Loading...
Agenda 05/14/2019 Item #16A23 (ITB #19-7541 Installation & Maintenance of Traffic Signals & Roadway Lighting)05/14/2019 EXECUTIVE SUMMARY Recommendation to award an Agreement for Invitation to Bid No. 19-7541 “Installation & Maintenance of Traffic Signals and Roadway Lighting,” to Southern Signal & Lighting, Inc. OBJECTIVE: To obtain routine and emergency traffic signal installation, maintenance, and repair work, and roadway lighting installation, maintenance and repair work for all County Departments to use on an as needed basis. CONSIDERATIONS: On January 29, 2019, the Procurement Services Division released notices of Invitation to Bid (ITB) No. 19-7541 to 3,852 vendors for Installation & Maintenance of Traffic Signals and Roadway Lighting. Interested contractors downloaded fifty-seven (57) bid packages, and the County received three (3) bids by the February 28, 2019 deadline. Staff found Bentley Electric Company of Naples FL, Inc. non-responsive for failing to supply the required pricing and license. Staff also found Simmonds Electrical of Naples, Inc. non -responsive for failing to submit the requested license. Company Name City County State Bid Amount Responsive/Responsibl e Bentley Electric Company of Naples, FL. Inc. Naples Collier FL $339,450 NO/YES Southern Signal & Lighting, Inc. Hudso n Pasco FL $962,980 YES/YES Simmonds Electrical of Naples Inc. Naples Collier FL $1,750,750 NO/YES The bid amount shown is not an award amount, the actual amount will be based on individual Departments’ need and budget. This is a unit price bid and the total bid amount is based on project samples, historical quantities used and future needs by Traffic Operations. The bids were analyzed to ensure they are balanced, and fair based on estimated quantities in the submitted bids. Staff recommends the lowest responsive and responsible bidder, Southern Signal & Lighting Inc. FISCAL IMPACT: Funds for these services shall come from each individual using department’s budgets as projects are identified. Historically, County departments have spent approximately $440,000 per year for these services. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award an Agreement for ITB No. 19 -7541 “Installation and Maintenance of Traffic Signals and Roadway Lighting,” to Southern Signal and Lighting, Inc., and authorize the Chairman to execute the attached agreement. Prepared by: John W. Miller, Project Manager, Traffic Operations Section, Growth Management Department 16.A.23 Packet Pg. 1035 05/14/2019 ATTACHMENT(S) 1. 19-7541 NORA (PDF) 2. 19-7541 Bid Tabulation (PDF) 3. 19-7541 Solicitation (PDF) 4. 19-7541 Southern Signal Proposal (PDF) 5. 19-7541 Southern SignalLighting_Insurance_3-29-19 (PDF) 6. 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (PDF) 7. WC insurance _3-28-19 (PDF) 8. CMA 5807 Maintenance of Traffic (PDF) 9. Opinion of Probable Cost_ (PDF) 16.A.23 Packet Pg. 1036 05/14/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.23 Doc ID: 8520 Item Summary: Recommendation to award an Agreement for Invitation to Bid No. 19-7541 “Installation & Maintenance of Traffic Signals and Roadway Lighting,” to Southern Signal & Lighting, Inc. Meeting Date: 05/14/2019 Prepared by: Title: Project Manager – Transportation Engineering Name: John Miller 04/02/2019 3:31 PM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 04/02/2019 3:31 PM Approved By: Review: Procurement Services Opal Vann Additional Reviewer Completed 04/03/2019 8:07 AM Growth Management Department Christine Arnold Level 1 Reviewer Completed 04/03/2019 8:12 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/03/2019 8:13 AM Transportation Engineering Daniel Hall Additional Reviewer Completed 04/03/2019 9:13 AM Transportation Engineering Jay Ahmad Additional Reviewer Completed 04/03/2019 10:17 AM Growth Management Department Anthony Khawaja Additional Reviewer Completed 04/03/2019 10:39 AM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 04/03/2019 11:46 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 04/05/2019 9:02 AM Growth Management Operations Support Heather Meyer Additional Reviewer Completed 04/08/2019 10:16 AM Growth Management Department Gene Shue Additional Reviewer Completed 04/09/2019 6:36 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/15/2019 11:24 AM Procurement Services Swainson Hall Additional Reviewer Completed 04/17/2019 9:36 PM Procurement Services Ted Coyman Additional Reviewer Completed 04/23/2019 10:13 AM Growth Management Department James C French Deputy Department Head Review Skipped 04/08/2019 4:51 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/24/2019 11:17 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 04/24/2019 1:25 PM 16.A.23 Packet Pg. 1037 05/14/2019 County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/24/2019 3:50 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/25/2019 1:31 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 05/01/2019 11:39 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 05/08/2019 4:30 PM Board of County Commissioners MaryJo Brock Meeting Pending 05/14/2019 9:00 AM 16.A.23 Packet Pg. 1038 16.A.23.a Packet Pg. 1039 Attachment: 19-7541 NORA (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway Lighting) Project Manager: John Miller Procurement: Viviana Giarimoustas Witness: Kris Lopez Opened: 2/28/19 #19-7541 Installation Maintenance of Traffic Signals and