Loading...
Agenda 10/08/2019 Item #11D (ITB #19-7615 w/Astra Construction Services)10/08/2019 EXECUTIVE SUMMARY Recommendation to award Invitation To Bid No. 19-7615, Construction of Big Corkscrew Island Regional Park - Phase I, to Astra Construction Services, LLC, in the amount of $45,065,454, and authorize the Chairman to sign the attached agreement. OBJECTIVE: To award Invitation to Bid (ITB) No. 19-7615, Construction of Big Corkscrew Island Regional Park, to Astra Construction Services, LLC, for the construction of Big Corkscrew Island Regional Park, Phase 1, and authorize the Chairman to sign the attached agreement. CONSIDERATIONS: The Big Corkscrew Island Regional Park is a component of the Collier County Growth Management Plan (Recreation and Open Space Element, adopted October 1997), as amended in Ordinance No, 2015-10, which was approved by the Board of County Commissioners (Board) on January 27, 2015. The park is also included in the Board approved Collier County Parks & Recreation Master Plan dated May 2018. The Park will be located on a 49-acre property East of Immokalee Road and North of Oil Well Road to the east of the Collier County Fairgrounds. The Big Corkscrew Island Regional Park is designed to include an aquatic center, community center, athletic fields, concession buildings, event lawn, playground, basketball courts, tennis and pickleball courts, walking paths, maintenance building, and other amenities for the community. Given the variety and complexity of the scope of this project, the project design team developed a bid solicitation that would incent both site civil and vertical construction contractors to compete for the work. Accordingly, staff divided the project scope into two “contracts,” the north contract and the south contract; both of which are addressed collectively in the attached agreement that is being recomm ended for the Board’s approval. The work on the northern end of the site is referred to in the attached bid tabulation as the north contract; and that scope includes playing fields, concession structures, picnic pavilions, parking, and restrooms. The remaining work included under the phase 1 scope of the Agreement was bundled as the south contract and includes the community center, aquatic center, pool pavilion, concession buildings, playgrounds, court surfaces (tennis, pickleball, basketball), a maintenance building and a pool equipment building. The Agreement also includes specific line items for site preparation and mobilization/demobilization. In addition to the amenities included in the north and south portions of the project, the bid schedule includes two alternate line items. Alternate #1 is for placing artificial turf on two fields within the northern portion of the project. Staff structured the solicitation to allow bidders to bid on either the north or south portions of the project or both; which allowed the County to award the contracts separately or as one collective award. Alternate #2 includes a deduction to the total cost of the two contracts if the County awards both contracts to the same bidder. On June 21, 2019, the Procurement Services Division posted ITB No. 19-7615, Construction of Big Corkscrew Island Regional Park - Bid. Staff distributed 23,570 notices of the ITB and two hundred ninety-two (292) interested contractors viewed bid packages. The County received seven (7) bid responses by the August 27, 2019 deadline, as summarized below and on the attached Bid Tabulation form. After reviewing all bids received, staff determined that Astra Construction Services, LLC (hereafter, “Astra”) is the lowest, responsive and responsible bidder on both the north and south portions of the project, including Alternate #1, and the deduct related to awarding both the north and south portions of the project to the same contractor. Staff has met with the low bidder for review of the scope of work and confirmed the scope as bid per the bid documents. The County received bids from four (4) companies that 11.D Packet Pg. 302 10/08/2019 bid on both the north and south portions of the project, and a fifth bidder that only submitted an offer to do the south portion of the project. Two (2) other companies elected not to bid on the project. Staff, therefore, recommends award the Agreement for both the north and south portions of the project, plus Alternate #1, and including the deduct for award of both the north and south portions of the work to the same contractor (Alternate #2) to Astra Construction Services, LLC in the total contract amount of $45,065,454. Contractor North Contract Base Bid + Alternate 1 for 2 Artificial Turf Fields South Contract Base Bid Alternate 2, a Deduct for Award of the North and South Contract to the Same GC Total Bid 1 Astra Construction Services, LLC $16,582,212 $29,083,242 ($600,000) $45,065,454 2 Cleveland Construction, Inc. $16,831,084.31 $30,443,956 ($612,000) $46,663,040.31 3 Burke Construction Group, Inc. $16,314,033.81 $32,121,315.62 ($750,000) $47,685,349.43 4 OAK - Qwen Ames Kimball Company $20,184,980 $36,388,442.13 ($47,000) $56,526,422.13 5 DEC Contracting - $31,025,211.96 - - FISCAL IMPACT: Funding in the amount of $24,684,800 is available and appropriated for this project No. 80039 (Big Corkscrew Island Regional Park) within the Parks and Recreation Impact Fee Capital Fund 346. In addition, the Surtax Committee validated the expenditures of $40M for the design, CEI, and the Construction for the Big Corkscrew Island Regional Park and made a finding that the project expenditures are a valid use of Infrastructure Sales Surtax Funding. Total funding available is $64,684,800. Design CEI Services Construction Cost Phase I $3,630,062 $1,932,314 $45,065,454 Phase II $749,176 $900,000 (estimate) $26M to $31M (estimate) * *Phase II improvements are presently under design and scheduled to go out for bid in December. A budget amendment is needed to move $40 million from Reserves to the Big Corkscrew Island Park project 80039 within the Infrastructure Sales Tax Fund 318. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan from this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Invitation To Bid No. 19-7615 Construction of Big Corkscrew Island Regional Park - Phase I, to Astra Construction Services, LLC, in the amount of $45,065,454, and authorize the Chairman to sign the attached agreement and authorize the necessary budget amendment. 11.D Packet Pg. 303 10/08/2019 Prepared By: James K. Morton, P.E., Senior Project Manager, Facilities Management Division ATTACHMENT(S) 1. 19-7615 - DELORA (PDF) 2. Astra_Add1_Bid_Schedule_For_Upload (PDF) 3. 19-7615 Astra Construction_Insurance_9-26-19 (PDF) 4. [LINKED] 19-7615 Astra ConstructionServices_VendorSigned_&_Bonds (PDF) 5. BCIRP SURTAX CHECKLIST - 80039 - 04_03_2019 Signed (PDF) 6. 19-7615 - NORA - Executed - corrected (PDF) 7. 19-7615 - Bid Tabulation 2 - R1 (PDF) 8. PowerPoint - BCIRP - Committee Meeting V6 (PDF) 11.D Packet Pg. 304 10/08/2019 COLLIER COUNTY Board of County Commissioners Item Number: 11.D Doc ID: 10062 Item Summary: Recommendation to award Invitation To Bid No. 19-7615, Construction of Big Corkscrew Island Regional Park – Phase I, to Astra Construction Services, LLC, in the amount of $45,065,454 and authorize the Chairman to sign the attached agreement. (Steve Carnell, Public Services Department Head) Meeting Date: 10/08/2019 Prepared by: Title: – Facilities Management Name: James Morton 09/18/2019 4:39 PM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 09/18/2019 4:39 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/27/2019 9:03 AM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 09/27/2019 9:47 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/27/2019 10:11 AM Procurement Services Priscilla Doria Additional Reviewer Completed 09/27/2019 11:35 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 09/27/2019 11:42 AM Facilities Management Damon Grant Director - Facilities Completed 09/27/2019 3:07 PM Facilities Management Margaret Bishop Additional Reviewer Completed 09/27/2019 3:08 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 09/27/2019 3:34 PM Parks & Recreation Barry Williams Additional Reviewer Completed 09/27/2019 3:54 PM Public Services Department Kimberley Grant Level 1 Reviewer Completed 09/27/2019 5:01 PM Public Services Department Michael Cox Level 1 Division Reviewer Skipped 09/30/2019 9:57 AM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 09/30/2019 10:14 AM Grants Erica Robinson Level 2 Grants Review Completed 09/30/2019 10:53 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/30/2019 3:31 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/30/2019 3:34 PM Grants Therese Stanley Additional Reviewer Completed 09/30/2019 4:49 PM 11.D Packet Pg. 305 10/08/2019 County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 10/01/2019 7:32 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 10/01/2019 3:52 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 10/02/2019 11:04 AM Board of County Commissioners MaryJo Brock Meeting Pending 10/08/2019 9:00 AM 11.D Packet Pg. 306 Civil Engineers  Land Surveyors  Planners  Landscape Architects Q. Grady Minor & Associates, P.A. Ph. 239-947-1144  Fax. 239-947-0375 3800 Via Del Rey EB 0005151  LB 0005151  LC 26000266 Bonita Springs, FL 34134 www.gradyminor.com September 9, 2019 Mr. James Flanagan Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Award Recommendation Big Corkscrew Island Regional Park 19-7615 Dear Mr. Flanagan: Q. Grady Minor & Associates, P.A. (GradyMinor) has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. The scope of the Big Corkscrew Island Regional Park includes construction of a new regional park with athletic fields, aquatic center, community center, walking paths, playground and related infrastructure. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, Astra Construction Services, LLC, (Astra) is the low bidder with a bid amount of $45,065,454.00, which is approximately 13% more than the project’s Opinion of Probable Construction Cost (OPCC) amount of $39,996,333.00. Astra is a general contractor with park construction experience mostly in the Atlanta areas. The projects provided by Astra as references are in the Atlanta areas. GradyMinor contacted the provided references to discuss if the work performed by Astra was similar in nature to the proposed park project and if Astra performed acceptably on the projects. All the references were contacted and we received responses from the following: 1) Rock Springs Park, Dacula, GA GradyMinor contacted the Parks Director for Gwinnett County, Grant Guess. The reference contacted provided positive feedback on Astra’s work and noted it was a very good project. 2) Level Creek Park, Sugar Hill, GA GradyMinor contacted the Parks Director for Gwinnett County, Grant Guess. The reference contacted provided positive feedback on Astra’s work and noted it was a very project and that Astra has performed well for them. 3) Rabbit Hill Park, Dacula, GA GradyMinor contacted the Parks Director for Gwinnett County, Grant Guess. The reference contacted provided positive feedback on Astra’s work and noted it was an excellent project that still has a good public response. 4) Bell Memorial Park Expansion, Milton, GA GradyMinor contacted the Capital Improvement Manager for the City of Milton, Matt Fallstrom. The reference contacted provided a positive recommendation, noting excellent project management and supervision. 5) Proctor Creek Capacity Relief, Atlanta, GA GradyMinor contacted the watershed manager for the city of Atlanta. The reference contacted provided ambivalent feedback for the on-going project. Delays from unsuitable soils discovered during the site construction and rain have slowed the project. There was an 11.D.1 Packet Pg. 307 Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) Mr. James Flanagan Big Corkscrew Island Regional Park Award Recommendation September 9, 2019 Page 2 G:\Engineering\PROJ-ENG\C\CCU215\08CDocs\01Bidding-Addenda-COs-Corr\Recommendations for Reward Astra.docx unsatisfactory reference for managing subcontractors but an overall satisfactory reference provided. 6) Historic Fourth Ward Park, Atlanta, GA GradyMinor contacted the CEO of Atlanta Beltline, Inc., a quasi-governmental entity of the city of Atlanta. The reference contacted provided positive feedback for project and the firm. He has experience with the firm over the last four (4) years and indicated Astra has performed well. Astra submitted all the required bid forms and is the lowest responsive and responsible bidder. Based on the above information, GradyMinor recommends Astra Construction Services, LLC, (Astra) for the bid amount of $45,065,454.00. Please feel free to call me with any questions. Very truly yours, Michael J. Delate, P.E. Sr. Vice President 11.D.1 Packet Pg. 308 Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) Appendix H2 – Template - DELORA Vendor Reference Check Log VENDOR REFERENCE CHECK LOG Solicitation No.: 19-7615 Reference Check by: Michael Delate Solicitation Title: Big Corkscrew Island Regional Park Date: 9/9/19 Bidder’s Name: Astra Construction Services Phone: Design Entity: Q. Grady Minor and Associates, P.A. REFERENCED PROJECT: Project Name: Historic Fourth Ward Project Location: Atlanta, GA Project Description: New 2-ac detention park Completion Date: 3/11 Contract Value: $13.7M Project Owner/Title: Atlanta Beltline, Inc./CEO Owner’s Address: 100 Peachtree St. Phone: 404-447-3571 Owner’s Contact Person: Clyde Higgs E-Mail: 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, no changes 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 7. Additional comments: Very responsive company who has performed many projects for the Beltline 11.D.1 Packet Pg. 309 Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 11.D.1Packet Pg. 310Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 11.D.1Packet Pg. 311Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 11.D.1Packet Pg. 312Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 11.D.1Packet Pg. 313Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 11.D.1Packet Pg. 314Attachment: 19-7615 - DELORA (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) Project No:19-7615 ADDENDUM #1 Project Title: Construction of Big Corkscrew Island Regional Park - BID Bid Due Date:August 20, 2019 BID SCHEDULE BIDDER:Astra Construction Services, LLC NORTH CONTRACT CONSTRUCTION SITE SITEWORK & SITE UTILITIES - NORTH CONTRACT $11,207,382.00Mobilization/Demobilization $667,303.00Excavation, Fill and Grading $2,053,419.00Site Utilities $1,611,225.00Bituminous Paving $778,443.00Concrete Curbs, Sidewalks and Paving $571,927.00Landscaping$642,868.00Baseball/Softball Fields (2)$421,290.00Soccer/Multipurpose Field 1 - Base Bid $236,495.00Soccer/Multipurpose Field 2 - Base Bid $236,495.00Soccer/Multipurpose Field 3 - Base Bid $236,495.00Soccer/Multipurpose Field 4 - Base Bid $236,495.00Irrigation$312,364.00Site Furnishings $137,419.00Site Signage $163,991.00Lightning Warning System $131,871.00Site Electrical $659,353.00Site Lighting - Sports Field Lighting $1,318,705.00Site Lighting - Parking Lot Lighting $395,612.00Site Lighting - Roadway Lighting $197,806.00Site Lighting - Pathway Lighting $197,806.00 4 BUILDING 4 - NORTH CONCESSIONS $1,315,364.00DIVISION 01 - GENERAL CONDITIONS $94,679.00DIVISION 03 - CONCRETE $115,843.00DIVISION 04 - MASONRY $98,954.00DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $125,437.00DIVISION 07 - THERMAL AND MOISTURE PROTECTION $157,189.00DIVISION 08 - OPENINGS $108,456.00DIVISION 09 - FINISHES $100,490.00DIVISION 10 - SPECIALTIES $38,811.00DIVISION 12 - FURNISHINGS $61,039.00DIVISION 22 - PLUMBING $109,327.00DIVISION 23 - HVAC $93,709.00DIVISION 26 - ELECTRICAL $197,806.00DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187.00DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437.00 5 BULDING TYPE 5 - PICNIC PAVILIONS - NORTH CONTRACT $683,440.00Picnic Pavilion 501 $68,344.00Picnic Pavilion 502 $68,344.00Picnic Pavilion 503 $68,344.00Picnic Pavilion 504 $68,344.00Picnic Pavilion 505 $68,344.00Picnic Pavilion 510 $68,344.00Picnic Pavilion 511 $68,344.00Picnic Pavilion 512 $68,344.00Picnic Pavilion 513 $68,344.00Picnic Pavilion 514 $68,344.00 1 of 5 11.D.2 Packet Pg. 315 Attachment: Astra_Add1_Bid_Schedule_For_Upload (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 9 BASEBALL FIELD SHADE SAILS $148,402.00 $148,402.00 Shade Structure foundations, structure and fabric complete --BASEBALL FIELD STRUCTURES - NORTH CONTRACT $290,481.00 $290,481.00 Fences, backstops, batting cages & bullpens --MISC. PARK STRUCTURES- NORTH CONTRACT $760,141.00Dumpster/Material Bid - Baseball Field 1 $38,601.00 `Dumpster/Material Bid - Baseball Field 2 $37,936.00Misc. Other Structures $683,604.00 OWNER'S ALLOWANCE $1,200,000 NORTH CONTRACT SITE + BUILDINGS + OWNERS ALLOWANCE = TOTAL BASE BID:$15,605,210.00 ALTERNATE #1 - ARTIFICIAL TURF FIELD COMPLETE IN LIEU OF NATURAL SOD FIELD - COST PER FIELD 1 Alternate for Artificial Turf per Soccer/Multipurpose Field, including fill for grading, sub-base, finish base, drainage system, and artificial turf system complete in lieu of natural sod. Price per field $488,501.00 PER FIELD * County may elect to select the Alternate in lieu of one or more of the 4 identified Soccer/Multipurpose Field Base Bid locations. 2 of 5 11.D.2 Packet Pg. 316 Attachment: Astra_Add1_Bid_Schedule_For_Upload (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) SOUTH CONTRACT CONSTRUCTION SITE SITEWORK & SITE UTILITIES - SOUTH CONTRACT $10,175,347.00Mobilization/Demobilization $612,296.00Excavation, Fill and Grading $1,802,257.00Site Utilities $2,481,187.00Bituminous Paving $805,613.00Concrete Curbs, Sidewalks and Paving $320,159.00Water Feature $171,987.00Landscaping$820,776.00Irrigation$679,950.00Site Furnishings $273,136.00Site Signage $163,991.00Lightning Warning System $131,871.00Site Electrical $659,353.00Site Lighting - Sports Field Lighting $461,547.00Site Lighting - Parking Lot Lighting $395,612.00Site Lighting - Roadway Lighting $197,806.00Site Lighting - Pathway Lighting $197,806.00 1 BUILDING 1 - COMMUNITY CENTER $4,095,813.00DIVISION 01 - GENERAL CONDITIONS $41,636.00DIVISION 03 - CONCRETE $304,499.00DIVISION 04 - MASONRY $210,475.00DIVISION 05 - METALS $377,180.00DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $387,238.00DIVISION 07 - THERMAL AND MOISTURE PROTECTION $405,403.00DIVISION 08 - OPENINGS $319,258.00DIVISION 09 - FINISHES $694,146.00DIVISION 10 - SPECIALTIES $71,609.00DIVISION 12 - FURNISHINGS $174,009.00DIVISION 13 - SPECIAL CONSTRUCTION $0.00DIVISION 21 – FIRE SUPPRESSION $107,108.00DIVISION 22 - PLUMBING $163,991.00DIVISION 23 - HVAC $377,394.00DIVISION 25 - BUILDING AUTOMATION SYSTEM $39,445.00DIVISION 26 - ELECTRICAL $329,676.00DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $92,309.00DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437.00 2 BUILDING 2 - MAINTENANCE BUILDING $1,100,717.00DIVISION 01 - GENERAL CONDITIONS $41,636.00DIVISION 03 - CONCRETE $78,838.00DIVISION 04 - MASONRY $93,230.00DIVISION 05 - METALS $10,933.00DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $107,321.00DIVISION 07 - THERMAL AND MOISTURE PROTECTION $143,386.00DIVISION 