Loading...
Agenda 07/09/2019 Item #16A19 (ITB #19-7551 w/Owen Ames Kimball Company)07/09/2019 EXECUTIVE SUMMARY Recommendation to approve an agreement pertaining to the award of Invitation to Bid No. 19- 7551, “North Naples Sidewalks at Various Locations,” to O-A-K/Florida, Inc., d/b/a Owen Ames Kimball Company in the amount of $578,224.44; and to acknowledge a time extension to a Local Agency Program Agreement with the Florida Department of Transportation for construction of North Naples Sidewalks at Various Locations (FPN #435117-1-58-01, Project No. 33506); approve the expenditure; and authorize the Chairman to execute the attached agreement. OBJECTIVE: To provide sidewalk improvements in North Naples on the east side of Goodlette Frank Road from Wilderness Drive to Solana Road and also on the north side 111 th Ave. North from 6th Street North to 7th Street North, and acknowledge a time extension to a Local Agency Program Agreement with the Florida Department of Transportation (“FDOT”) for construction of the “North Naples Sidewalks at Various Locations” (FPN #435117-58-01, Project No. 33506). CONSIDERATION: On March 28, 2017 (Agenda Item 16A6), the Board approved a Local Agency Program (“LAP”) Agreement with FDOT for the North Naples Sidewalks at Various Locations (hereafter, the “Project”). That LAP Agreement set aside funding to be reimbursable up to the amount of $691,486 for construction of the Project. On December 31, 2018, the Procurement Services Department posted Invitation to Bid No. 19-7551 for construction of the North Naples Sidewalks at Various Locations. The County sent out 21,466 notices, and interested contractors downloaded one hundred twenty-nine (129) bid packages. On March 21, 2019, the County received five (5) bid responses, as summarized below. Respondents: Company Name City County ST Bid Amount Responsive/ Responsible O-A-K/Florida, Inc. Fort Myers Lee FL $578,224.44 Yes/Yes Haskins, Inc. Bonita Springs Lee FL $732,407.83 Yes/Yes Pavement Maintenance, LLC Fort Myers Lee FL $830,000.00 Yes/Yes Coastal Concrete Products, LLC Fort Myers Lee FL $920,914.90 No/Yes Bonness, Inc. Naples Collier FL No Bid --/-- Staff reviewed the bids received to determine whether the bidders were responsive and responsible and to verify the low bid amount. Staff found Coastal Concrete Products, LLC non-responsive for not providing grant-required bid forms. Bonness, Inc., elected not to submit a bid because this project involves a grant funded FDOT project. O-A-K/Florida, Inc., d/b/a Owen Ames Kimball Company’s bid of $578,224.44 is the lowest, responsive and responsible bid. The low bid is approximately 25% below the Engineer’s Opinion of Cost of $725,917. The Design Engineer’s letter of recommendation is attached. Staff therefore recommends that the contract be awarded to O-A-K/Florida, Inc., d/b/a Owen Ames Kimball Company, the lowest, responsive and responsible bidder for a total contract amount of $578,224.44 The original LAP Agreement is set to expire on October 31, 2019. To allow for the completion of LAP 16.A.19 Packet Pg. 702 07/09/2019 administrative closeout procedures after construction is complete, FDOT approved a 14-month extension to the LAP agreement through December 31, 2020. Time Extension Request #1 is attached for the acknowledgement of the Board. FISCAL IMPACT: Funds in the amount of $691,375.93 are available in Transportation Grant Fund 711, Project #33506. This project is part of a FDOT LAP Agreement, FPN 435117-1-58-01. Funds are made available to FDOT through the US Department of Transportation Federal Highway Administration. GROWTH MANAGEMENT IMPACT: This project is consistent with the Transportation Element of the Growth Management Plan. There is no growth management impact associated with the time extension. 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 O-A-K/Florida, Inc. d/b/a Owen Ames Kimball Company in the amount of $578,224.44, acknowledge a time extension through December 31, 2020 for the FDOT LAP Agreement (FPN Number: 435117-1-58-01, Project No. 33506), approve the expenditure and the attached budget amendment, and authorize the Chairman to execute the attached Agreement. Prepared by: Chad Sweet, P.E., PMP, Senior Project Manager, Transportation Engineering Division, Growth Management Department. ATTACHMENT(S) 1. 19-7551 Bid Tabulation (XLSX) 2. 19-7551 Engineers Recommendation and Bid Analysis (DELORA) (PDF) 3. 19-7551 supplemental reference check logs (PDF) 4. 19-7551 - NORA - Executed (R1) (PDF) 5. 19-7551 O-A-K Florida_Contract_VendorSigned_with_Bonds (PDF) 6. 19-7551 O-A-K Florida_Insurance _6-26-19 (PDF) 7. FDOT LAP Time Extension #1 (PDF) 8. 19-7551 - Sidewalk Plans (PDF) 9. 19-7551 Signal Plans (PDF) 10. 19-7551 Specifications (PDF) 16.A.19 Packet Pg. 703 07/09/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.19 Doc ID: 9352 Item Summary: Recommendation to approve an agreement pertaining to the award of Invitation to Bid No. 19-7551, “North Naples Sidewalks at Various Locations,” to O-A-K/Florida, Inc., d/b/a Owen Ames Kimball Company in the amount of $578,224.44; and to acknowledge a time extension to a Local Agency Program Agreement with the Florida Department of Transportation for construction of North Naples Sidewalks at Various Locations (FPN #435117-1-58-01, Project No. 33506); approve the expenditure; and authorize the Chairman to execute the attached agreement. Meeting Date: 07/09/2019 Prepared by: Title: Sr. Project Manager – Transportation Engineering Name: Chad Sweet 06/14/2019 11:50 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 06/14/2019 11:50 AM Approved By: Review: Growth Management Department Christine Arnold Level 1 Reviewer Completed 06/14/2019 12:59 PM Capital Project Planning, Impact Fees, and Program Management