Roadway Lighting Notifications Sent: 3,852 Downloaded: 57 Submissions: 3 Part 1 Description Estimated Hours Unit Price Per Hour Total Unit Price Per Hour Total Unit Price Per Hour Total Routine Maintenance & Repair Supervisor 1200 60.00$ 72,000.00$ 70.00$ 84,000.00$ 75.00$ 90,000.00$ Signal/Roadway Lighting Technician Level II 1600 50.00$ 80,000.00$ 65.00$ 104,000.00$ 75.00$ 120,000.00$ Laborer 1920 50.00$ 96,000.00$ 55.00$ 105,600.00$ 75.00$ 144,000.00$ Bucket Truck, Auger Truck, Etc 1200 30.00$ 36,000.00$ 60.00$ 72,000.00$ 195.00$ 234,000.00$ Crane:12 1/2 Ton 500 75.00$ 37,500.00$ 110.00$ 55,000.00$ 250.00$ 125,000.00$ Crane: 35 Ton 80 90.00$ 7,200.00$ 215.00$ 17,200.00$ 600.00$ 48,000.00$ Air Compressor 130 25.00$ 3,250.00$ 20.00$ 2,600.00$ 90.00$ 11,700.00$ Generator (fuel included)500 10.00$ 5,000.00$ 20.00$ 10,000.00$ 90.00$ 45,000.00$ Concrete Saw 100 25.00$ 2,500.00$ 20.00$ 2,000.00$ 90.00$ 9,000.00$ 339,450.00$ 452,400.00$ 826,700.00$ Part 2 Description Estimated Footage Unit Price Per Vertical Foot Total Unit Price Per Vertical Foot Total Unit Price Per Vertical Foot Total Pressure Washing per Vertical Foot 1,000 -$ 13.41$ 13,410.00$ 20.00$ 20,000.00$ Abrading Surface per Vertical Foot*1,000 -$ 51.79$ 51,790.00$ 30.00$ 30,000.00$ Primer Coating Application per Vertical Foot 1,000 -$ 20.40$ 20,400.00$ 65.00$ 65,000.00$ Finish Coat Application per Vertical Foot 1,000 -$ 40.78$ 40,780.00$ 65.00$ 65,000.00$ Labor, Material, and Equipment Rates Heavy Equipment: Bucket Truck,Line Minor Equipment: Air Compressor Simmonds Electrical Total Part 1 Bentley Electric Rate for Steel Strain Poles and Mast Poles with or without Luminaire (Price Includes Preparation and Coating Luminaire Arm) Southern Signal & Lighting 1 of 3 16.A.23.b Packet Pg. 1040 Attachment: 19-7541 Bid Tabulation (8520 : Recommendation to award ITB 19-7541 Installation & Project Manager: John Miller Procurement: Viviana Giarimoustas Witness: Kris Lopez Opened: 2/28/19 #19-7541 Installation Maintenance of Traffic Signals and Roadway Lighting Notifications Sent: 3,852 Downloaded: 57 Submissions: 3 Description Estimated Footage Unit Price Per Horizontal Foot Total Unit Price Per Horizontal Foot Total Unit Price Per Horizontal Foot Total Pressure Washing per Horizontal Foot 2,000 -$ 13.44$ 26,880.00$ 32.00$ 64,000.00$ Abrading Surface per Horizontal Foot*2,000 -$ 51.68$ 103,360.00$ 42.00$ 84,000.00$ Primer Coating Application per Horizontal Foot 2,000 -$ 20.33$ 40,660.00$ 77.00$ 154,000.00$ Finish Coat Application per Horizontal Foot 2,000 -$ 40.65$ 81,300.00$ 77.00$ 154,000.00$ -$ 378,580.00$ 636,000.00$ Part 3 Item Description Estimated Units Per Unit Total Furnish and Install Price Per Unit Total Furnish and Install Price Per Unit Total Furnish and Install Price 660-1-110 Inductive Loop Detector - 2 Channel, Rack Mounted, Delay & Extend 20 -$ 200.00$ 4,000.00$ 900.00$ 18,000.00$ 660-2-102 6’x 6’Type B Advance Loop (First Loop)40 -$ 700.00$ 28,000.00$ 1,540.00$ 61,600.00$ 660-2-2021 6’x 6’Type B Advance Loop (Additional Loops)20 -$ 600.00$ 12,000.00$ 1,540.00$ 30,800.00$ 660-2-106 6’x 30’Type F Quadrapole (First Loop)20 -$ 900.00$ 18,000.00$ 1,870.00$ 37,400.00$ 660-2-1061 6’x 30’Type F Quadrapole (Additional Loops)15 -$ 800.00$ 12,000.00$ 1,870.00$ 28,050.00$ 660-2-1062 6’x 40’Type F Quadrapole (First Loop)40 -$ 1,000.00$ 40,000.00$ 1,870.00$ 74,800.00$ 660-2-1063 6’x 40’Type F Quadrapole (Additional Loops)20 -$ 900.00$ 18,000.00$ 1,870.00$ 37,400.00$ -$ 132,000.00$ 288,050.00$ Total Part 2 Detectors and Loop Assemblies: Furnish and Install Total Part 3 Labor Rate for Steel Horizontal Mast Arms *The adhesive nature of the coating is affected by the surface finish of the substrate. To accomplish this, various physical, chemical and mechanical treatments are required to remove surface contamination, oil, greases, surface layers and improve adhesion. 2 of 3 16.A.23.b Packet Pg. 1041 Attachment: 19-7541 Bid Tabulation (8520 : Recommendation to award ITB 19-7541 Installation & Project Manager: John Miller Procurement: Viviana Giarimoustas Witness: Kris Lopez Opened: 2/28/19 #19-7541 Installation Maintenance of Traffic Signals and Roadway Lighting Notifications Sent: 3,852 Downloaded: 57 Submissions: 3 Yes Yes Yes Yes Yes Yes Yes Yes No Yes No 826,700.00$ 636,000.00$ 288,050.00$ 1,750,750.00$ YES/NO Yes Yes Yes No Yes Yes Yes Yes Yes Yes Yes 452,400.00$ 378,580.00$ 132,000.00$ Yes 962,980.00$ Total Part 1 Yes Yes Yes Yes Form 6: Vendor Substitute W – 9 Total Part 2 Total Part 3 Total Part 1-3 IMSA Signal Level II Certification Electrical License General Contractor License E-Verify Insurance and Bonding Requirements Form 7: Vendor Submittal – Local Vendor Preference Affidavit -$ -$ 339,450.00$ Description Form 2: Vendor Check List Form 3: Conflict of Interest Affidavit Yes Yes Yes Yes Yes Yes Form 5: Immigration Affidavit Certification Form 4: Vendor Declaration Statement 339,450.00$ 3 of 3 16.A.23.b Packet Pg. 1042 Attachment: 19-7541 Bid Tabulation (8520 : Recommendation to award ITB 19-7541 Installation & COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR INSTALLATION & MAINTENANCE OF TRAFFIC SIGNALS AND ROADWAY LIGHTING SOLICITATION NO.: 19-7541 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 Viviana.Giarimoustas@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.23.c Packet Pg. 1043 Attachment: 19-7541 Solicitation (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7541 PROJECT TITLE: Installation & Maintenance of Traffic Signals and Roadway Lighting DUE DATE: Thursday, February 28, 2019 10:00 AM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Traffic Operations Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Traffic Operations is requesting a Contractor to assist in performing routine, urgent traffic signal maintenance, repair work, roadway lighting maintenance and repair work in Collier County. Work must be in accordance with Florida Department of Transportation Standard Specifications for Road and Bridge Construction, latest edition, Florida Department of Transportation Design Standards, latest edition, and Collier County Traffic Operations Traffic Signal & Roadway Lighting Technical Special Provisions, latest edition. Historically, County departments have spent approximately $440,000.00 per year, this is based on a three-year average. BACKGROUND These services are required to perform work that would normally require Traffic Operations to either 1) hire additional employees to maintain the sporadic work load, 2) purchase or rent construction equipment or vehicles necessary to perform occasional additional work loads, and/or 3) incur additional training and expense in performing and using specialized skills and equipment on a temporary basis. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewals. 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. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 16.A.23.c Packet Pg. 1044 Attachment: 19-7541 Solicitation (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Part 1-3  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Award to a Primary and Secondary  The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation.  The County requests that the vendor submit three (3) reference forms from clients during the past 5 years whose projects are of a similar nature to this solicitation. DETAILED SCOPE OF WORK Collier County is looking for a vendor that is capable of assisting Traffic Operations in performing routine and urgent traffic signal and roadway lighting maintenance and repair work in all areas of Collier County. This is to be directed by Collier County Traffic Operations Department on a Furnish and Install or Install Only compensation basis in accordance with the following: • Florida Department of Transportation Standard Specifications for Road and Bridge Construction latest edition • Florida Department of Transportation Design Standards, latest edition • Collier County Traffic Operations Traffic Signal & Roadway Lighting Technical Special Provisions, latest edition and • Collier County CMA# 5807 Maintenance of Traffic (MOT) requirements Traffic Signal System Maintenance and Repair: Maintenance and repair work consists of providing all labor, material, equipment and MOT for routine signal maintenance, minor signal repairs, signal light unit replacement, signal wiring, installation of inductive loop detector with sealant per FDOT Section 660, signal system communications repairs, rebuilding electrical services, urgent repairs, etc. Collier County, at its discretion, may provide controller assemblies, signal indications/heads, or other signal components as deemed necessary. All work assigned shall be completed within fifteen (15) days of a Notice to Proceed Work Order issuance by the County or as directed by the Engineer. In the event of an urgent matter, where a potential safety hazard may exist or where traffic is delayed or impeded; the county may deem the repair to be urgent repair and the Contractor shall respond within a period not to exceed two (2) hours including travel time from notification by the county. Urgent work will be identified as such by the County staff member notifying the Contractor. An urgent response flat rate fee of $150.00 will be allowed in the event the County requires it regardless of normal or afterhours. A Notice to Proceed Work Order shall be conveyed and confirmed by the use of Fax or Email transmissions, except for urgent repairs, which shall be given either by e-mail transmission or verbally by telephone, with written documentation to follow within twenty-four (24) hours on business days. All Labor, Material, and Equipment utilized to complete the Traffic Signal System Maintenance and Repair work assignment shall be per the Bid Schedule. The County will accept pricing for the following heavy and minor equipment: HEAVY - Bucket Truck, Auger Truck, Etc., Crane:12 1/2 Ton, Crane: 35 Ton MINOR - Air Compressor, Generator (fuel included), Concrete Saw All additional equipment will be priced at the costs listed below in Miscellaneous Materials & Services Maintenance Painting of Steel Mast Arm Assemblies and Steel Strain Poles shall be included in this contract. The adhesive nature of the new coating is affected by the existing surface of the vertical pole and horizontal mast arm assembly and various physical, chemical and mechanical treatments are required to remove surface contamination, oil, greases, and previous surface coating as necessary to produce a suitable surface for the new primer and final coat finish. This may include pressure washing, grinding, abrading, sanding, and solvent wiping with xylene or a similar product just prior to coating to remove all exhaust from gasoline and diesel vehicles. 