08 - OPENINGS $178,826.00DIVISION 09 - FINISHES $117,523.00DIVISION 10 - SPECIALTIES $8,200.00DIVISION 12 - FURNISHINGS $61,039.00DIVISION 22 - PLUMBING $54,664.00DIVISION 23 - HVAC $92,594.00DIVISION 26 - ELECTRICAL $98,903.00DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187.00DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437.00 3 of 5 11.D.2 Packet Pg. 317 Attachment: Astra_Add1_Bid_Schedule_For_Upload (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 3 BUILDING 3 - SOUTH CONCESSIONS $935,260.00DIVISION 01 - GENERAL CONDITIONS $41,636.00DIVISION 03 - CONCRETE $32,973.00DIVISION 04 - MASONRY $89,837.00DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $102,210.00DIVISION 07 - THERMAL AND MOISTURE PROTECTION $123,307.00DIVISION 08 - OPENINGS $67,804.00DIVISION 09 - FINISHES $163,000.00DIVISION 10 - SPECIALTIES $11,479.00DIVISION 12 - FURNISHINGS $54,664.00DIVISION 22 - PLUMBING $54,664.00DIVISION 23 - HVAC $81,159.00DIVISION 26 - ELECTRICAL $98,903.00DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187.00DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437.00 5 BUILDING TYPE 5 - PICNIC PAVILIONS - SOUTH CONTRACT $288,016.00Picnic Pavilion 506 $72,004.00Picnic Pavilion 507 $72,004.00Picnic Pavilion 508 $72,004.00Picnic Pavilion 509 $72,004.00 6 BUILDING 6 - AQUATIC CENTER $1,980,927.00DIVISION 01 - GENERAL CONDITIONS $41,636.00DIVISION 03 - CONCRETE $112,394.00DIVISION 04 - MASONRY $161,767.00DIVISION 05 - METALS $5,466.00DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $158,928.00DIVISION 07 - THERMAL AND MOISTURE PROTECTION $46,028.00DIVISION 08 - OPENINGS $119,502.00DIVISION 09 - FINISHES $331,720.00DIVISION 10 - SPECIALTIES $54,664.00DIVISION 12 - FURNISHINGS $61,039.00DIVISION 21 – FIRE SUPPRESSION $0.00DIVISION 22 - PLUMBING $109,327.00DIVISION 23 - HVAC $128,404.00DIVISION 26 - ELECTRICAL $197,806.00DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187.00DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437.00DIVISION 32 - 32-1316, 32-3113, 32-3120 $438,622.00 7 BUILDING 7 - POOL EQUIPMENT BUILDING $1,021,483.00DIVISION 01 - GENERAL CONDITIONS $41,636.00DIVISION 03 - CONCRETE $43,372.00DIVISION 04 - MASONRY $43,692.00DIVISION 05 - METALS $5,466.00DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $84,184.00DIVISION 07 - THERMAL AND MOISTURE PROTECTION $90,798.00DIVISION 08 - OPENINGS $29,596.00DIVISION 09 - FINISHES $140,258.00DIVISION 10 - SPECIALTIES $11,479.00DIVISION 21 – FIRE SUPPRESSION $24,973.00DIVISION 22 - PLUMBING $54,664.00DIVISION 23 - HVAC $77,645.00DIVISION 26 - ELECTRICAL $98,903.00DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187.00DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437.00DIVISION 32 - EXT IMPROVEMENTS - 32-3113 & 32-3120 $261,193.00 4 of 5 11.D.2 Packet Pg. 318 Attachment: Astra_Add1_Bid_Schedule_For_Upload (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 8 BUILDING 8 - POOL PAVILION $181,163.00 $181,163.00 9 POOL SHADE SAILS $196,166.00 $196,166.00 Shade Structure foundations, structure and fabric complete --PLAYGROUND $1,156,994.00 $1,156,994.00 10, 11, 12, 13 POOL, POOL DECK AND POOL EQUIPMENT $4,861,151.00Lap Pool $1,202,120.00Family Pool $690,493.00Kiddie Pool $115,035.00Water Slide Feature $1,097,567.00Pool Piping and Equipment $1,341,495.00Pool Deck $414,441.00 --COURT STRUCTURES $429,021.00 Tennis Courts $139,898.00Pickleball Courts $181,083.00Basketball Courts $108,040.00 --MISC. PARK STRUCTURES- NORTH CONTRACT $161,184.00Dumpster/Material Bid - Maintenance Yard $39,921.00Misc. Other Structures $121,263.00 OWNER'S ALLOWANCE $2,500,000.00 SOUTH CONTRACT SITE + BUILDINGS + OWNERS ALLOWANCE = TOTAL BASE BID:$29,083,242.00 ALTERNATE #2 ALTERNATE TO PROVIDE CREDIT IF BOTH NORTH CONTRACT AND SOUTH CONTRACT ARE AWARDED THET THE SAME CONTRACTOR 2 Provide credit if both North Contract and South Contract are awarded to the same contractor (if applicable).DEDUCT:($600,000.00) (Note: Alternate 2 credit applies to the total of both the North Contract plus South Contract, if applicable) 5 of 5 11.D.2 Packet Pg. 319 Attachment: Astra_Add1_Bid_Schedule_For_Upload (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 09/20/2019 Sterling Seacrest Partners, Inc P O Box 724137 Atlanta GA 31139 Ashley Burke (678) 424-6500 (678) 424-6501 aburke@sspins.com Astra Group, Inc. & Astra Grading & Pipe, LLC Astra Construction Services, LLC 300 Churchill Ct. Woodstock GA 30188 National Union Fire Co / AIG 40258 The Continental Ins Co / CNA 35289 New Hampshire Ins Co / AIG 23841 Aspen American Ins Co 43460 19-20 COI A Y 9925688 09/01/2019 09/01/2020 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 Employee Benefits 1,000,000 A 4544853 09/01/2019 09/01/2020 1,000,000 B 607-254-7561 09/01/2019 09/01/2020 10,000,000 10,000,000 C 39326889 09/01/2019 09/01/2020 1,000,000 1,000,000 1,000,000 D Equipment Floater IMZ-436319 09/01/2019 09/01/2020 Leased/Rented $500,000 Scheduled Equipment On File Deductible $5,000 For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR Collier County are is included as an additional insured as respects to General Liability, when required by written contract. Umbrella follows form. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11.D.3 Packet Pg. 320 Attachment: 19-7615 Astra Construction_Insurance_9-26-19 (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 09/26/2019 Sterling Seacrest Partners, Inc P O Box 724137 Atlanta GA 31139 Ashley Burke (678) 424-6500 (678) 424-6501 aburke@sspins.com Astra Group, Inc. & Astra Grading & Pipe, LLC Astra Construction Services, LLC 300 Churchill Ct. Woodstock GA 30188 Environmental Underwriting Solutions 19/20 Prof/Poll A Professional Liability Pollution Liability 0310-8186 09/01/2019 09/01/2020 $2,000,000/occ $2,000,000/agg $10,000 Rentention RE: For any and all work performed on behalf of Collier County Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11.D.3 Packet Pg. 321 Attachment: 19-7615 Astra Construction_Insurance_9-26-19 (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Astra Construction Services LLC ("Contractor") of 300 Churchill Court, Woodstock, GA 30188, a Limited Liability Company, authorized to do business in the State of Florida, to perform all work ("Work") in connection Big Corkscrew Island Regional Park, Invitation to Bid No. 19-7615 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Q. Grady Minor & Associates, P.A., the Engineer and/or Architect of Record ("Design Professional') and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract'). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents, Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount'), in accordance with the terms of this Agreement: Forty -Five Million, Sixty -Five Thousand, Four Hundred Fifty -Four Dollars ($45,065,454.00) Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies circular. This circular may be accessed via the web at www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less 1 Construction Services Agreement: Revised 072118 C� than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within five hundred sixty-three (563) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within forty-five (45) calendar days after the date of Substantial Completion. Project is divided into two Contract completion schedules. The North Contract is based on three hundred eighty-one (381) days from the Commencement Date for Contractor to Substantially complete with an additional forty-five (45) days to final completion, for a total of four hundred twenty-six (426) calendar days. The South Contract is based on four hundred forty (440) days from the Commencement Date for Contractor to Substantially complete, with an additional forty- five (45) days to final completion, for a total of four hundred eighty-five (485) calendar days. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Thousand Dollars ($1,000) for each calendar day thereafter until Substantial Completion is achieved for the North Contract, and/or One Thousand Five Hundred ($1,500) for each calendar day thereafter until Substantial Completion is achieved for the South Contract. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of z Construction Services Agreement: Revised 072118 UXO Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days orworking days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation #19-7615 Big Corkscrew Island Regional Park. 3 Construction Services Agreement: Revised 072118 I1vD Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit B-1: Payment Bond Forms ❑ Not Applicable Exhibit B-2: Performance Bond Forms ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions ® Applicable ❑ Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation #19-7615 Big Corkscrew Island Regional Park. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsvnc.com/bidsync-cas/, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box ( ® ) expressly apply to the terms of this Agreement and are available through the County's on-line bidding. ®Exhibit J: Technical Specifications ®Exhibit K: Permits ❑Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by Q. Grady Minor & Associates, P.A. Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL c/o Facilities Management Division 3335 Tamiami Trail East, Suite 101 Naples, Florida 34112 Attn: James Morton, Senior Project Manager Phone: (239) 252-5488 Email: James. Morton(@colliercountyfl.gov B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Astra Construction Services, LLC 300 Churchill Court Woodstock, GA 30188 Attn: Andrew Lindsay, President Phone: (813) 275-8250 Email: Alindsay(@astragroupinc.com 4 Construction Services Agreement: Revised 072118 �CiE� C, Z=ither party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section S. PUBLIC ENTITY CRIMES, 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assiqns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11, Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement, Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. 