Loading...
Agenda 12/11/2018 Item #16A1912/11/2018 EXECUTIVE SUMMARY Recommendation to approve an Agreement for Invitation to Bid # 18-7476 “Pine Ridge Canal Weir #1 Replacement” to Thomas Marine Construction, Inc., in the amount of $ 793,939.75 (Project No. 60119), and authorize the Chairman to execute the attached Agreement. OBJECTIVE: To commence with the construction of the Pine Ridge weir replacement located within the Creekside Commerce Park by awarding Agreement No. 18-7476 to Thomas Marine Construction, Inc., the lowest, responsive and qualified bidder. CONSIDERATIONS: This is the latest element of a program of weir replacements/refurbishments undertaken by the Stormwater Management staff. Many weirs around the County under Staff’s control are old and inoperable, obsolete, and unusable for reasons that are beyond standard maintenance issues. These weirs were installed when there was significantly less land development, and thus less impervious surface, in Collier County. Stormwater flow patterns and volumes have changed over the years; and some weirs are not even appropriate for the canal in which they are positioned. Stormwater Management staff started with a list of three weirs to replace or refurbish. The Pine Ridge facility sought to be corrected by Bid # 18-7476 is in need of complete replacement. This facility leaks and does not achieve precise control elevation. It is situated at a salt -fresh water interface and needs to be upgraded to properly protect freshwater upstream, and to control flooding while maintaining aquifer water storage. Further, several years ago this weir even began to break loose from its foundation. On August 16, 2018, the Procurement Services Department released Invitation to Bid 18-7476 to fourteen thousand, one hundred-thirty (14,130) vendors. Interested contractors downloaded ninety-one (91) bid packages, and the County received six (6) submittals by the September 26, 2018 deadline. Five (5) bidders were found to be responsive/responsible and one (1) bidder was deemed non -responsive due to an incomplete bid package, per the below chart. Company Name City County State Bid Amount Responsive/ Responsible Thomas Marine Construction, Inc. Fort Myers Lee FL $793,939.75 Yes Quality Enterprises USA Naples Collier FL $872,043.00 Yes Pac Comm, Inc Miami Miami-Dade FL $950,491.00 Yes V&H Construction, Inc. Fort Myers Lee FL $979,297.00 Yes Douglas Higgins, Inc. Naples Collier FL $1,124,020.00 Yes Cone & Graham, Inc Port St. Lucie St. Lucie FL $1,172,579.80 No The Procurement Services Staff and the Design Engineer tabulated and verified the bids received. Staff is recommending award, to the lowest, responsive/responsible bidder, Thomas Marine Construction, Inc., for a total contract amount of $793,939.75. Staff and the County’s Design Consultants performed a b id analysis to determine if there were any anomalies in the bids and noted no discrepancies. The lowest bid is 18% below the Engineer’s Opinion of Probable Cost of $976,130. The average bid was less than 1% different than the Engineer’s Estimate, so staff considers this a very successful and precise bid sample group. Therefore, staff recommends awarding Bid #18-7476 to Thomas Marine Construction, Inc., the lowest responsive and responsible bidder. FISCAL IMPACT: Funds in the amount of $793,939.75 are available in the project 60119 budget 16.A.19 Packet Pg. 1217 12/11/2018 within the Stormwater Capital Improvement Fund 325. Source of funds are the General Fund (001) and Unincorporated Area General Fund (111). This weir has previously been on the Road Maintenance Division’s maintenance sc hedule. Therefore maintenance costs are unchanged. GROWTH MANAGEMENT IMPACT: The proposed construction project is consistent with the goals, objectives, and policies of all applicable sections of the Stormwater Management and the Conservation and Coastal Management elements of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve an Agreement with Thomas Marine Construction, Inc., for ITB # 18-7476, “Pine Ridge Weir Replacement Project,” in the amount of $793,939.75, and authorize the Chairman to execute the attached Agreement. Prepared By: Shane Cox P.E., Sr. Project Manager / Capital Project Planning, Impact Fees, and Program Management Division ATTACHMENT(S) 1. 