16.A.23.c Packet Pg. 1045 Attachment: 19-7541 Solicitation (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway Maintenance Painting will include the preparation and painting of entire intersection steel traffic signal assemblies, and damage to traffic signal assemblies due to vehicle accident. Traffic signal assemblies and damage repair areas painted under the Collier County Traffic Operations Maintenance of Structural Steel Standards will require a five (5) year warranty against Fading and Adhesion per FDOT Section 649-4.3 Painting. All Labor, Material, and Equipment utilized to complete the Maintenance Painting of Steel Mast Arm Assemblies and Steel Strain Pole work assignments shall be per the Part 2 Bid Schedule. Roadway Lighting System Maintenance and Repair: Maintenance and Repair work will include trouble shooting lack of power at luminaires, repair of a specific load center circuit and components, and replacement of conduit and conductors between roadway lighting pole installations, replacement of light pole installations and or load centers knocked down by vehicle crashes or service reasons. This includes all labor, equipment, materials, MOT, vehicles and components necessary to replace the roadway lighting installation on its existing foundation and/or load center installation. In the event that the existing light pole foundation must be replaced, that work will be accomplished under a separate Work Order. Additionally, the bid shall include an initial callout visit to pick up the knocked down pole and parts and to make the location safe while awaiting a replacement installation. Should the Light Pole and Arm be undamaged and reusable, a replacement Transformer Base, Luminaire, and associated components as needed shall be installed to return the installation to normal operating condition. Collier County, at its discretion, may provide roadway lighting components as deemed necessary. Response time to urgent callouts shall be less than two (2) hours. The County will remain responsible for everyday maintenance of all the Roadway Lighting. All work performed under this contract will be by direction of a Notice to Proceed Work Order signed by the Chief Engineer of Traffic Operations and issued for a specific problem and/or location. All Labor, Material, and Equipment utilized to complete the Roadway Lighting System Maintenance and Repair work assignment shall be per the Part 1 Bid Schedule. MISCELLANEOUS MATERIALS & SERVICES: The county reserves the right to furnish any or all materials and/or services should such action be in the county's best interest. In the event parts, materials, etc. are needed markup for these items shall be 10% for all items not listed. Use of Subcontractors: The Contractor(s) will be required to provide proof of the subcontractor services supplied by providing invoices at the time of invoice submission. Subcontractors shall be on a strictly cost plus 15%. CONTRACTORS REQUIREMENTS/RESPONSIBILITIES: The contractor shall be responsible for safe Maintenance of Traffic (MOT) practices in accordance with the current CMA Instruction 5807 of the County Manager Administrative procedure during all phases of project work. Contractor will provide personnel trained and certified in FDOT Approved Temporary Traffic Control (TTC) Intermediate or Advanced Course. Contractor will assure the use of FDOT and Collier County approved Temporary Traffic Control Devices such as safety vests, traffic cones, and arrow boards at all work locations. Observation of unsafe MOT practices by County Transportation or Risk Management personnel will be grounds for an order to cease work. Continued unsafe MOT practices will be grounds for voiding this contract. All MOT shall be considered as incidental work and payment, therefore, is included in the respective Contract Bid amounts. No material, equipment, or labor shall be added to invoice costs for design, set-up, take-down, or maintenance of proper MOT. The contractor shall be capable of providing field engineering and technical assistance as may be needed within the contract period. All project meetings, scheduled or unscheduled, field meetings, office work, and permit applications preparation work shall be considered administrative overhead and incidental to contract work, and shall be performed without billing. All work performed by the contractor shall be in accordance with the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (Latest Edition) and Minimum Specifications for Traffic Control Signal Devices (Latest Edition), the Federal Highway Administration’s Manual on Uniform Traffic Control Devices, Latest Edition, and Collier County’s Technical Special Provisions for Traffic Signal Installations, Latest Edition and Roadway Lighting Design Standards Collier County’s Technical Special Provisions are available upon request from the Traffic Operations Department, 239-252-8260 or On-line Web Site. As a matter of public safety and liability, urgent service response time shall be adhered to strictly to maintain a minimal level of county liability. Failure by the Contractor to provide expedient response as outlined in scope of work shall constitute contractual default. The county reserves the right to undertake any work outlined in these specifications by county forces or by other contracts if such 16.A.23.c Packet Pg. 1046 Attachment: 19-7541 Solicitation (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway action is in the best interest of the County. Contractor may be required to perform work at night and/or on weekends due to lane closure prohibitions during the hours of 6 a.m. to 9 a.m. and 3 p.m. to 6 p.m. weekdays on major collectors or arterials, except for urgent repairs. No premium will be paid for night or weekend work. The Contractor’s Field Supervisor or Project Manager shall be available directly, without involvement of office personnel or answering service, twenty-four (24) hours per day seven (7) days per week with the Traffic Operations Department during this contract period for the purpose of direct contact with the Traffic Operations personnel. Licenses: The Contractor, at time of submittal, shall possess the correct occupational licenses. Qualifications shall include General Contractor & Electrical Licenses to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Laws, Statutes, Ordinances, and rules and regulations of any kind. Copies of the licenses should be submitted with the bid, indicating that the entity bidding is properly licensed to perform the activities or work included in the contract documents. In addition, Signal Technicians working inside the traffic signal controller cabinet shall have IMSA Signal Level II Certification. Equipment: Contractor shall submit a complete list of all equipment that will be used on this contract. The equipment list will include the make, model, year of manufacture, and the location of the yard where the equipment is stored when not in use, as well as an hourly rate for each if required. Aerial equipment must have a working height of sixty (60) feet. Bidder should own and have in good repair all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. Hourly rates will apply only when the equipment is in use at the job site. Cost of equipment will be reimbursed when paid as Time & Material only and not included in Bid Schedule Part 1 thru Part3. Equipment Rental: In the event that additional, specialized and/or heavy equipment is needed, the user department must be notified, in advance, for approval. The reimbursement of additional equipment expense shall be at cost and will apply only while it is in use at the job site. The County reserves the right to request documentation of the Contractor's cost and to withhold payments until documentation is provided. Cost of equipment will be reimbursed when paid as Time & Material only and not included in Bid Schedule Part 1 through Part 3. Safety: All contractors and subcontractors 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. Also, all Contractors and subcontractors 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. For all projects that require the contractor to provide traffic control for work along roadways, the Contractor shall comply with the requirements of Collier County’s CMA #5807 Maintenance of Traffic Policy. Prices: Labor quoted shall be all inclusive of all labor cost, insurance, overhead, profit, travel time, mileage and be exclusive of taxes. All labor hours invoiced shall document the employee by name, the location of work, the date and hours worked, and the task performed for each hour billed. Additional Items/Services: Additional items and/or services may be added to this contract upon satisfactory negotiation of price by the Project Manager and Contractor. On occasions throughout the contract term it may be necessary for the Contractor to store items such as traffic signal poles & arms, foundation bolts, roadway lighting poles, arms, precast foundations, and/or related traffic control structural components in the Contractor’s material yard. This service will be a part of the annual contract award and no additional compensation will be made for the storage of any items. Unsatisfactory Work: In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for the repair of unsatisfactory work. Substitute Performance: In the event the Contractor fails to perform any required service within the time schedule under the subsequent contract, the County reserves the right to obtain substitute performance. Premium Pay: Normal assignments shall be paid at regular bid labor and/or furnish and install rates. No premium will be paid for regular assignment work performed at night or on weekends or holidays. Construction Inspection Requirements: All work performed shall be initiated and completed within the Contract Time indicated on the Collier County Notice to Proceed Work Order Form provided for each work project unless otherwise requested by the Contractor in writing and approved by the Collier County Traffic Operations Engineer. Collier County Traffic Operations Department Inspection Staff shall be notified in writing either via form letter (To: Collier County 16.A.23.c Packet Pg. 1047 Attachment: 19-7541 Solicitation (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway Traffic Operations, At: 2885 Horseshoe Drive South, Naples FL 34104) or e-mail (TrafficOps@colliercountyfl.gov) a minimum of seventy-two (72) hours prior to the commencement of jobs that include overhead or underground work that will be conducted as part of construction or maintenance projects within Collier County or State road rights-of-way within Collier County. Collier County Traffic Operations Department Inspection Staff shall also be notified either via form letter or e-mail a minimum of no later than noon the working day prior to any and