5 Gonstructlorn Services Agreement: Revised 072118 Section 15. Chanae Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 6 Construction Services Agreement: Revised 072118 ,day IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: FIRST WIT a SECON�l+IlL7 ESS �QSE' vYlm rc/ Print Name Date: ATTEST: Crystal K. Kinzet, Clerk of Courts & Comptroller [•A Approved as to Form and Legality: Assistant County Attorney Print Name CONTRACTOR: Astra Construction Services, LLC Print Name and Title 46't.41Date OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA 8Y: William L. McDaniel Jr. Date Chairman 'S Canstructicn Services Agreement: Revised 072118 EXHIBIT A•1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) 8 Construction Services Agreement Revised 072119 C41 f) Project No: 19-7615 ADDENDUM #1 Project Title: Construction of Big Corkscrew Island Regional Park - BID Bid Due Date: August 20, 2019 BID SCHEDULE BIDDER: Astra Construction Services, LLC NORTH CONTRACT CONSTRUCTION SITE SITEWORK & SITE UTILITIES - NORTH CONTRACT $68,344.00 Mobilization/Demobilization $667,303.00 Excavation, Fill and Grading $2,053,419.00 Site Utilities $1,611,225.00 Bituminous Paving $778,443.00 Concrete Curbs, Sidewalks and Paving $571,927.00 Landscaping $642,868.00 Baseball/Softball Fields (2) $421,290.00 Soccer/Multipurpose Field 1 - Base Bid $236,495.00 Soccer/Multipurpose Field 2 - Base Bid $236,495.00 Soccer/Multipurpose Field 3 - Base Bid $236,495.00 Soccer/Multipurpose Field 4 - Base Bid $236,495.00 Irrigation $312,364.00 Site Furnishings $137,419.00 Site Signage $163,991.00 Lightning Warning System $131,871.00 Site Electrical $659,353.00 Site Lighting - Sports Field Lighting $1,318,705.00 Site Lighting - Parking Lot Lighting $395,612.00 Site Lighting - Roadway Lighting $197,806.00 Site Lighting - Pathway Lighting $197,806.00 BUILDING 4 - NORTH CONCESSIONS $68,344.00 DIVISION 01 - GENERAL CONDITIONS $94,679.00 DIVISION 03 - CONCRETE $115,843.00 DIVISION 04 - MASONRY $98,954.00 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $125,437.00 DIVISION 07 - THERMAL AND MOISTURE PROTECTION $157,189.00 DIVISION 08 - OPENINGS $108,456.00 DIVISION 09 - FINISHES $100,490.00 DIVISION 10 - SPECIALTIES $38,811.00 DIVISION 12 - FURNISHINGS $61,039.00 DIVISION 22 - PLUMBING $109,327.00 DIVISION 23 - HVAC $93,709.00 DIVISION 26 - ELECTRICAL $197,806.00 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187.00 DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437.00 BUILDING TYPE 5 - PICNIC PAVILIONS - NORTH CONTRACT Picnic Pavilion 501 $68,344.00 Picnic Pavilion 502 $68,344.00 Picnic Pavilion 503 $68,344.00 Picnic Pavilion 504 $68,344.00 Picnic Pavilion 505 $68,344.00 Picnic Pavilion 510 $68,344.00 Picnic Pavilion 511 $68,344.00 Picnic Pavilion 512 $68,344.00 Picnic Pavilion 513 $68,344.00 Picnic Pavilion 514 $68,344.00 $11,207,382.00 $1,315,364.00 $ 683,440.00 I of 5 �- 1f� 9 BASEBALL FIELD SHADE SAILS $148,402.00 $148,402.00 Shade Structure foundations, structure and fabric complete BASEBALL FIELD STRUCTURES - NORTH CONTRACT $290,481.00 $290,481.00 Fences, backstops, batting cages & bullpens MISC. PARK STRUCTURES- NORTH CONTRACT $760,141.00 Dumpster/Material Bid - Baseball Field 1 $38,601.00 Dumpster/Material Bid - Baseball Field 2 $37,936.00 Misc. Other Structures $683,604.00 OWNER'S ALLOWANCE $1,200,000 NORTH CONTRACT SITE + BUILDINGS + OWNERS ALLOWANCE= TOTAL BASE BID: $15,605,210.00 ALTERNATE #1- ARTIFICIAL TURF FIELD COMPLETE IN LIEU OF NATURAL SOD FIELD - COST PER FIELD Alternate for Artificial Turf per Soccer/Multipurpose Field, including fill I for grading, sub -base, finish base, drainage system, and artificial turf PER FIELD system complete in lieu of natural sod. Price per field $488,501.00 •County may elect to select the Alternate in lieu of one or more of the 4Identified Soccer/Multipurpose Field Bose Bid locations. 