Trinity Scott Additional Reviewer Completed 06/17/2019 8:17 AM Capital Project Planning, Impact Fees, and Program Management Rookmin Nauth Additional Reviewer Completed 06/17/2019 8:25 AM Growth Management Department Anthony Khawaja Additional Reviewer Completed 06/17/2019 8:38 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 06/17/2019 8:51 AM Growth Management Department Gene Shue Additional Reviewer Completed 06/17/2019 9:22 AM Transportation Engineering Jay Ahmad Additional Reviewer Completed 06/17/2019 9:28 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/28/2019 10:11 AM Procurement Services Sandra Herrera Additional Reviewer Completed 06/28/2019 10:22 AM Procurement Services Ted Coyman Additional Reviewer Completed 06/28/2019 1:45 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/28/2019 1:46 PM Growth Management Department Chad Sweet Deputy Department Head Review Skipped 06/17/2019 9:32 AM Growth Management Department Jeanne Marcella Department Head Review Completed 07/01/2019 8:42 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 07/01/2019 10:46 AM 16.A.19 Packet Pg. 704 07/09/2019 Grants Carrie Kurutz Additional Reviewer Completed 07/01/2019 12:31 PM Grants Erica Robinson Level 2 Grants Review Completed 07/01/2019 12:39 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 07/01/2019 1:18 PM Grants Therese Stanley Additional Reviewer Completed 07/01/2019 1:36 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 07/01/2019 3:08 PM County Manager's Office Geoffrey Willig Level 4 County Manager Review Completed 07/01/2019 5:14 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/09/2019 9:00 AM 16.A.19 Packet Pg. 705 Project No:19-7551 Strategist:Jim Flanagan No. of Notices:21,466 Project Title:North Naples Sidewalks at Various Locations Project Manager:Chad Sweet No. of Downloads:129 Bid Due Date:3/21/2019 No. of Bids Rec'd:5 NORTH NAPLES SIDEWALKS AT VARIOUS LOCATIONS FPID No. 435117-1-58-01 BID TABULATION BIDDER:O-A-K/Florida Haskins, Inc Pavement Maintenance, LLC Coastal Concrete Products, LLC Bonesss ENGINEER'S ESTIMATE ITEM PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL GOODLETTE-FRANK ROADWAY 1 104-10-3 SEDIMENT BARRIER (STAKED SILT FENCE)LF 5,592 $1.66 9,282.72$ $2.50 13,980.00$ $1.50 8,388.00$ $1.90 10,624.80$ $0.00 NO BID $2.50 13,980.00$ 2 104-18 INLET PROTECTION SYSTEM EA 12 $71.20 854.40$ $135.00 1,620.00$ $95.00 1,140.00$ $150.00 1,800.00$ $0.00 -$ $300.00 3,600.00$ 3 110-1-1 CLEARING & GRUBBING LS 1 $4,770.33 4,770.33$ $26,500.00 26,500.00$ $90,000.00 90,000.00$ $18,500.00 18,500.00$ $0.00 -$ $35,000.00 35,000.00$ 4 120-1 EXCAVATION CY 239 $10.09 2,411.51$ $27.00 6,453.00$ $40.00 9,560.00$ $30.00 7,170.00$ $0.00 -$ $20.00 4,780.00$ 5 120-6 EMBANKMENT CY 1,111 $26.91 29,897.01$ $43.00 47,773.00$ $93.00 103,323.00$ $35.00 38,885.00$ $0.00 -$ $25.00 27,775.00$ 6 425-5 MANHOLE, ADJUST EA 1 $415.33 415.33$ $1,600.00 1,600.00$ $1,400.00 1,400.00$ $1,500.00 1,500.00$ $0.00 -$ $725.00 725.00$ 7 515-2-111 PEDESTRIAN/BICYCLE RAILING, NS, 42" TYPE 1 LF 12 $154.26 1,851.12$ $350.00 4,200.00$ $320.00 3,840.00$ $150.00 1,800.00$ $0.00 -$ $120.00 1,440.00$ 8 520-1-7 CONCRETE CURB & GUTTER, TYPE F (DROP CURB)LF 200 $25.51 5,102.00$ $17.50 3,500.00$ $32.90 6,580.00$ $25.00 5,000.00$ $0.00 -$ $17.00 3,400.00$ 9 522-2 CONCRETE SIDEWALK, 6" THICK SY 3,738 $45.90 171,574.20$ $56.00 209,328.00$ $43.40 162,229.20$ $41.00 153,258.00$ $0.00 -$ $50.00 186,900.00$ 10 527-2 DETECTABLE WARNING, YELLOW SF 151 $29.67 4,480.17$ $30.00 4,530.00$ $28.00 4,228.00$ $30.00 4,530.00$ $0.00 -$ $28.00 4,228.00$ 11 570-1-2 PERFORMANCE TURF, SOD SY 7,121 $2.95 21,006.95$ $5.00 35,605.00$ $2.65 18,870.65$ $4.15 29,552.15$ $0.00 -$ $3.00 21,363.00$ 12 590-70-1 IRRIGATION SYSTEM REPAIRS LS 1 $355.99 355.99$ $9,500.00 9,500.00$ $8,000.00 8,000.00$ $5,500.00 5,500.00$ $0.00 -$ $10,000.00 10,000.00$ 13 IRR-1 IRRIGATION VALVE BOX EA 2 $250.15 500.30$ $585.00 1,170.00$ $2,500.00 5,000.00$ $1,250.00 2,500.00$ $0.00 -$ $500.00 1,000.00$ 14 ASB-1 AS-BUILT RECORD DRAWINGS LS 1 $5,933.23 5,933.23$ $11,700.00 11,700.00$ $10,358.40 10,358.40$ $3,500.00 3,500.00$ $0.00 -$ $4,500.00 4,500.00$ ROADWAY SUBTOTAL 258,435.26$ 377,459.00$ 432,917.25$ 284,119.95$ -$ 318,691.00$ LIGHTING 15 630-2-11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 1,846 $8.78 16,207.88$ $13.25 24,459.50$ $8.30 15,321.80$ $15.00 27,690.00$ $0.00 -$ $20.00 36,920.00$ 16 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 450 $20.23 9,103.50$ $31.00 13,950.00$ $19.10 8,595.00$ $45.00 20,250.00$ $0.00 -$ $30.00 13,500.00$ 17 635-2-12 PULL AND SPLICE BOX, FURNISH & INSTALL, 24"X36" COVER SIZE EA 4 $1,375.32 5,501.28$ $660.00 2,640.00$ $1,310.00 5,240.00$ $1,650.00 6,600.00$ $0.00 -$ $1,700.00 6,800.00$ 18 635-2-12A PULL AND SPLICE BOX, FURNISH & INSTALL, 19"X32" COVER SIZE EA 19 $658.59 12,513.21$ $500.00 9,500.00$ $622.00 11,818.00$ $1,450.00 27,550.00$ $0.00 -$ $1,500.00 28,500.00$ 19 635-2-42 PULL AND SPLICE BOX, RELOCATE LS 1 $497.20 497.20$ $225.00 225.00$ $470.00 470.00$ $1,100.00 1,100.00$ $0.00 -$ $1,350.00 1,350.00$ 20 715-1-12 LIGHTING CONDUCTORS, F&I, INSULATED, NO. 6 LF 2,296 $5.58 12,811.68$ $3.50 8,036.00$ $5.30 12,168.80$ $11.00 25,256.00$ $0.00 -$ $1.75 4,018.00$ 21 715-4-60 LIGHT POLE COMPLETE, RELOCATE EA 5 $2,826.59 14,132.95$ $4,200.00 21,000.00$ $2,668.00 13,340.00$ $5,500.00 27,500.00$ $0.00 -$ $5,200.00 26,000.00$ 22 715-500-1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL, F&I EA 5 $385.66 1,928.30$ $500.00 2,500.00$ $364.00 1,820.00$ $4,500.00 22,500.00$ $0.00 -$ $550.00 2,750.00$ LIGHTING SUBTOTAL 72,696.00$ 82,310.50$ 68,773.60$ 158,446.00$ -$ 119,838.00$ SIGNING AND MARKING 23 700-1-11 SINGLE POST SIGN, F&I, GROUND MOUNT AS 3 $379.73 1,139.19$ $550.00 1,650.00$ $340.00 1,020.00$ $450.00 1,350.00$ $0.00 -$ $350.00 1,050.00$ 24 700-1-60 SINGLE POST SIGN, REMOVE AS 3 $59.33 177.99$ $110.00 330.00$ $56.00 168.00$ $250.00 750.00$ $0.00 -$ $50.00 150.00$ 25 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK LF 724 $3.26 2,360.24$ $3.30 2,389.20$ $3.50 2,534.00$ $5.00 3,620.00$ $0.00 -$ $3.00 2,172.00$ 26 711-17 THERMOPLASTIC PAVEMENT MARKING REMOVAL SF 100 $6.53 653.00$ $28.00 2,800.00$ $25.00 2,500.00$ $4.50 450.00$ $0.00 -$ $5.00 500.00$ SIGNING AND MARKING SUBTOTAL 4,330.42$ 7,169.20$ 6,222.00$ 6,170.00$ -$ 3,872.00$ SIGNALS 27 630-2-11 CONDUIT, F&I, OPEN TRENCH LF 70 $12.64 884.80$ $16.50 1,155.00$ $12.00 840.00$ $22.00 1,540.00$ $0.00 -$ $20.00 1,400.00$ 28 630-2-12 CONDUIT, F&I, DIRECTIONAL BORE LF 452 $26.70 12,068.40$ $31.00 14,012.00$ $25.20 11,390.40$ $45.00 20,340.00$ $0.00 -$ $30.00 13,560.00$ 29 632-7-1 SIGNAL CABLE - NEW OR RECONSTRUCTED INTESECTION F&I PI 3 $2,589.26 7,767.78$ $3,850.00 11,550.00$ $2,444.00 7,332.00$ $1,500.00 4,500.00$ $0.00 -$ $8,000.00 24,000.00$ 30 635-2-12A PULL & SPLICE BOX, F&I, 19"X32" COVER SIZE EA 14 $691.81 9,685.34$ $500.00 7,000.00$ $653.00 9,142.00$ $1,450.00 20,300.00$ $0.00 -$ $1,500.00 21,000.00$ 31 635-2-40 PULL & SPLICE BOX, RELOCATE EA 7 $497.20 3,480.40$ $225.00 1,575.00$ $470.00 3,290.00$ $1,100.00 7,700.00$ $0.00 -$ $1,350.00 9,450.00$ 32 646-1-11 ALUMINUM SIGNAL POLE, F&I PEDESTAL EA 7 $796.24 5,573.68$ $910.00 6,370.00$ $752.00 5,264.00$ $5,500.00 38,500.00$ $0.00 -$ $1,450.00 10,150.00$ 33 646-1-12 ALUMINUM SIGNALS POLE, F&I PEDESTRIAN DETECTOR POST EA 7 $1,866.59 13,066.13$ $690.00 4,830.00$ $1,761.00 12,327.00$ $4,500.00 31,500.00$ $0.00 -$ $900.00 6,300.00$ 34 646-1-60 ALUMINUM SIGNALS POLE, REMOVE EA 2 $187.49 374.98$ $385.00 770.00$ $177.00 354.00$ $2,500.00 5,000.00$ $0.00 -$ $250.00 500.00$ 35 653-1-11 PEDESTRIAN SIGNAL, F&I LED COUNTDOWN, 1 WAY AS 4 $1,053.74 4,214.96$ $650.00 2,600.00$ $986.00 3,944.00$ $1,500.00 6,000.00$ $0.00 -$ $700.00 2,800.00$ 36 653-1-12 PEDESTRIAN SIGNAL, F&I LED COUNTDOWN, 2 WAY AS 3 $1,922.37 5,767.11$ $950.00 2,850.00$ $1,815.00 5,445.00$ $1,900.00 5,700.00$ $0.00 -$ $1,200.00 3,600.00$ 37 665-1-11 PEDESTRIAN DETECTOR, F&I, STANDARD EA 10 $255.13 2,551.30$ $225.00 2,250.00$ $241.00 2,410.00$ $1,200.00 12,000.00$ $0.00 -$ $250.00 2,500.00$ 38 670-5-400 TRAFFIC CONTROLLER ASSEMBLY, MODIFY AS 3 $2,729.28 8,187.84$ $2,200.00 6,600.00$ $2,576.00 7,728.00$ $2,800.00 8,400.00$ $0.00 -$ $2,300.00 6,900.00$ 1 OF 4 16.A.19.a Packet Pg. 706 Attachment: 19-7551 Bid Tabulation (9352 : North Naples Sidewalks at Various Locations) Project No:19-7551 Strategist:Jim Flanagan No. of Notices:21,466 Project Title:North Naples Sidewalks at Various Locations Project Manager:Chad Sweet No. of Downloads:129 Bid Due Date:3/21/2019 No. of Bids Rec'd:5 NORTH NAPLES SIDEWALKS AT VARIOUS LOCATIONS FPID No. 435117-1-58-01 BID TABULATION BIDDER:O-A-K/Florida Haskins, Inc Pavement Maintenance, LLC Coastal Concrete Products, LLC Bonesss ENGINEER'S ESTIMATE ITEM PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL SIGNALS SUBTOTAL 73,622.72$ 61,562.00$ 69,466.40$ 161,480.00$ -$ 102,160.00$ GOODLETTE-FRANK ROAD SUBTOTAL 409,084.40$ 528,500.70$ 577,379.25$ 610,215.95$ -$ 544,561.00$ 2 OF 4 16.A.19.a Packet Pg. 707 Attachment: 19-7551 Bid Tabulation (9352 : North Naples Sidewalks at Various Locations) Project No:19-7551 Strategist:Jim Flanagan No. of Notices:21,466 Project Title:North Naples Sidewalks at Various Locations Project Manager:Chad Sweet No. of Downloads:129 Bid Due Date:3/21/2019 No. of Bids Rec'd:5 NORTH NAPLES SIDEWALKS AT VARIOUS LOCATIONS FPID No. 435117-1-58-01 BID TABULATION BIDDER:O-A-K/Florida Haskins, Inc Pavement Maintenance, LLC Coastal Concrete Products, LLC Bonesss ENGINEER'S ESTIMATE ITEM PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL 111TH AVENUE ROADWAY 39 104-10-3 SEDIMENT BARRIER (STAKED SILT FENCE)LF 793 $1.78 1,411.54$ $2.55 2,022.15$ $2.00 1,586.00$ $1.90 1,506.70$ $0.00 -$ $2.50 1,982.50$ 40 104-18 INLET PROTECTION SYSTEM EA 2 $35.60 71.20$ $150.00 300.00$ $95.00 190.00$ $150.00 300.00$ $0.00 -$ $300.00 600.00$ 41 110-1-1 CLEARING & GRUBBING LS 1 $2,235.47 2,235.47$ $5,000.00 5,000.00$ $35,000.00 35,000.00$ $12,500.00 12,500.00$ $0.00 -$ $7,000.00 7,000.00$ 42 120-1 EXCAVATION CY 9 $10.09 90.81$ $75.00 675.00$ $90.00 810.00$ $100.00 900.00$ $0.00 -$ $20.00 180.00$ 43 120-6 EMBANKMENT CY 516 $29.59 15,268.44$ $40.00 20,640.00$ $65.00 33,540.00$ $45.00 23,220.00$ $0.00 -$ $25.00 12,900.00$ 44 334-1-13 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC C, SP 9.5 (1.5 in)TN 2 $837.84 1,675.68$ $1,150.00 2,300.00$ $900.00 1,800.00$ $1,500.00 3,000.00$ $0.00 -$ $125.00 250.00$ 45 522-2 CONCRETE SIDEWALK, 6" THICK SY 547 $45.90 25,107.30$ $60.00 32,820.00$ $50.50 27,623.50$ $41.00 22,427.00$ $0.00 -$ $50.00 27,350.00$ 46 527-2 DETECTABLE WARNING, YELLOW SF 76 $29.67 2,254.92$ $30.00 2,280.00$ $26.00 1,976.00$ $30.00 2,280.00$ $0.00 -$ $28.00 2,128.00$ 47 570-1-2 PERFORMANCE TURF, SOD SY 1,745 $2.95 5,147.75$ $6.75 11,778.75$ $2.65 4,624.25$ $4.15 7,241.75$ $0.00 -$ $3.00 5,235.00$ 48 635-2-12 PULL AND SPLICE BOX, FURNISH & INSTALL, 24"X36" COVER SIZE EA 1 $1,375.32 1,375.32$ $1,000.00 1,000.00$ $2,000.00 2,000.00$ $2,950.00 2,950.00$ $0.00 -$ $1,700.00 1,700.00$ 49 ASB-1 AS-BUILT RECORD DRAWINGS LS 1 $3,559.94 3,559.94$ $5,930.00 5,930.00$ $2,059.00 2,059.00$ $3,500.00 3,500.00$ $0.00 -$ $3,500.00 3,500.00$ ROADWAY SUBTOTAL 58,198.37$ 84,745.90$ 111,208.75$ 79,825.45$ -$ 62,825.50$ DRAINAGE 50 425-1-521 INLETS, DT BOT, TYPE C, <10'EA 1 $2,909.18 2,909.18$ $3,000.00 3,000.00$ $3,775.00 3,775.00$ $4,500.00 4,500.00$ $0.00 -$ $4,500.00 4,500.00$ 51 425-2-61 MANHOLES, P-8, <10'EA 1 $3,522.23 3,522.23$ $2,285.00 2,285.00$ $5,355.00 5,355.00$ $4,500.00 4,500.00$ $0.00 -$ $4,000.00 4,000.00$ 52 430-174-115 