all daily work to be performed throughout the entire length of construction or maintenance projects. Any changes that necessitate the rescheduling of work that has been previously scheduled shall be provided in writing via e-mail no later than the morning that it was to be performed. Collier County Traffic Operation Department Inspection Staff has the full authority to shut down any and all overhead or underground work that has failed to comply with the aforementioned requisites. Request for acceptance inspection shall be submitted a minimum of forty-eight (48) hours in advance of the requested inspection time. Upon inspection and acceptance of contract work, the contractor shall submit an acceptance letter with their invoice for payment, along with a copy of the Notice to Proceed Work Order, a detailed Materials List, and a copy of Personnel Time Sheet(s) for items not covered by Furnish and Install bid prices, along with pertinent As-Built Plans. Be advised that Collier County Traffic Operations reserves the right to refuse payment for any, and/or all work performed without advance notification for inspection being provided either via e-mail, written correspondence, or by some other means of tangible evidence. Further, Collier County Traffic Operations also reserves the right to require excavation and/or exposure of any, and/or all work performed when advance notification was not provided/received by Collier County Inspection Staff as previously indicated, or underground work has been backfilled, and not staked prior to being seen by Collier County Inspection Staff, or Collier County Inspection Staff has any reason to suspect, and/or believe that the underground work may not have been installed per the aforementioned standards, specifications, requirements, etc. No additional payment for such exploratory excavation(s) will be paid. Contractor Employee Requirements: All personnel supplied by the Contractor for this Contract shall be either: 1. Employees of the Contractor, that is, NO DAY LABORER OR INDIVIDUAL CONTRACT EMPLOYEE SHALL BE UTILIZED BY THE CONTRACTOR FOR THIS PROJECT, or 2. Subcontractors, licensed in Collier County to perform the work intended. The use of any and all sub-contractors will require specific written permission of the Traffic Operations Chief Engineer or his representative in advance of their work. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.A.23.c Packet Pg. 1048 Attachment: 19-7541 Solicitation (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway 16.A.23.d Packet Pg. 1049 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1050 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1051 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1052 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1053 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1054 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1055 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1056 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1057 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1058 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1059 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1060 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1061 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1062 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1063 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1064 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1065 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1066 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1067 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1068 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1069 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1070 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1071 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1072 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1073 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1074 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1075 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1076 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1077 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1078 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1079 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1080 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1081 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1082 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1083 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1084 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1085 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1086 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1087 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1088 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1089 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1090 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1091 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1092 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1093 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1094 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1095 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1096 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1097 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1098 