Loading...
Agenda 09/25/2018 Item #16D 709/25/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) Solicitation No. 18-7437 “Vanderbilt Beach Boardwalk Replacement” to Interstate Construction, LLC, for conversion/construction of a boardwalk and shower at Vanderbilt Beach Park in the amount of $249,500, authorize the Chairman to execute the attached agreement, and authorize any necessary Budget Amendment. OBJECTIVE: To procure professional construction services to replace the damaged boardwalk and shower on the south section of the boardwalk at Vanderbilt Beach Park. The replacement will provide for greater availability and use of boardwalk, minimize pedestrian circulation conflicts due to the shower being reconfigured, improve drainage of the shower area, and provide for more ease of maintenance. CONSIDERATIONS: On July 10, 2018, the Procurement Services Division issued ITB Solicitation No. 18-7437 Vanderbilt Beach Boardwalk Replacement to 5,761 vendors. Vendors downloaded seventy-eight (78) bid packages, and on August 9, 2018, the County received four (4) bid responses. A copy of the Bid Tabulation, Engineer’s Letter of Recommended Award, and the Notice of Recommended Award is attached for reference. The bid results are summarized as follows: Company Name City County ST Base Bid Alt #1 Base Bid + Alternate 1 Responsive /Responsible Chris-Tel Construction Fort Myers Lee FL $123,889 $41,623 $165,512 No/Yes Interstate Construction LLC Miramar Broward FL $179,500 $70,000 $249,500 Yes/Yes NR Contractors, Inc Naples Collier FL $245,460 $45,965 $291,425 Yes/Yes ZEP Construction, Inc Fort Myers Lee FL $254,000 $52,600 $306,600 Yes/Yes Engineer’s Estimate $173,800 $53,000 $226,800 The bid incorporates the following: The Base Bid is for repair/replacement of the handrail components at the beach access boardwalk, removal, and replacement of a segment of the restroom access boardwalk. Alternate #1 is for the removal and replacement of an additional segment of the restroom boardwalk as indicated on the plan. Staff reviewed the bids received. Chris-Tel Construction did not submit the required bid documents and provided the wrong bid schedule and was deemed non-responsive for submitting the wrong bid form. Staff determined that Interstate Construction is the lowest responsive and responsible bidder. The lowest responsible and responsive bid - Base Bid plus Alternate #1 - was within ten (10%) percent of the Engineer’s Estimate, as shown on the attached Bid Tabulation. Staff, therefore, recommends that the contract be awarded to Interstate Construction, the lowest responsible and responsive bidder, based on the award of the Base Bid in the amount of $179,500, plus Alternate 1 in the amount of $70,0000, for a total contract amount of $249,500. FISCAL IMPACT: Funding in the amount of $267,876.73 from Tourist Development Revenues are available and appropriated for this Project No. 80349 (Vanderbilt Repair Shwr/Furn) within the Parks and Recreation Beach Park Facilities Capital Fund 183 (TDC Beach Park Facilities). 16.D.7 Packet Pg. 1749 09/25/2018 GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This Item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To Award ITB Solicitation No. 18-7437 Vanderbilt Beach Boardwalk Replacement to Interstate Construction LLC, in the amount of $249,500, authorize the Chairman to execute the attached agreement, and authorize the necessary Budget Amendment. Prepared By: David Berra, Project Manager, Parks and Recreation Division ATTACHMENT(S) 1. 18-7437 NORA - executed 1 (PDF) 2. (linked) 18-7437 Interstate Construction_Contract_VendSign (PDF) 3. 18-7437 - ELORA - Engineer's Recommendations for Award (PDF) 4. 