PIPE CULVERT OPTIONAL MATERIAL, ROUND, 15" SD LF 16 $122.91 1,966.56$ $195.00 3,120.00$ $672.00 10,752.00$ $150.00 2,400.00$ $0.00 -$ $55.00 880.00$ 53 430-174-118 PIPE CULVERT OPTIONAL MATERIAL, ROUND, 18" SD LF 24 $105.20 2,524.80$ $145.00 3,480.00$ $448.00 10,752.00$ $150.00 3,600.00$ $0.00 -$ $75.00 1,800.00$ 54 430-984-123 MITERED END SECTION, OPTIONAL ROUND, 15" SD EA 1 $1,028.28 1,028.28$ $2,800.00 2,800.00$ $896.00 896.00$ $1,650.00 1,650.00$ $0.00 -$ $2,000.00 2,000.00$ 55 430-984-125 MITERED END SECTION, OPTIONAL ROUND, 18" SD EA 1 $1,028.28 1,028.28$ $3,000.00 3,000.00$ $1,064.00 1,064.00$ $1,750.00 1,750.00$ $0.00 -$ $2,200.00 2,200.00$ DRAINAGE SUBTOTAL 12,979.33$ 17,685.00$ 32,594.00$ 18,400.00$ -$ 15,380.00$ SIGNING AND MARKING 56 700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT AS 3 $379.73 1,139.19$ $550.00 1,650.00$ $340.00 1,020.00$ $450.00 1,350.00$ $0.00 -$ $350.00 1,050.00$ 57 700-1-60 SINGLE POST SIGN, REMOVE AS 3 $59.33 177.99$ $110.00 330.00$ $56.00 168.00$ $250.00 750.00$ $0.00 -$ $50.00 150.00$ 58 706-3 RETRO-REFLECTIVE PAVEMENT MARKER, Y/Y EA 10 $178.00 1,780.00$ $39.00 390.00$ $7.00 70.00$ $7.50 75.00$ $0.00 -$ $4.00 40.00$ 59 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK LF 298 $3.26 971.48$ $2.75 819.50$ $3.00 894.00$ $5.00 1,490.00$ $0.00 -$ $3.00 894.00$ 60 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR CROSSWALK LF 136 $5.87 798.32$ $5.00 680.00$ $5.00 680.00$ $7.50 1,020.00$ $0.00 -$ $4.50 612.00$ 61 711-11-224 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL OR CHEVRONLF 44 $5.22 229.68$ $4.00 176.00$ $4.00 176.00$ $5.50 242.00$ $0.00 -$ $3.50 154.00$ 62 711-16-201 THERMOPLASTIC, STANDARD, OTHER SURFACES, YELLOW, 6"GM 0.031 $6,669.68 206.76$ $5,830.00 180.73$ $10,000.00 310.00$ $14,000.00 434.00$ $0.00 -$ $4,050.00 125.55$ 63 711-17 THERMOPLASTIC PAVEMENT MARKING REMOVAL SF 25 $6.53 163.25$ $110.00 2,750.00$ $100.00 2,500.00$ $4.50 112.50$ $0.00 -$ $5.00 125.00$ SIGNING AND MARKING SUBTOTAL 5,466.67$ 6,976.23$ 5,818.00$ 5,473.50$ -$ 3,150.55$ 111th AVENUE SUBTOTAL 76,644.37$ 109,407.13$ 149,620.75$ 103,698.95$ -$ 81,356.05$ MOBILIZATION/MAINTENANCE OF TRAFFIC MOBILIZATION/MAINTENANCE OF TRAFFIC - GOODLETTE-FRANK 64 101-1 MOBILIZATION (GOODLETTE-FRANK)LS 1 $58,324.20 58,324.20$ $47,000.00 47,000.00$ $29,000.00 29,000.00$ $38,500.00 38,500.00$ $0.00 -$ $50,000.00 50,000.00$ 65 102-1 MAINTENANCE OF TRAFFIC (GOODLETTE-FRANK)LS 1 $10,583.69 10,583.69$ $21,000.00 21,000.00$ $32,000.00 32,000.00$ $65,000.00 65,000.00$ $0.00 -$ $17,500.00 17,500.00$ GOODLETTE-FRANK SUBTOTAL 68,907.89$ 68,000.00$ 61,000.00$ 103,500.00$ -$ 67,500.00$ MOBILIZATION/MAINTENANCE OF TRAFFIC - 111TH AVENUE 66 101-1 MOBILIZATION (111TH AVENUE)LS 1 $16,124.22 16,124.22$ $22,000.00 22,000.00$ $20,000.00 20,000.00$ $38,500.00 38,500.00$ $0.00 -$ $25,000.00 25,000.00$ 67 102-1 MAINTENANCE OF TRAFFIC (111TH AVENUE)LS 1 $7,463.56 7,463.56$ $4,500.00 4,500.00$ $22,000.00 22,000.00$ $65,000.00 65,000.00$ $0.00 -$ $7,500.00 7,500.00$ 111TH AVENUE SUBTOTAL 23,587.78$ 26,500.00$ 42,000.00$ 103,500.00$ -$ 32,500.00$ MOBILIZATION/MAINTENANCE OF TRAFFIC 92,495.67$ 94,500.00$ 103,000.00$ 207,000.00$ -$ 100,000.00$ BASE BID TOTAL - GOOLDLETTE-FRANK ROAD + 111TH AVENUE + MOBILIZATION/MAINTENANCE OF TRAFFIC 578,224.44$ 732,407.83$ 830,000.00$ 920,914.90$ -$ 725,917.05$ Opened By:Kris Lopez Witnessed by:Barbara Lange 3 OF 4 16.A.19.a Packet Pg. 708 Attachment: 19-7551 Bid Tabulation (9352 : North Naples Sidewalks at Various Locations) Project No:19-7551 Strategist:Jim Flanagan No. of Notices:21,466 Project Title:North Naples Sidewalks at Various Locations Project Manager:Chad Sweet No. of Downloads:129 Bid Due Date:3/21/2019 No. of Bids Rec'd:5 NORTH NAPLES SIDEWALKS AT VARIOUS LOCATIONS FPID No. 435117-1-58-01 BID TABULATION BIDDER:O-A-K/Florida Haskins, Inc Pavement Maintenance, LLC Coastal Concrete Products, LLC Bonesss ENGINEER'S ESTIMATE ITEM PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Completed Bid Schedule Y Y Y Y Completed Bid Forms: (Solicitation pages 3-13) Bid Response Form (Form 1)Y Y Y Y Exhibit N - Contractors Key Personnel Assigned to the Project - (Form 2)Y Y Y Y Material Manufacturers (Form 3)n/a n/a n/a n/a List of Major Subcontractors (Form 4)Y Y Y Y Statement of Experience of Bidder (Form 5)Y Y Y Y Trench Safety Act Acknowledgement (Form 6)Y Y Y Y Bid Bond (Form 7)Y Y Y Y Insurance and Bonding Requirements (Form 8)Y Y Y Y Conflict of Interest Affidavit (Form 9)Y Y Y Y Vendor Declaration Statement (Form 10)Y Y Y Y Immigration Affidavit Certification (Form 11)Y Y Y Y Vendor Substitute W-9 (Form 12)Y Y Y Y Bidders Checklist (Form 13)Y Y Y Y Grant Required Bid Forms Y Y N Federal Contract Provisions and Assurances (noted page 112)Y Y Y N Acknowledgement of Terms, Conditions and Grant Clauses (noted page 139)Y Y Y N Certification for Disclosure of Lobbying Activities (noted page 140)Y Y N indicated as N/A N Anticipated Disadvantaged, Minority, Women or Veteral Participation Statement (noted page 141)Y Y N indicated as N/A N Construction Contractors Bid Opportunity List (noted page 142-143)Y Y N indicated as N/A N Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (Addendum #2)Y Y Y Y Contractors Affidavit - Vehicle Registration (noted page 144)Y Y Y N Certification of Sublet Work (noted page 145)Y Y Y N LAP Certification of Current Capacity (noted page 147)Y Y Y N Status of Contracts On Hand (noted page 148)Y Y Y N Non-collusion Declaration (noted page 149-150)Y Y Y N Notification to FDOT of EEO Officer (noted page 152)Y Y Y N Copies of required information attached Company's E-Verify Profile Page or MOU Y Y Y Y Copy of Active Registration with Current FL Divisions of Corporations Y Y Y Y Copy of Active General Contractors License with Depart. of Business & Professional Regulation Y Y Y Y Copy of Local Business Tax Receipt (Collier County)Y n/a n/a n/a Acknowledgement - Receipt of Addendum Addendum #1 Y Y Y Y Addendum #2 Y Y Y Y Addendum #3 Y Y Y Y Strategist: Confirm validity w/FL Divisions of Corporations on-line Y Y Y Y Strategist: Confirm validity of GC License w/DPBR on-line Y Y Y Y Strategist: Confirm Insurance and Bonding Requirements Y Y Y Y Strategist: CONFIRM ALL BID DOCUMENTS COMPLETED AND SIGNED:Y Y Y N Contractor's Office Location:Fort Myers Bonite Springs Fort Myers Fort Myers County:Lee Lee Lee Lee 4 OF 4 16.A.19.a Packet Pg. 709 Attachment: 19-7551 Bid Tabulation (9352 : North Naples Sidewalks at Various Locations) 2350 Stanford Court  Naples, FL 34112 (239) 434-0333  Fax (239) 334-3661 9/53. May 2, 2019 Mr. Chad Sweet, P.E. Collier County Growth Management Dept. Transportation Engineering Division 2885 S. Horseshoe Drive Naples, FL 34104 Re: Bid No. 19-7551 – North Naples Sidewalks at Various Locations Project, Collier County, Florida (FDOT FPID No. 435117-1-58-01) Low Bidder: O-A-K / Florida, Inc. Dear Mr. Sweet: The bid opening for the above-referenced project took place on March 21, 2019. Collier County provided the results of the bid opening to Johnson Engineering, Inc. on March 25, 2019. Johnson Engineering, Inc. performed an evaluation of the results and our recommendation is contained herein. Collier County received four (4) bids by the deadline established on the Invitation to Bid. The bids listed below are from lowest to highest: FIRM BASE BID AMOUNT O-A-K/Florida, Inc. $578,224.44 Haskins, Inc. $732,407.83 Pavement Maintenance, LLC $830,000.00 Coastal Concrete Products, LLC $920,914.90 For comparison purposes, Johnson Engineering, Inc. provided Collier County with an Opinion of Probable Construction Cost in September 2018 of approximately $725,917. Following the opening, Collier County prepared a Bid Tabulation, which was used to do a bid analysis and check for mathematical errors. Based on the information provided, no mathematical errors appear to have been found and the results show O-A-K/Florida, Inc. as the lowest responsive bidder. See attached for the bid analysis. Verification of the reference information provided by O-A-K/Florida, Inc. was requested from each reference. See attached for the 2 references that were able and willing to provide responses to the vendor reference check log. The remaining references verbally indicated that they were unable to respond to the vendor reference check log due to confidentiality policies within their organizations. Based upon our review, the low bidder O-A-K/Florida, Inc. appears to be a reasonable and responsive bid. Subject to concurrence with Collier County’s Purchasing and Contracts Division, and the contractor furnishing the appropriate bonding and other required insurances, we recommend the selection of O-A-K/Florida, Inc. by Collier County for the intended work contained within the bid documents based on the bid solicitation lowest responsive bidder selection criteria. Should you have any questions, or require additional information, please let me know. Sincerely, JOHNSON ENGINEERING, INC. Joshua Hildebrand, P.E., PTOE Transportation Engineer SINCE 1946 16.A.19.b Packet Pg. 710 Attachment: 19-7551 Engineers Recommendation and Bid Analysis (DELORA) (9352 : North Naples Sidewalks at Various Locations) Project No: 19-7551 Strategist: Jim Flanagan No. of Notices: 21,466 Project Title: North Naples Sidewalks at Various Locations Project Manager: Chad Sweet No. of Downloads: 129 Bid Due Date: 3/21/2019 No. of Bids Rec'd:5 NORTH NAPLES SIDEWALKS AT VARIOUS LOCATIONS FPID No. 435117-1-58-01 BID TABULATION BIDDER: O-A-K/Florida Haskins, Inc Pavement Maintenance, LLC Coastal Concrete Products, LLC Bonesss ENGINEER'S ESTIMATE ITEM PAY ITEM NO.DESCRIPTION UNIT EST. QTY. UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL GOODLETTE-FRANK ROADWAY 1 104-10-3 SEDIMENT BARRIER (STAKED SILT FENCE) LF 5,592 $1.66 9,282.72$ $2.50 13,980.00$ $1.50 8,388.00$ $1.90 10,624.80$ $0.00 NO BID $2.50 13,980.00$ 2 104-18 INLET PROTECTION SYSTEM EA 12 $71.20 854.40$ $135.00 1,620.00$ $95.00 1,140.00$ $150.00 1,800.00$ $0.00 -$ $300.00 3,600.00$ 3 110-1-1 CLEARING & GRUBBING LS 1 $4,770.33 4,770.33$ $26,500.00 26,500.00$ $90,000.00 90,000.00$ $18,500.00 18,500.00$ $0.00 -$ $35,000.00 35,000.00$ 4 120-1 EXCAVATION CY 239 $10.09 2,411.51$ $27.00 6,453.00$ $40.00 9,560.00$ $30.00 7,170.00$ $0.00 -$ $20.00 4,780.00$ 5 120-6 EMBANKMENT CY 1,111 $26.91 29,897.01$ $43.00 47,773.00$ $93.00 103,323.00$ $35.00 38,885.00$ $0.00 -$ $25.00 27,775.00$ 6 425-5 MANHOLE, ADJUST EA 1 $415.33 415.33$ $1,600.00 1,600.00$ $1,400.00 1,400.00$ $1,500.00 1,500.00$ $0.00 -$ $725.00 725.00$ 7 515-2-111 PEDESTRIAN/BICYCLE RAILING, NS, 42" TYPE 1 LF 12 $154.26 1,851.12$ $350.00 4,200.00$ $320.00 3,840.00$ $150.00 1,800.00$ $0.00 -$ $120.00 1,440.00$ 8 520-1-7 CONCRETE CURB & GUTTER, TYPE F (DROP CURB) LF 200 $25.51 5,102.00$ $17.50 3,500.00$ $32.90 6,580.00$ $25.00 5,000.00$ $0.00 -$ $17.00 3,400.00$ 9 522-2 CONCRETE SIDEWALK, 6" THICK SY 3,738 $45.90 171,574.20$ $56.00 209,328.00$ $43.40 162,229.20$ $41.00 153,258.00$ $0.00 -$ $50.00 186,900.00$ 10 527-2 DETECTABLE WARNING, YELLOW SF 151 $29.67 4,480.17$ $30.00 4,530.00$ $28.00 4,228.00$ $30.00 4,530.00$ $0.00 -$ $28.00 4,228.00$ 11 570-1-2 PERFORMANCE TURF, SOD SY 7,121 $2.95 21,006.95$ $5.00 35,605.00$ $2.65 18,870.65$ $4.15 29,552.15$ $0.00 -$ $3.00 21,363.00$ 12 590-70-1 IRRIGATION SYSTEM REPAIRS LS 1 $355.99 355.99$ $9,500.00 9,500.00$ $8,000.00 8,000.00$ $5,500.00 5,500.00$ $0.00 -$ $10,000.00 10,000.00$ 13 IRR-1 IRRIGATION VALVE BOX EA 2 $250.15 500.30$ $585.00 1,170.00$ $2,500.00 5,000.00$ $1,250.00 2,500.00$ $0.00 -$ $500.00 1,000.00$ 14 ASB-1 AS-BUILT RECORD DRAWINGS LS 1 $5,933.23 5,933.23$ $11,700.00 11,700.00$ $10,358.40 10,358.40$ $3,500.00 3,500.00$ $0.00 -$ $4,500.00 4,500.00$ ROADWAY SUBTOTAL 258,435.26$ 377,459.00$ 432,917.25$ 284,119.95$ -$ 318,691.00$ LIGHTING 15 630-2-11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 1,846 $8.78 16,207.88$ $13.25 24,459.50$ $8.30 15,321.80$ $15.00 27,690.00$ $0.00 -$ $20.00 36,920.00$ 16 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 450 $20.23 9,103.50$ $31.00 13,950.00$ $19.10 8,595.00$ $45.00 20,250.00$ $0.00 -$ $30.00 13,500.00$ 17 635-2-12 PULL AND SPLICE BOX, FURNISH & INSTALL, 24"X36" COVER SIZE EA 4 $1,375.32 5,501.28$ $660.00 2,640.00$ $1,310.00 5,240.00$ $1,650.00 6,600.00$ $0.00 -$ $1,700.00 6,800.00$ 18 635-2-12A PULL AND SPLICE BOX, FURNISH & INSTALL, 19"X32" COVER SIZE EA 19 $658.59 12,513.21$ $500.00 9,500.00$ $622.00 11,818.00$ $1,450.00 27,550.00$ $0.00 -$ $1,500.00 28,500.00$ 19 635-2-42 PULL AND SPLICE BOX, RELOCATE LS 1 $497.20 497.20$ $225.00 225.00$ $470.00 470.00$ $1,100.00 1,100.00$ $0.00 -$ $1,350.00 1,350.00$ 20 715-1-12 LIGHTING CONDUCTORS, F&I, INSULATED, NO. 6 LF 2,296 $5.58 12,811.68$ $3.50 8,036.00$ $5.30 12,168.80$ $11.00 25,256.00$ $0.00 -$ $1.75 4,018.00$ 21 715-4-60 LIGHT POLE COMPLETE, RELOCATE EA 5 $2,826.59 14,132.95$ $4,200.00 21,000.00$ $2,668.00 13,340.00$ $5,500.00 27,500.00$ $0.00 -$ $5,200.00 26,000.00$ 22 715-500-1 POLE CABLE DISTRIBUTION SYSTEM, CONVENTIONAL, F&I EA 5 $385.66 1,928.30$ $500.00 2,500.00$ $364.00 1,820.00$ $4,500.00 22,500.00$ $0.00 -$ $550.00 2,750.00$ LIGHTING SUBTOTAL 72,696.00$ 82,310.50$ 68,773.60$ 158,446.00$ -$ 119,838.00$ SIGNING AND MARKING 23 700-1-11 SINGLE POST SIGN, F&I, GROUND MOUNT AS 3 $379.73 1,139.19$ $550.00 1,650.00$ $340.00 1,020.00$ $450.00 1,350.00$ $0.00 -$ $350.00 1,050.00$ 24 700-1-60 SINGLE POST SIGN, REMOVE AS 3 $59.33 177.99$ $110.00 330.00$ $56.00 168.00$ $250.00 750.00$ $0.00 -$ $50.00 150.00$ 25 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK LF 724 $3.26 2,360.24$ $3.30 2,389.20$ $3.50 2,534.00$ $5.00 3,620.00$ $0.00 -$ $3.00 2,172.00$ 26 711-17 THERMOPLASTIC PAVEMENT MARKING REMOVAL SF 100 $6.53 653.00$ $28.00 2,800.00$ $25.00 2,500.00$ $4.50 450.00$ $0.00 -$ $5.00 500.00$ SIGNING AND MARKING SUBTOTAL 4,330.42$ 7,169.20$ 6,222.00$ 6,170.00$ -$ 3,872.00$ SIGNALS 27 630-2-11 CONDUIT, F&I, OPEN TRENCH LF 70 $12.64 884.80$ $16.50 1,155.00$ $12.00 840.00$ $22.00 1,540.00$ $0.00 -$ $20.00 1,400.00$ 28 630-2-12 CONDUIT, F&I, DIRECTIONAL BORE LF 452 $26.70 12,068.40$ $31.00 14,012.00$ $25.20 11,390.40$ $45.00 20,340.00$ $0.00 -$ $30.00 13,560.00$ 29 632-7-1 SIGNAL CABLE - NEW OR RECONSTRUCTED INTESECTION F&I PI 3 $2,589.26 7,767.78$ $3,850.00 11,550.00$ $2,444.00 7,332.00$ $1,500.00 4,500.00$ $0.00 -$ $8,000.00 24,000.00$ 30 635-2-12A PULL & SPLICE BOX, F&I, 19"X32" COVER SIZE EA 14 $691.81 9,685.34$ $500.00 7,000.00$ $653.00 9,142.00$ $1,450.00 20,300.00$ $0.00 -$ $1,500.00 21,000.00$ 31 635-2-40 PULL & SPLICE BOX, RELOCATE EA 7 $497.20 3,480.40$ $225.00 1,575.00$ $470.00 3,290.00$ $1,100.00 7,700.00$ $0.00 -$ $1,350.00 9,450.00$ 32 646-1-11 ALUMINUM SIGNAL POLE, F&I PEDESTAL EA 7 $796.24 5,573.68$ $910.00 6,370.00$ $752.00 5,264.00$ $5,500.00 38,500.00$ $0.00 -$ $1,450.00 10,150.00$ 33 646-1-12 ALUMINUM SIGNALS POLE, F&I PEDESTRIAN DETECTOR POST EA 7 $1,866.59 13,066.13$ $690.00 4,830.00$ $1,761.00 12,327.00$ $4,500.00 31,500.00$ $0.00 -$ $900.00 6,300.00$ 34 646-1-60 ALUMINUM SIGNALS POLE, REMOVE EA 2 $187.49 374.98$ $385.00 770.00$ $177.00 354.00$ $2,500.00 5,000.00$ $0.00 -$ $250.00 500.00$ 35 653-1-11 PEDESTRIAN SIGNAL, F&I LED COUNTDOWN, 1 WAY AS 4 $1,053.74 4,214.96$ $650.00 2,600.00$ $986.00 3,944.00$ $1,500.00 6,000.00$ $0.00 -$ $700.00 2,800.00$ 36 653-1-12 PEDESTRIAN SIGNAL, F&I LED COUNTDOWN, 2 WAY AS 3 $1,922.37 5,767.11$ $950.00 2,850.00$ $1,815.00 5,445.00$ $1,900.00 5,700.00$ $0.00 -$ $1,200.00 3,600.00$ 37 665-1-11 PEDESTRIAN DETECTOR, F&I, STANDARD EA 10 $255.13 2,551.30$ $225.00 2,250.00$ $241.00 2,410.00$ $1,200.00 12,000.00$ $0.00 -$ $250.00 2,500.00$ 38 670-5-400 TRAFFIC CONTROLLER ASSEMBLY, MODIFY AS 3 $2,729.28 8,187.84$ $2,200.00 6,600.00$ $2,576.00 7,728.00$ $2,800.00 8,400.00$ $0.00 -$ $2,300.00 6,900.00$ SIGNALS SUBTOTAL 73,622.72$ 61,562.00$ 69,466.40$ 161,480.00$ -$ 102,160.00$ GOODLETTE-FRANK ROAD SUBTOTAL 409,084.40$ 528,500.70$ 577,379.25$ 610,215.95$ -$ 544,561.00$ 111TH AVENUE ROADWAY 39 104-10-3 SEDIMENT BARRIER (STAKED SILT FENCE) LF 793 $1.78 1,411.54$ $2.55 2,022.15$ $2.00 1,586.00$ $1.90 1,506.70$ $0.00 -$ $2.50 1,982.50$ 40 104-18 INLET PROTECTION SYSTEM EA 2 $35.60 71.20$ $150.00 300.00$ $95.00 190.00$ $150.00 300.00$ $0.00 -$ $300.00 600.00$ 41 110-1-1 CLEARING & GRUBBING LS 1 $2,235.47 2,235.47$ $5,000.00 5,000.00$ $35,000.00 35,000.00$ $12,500.00 12,500.00$ $0.00 -$ $7,000.00 7,000.00$ 42 120-1 EXCAVATION CY 9 $10.09 90.81$ $75.00 675.00$ $90.00 810.00$ $100.00 900.00$ $0.00 -$ $20.00 180.00$ 43 120-6 EMBANKMENT CY 516 $29.59 15,268.44$ $40.00 20,640.00$ $65.00 33,540.00$ $45.00 23,220.00$ $0.00 -$ $25.00 12,900.00$ 44 334-1-13 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC C, SP 9.5 (1.5 in) TN 2 $837.84 1,675.68$ $1,150.00 2,300.00$ $900.00 1,800.00$ $1,500.00 3,000.00$ $0.00 -$ $125.00 250.00$ 45 522-2 CONCRETE SIDEWALK, 6" THICK SY 547 $45.90 25,107.30$ $60.00 32,820.00$ $50.50 27,623.50$ $41.00 22,427.00$ $0.00 -$ $50.00 27,350.00$ 46 527-2 DETECTABLE WARNING, YELLOW SF 76 $29.67 2,254.92$ $30.00 2,280.00$ $26.00 1,976.00$ $30.00 2,280.00$ $0.00 -$ $28.00 2,128.00$ 47 570-1-2 PERFORMANCE TURF, SOD SY 1,745 $2.95 5,147.75$ $6.75 11,778.75$ $2.65 4,624.25$ $4.15 7,241.75$ $0.00 -$ $3.00 5,235.00$ 48 635-2-12 PULL AND SPLICE BOX, FURNISH & INSTALL, 24"X36" COVER SIZE EA 1 $1,375.32 1,375.32$ $1,000.00 1,000.00$ $2,000.00 2,000.00$ $2,950.00 2,950.00$ $0.00 -$ $1,700.00 