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1099 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 19-7541 16.A.23.d Packet Pg. 1100 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1101 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1102 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic 16.A.23.d Packet Pg. 1103 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Profit Corporation SOUTHERN SIGNAL & LIGHTING, INC. Filing Information P04000169548 20-2031549 12/20/2004 FL ACTIVE AMENDMENT 12/05/2008 NONE Principal Address 13541 GARRIS DRIVE HUDSON, FL 34667 Mailing Address PO BOX 5142 HUDSON, FL 34674 Changed: 04/25/2006 Registered Agent Name & Address COLEMAN, JAMES T 13541 GARRIS DRIVE HUDSON, FL 34667 Officer/Director Detail Name & Address Title P COLEMAN, JAMES T 13541 GARRIS DRIVE HUDSON, FL 34667 Title S/T COLEMAN, DANIELA G 13541 GARRIS DRIVE HUDSON, FL 34667 DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 3/5/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.A.23.d Packet Pg. 1104 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Title VP PORTO, FERNANDO 3032 Park Village Way MELBOURNE, FL 32935 Title Director Nicula, Veturia 10790 Stark Rd Livonia, MI 48150 Annual Reports Report Year Filed Date 2017 05/08/2017 2018 03/29/2018 2019 02/26/2019 Document Images 02/26/2019 -- ANNUAL REPORT View image in PDF format 03/29/2018 -- ANNUAL REPORT View image in PDF format 05/08/2017 -- ANNUAL REPORT View image in PDF format 03/28/2016 -- ANNUAL REPORT View image in PDF format 04/30/2015 -- ANNUAL REPORT View image in PDF format 04/29/2014 -- ANNUAL REPORT View image in PDF format 03/08/2013 -- ANNUAL REPORT View image in PDF format 04/30/2012 -- ANNUAL REPORT View image in PDF format 04/21/2011 -- ANNUAL REPORT View image in PDF format 04/23/2010 -- ANNUAL REPORT View image in PDF format 04/28/2009 -- ANNUAL REPORT View image in PDF format 12/05/2008 -- Amendment View image in PDF format 04/22/2008 -- ANNUAL REPORT View image in PDF format 04/27/2007 -- ANNUAL REPORT View image in PDF format 04/25/2006 -- ANNUAL REPORT View image in PDF format 04/25/2005 -- ANNUAL REPORT View image in PDF format 12/20/2004 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 3/5/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.A.23.d Packet Pg. 1105 Attachment: 19-7541 Southern Signal Proposal (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.e Packet Pg. 1106 Attachment: 19-7541 Southern SignalLighting_Insurance_3-29-19 (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.e Packet Pg. 1107 Attachment: 19-7541 Southern SignalLighting_Insurance_3-29-19 (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1108Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1109Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1110Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1111Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1112Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1113Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1114Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1115Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1116Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1117Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1118Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1119Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1120Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.f Packet Pg. 1121 Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 16.A.23.fPacket Pg. 1122Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1123Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1124Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1125Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1126Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1127Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1128Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1129Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & 16.A.23.fPacket Pg. 1130Attachment: 19-7541 Southern SignalLightingInc_Contract_VendorSigned (002) (8520 : Recommendation to award ITB 19-7541 Installation & FAX (A/C, No):Matt Crum INSURER A: LIMITS FrankCrum Insurance Agency, Inc.100 South Missouri Avenue Clearwater, FL 33756 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). Effective 09/12/2009, coverage is for 100% of the employees of FrankCrum leased to Southern Signal & Lighting, Inc. (Client) for whom the client is reportinghours to FrankCrum. Coverage is not extended to statutory employees.Re: # 19-7541 – Installation & Maintenance of Traffic Signals & Roadway Lighting. Southern Signal & Lighting, Inc.Southern Signal & Lighting, Inc. $1,000,000 AGGREGATE Frank Winston Crum Insurance Company 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. REVISION NUMBER: 03/28/2019 INSURER(S) AFFORDING COVERAGE COVERAGES EACH OCCURRENCEDAMAGE TO RENTED MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS-COMP/OP AGG COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE EACH OCURRENCE E.L. EACH ACCIDENT E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT CERTIFICATE HOLDER CANCELLATION ACORD 25 (2016/03)© 1988-2016 ACORD CORPORATION. All rights reserved. PREMISES (Ea occurrence) ADDLINSRD POLICY NUMBER POLICY EFF(MM/DD/YYYY) PER STATUTE OTH-ER GEN'L AGGREGATE LIMIT APPLIES PER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOSONLY SCHEDULEDAUTOS HIRED AUTOSONLY NON-OWNEDAUTOS ONLY UMBRELLA LIAB EXCESS LIABDED CLAIMS-MADE RETENTION $ WORKERS COMPENSATION AND ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under OFFICER/MEMBER EXCLUDED? DESCRIPTION OF OPERATIONS below $ $ $ $ $$ $ $ $ $ $ $$ POLICY EXP(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY PROJECT LOC NAIC# INSURED WC201900000 01/01/2019 01/01/2020 $1,000,000 INSRLTR TYPE OF INSURANCE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CONTACT NAME: INSURER F:CERTIFICATE NUMBER: DATE (MM/DD/YYYY) SUBRWVD $ $ Y/N The ACORD name and logo are registered marks of ACORD X OCCUR (Mandatory in NH) A N/A SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEEXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THEPOLICY PROVISIONS. 