18-7437 Bid Tabulation (XLSX) 16.D.7 Packet Pg. 1750 09/25/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.7 Doc ID: 6567 Item Summary: Recommendation to award Invitation to Bid (ITB) Solicitation No. 18-7437 “Vanderbilt Beach Boardwalk Replacement” to Interstate Construction, LLC for conversion/construction of a boardwalk and shower at Vanderbilt Beach Park in the amount of $249,500, authorize the Chairman to execute the attached agreement, and authorize any necessary Budget Amendment. Meeting Date: 09/25/2018 Prepared by: Title: Operations Analyst – Parks & Recreation Name: Matthew Catoe 08/30/2018 8:24 AM Submitted by: Title: Division Director - Parks & Recreation – Parks & Recreation Name: Barry Williams 08/30/2018 8:24 AM Approved By: Review: Parks & Recreation Ilonka Washburn Additional Reviewer Completed 08/30/2018 8:27 AM Tourism Ed Caum Additional Reviewer Completed 08/30/2018 8:30 AM Procurement Services Stephanie Cales Level 1 Purchasing Gatekeeper Completed 08/30/2018 9:42 AM Tourism Jack Wert Additional Reviewer Completed 08/30/2018 10:04 AM Procurement Services Ted Coyman Additional Reviewer Completed 08/31/2018 1:59 PM Parks & Recreation Barry Williams Additional Reviewer Completed 09/04/2018 9:22 AM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 09/11/2018 9:02 AM Procurement Services Sandra Herrera Additional Reviewer Completed 09/11/2018 9:20 AM Procurement Services Swainson Hall Additional Reviewer Completed 09/11/2018 11:23 AM Public Services Department Joshua Hammond Additional Reviewer Completed 09/13/2018 7:10 AM Solid and Hazardous Waste Dayne Atkinson Additional Reviewer Completed 09/13/2018 11:24 AM Public Services Department Todd Henry Level 1 Division Reviewer Completed 09/13/2018 11:41 AM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 09/13/2018 11:58 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/13/2018 3:01 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/13/2018 4:08 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/14/2018 8:44 AM 16.D.7 Packet Pg. 1751 09/25/2018 Budget and Management Office Ed Finn Additional Reviewer Completed 09/17/2018 2:32 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 09/17/2018 4:34 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/18/2018 10:07 AM Board of County Commissioners MaryJo Brock Meeting Pending 09/25/2018 9:00 AM 16.D.7 Packet Pg. 1752 16.D.7.a Packet Pg. 1753 Attachment: 18-7437 NORA - executed 1 (6567 : ITB 18-7437 Vanderbilt Beach Boardwalk Replacement) Civil Engineers  Land Surveyors  Planners  Landscape Architects Q. Grady Minor & Associates, P.A. Ph. 239-947-1144  Fax. 239-947-0375 3800 Via Del Rey EB 0005151  LB 0005151  LC 26000266 Bonita Springs, FL 34134 www.gradyminor.com August 8, 2018 Mr. Jim Flanagan Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Award Recommendation 18-7437 – Vanderbilt Beach Boardwalk Replacement Dear Mr. Flanagan: Q. Grady Minor & Associates, P.A. (GradyMinor) has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. We recommend Interstate Construction, LLC, to be awarded the project. The bid documents submitted by the contractor appear to show that the contractor understands the project. The bid submitted is within 4% of our engineer’s estimate. Based on the above information, GradyMinor recommends Interstate Construction, LLC be awarded the project in the amount of $179,500.00. Please feel free to call me with any questions. Very truly yours, Michael J. Delate, P.E. Sr. Vice President 16.D.7.c Packet Pg. 1754 Attachment: 18-7437 - ELORA - Engineer's Recommendations for Award (6567 : ITB 18-7437 Vanderbilt Beach Boardwalk Replacement) Project No:18-7437 Addendum #1 Jim Flanagan STRATEGIST:No. of Notices:5,761 Project Title:Vanderbilt Beach Boardwalk Replacement 7/26/2018 David Berra PROJECT MANAGER:No. of Downloads:78 Bid Date:08/09/18 No. of Bids Rec'd:4 BID TABULATION BIDDER:Interstate Construction LLC NR Contractors, Inc ZEP Construction,Inc Chris-Tel Constr ENGINEER'S ESTIMATE Base Bid WRONG BID FORM, NO BID FORMS SUBMITTED Division 1 - General Conditions Overhead and Fee $17,000 $25,000 $3,900 $32,635 $11,000 Division 1 - Mobilization $15,500 $10,000 $5,200 $6,460 $8,500 Division 1 - Project Sign $500 $1,500 $2,800 $225 $1,200 Division 2 - Clearing, Grubbing and Silt Fence $12,000 $11,660 $7,800 $4,740 $5,400 Division 2 - Excavation $12,000 $21,560 $14,300 incl Division 2 - Boardwalk Demolition $10,000 $29,750 $18,600 $3,907 $6,800 Division 2 - Piles $20,000 $31,440 $38,900 incl in div 6 $0 Division 6 - Framing, Decking and Rails $58,000 $65,550 $105,500 $46,012 $108,000 Division 10 - MOBI-Mat - Furnish and Deliver to Owner (2 ea - 5'x50')$5,500 $12,500 $16,600 $0 $4,500 Division 15 - Plumbing $9,000 $16,500 $20,400 $9,910 $5,400 Subtotal - Tradework:$159,500 $225,460 $234,000 $103,889 $150,800 OWNER'S ALLOWANCE $20,000 $20,000 $20,000 $20,000 $23,000 Total Base Bid - Tradework + Owner's Allowance:$179,500 $245,460 $254,000 $123,889 $173,800 ALTERNATE #1 - NORTHWEST RAMP $70,000 $45,965 $52,600 $41,623 $53,000 BASE BID + ALTERNATE #1 $249,500 $291,425 $306,600 $165,512 $226,800 Opened By:Jim Flanagan Witnessed by:Barbara Lange Completed Bid Schedule Y Y Y WRONG BID FORM Completed Bid Forms: (Solicitation pages 3-13) Y Y Y N Bid Response Form (Form 1)Y Y Y N Exhibit N - Contractors Key Personnel Assigned to the Project - (Form 2)Y Y Y N Material Manufacturers (Form 3)Y Y Y N List of Major Subcontractors (Form 4)Y Y Y N Statement of Experience of Bidder (Form 5)Y Y Y N Trench Safety Act Acknowledgement (Form 6)Y Y Y N Bid Bond (Form 7)Y Y Y N Insurance and Bonding Requirements (Form 8)Y Y Y N Conflict of Interest Affidavit (Form 9)Y Y Y N Vendor Declaration Statement (Form 10)Y Y Y N Immigration Affidavit Certification (Form 11)Y Y Y N Vendor Substitute W-9 (Form 12)Y Y Y N Bidders Checklist (Form 13)Y Y Y N Copies of required information attached Company's E-Verify Profile Page or MOU Y Y Y N Copy of Active Registration with Current FL Divisions of Corporations Y N Y N Copy of Active General Contractors License with Depart. of Business & Professional Regulation Y Y Y N Copy of Local Business Tax Receipt N/A Y N/A N Acknowledgement - Receipt of Addendum Addendum #1 Y Y N Strategist: Confirm validity w/FL Divisions of Corporations on-line Y Y Y -- Strategist: Confirm validity of GC License w/DPBR on-line Y Y Y -- Strategist: Confirm Insurance and Bonding Requirements Y Y Y -- Strategist: CONFIRM ALL BID DOCUMENTS COMPLETED AND SIGNED:Y Y Y -- Contractor's Office Location:Miramar Naples Ft Myers -- County:Broward Collier Lee -- 16.D.7.d Packet Pg. 1755 Attachment: 18-7437 Bid Tabulation (6567 : ITB 18-7437 Vanderbilt Beach Boardwalk Replacement) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD STWIGGS 08/29/2018 INTECON-11 C EBU025275631 B BA3E85855818 A CF3GL00087181 D EC08949713 2,000,000 2,000,000 2,000,000 1,000,000 2,000,000 5,000 100,000 1,000,000 1,000,000 X X X X X X X X 04/26/2018 04/26/2019 04/26/2018 04/26/2019 03/03/2018 03/03/2019 04/26/2018 04/26/2019 Job: Interstate Job 18121, Contract #18-7437 “Vanderbilt Beach Boardwalk Replacement” Collier County, Florida Collier County Board of County Commissioners is included as additional insured with respects to General Liability on a primary and non contributory basis and Auto policies Collinsworth, Alter, Fowler & French, LLC 8000 Governors Square Blvd Suite 301 Miami Lakes, FL 33016 (305) 362-2443(305) 822-7800 Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 Interstate Construction LLC 2501 SW 160th Avenue - Suite 400 Miramar, FL 33027 Everest National Insurance Co Travelers Casualty Ins Co of America Commerce & Industry Insurance Company American Zurich Ins Co 10120 19046 40142 19410 X X Leased/Rented 50,000Equipment Floater SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 8/29/2018 SUNZ Insurance Solutions, LLC. ID:(Vensure HR) 2600 W Geronimo Place Suite 100 Chandler, AZ 85224 800-409-8958 United Wisconsin Insurance Company 29157 A WC516-00001-018 2/19/2018 1/1/2019 3 1,000,000N 1,000,000 1,000,000 Glen J Distefano Tiffany Meyer tiffany.meyer@vensure.com National Employer Services, LLC 2425 Commerce Ave Suite 300 Duluth GA 30096 43902057 3 Waiver of Subrogation in favor of certificate holder, as per written contract, while work is performed at or in: 11461 Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 Coverage Provided for all leased employees but not subcontractors of: Interstate Construction, LLC Effective: 2/19/2018 Interstate Job 18121, Contract # 18-7437 Vanderbuilt Beach Boardwalk Replacement Collier County, FL 43902057 | National Employer Services PEO 516 WOS | Angie Rodriguez | 8/29/2018 9:32:44 AM (EDT) | Page 1 of 2 8/29/2018 National Employer Services, LLC Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 WC516-00001-018 Coverage Provided for all leased employees but not subcontractors of: Interstate Construction, LLC Effective: 2/19/2018 Waiver of Subrogation in favor of certificate holder, as per written contract, while work is performed at or in: Interstate Job 18121, Contract # 18-7437 Vanderbuilt Beach Boardwalk Replacement Collier County, FL 02/19/2018 United Wisconsin Insurance Company 43902057 | National Employer Services PEO 516 WOS | Angie Rodriguez | 8/29/2018 9:32:44 AM (EDT) | Page 2 of 2