1,700.00$ 49 ASB-1 AS-BUILT RECORD DRAWINGS LS 1 $3,559.94 3,559.94$ $5,930.00 5,930.00$ $2,059.00 2,059.00$ $3,500.00 3,500.00$ $0.00 -$ $3,500.00 3,500.00$ ROADWAY SUBTOTAL 58,198.37$ 84,745.90$ 111,208.75$ 79,825.45$ -$ 62,825.50$ DRAINAGE 50 425-1-521 INLETS, DT BOT, TYPE C, <10' EA 1 $2,909.18 2,909.18$ $3,000.00 3,000.00$ $3,775.00 3,775.00$ $4,500.00 4,500.00$ $0.00 -$ $4,500.00 4,500.00$ 51 425-2-61 MANHOLES, P-8, <10' EA 1 $3,522.23 3,522.23$ $2,285.00 2,285.00$ $5,355.00 5,355.00$ $4,500.00 4,500.00$ $0.00 -$ $4,000.00 4,000.00$ 52 430-174-115 PIPE CULVERT OPTIONAL MATERIAL, ROUND, 15" SD LF 16 $122.91 1,966.56$ $195.00 3,120.00$ $672.00 10,752.00$ $150.00 2,400.00$ $0.00 -$ $55.00 880.00$ 53 430-174-118 PIPE CULVERT OPTIONAL MATERIAL, ROUND, 18" SD LF 24 $105.20 2,524.80$ $145.00 3,480.00$ $448.00 10,752.00$ $150.00 3,600.00$ $0.00 -$ $75.00 1,800.00$ 54 430-984-123 MITERED END SECTION, OPTIONAL ROUND, 15" SD EA 1 $1,028.28 1,028.28$ $2,800.00 2,800.00$ $896.00 896.00$ $1,650.00 1,650.00$ $0.00 -$ $2,000.00 2,000.00$ 55 430-984-125 MITERED END SECTION, OPTIONAL ROUND, 18" SD EA 1 $1,028.28 1,028.28$ $3,000.00 3,000.00$ $1,064.00 1,064.00$ $1,750.00 1,750.00$ $0.00 -$ $2,200.00 2,200.00$ DRAINAGE SUBTOTAL 12,979.33$ 17,685.00$ 32,594.00$ 18,400.00$ -$ 15,380.00$ SIGNING AND MARKING 56 700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT AS 3 $379.73 1,139.19$ $550.00 1,650.00$ $340.00 1,020.00$ $450.00 1,350.00$ $0.00 -$ $350.00 1,050.00$ 57 700-1-60 SINGLE POST SIGN, REMOVE AS 3 $59.33 177.99$ $110.00 330.00$ $56.00 168.00$ $250.00 750.00$ $0.00 -$ $50.00 150.00$ 58 706-3 RETRO-REFLECTIVE PAVEMENT MARKER, Y/Y EA 10 $178.00 1,780.00$ $39.00 390.00$ $7.00 70.00$ $7.50 75.00$ $0.00 -$ $4.00 40.00$ 59 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK LF 298 $3.26 971.48$ $2.75 819.50$ $3.00 894.00$ $5.00 1,490.00$ $0.00 -$ $3.00 894.00$ 60 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR CROSSWALK LF 136 $5.87 798.32$ $5.00 680.00$ $5.00 680.00$ $7.50 1,020.00$ $0.00 -$ $4.50 612.00$ 61 711-11-224 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL OR CHEV LF 44 $5.22 229.68$ $4.00 176.00$ $4.00 176.00$ $5.50 242.00$ $0.00 -$ $3.50 154.00$ 62 711-16-201 THERMOPLASTIC, STANDARD, OTHER SURFACES, YELLOW, 6"GM 0.031 $6,669.68 206.76$ $5,830.00 180.73$ $10,000.00 310.00$ $14,000.00 434.00$ $0.00 -$ $4,050.00 125.55$ 63 711-17 THERMOPLASTIC PAVEMENT MARKING REMOVAL SF 25 $6.53 163.25$ $110.00 2,750.00$ $100.00 2,500.00$ $4.50 112.50$ $0.00 -$ $5.00 125.00$ SIGNING AND MARKING SUBTOTAL 5,466.67$ 6,976.23$ 5,818.00$ 5,473.50$ -$ 3,150.55$ 111th AVENUE SUBTOTAL 76,644.37$ 109,407.13$ 149,620.75$ 103,698.95$ -$ 81,356.05$ ON/MAINTENANCE OF TRAFFIC MOBILIZATION/MAINTENANCE OF TRAFFIC - GOODLETTE-FRANK 64 101-1 MOBILIZATION (GOODLETTE-FRANK) LS 1 $58,324.20 58,324.20$ $47,000.00 47,000.00$ $29,000.00 29,000.00$ $38,500.00 38,500.00$ $0.00 -$ $50,000.00 50,000.00$ 65 102-1 MAINTENANCE OF TRAFFIC (GOODLETTE-FRANK) LS 1 $10,583.69 10,583.69$ $21,000.00 21,000.00$ $32,000.00 32,000.00$ $65,000.00 65,000.00$ $0.00 -$ $17,500.00 17,500.00$ GOODLETTE-FRANK SUBTOTAL 68,907.89$ 68,000.00$ 61,000.00$ 103,500.00$ -$ 67,500.00$ MOBILIZATION/MAINTENANCE OF TRAFFIC - 111TH AVENUE 66 101-1 MOBILIZATION (111TH AVENUE) LS 1 $16,124.22 16,124.22$ $22,000.00 22,000.00$ $20,000.00 20,000.00$ $38,500.00 38,500.00$ $0.00 -$ $25,000.00 25,000.00$ 67 102-1 MAINTENANCE OF TRAFFIC (111TH AVENUE) LS 1 $7,463.56 7,463.56$ $4,500.00 4,500.00$ $22,000.00 22,000.00$ $65,000.00 65,000.00$ $0.00 -$ $7,500.00 7,500.00$ 111TH AVENUE SUBTOTAL 23,587.78$ 26,500.00$ 42,000.00$ 103,500.00$ -$ 32,500.00$ MOBILIZATION/MAINTENANCE OF TRAFFIC 92,495.67$ 94,500.00$ 103,000.00$ 207,000.00$ -$ 100,000.00$ BASE BID TOTAL - GOOLDLETTE-FRANK ROAD + 111TH AVENUE + MOBILIZATION/MAINTENANCE OF TRAFFIC 578,224.44$ 732,407.83$ 830,000.00$ 920,914.90$ -$ 725,917.05$ Opened By: Kris Lopez Witnessed by: Barbara Lange Completed Bid Schedule YYYY Completed Bid Forms: (Solicitation pages 3-13) Bid Response Form (Form 1)YYYY Exhibit N - Contractors Key Personnel Assigned to the Project - (Form 2)YYYY Material Manufacturers (Form 3)n/a n/a n/a n/a List of Major Subcontractors (Form 4)YYYY Statement of Experience of Bidder (Form 5)YYYY Trench Safety Act Acknowledgement (Form 6)YYYY Bid Bond (Form 7)YYYY Insurance and Bonding Requirements (Form 8)YYYY Conflict of Interest Affidavit (Form 9)YYYY Vendor Declaration Statement (Form 10)YYYY Immigration Affidavit Certification (Form 11)YYYY Vendor Substitute W-9 (Form 12)YYYY Bidders Checklist (Form 13)YYYY Grant Required Bid Forms YYN Federal Contract Provisions and Assurances (noted page 112)YYYN Acknowledgement of Terms, Conditions and Grant Clauses (noted page 139)YYYN Certification for Disclosure of Lobbying Activities (noted page 140)Y Y N indicated as N/A N Anticipated Disadvantaged, Minority, Women or Veteral Participation Statement (noted page 141)Y Y N indicated as N/A N Construction Contractors Bid Opportunity List (noted page 142-143)Y Y N indicated as N/A N Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (Addendum #2)YYYY Contractors Affidavit - Vehicle Registration (noted page 144)YYYN Certification of Sublet Work (noted page 145)YYYN LAP Certification of Current Capacity (noted page 147)YYYN Status of Contracts On Hand (noted page 148)YYYN Non-collusion Declaration (noted page 149-150)YYYN Notification to FDOT of EEO Officer (noted page 152)YYYN Copies of required information attached Company's E-Verify Profile Page or MOU YYYY Copy of Active Registration with Current FL Divisions of Corporations YYYY Copy of Active General Contractors License with Depart. of Business & Professional Regulation YYYY Copy of Local Business Tax Receipt (Collier County) Y n/a n/a n/a Acknowledgement - Receipt