20954 03/28/2019 Issued Collier County Board of County Commissioners 1564354 Collier County Board of County Commissioners3295 Tamiami Trail ENaples, FL 34112 PRODUCER (Ea accident) (Per accident) $1,000,000 CERTIFICATE OF LIABILITY INSURANCE INSURER E: INSURER D: INSURER C: 11600 INSURER B: PHONE (A/C, No, Ext):(800) 277-1620 X 4800 (727) 797-0704 E-MAIL ADDRESS: FrankCrum L/C/F Southern Signal & Lighting, Inc.100 South Missouri AvenueClearwater, FL 33756 EMPLOYERS' LIABILITY AUTHORIZED REPRESENTATIVE OTHER: 16.A.23.g Packet Pg. 1131 Attachment: WC insurance _3-28-19 (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Roadway 16.A.23.hPacket Pg. 1132Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1133Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1134Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1135Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1136Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1137Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1138Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1139Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & 16.A.23.hPacket Pg. 1140Attachment: CMA 5807 Maintenance of Traffic (8520 : Recommendation to award ITB 19-7541 Installation & Maintenance of Traffic Signals & Part 1 Description Estimated Hours Unit Price Total Routine Maintenance & Repair Supervisor 1,200 80.00$ 96,000.00$ Signal/Roadway Lighting Technician Level II 1,600 75.00$ 120,000.00$ Laborer 1,920 70.00$ 134,400.00$ Bucket Truck, Auger Truck, Etc 1,200 80.00$ 96,000.00$ Crane:12 1/2 Ton 500 150.00$ 75,000.00$ Crane: 35 Ton 80 250.00$ 20,000.00$ Air Compressor 130 30.00$ 3,900.00$ Generator (fuel included)500 35.00$ 17,500.00$ Concrete Saw 100 25.00$ 2,500.00$ 565,300.00$ Part 2 Description Estimated Footage Unit Price Per Vertical Foot Total Pressure Washing per Vertical Foot 1,000 20.00$ 20,000.00$ Abrading Surface per Vertical Foot (1)1,000 60.00$ 60,000.00$ Primer Coating Application per Vertical Foot 1,000 30.00$ 30,000.00$ Finish Coat Application per Vertical Foot 1,000 40.00$ 40,000.00$ Description Estimated Footage Unit Price Per Horizontal Foot Total Total Part 1 Labor, Material, & Equipment Rate for Painting Steel Strain Poles and Mast Arm Assemblies with or without Luminaire (Price Includes Preparation and Coating of Luminaire Arm) Engineers Estimate Labor and Equipment Rates Heavy Equipment: Minor Equipment: 16.A.23.i Packet Pg. 1141 Attachment: Opinion of Probable Cost_ (8520 : Recommendation to award ITB 19-7541 Installation & Pressure Washing per Horizontal Foot 2,000 25.00$ 50,000.00$ Abrading Surface per Horizontal Foot (1)2,000 70.00$ 140,000.00$ Primer Coating Application per Horizontal Foot 2,000 40.00$ 80,000.00$ Finish Coat Application per Horizontal Foot 2,000 50.00$ 100,000.00$ 520,000.00$ (1) The adhesive nature of the coating is affected by the surface finish of the substrate. To accomplish this, various physical, chemical and mechanical treatments are required to remove surface contamination, oil, greases, surface layers and improve adhesion. Part 3 Item Description Estimated Units Unit Price Total Furnish and Install Price 660-1-110 Inductive Loop Detector - 2 Channel, Rack Mounted, Delay & Extend 20 250.00$ 5,000.00$ 660-2-102 6’x 6’Type B Advance Loop (First Loop)40 900.00$ 36,000.00$ 660-2-2021 6’x 6’Type B Advance Loop (Additional Loops)20 800.00$ 16,000.00$ 660-2-106 6’x 30’Type F Quadrapole (First Loop)20 1,200.00$ 24,000.00$ 660-2-1061 6’x 30’Type F Quadrapole (Additional Loops)15 1,100.00$ 16,500.00$ Total Part 2 Detectors and Loop Assemblies: Furnish and Install Detector installation includes all cabinet wiring necessary to provide a working detector. Loop Assembly installation includes all necessary labor (including opening or drilling curb windows), machine work, FDOT approved loop sealant, and up to 150 feet of Lead-In Cable. Lead-In Cable in excess of 150 feet will be paid for as Item NoBoEM#, measured by linear feet. When more than one loop is installed at an intersection on a single purchase order all loops after the first will be paid as Item 660-2-1021 or 660-2-1061 respectively. 16.A.23.i Packet Pg. 1142 Attachment: Opinion of Probable Cost_ (8520 : Recommendation to award ITB 19-7541 Installation & 660-2-1062 6’x 40’Type F Quadrapole (First Loop)40 1,500.00$ 60,000.00$ 660-2-1063 6’x 40’Type F Quadrapole (Additional Loops)20 1,400.00$ 28,000.00$ 185,500.00$ 565,300.00$ 520,000.00$ 185,500.00$ 1,270,800.00$ Total Part 3 Total Part 1-3 Total Part 3 Total Part 1 Total Part 2 16.A.23.i Packet Pg. 1143 Attachment: Opinion of Probable Cost_ (8520 : Recommendation to award ITB 19-7541 Installation &