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (PDF) 2. 18-7476 Thomas Marine_Insurance_11-7-18 (PDF) 3. 18-7476 NORA_Executed (PDF) 4. 18-7476 Bid Tab (XLSX) 5. 18-7476 Engineers Recommendation Letter (PDF) 16.A.19 Packet Pg. 1218 12/11/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.19 Doc ID: 7286 Item Summary: Recommendation to approve an Agreement for Invitation to Bid # 18-7476 “Pine Ridge Canal Weir #1 Replacement” to Thomas Marine Construction, Inc., in the amount of $ 793,939.75 (Project No. 60119), and authorize the Chairman to execute the attached Agreement. Meeting Date: 12/11/2018 Prepared by: Title: Project Manager, Senior – Capital Project Planning, Impact Fees, and Program Management Name: Shane Cox 11/07/2018 2:00 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 11/07/2018 2:00 PM Approved By: Review: Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Additional Reviewer Completed 11/07/2018 2:20 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/08/2018 10:26 AM Procurement Services Barbara Lance Additional Reviewer Completed 11/08/2018 2:20 PM Growth Management Department Lisa Taylor Additional Reviewer Completed 11/09/2018 2:30 PM Procurement Services Sandra Herrera Additional Reviewer Completed 11/11/2018 10:10 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 11/13/2018 1:13 PM Growth Management Department Gene Shue Additional Reviewer Completed 11/14/2018 10:19 AM Growth Management Department Jeanne Marcella Level 1 Reviewer Completed 11/14/2018 1:35 PM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 11/14/2018 3:52 PM Procurement Services Swainson Hall Additional Reviewer Completed 11/15/2018 11:38 AM Procurement Services Ted Coyman Additional Reviewer Completed 11/15/2018 6:03 PM Growth Management Department Shane Cox Deputy Department Head Review Skipped 11/08/2018 10:21 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 11/16/2018 9:49 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 11/19/2018 1:57 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 11/19/2018 2:10 PM County Attorney's Office Emily Pepin CAO Preview Completed 11/19/2018 4:50 PM 16.A.19 Packet Pg. 1219 12/11/2018 County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 11/20/2018 9:01 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 11/21/2018 11:56 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 11/26/2018 12:33 PM Board of County Commissioners MaryJo Brock Meeting Pending 12/11/2018 9:00 AM 16.A.19 Packet Pg. 1220 16.A.19.aPacket Pg. 1221Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1222Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1223Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1224Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1225Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1226Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.a Packet Pg. 1227 Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1228Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1229Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1230Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1231Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1232Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1233Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1234Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1235Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1236Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1237Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1238Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1239Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1240Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1241Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1242Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1243Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1244Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1245Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1246Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1247Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1248Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1249Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1250Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1251Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1252Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1253Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1254Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1255Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1256Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1257Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1258Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1259Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1260Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1261Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1262Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1263Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1264Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1265Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.a Packet Pg. 1266 Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.a Packet Pg. 1267 Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1268Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1269Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1270Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1271Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1272Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1273Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1274Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1275Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1276Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1277Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1278Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1279Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1280Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1281Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1282Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1283Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1284Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1285Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1286Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1287Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1288Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1289Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1290Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1291Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1292Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1293Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1294Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1295Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1296Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1297Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1298Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1299Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1300Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1301Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.aPacket Pg. 1302Attachment: 18-7476 ThomasMarine_Contract_VendSigned_with_BondsUpdates_11-7-18 (7286 : Pine Ridge Weir Replacement) 11/02/2018 Patti ZukVan Wyk Risk Solutions 2237 Wealthy Street SE Suite 200 Grand Rapids, MI 49506 (616) 942-5070 (616) 942-8199 pattiz@vanwykcorp.com Valley Forge Ins. Co.20508 Thomas Marine Construction Inc 8999 High Cotton Lane Ft. Myers, FL 33905 Frankenmuth Mutual Ins. Co.13986 Continental Casualty Co.20443 Arch Specialty 21199 Landmark American Ins. Co.33138 2018-2019 A Y B Y A&E 10,000 C N Pollution & Professional LiabilityD 7/1/2018 7/1/2019 $2,000,000CPP0034410-07 18-7476 Pine Ridge Canal Weir Replacement, Certificate holder is included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis if and to the extent required by written contract. A 30-day notice of cancellation will be provided. Email: ana.reynoso@colliercountyfl.gov Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 2086707327 12/31/2017 12/31/2018 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 BA3084746 12/31/2017 12/31/2018 1,000,000 2086707344 & LHA065981 12/31/2017 12/31/2018 10,000,000 10,000,000 2086707358 12/31/2017 12/31/2018 500,000 500,000 500,000 A Rented or Leased Equipment 2086707327 12/31/2017 12/31/2018 $50,000/$5,000 Limit Limt/Ded. ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: 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 AGG $JECT OTHER:$ 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 LIMIT $DESCRIPTION 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. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE 16.A.19.b Packet Pg. 1303 Attachment: 18-7476 Thomas Marine_Insurance_11-7-18 (7286 : Pine Ridge Weir Replacement) 16.A.19.c Packet Pg. 1304 Attachment: 18-7476 NORA_Executed (7286 : Pine Ridge Weir Replacement) 14,130 91 6 Line Item No.QTY Unit ITEM DESCRIPTION Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total Unit Price Total 1 101-1 1 LS Mobilization $90,050.00 $90,050.00 $125,000.00 $125,000.00 $118,880.00 $118,880.00 $89,000.00 $89,000.00 $106,200.00 $106,200.00 ##########$258,893.90 2 102-1 1 LS Maintenance of Traffic $5,200.00 $5,200.00 $11,550.00 $11,550.00 $26,900.00 $26,900.00 $20,000.00 $20,000.00 $22,700.00 $22,700.00 $7,570.80 $7,570.80 3 104-10-3 783 LF Sediment Barrier $1.25 $978.75 $3.00 $2,349.00 $4.00 $3,132.00 $1.00 $783.00 $4.90 $3,836.70 $4.20 $3,288.60 4 104-11 975 LF Floating Turbidity Barrier $10.00 $9,750.00 $8.00 $7,800.00 $12.00 $11,700.00 $2.00 $1,950.00 $16.50 $16,087.50 $10.20 $9,945.00 5 108-1 1 LS Monitor Existing Structure-Inspection and Settlement Monitoring $750.00 $750.00 $7,500.00 $7,500.00 $18,000.00 $18,000.00 $15,000.00 $15,000.00 $31,000.00 $31,000.00 $18,150.00 $18,150.00 6 110-1-1 1 LS Clearing and Grubbing $7,500.00 $7,500.00 $12,000.00 $12,000.00 $27,620.00 $27,620.00 $40,000.00 $40,000.00 $50,400.00 $50,400.00 $18,894.60 $18,894.60 7 110-3 1 LS Removal of Existing Weir Structure, Concrete Mat & Riprap $57,250.00 $57,250.00 $77,000.00 $77,000.00 $48,750.00 $48,750.00 $50,000.00 $50,000.00 $131,000.00 $131,000.00 $54,953.70 $54,953.70 8 120-5 1,592 CY Channel Excavation $25.00 $39,800.00 $35.00 $55,720.00 $40.00 $63,680.00 $35.00 $55,720.00 $22.00 $35,024.00 $24.00 $38,208.00 9 120-6 805 CY Embankment $35.00 $28,175.00 $15.00 $12,075.00 $23.00 $18,515.00 $35.00 $28,175.00 $37.00 $29,785.00 $11.00 $8,855.00 10 120-SPECIAL 909 SY Ditch Finish Grading $11.00 $9,999.00 $4.00 $3,636.00 $7.00 $6,363.00 $10.00 $9,090.00 $12.00 $10,908.00 $17.30 $15,725.70 11 400.1-SPECIAL 1 LS Dewatering $84,858.00 $84,858.00 $60,000.00 $60,000.00 $150,000.00 $150,000.00 $165,000.00 $165,000.00 $211,000.00 $211,000.00 ##########$237,317.10 12 400-4-11 136 CY Concrete Class IV Retaining Walls $1,245.00 $169,320.00 $910.00 $123,760.00 $1,000.00 $136,000.00 $980.00 $133,280.00 $906.00 $123,216.00 $1,157.80 $157,460.80 13 415-1-3 19,868 LB Reinforcing Steel - Retaining Wall $1.00 $19,868.00 $2.00 $39,736.00 $1.75 $34,769.00 $2.00 $39,736.00 $2.60 $51,656.80 $1.60 $31,788.80 14 430-175-130 11 LF Pipe Culvert, Optional Material, Round 30" S/CD $175.00 $1,925.00 $320.00 $3,520.00 $250.00 $2,750.00 $200.00 $2,200.00 $228.00 $2,508.00 $557.10 $6,128.10 15 430-982-133 1 EA Mitered End Section (30" Round)$2,500.00 $2,500.00 $3,300.00 $3,300.00 $2,125.00 $2,125.00 $1,000.00 $1,000.00 $3,700.00 $3,700.00 $1,585.00 $1,585.00 16 455-133-3 2,576 SF Sheet Piling Steel, F&I Permanent $46.00 $118,496.00 $42.50 $109,480.00 $34.50 $88,872.00 $48.00 $123,648.00 $44.50 $114,632.00 $29.50 $75,992.00 17 515-1-1 56 LF Pipe Handrail - Guiderail, (Galvanized Steel)$110.00 $6,160.00 $105.00 $5,880.00 $275.00 $15,400.00 $100.00 $5,600.00 $125.00 $7,000.00 $165.80 $9,284.80 18 530-3-3 270 TN Riprap Rubble (Bank and Shore, 30")$85.00 $22,950.00 $140.00 $37,800.00 $90.00 $24,300.00 $120.00 $32,400.00 $89.00 $24,030.00 $102.50 $27,675.00 19 530-3-4 716 TN Riprap Rubble (Ditch Lining, 18")$80.00 $57,280.00 $120.00 $85,920.00 $95.00 $68,020.00 $120.00 $85,920.00 $100.00 $71,600.00 $103.60 $74,177.60 20 530-74 336 TN Bedding Stone (8")$80.00 $26,880.00 $95.00 $31,920.00 $83.00 $27,888.00 $80.00 $26,880.00 $80.00 $26,880.00 $156.70 $52,651.20 21 550-10-221 44 LF Fencing, Type B, 5.1 - 6.0', W/ Barb Wire Attmt (Galvanized steel)$150.00 $6,600.00 $38.00 $1,672.00 $83.00 $3,652.00 $60.00 $2,640.00 $50.00 $2,200.00 $122.10 $5,372.40 22 550-60-211 2 EA Fence Gate, Type B, Single, 0 - 6.0' Opening (Galvanized steel)$850.00 $1,700.00 $600.00 $1,200.00 $1,000.00 $2,000.00 $2,000.00 $4,000.00 $650.00 $1,300.00 $1,141.80 $2,283.60 23 570-1-2 1,225 SY Performance Turf (Sod)$2.00 $2,450.00 $7.00 $8,575.00 $7.00 $8,575.00 $3.00 $3,675.00 $10.00 $12,250.00 $9.10 $11,147.50 24 GATE-SPECIAL 1 LS Slide Gate, Stainless Steel (2.0' H X 8.0' W)$18,500.00 $18,500.00 $33,650.00 $33,650.00 $32,000.00 $32,000.00 $24,000.00 $24,000.00 $28,706.00 $28,706.00 $22,989.20 $22,989.20 25 SG-SPECIAL 2 EA Staff Gauges $2,500.00 $5,000.00 $5,500.00 $11,000.00 $5,300.00 $10,600.00 $9,800.00 $19,600.00 $3,200.00 $6,400.00 $11,120.70 $22,241.40 * Vendor Calculation Corrected Bid Response Form (Form 1) Contractors Key Personnel Assigned to the Project (Form2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Repirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Vendor Substitute W-9 (Form 12) Bidders Checklist (Form 13) Business Tax Receipt Grant Provisions Package Addendums Y Y Y Y Y Y Y Y Y Y Cone & Graham $1,172,579.80 Project Manager: Procurement Strategist: Shane Cox Barbara Lance Notices Sent: Bid Packages Downloaded: Submittals: Pac Comm V&H Construction $872,043.00 $950,491.00 $979,297.00TOTAL PROJECT BASE BID $793,939.75 Thomas Marine Construction Douglas Higgins $1,124,020.00 Y Y Y Y Y Responsive Responsive Responsive Responsive YY Y YY Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Quality Enterprises USA Y Opened By: Witnessed By: Bid Open Date: Barbara Lance Jim Flanagan 9/26/2018 Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Unresponsive RESPONSIVE CHECK (YES/NO) 18-7476 PINE RIDGE CANAL WEIR #1 REPLACEMENT BID TAB Y Y Y Y Y Y Y N Y Y Y Y Y Y Y Y Y Y Y Responsive 16.A.19.d Packet Pg. 1305 Attachment: 18-7476 Bid Tab (7286 : Pine Ridge Weir Replacement) Atkins 4030 West Boy Scout Boulevard Suite 700 Tampa, FL 33607 Tel: +1 813 282 7275/+1 800 477 7275 Fax: +1 813 282 9767 atkinsglobal.com snclavalin.com Shane Cox, P.E. Sr. Project Manager Stormwater Management Section 2685 Horseshoe Drive South, Suite 103 Naples, FL 34104 28 September 2018 Pine Ridge Weir Canal No. 1 Replacement: Recommendation Award Dear Mr. Cox, Atkins has reviewed the bids received at the August 23, 2018 bid opening for the above-referenced project. Proposals were received from the following bidders: Thomas Marine Construction, Inc. Bid Total: $793,939.75 Quality Enterprises USA, Inc. Bid Total: $872,043.00 Pac Comm, Inc. Bid Total: $950,491.00 V&H Construction, Inc. Bid Total: $979,297.00 Douglas N. Higgins, Inc. Bid Total: $1,124,020.00 Cone & Graham, Inc. Bid Total: $1,172,579.80 A tabulation of bids was received from the County for review on September 28, 2018. The low bid submitted by Thomas Marine Construction, Inc. was approximately 18.7% below our engineer’s estimate of probable construction cost. The primary difference between the estimate and the low bid was the amount associated with dewatering. Considering the average of the bids was approximately equal to our engineer’s estimate of probable construction cost, we feel that the project developed good interest from contractors and resulted in a competitive bidding environment. We have reviewed the bid schedules in the spreadsheet supplied by the County from all six (6) bidders for accuracy and find that everything appears to be in order. All bid response information and project references submitted by the lowest bidder, Thomas Marine Construction, Inc., has been checked and verified. Subject to Collier County Purchasing Department review and approval of bidder qualifications and proposal, it is our recommendation that you award the Pine Ridge Canal Weir No. 1 Replacement to Thomas Marine Construction, Inc. Should you have any questions, please feel free to contact me at 813-281-7369. Sincerely, Mark Erwin, P.E., CFM Senior Engineer, Water Resources 16.A.19.e Packet Pg. 1306 Attachment: 18-7476 Engineers Recommendation Letter (7286 : Pine Ridge Weir Replacement)