of Addendum Addendum #1 YYYY Addendum #2 YYYY Addendum #3 YYYY Strategist: Confirm validity w/FL Divisions of Corporations on-line YYYY Strategist: Confirm validity of GC License w/DPBR on-line YYYY Strategist: Confirm Insurance and Bonding Requirements YYYY Strategist: CONFIRM ALL BID DOCUMENTS COMPLETED AND SIGNED:YYYN Contractor's Office Location:Fort Myers Bonite Springs Fort Myers Fort Myers County:Lee Lee Lee Lee 1 OF 1 16.A.19.b Packet Pg. 711 Attachment: 19-7551 Engineers Recommendation and Bid Analysis (DELORA) (9352 : North Naples Sidewalks at Various Locations) VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 19-7551 Reference Requested (via email) by: Josh Hildebrand, P.E., PTOE Solicitation Title: North Naples Sidewalks at Various Locations Improvement Project Date: 4/16/19 Bidder’s Name: O-A-K/Florida, Inc. dba Owen-Ames- Kimball Company Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, Inc. REFERENCED PROJECT: Project Name: Rio De Janeiro Ave Sidewalks Project Location: Port Charlotte, FL Project Description: Sidewalks, Sod, Curbing, Culvert & Drainage Replacement Completion Date: 1/2014 Contract Value: $597,128.00 Project Owner/Title: Charlotte County BOCC Owner’s Address: Not Correct Phone: 941-743-1549 Owner’s Contact Person: Alisa True E-Mail: Not Provided 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No issues 7. Additional comments: 16.A.19.b Packet Pg. 712 Attachment: 19-7551 Engineers Recommendation and Bid Analysis (DELORA) (9352 : North Naples Sidewalks at Various Locations) VENDOR REFERENCE CHECK LOG Solicitation No.: Bid No. 19-7551 Reference Requested (via email) by: Josh Hildebrand, P.E., PTOE Solicitation Title: North Naples Sidewalks at Various Locations Improvement Project Date: 4/16/19 Bidder’s Name: O-A-K/Florida, Inc. dba Owen-Ames- Kimball Company Phone/Email: jjh@johnsoneng.com Design Entity: Johnson Engineering, Inc. REFERENCED PROJECT: Project Name: MPO Tiger Grant Complete Streets Initiative Project Location: Various Locations in Lee County, FL Project Description: Multi Use Bike Paths, Sidewalks, Paved Shoulders, Bus Shelters & Drainage Completion Date: 12/2016 Contract Value: $8,500,000.00 Project Owner/Title: Lee County MPO Owner’s Address: 815 Nicholas Parkway E., Cape Coral, FL Phone: 239-244-2220 Owner’s Contact Person: Johnny Limbaugh E-Mail: Not provided 1. Was project completed timely and within budget? (If not, provide detail) Yes. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes. 4. Did the process run smoothly? Were there any changes? Describe below. The construction process ran smoothly. There was a change where additional services were added as the original bid price left additional grant funding available that we were then able to expend on the fabrication and installation of wayfinding signage. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There were no warranty items since the closeout. 7. Additional comments: OAK did an excellent job for us throughout the entire project, particularly since the project segments constructed required dealing with multiple maintaining agencies. 16.A.19.b Packet Pg. 713 Attachment: 19-7551 Engineers Recommendation and Bid Analysis (DELORA) (9352 : North Naples Sidewalks at Various Locations) 16.A.19.c Packet Pg. 714 Attachment: 19-7551 supplemental reference check logs (9352 : North Naples Sidewalks at Various Locations) 16.A.19.c Packet Pg. 715 Attachment: 19-7551 supplemental reference check logs (9352 : North Naples Sidewalks at Various Locations) Date: June 12, 2019 Administrative Services Department Procurement Services Division Notice of Recommended Award I Solicitation: 19-7551 Title: North Naples Sidewalks at Various Locations I Due Date and Time: March 21, 2019 at 3:00 PM Respondents: Company Name City County O-A-K/Florida, Inc dba Owen Ames Kimball Co Fort Myers Lee Haskins Inc. Bonita Springs Lee Pavement Maintenance LLC Fort Myers Lee Coastal Concrete Products LLC Fort Myers Lee Bonness Inc Naples Collier Utilized Local Vendor Preference: Yes D No D N/ A ST FL FL FL FL FL Bid Amount Responsive/ Responsible $578,224,44 Yes/Yes $732,407.83 Yes/Yes $830,000.00 Yes/Yes $920,914.90 No/Yes No Bid --/-- On December 31, 2018, the Procurement Services Department posted Invitation to Bid No. 19-7551 for construction of the North Naples Sidewalks at Various Locations. The County sent 21,466 notices, and one hundred twenty-nine {129) bid packages were downloaded. On March 21, 2019 the County received five (5) bid responses, as summarized above. The bid incorporates FOOT grant-funded Local Agency Program {LAP) sidewalk improvements in North Naples. Staff reviewed the bids received. Coastal Concrete Products was deemed non-responsive for not providing grant-required bid forms. Bonness Inc did not submit a bid due to grant funded FOOT project. O-A-K/Florida, Inc dba Owen Ames Kimball Company's bid of $578,224.44 is the low responsive responsible bid. The low bid is approximately 25% below the Engineer's Opinion of Cost. Staff therefore recommends that the contract be awarded to O-A-K/Florida, Inc dba Owen Ames Kimball Company, the lowest responsive and responsible bidder, for a total contract amount of $578,224.44. Required Signatures Project Manager: SweetChad Procurement Strategist: Procurement Services Director: 16.A.19.d Packet Pg. 716 Attachment: 19-7551 - NORA - Executed (R1) (9352 : North Naples Sidewalks at Various Locations) 16.A.19.fPacket Pg. 717Attachment: 19-7551 O-A-K Florida_Insurance _6-26-19 (9352 : North Naples Sidewalks at Various Locations) 16.A.19.g Packet Pg. 718 Attachment: FDOT LAP Time Extension #1 (9352 : North Naples Sidewalks at Various Locations) 16.A.19.g Packet Pg. 719 Attachment: FDOT LAP Time Extension #1 (9352 : North Naples Sidewalks at Various Locations)