25 $ 95.00 Wells St 1 $ 80.67 $ 93.72 $ 89.00 $ 18.75 $ 95.00 Willie Mae Harper Dr 1 $ 89.37 $ 93.72 $ 89.00 $ 26.25 $ 95.00 ITotal - C 340 $ 28,073.39 $ 281.17 1 $ 30,260.00 1 $ 6,930.00 $ 32,300.00 12" Blades - IMMOKALEE CITY AREA i 5`h Ave 1 $ 87.92 $ 89.00 $ 25.00 $ 175.00 6'r Ave 1 $ 87.92 $ 89.00. S 25.00 11 S: 175.00 Ave 1 $ 87-921 Ec17° 89.00 25.00 1 -` 175.00 8`1 Ave 1 $ 87.92 $ 89.00 $ 25.00 $ 175.00 Church Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Corkscrew Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 CR 846 E 3 $ 281.17 $ 267.00 $ 90.00 $ 525.00 E Main St 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Edwards Grove Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Experimental Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Gross Ave 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Hall Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Hancock St 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Indian River St 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Lake Trafford Rd 3 $ 281.17 $ 267.00 $ 90.00 $ 525.00 Lee St 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Liberty Way 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Lincoln Blvd 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Little League Rd 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Miraham Dr 1 $ 93.72 $ 89.00 $ 30.00 1 $ 175.00 Packet Page -1980- Page 23 of 24 PV.- Nancy, Fryc- PC - Brenaa Brilnar.. 109( 110E 112: 113E 115 117( 118E 120' 121E 1232 125( 126E 128, 129E 1314 133( 134E 1362 137E 1394 141 142E ITE o 2 -5922 Street Name Sian Replacemerr 9,111/2012 Item 16.k. I �'aCKaaes Downloaaec: (:. Bias: Non Resaonsw" "Leeds Signs of FL deemed non - responsive - required documents not provided Brenda Brilhart, Procurement Strategist Brenda Reaves, Witness Packet Page -1981- Page 24 of 24 Leeds Signs of US Traffic Municipal Supply Road Runner Street Qty Southern Signal FL Technologies & Sign Highway Signs Monroe St 1 $ 93.72 1428 Dating Stickers @ $.95 $ 950.00 1429 Salvage Credit $ 89.00 $ 30.00 $ 175.00 11 th St 1 $ 93.72 $ 49,950.00 $ 89.00 $ 30.00 $ 175.00 N 15th St 0 $ - $ A +g +C+D 1,5791$ $ New Harvest Rd E 1 $ 99.52 $ 89.00 $ 35.00 $ 175.00 New Harvest Rd W 1 $ 99.52 $ 89.00 $ 35.00 $ 175.00 O'Quinn Rd 1 $ 93.72 Vendor's Check List Y N Y Y Y $ 89.00 $ 30.00 $ 175.00 Palm Ave 1 $ 87.92 Local Vendor Preference Y N Y Y Y Immigration Law Affidavit Y $ 89.00 $ 25.00 $ 175.00 Pepper Rd 1 $ 87.92 N Y Y Y Insurance Y N Y $ 89.00 $ 25.00 $ 175.00 Raulerson Rd 1 $ 99.52 $ 89.00 $ 35.00 $ 175.00 Roberts Ave W 1 $ 99.52 $ 89.00 $ 35.00 $ 175.00 Santa Rosa Ave 1 $ 99.52 $ 89.00 $ 35.00 $ 175.00 SR 29 2 $ 175.84 $ 178.00 $ 50.00 $ 350.00 SR 29 E 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Stockade St 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Taylor Ter 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Tippins Ter 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 W Jefferson Ave 1 $ 99.52 $ 89.00 $ 35.00 $ 175.00 W Main St 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 W New Market Rd c c 895.70 S, 801.00 $ 315.00 $ 1.575.00 Westclox St 1 $ 93.72 $ 89.00 $ 30.00 $ 175.00 Whidden Loop Rd 2 $ 199.04 $ 178.00 $ 70.00 $ 350.00 White Way 1 $ 87.92 $ 89.00 $ 25.00 $ 175.00 Total - D 55 $ 5,201.04 $ $ 4,895.00 $ 1,690.00 $ 9,625.00 "Leeds Signs of FL deemed non - responsive - required documents not provided Brenda Brilhart, Procurement Strategist Brenda Reaves, Witness Packet Page -1981- Page 24 of 24 a 1J, 14b.UU 1427 2" Post cap /cross brackets @ 14.95 $ 4,485.00 1428 Dating Stickers @ $.95 $ 950.00 1429 Salvage Credit $ (1,000.00) 1430 Installation $ 49,950.00 Total Lump Sum Price A +g +C+D 1,5791$ 138,802.40 1 $ - $ 140,531.00 $ 106,050.50 $ 156,540.00 Vendor's Check List Y N Y Y Y Vendor Bid Response Form Y N Y Y Y Local Vendor Preference Y N Y Y Y Immigration Law Affidavit Y N Y Y Y Substitute W -9 Y N Y Y Y Insurance Y N Y Y Y "Leeds Signs of FL deemed non - responsive - required documents not provided Brenda Brilhart, Procurement Strategist Brenda Reaves, Witness Packet Page -1981- Page 24 of 24