2of5 Big Corkscrew Island Regional Park (BCIRP) 80039 Project Project# Infrastructure Surtax Citizens Oversite Committee Project Checklist � Project(s) in line with F.S. 212.055 Expenditure related to infrastructure as follows: � Construction □Improvement of public facilities□Land acquisition � Land improvement � Design � Engineering costs � Professional & related costs to bring facility into service (CEI, Material Testing, Specialty Consultants) □EMS vehicles associated with 3 new substations □Court-related expenditures for the construction, lease or maintenance of the Court-related facilities including utilities and security infrastructure � Life expectancy of at least 5 years □Land Acquisition expenditure for Residential housing project where at least 30% of units are affordable to individuals whose total annual household income does not exceed 120% of area median income. � Project(s) in line with County Ordinance 2018-21 � Project(s) identified in Exhibit A within County Ordinance 2018-21 � Project(s) in line with Ballot Language within County Ordinance 2018-21 The Infrastructure Surtax Citizens Oversight Committee (ISCOC) validated that the Big Corkscrew Island Regional Park (BCIRP) project meets the necessary requir�m�ts a/eligible to use Surtax Funding on_A_pr_il ____ � 2019. -V Jv /�a,rman Exhibit A Reference Categor y: Facilities & Capital Replacements Sub-Cate gory: Big Corkscrew Island Regional Park Funding Requested : $40M -------------------- 11.D.5 Packet Pg. 322 Attachment: BCIRP SURTAX CHECKLIST - 80039 - 04_03_2019 Signed (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 11.D.6Packet Pg. 323Attachment: 19-7615 - NORA - Executed - corrected (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) Project No:19-7615 Project Title: Construction of Big Corkscrew Island Regional Park - BID Bid Due Date:August 27, 2019 @ 3:00 pm BID TABULATION BIDDER:Astra Construction Services, LLC Cleveland Construction Inc Burke Construction Group, Inc DEC Contracting O-A-K Florida dba Owen-Ames-Kimball Company BUILD LLC COMPASS CONSTRUCTION ENGINEER'S ESTIMATE NORTH CONTRACT CONSTRUCTION NO BID NO BID SITE SITEWORK & SITE UTILITIES - NORTH CONTRACT $11,207,382.00 $8,932,282.00 $8,682,088.54 $0.00 $13,208,918.00 $0.00 $0.00 $5,436,466 Mobilization/Demobilization $667,303 $96,680.00 $23,472.93 $0.00 $3,499,564.00 $0.00 $0.00 $28,750 Excavation, Fill and Grading $2,053,419 $1,912,808.00 $2,100,627.09 $0.00 $1,976,783.00 $0.00 $0.00 $117,679 Site Utilities $1,611,225 $1,219,274.00 $1,414,625.16 $0.00 $1,499,781.00 $0.00 $0.00 $983,542 Bituminous Paving $778,443 $711,745.00 $1,375,566.80 $0.00 $1,136,957.00 $0.00 $0.00 $503,888 Concrete Curbs, Sidewalks and Paving $571,927 $490,283.00 inclw/paving $0.00 $284,500.00 $0.00 $0.00 $624,731 Landscaping $642,868 $401,859.00 $407,451.78 $0.00 $733,559.00 $0.00 $0.00 $128,113 Baseball/Softball Fields (2)$421,290 $377,640.00 $410,378.00 $0.00 $380,000.00 $0.00 $0.00 $195,500 Soccer/Multipurpose Field 1 - Base Bid $236,495 $265,987.00 $205,188.50 $0.00 $192,000.00 $0.00 $0.00 $86,250 Soccer/Multipurpose Field 2 - Base Bid $236,495 $265,987.00 $205,188.50 $0.00 $192,000.00 $0.00 $0.00 $86,250 Soccer/Multipurpose Field 3 - Base Bid $236,495 $265,987.00 $205,188.50 $0.00 $192,000.00 $0.00 $0.00 $86,250 Soccer/Multipurpose Field 4 - Base Bid $236,495 $265,987.00 $205,188.50 $0.00 $192,000.00 $0.00 $0.00 $86,250 Irrigation $312,364 $586,085.00 $36,800.00 $0.00 $620,000.00 $0.00 $0.00 $1,110,837 Site Furnishings $137,419 $271,148.00 $312,243.84 $0.00 $280,485.00 $0.00 $0.00 $67,600 Site Signage $163,991 $12,600.00 $322,081.47 $0.00 $43,425.00 $0.00 $0.00 $37,200 Lightning Warning System $131,871 $35,995.00 $45,000.00 $0.00 $40,000.00 $0.00 $0.00 $71,875 Site Electrical $659,353 $239,057.00 $35,000.00 $0.00 $470,864.00 $0.00 $0.00 $906,741 Site Lighting - Sports Field Lighting $1,318,705 $1,355,495.00 $382,252.47 $0.00 $1,250,000.00 $0.00 $0.00 $172,986 Site Lighting - Parking Lot Lighting $395,612 $64,745.00 $839,713.00 $0.00 $75,000.00 $0.00 $0.00 $54,625 Site Lighting - Roadway Lighting $197,806 $92,920.00 $72,485.00 $0.00 $75,000.00 $0.00 $0.00 $69,575 Site Lighting - Pathway Lighting $197,806 $0.00 $83,637.00 $0.00 $75,000.00 $0.00 $0.00 $17,824 4 BUILDING 4 - NORTH CONCESSIONS $1,315,364.00 $3,405,353.31 $1,321,499.58 $0.00 $2,046,852.00 $0.00 $0.00 $2,442,365 DIVISION 01 - GENERAL CONDITIONS $94,679 $2,254,050.81 Incl w/Div $0.00 $420,164.00 $0.00 $0.00 $421,667 DIVISION 03 - CONCRETE $115,843 $131,576.50 $233,891.00 $0.00 $81,500.00 $0.00 $0.00 $98,683 DIVISION 04 - MASONRY $98,954 $109,900.00 $86,374.00 $0.00 $81,500.00 $0.00 $0.00 $139,598 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $125,437 $124,166.00 $106,495.00 $0.00 $142,797.00 $0.00 $0.00 $260,483 DIVISION 07 - THERMAL AND MOISTURE PROTECTION $157,189 $127,537.00 $146,249.00 $0.00 $135,264.00 $0.00 $0.00 $213,394 DIVISION 08 - OPENINGS $108,456 $84,653.00 $102,876.54 $0.00 $138,204.00 $0.00 $0.00 $40,067 DIVISION 09 - FINISHES $100,490 $190,534.00 $203,401.21 $0.00 $269,100.00 $0.00 $0.00 $298,919 DIVISION 10 - SPECIALTIES $38,811 $36,180.00 $35,137.19 $0.00 $49,250.00 $0.00 $0.00 $1,622 DIVISION 12 - FURNISHINGS $61,039 $350.00 $17,573.75 $0.00 $6,271.00 $0.00 $0.00 $0 DIVISION 22 - PLUMBING $109,327 $105,000.00 $136,327.89 $0.00 $150,000.00 $0.00 $0.00 $177,105 DIVISION 23 - HVAC $93,709 $70,000.00 $72,485.18 $0.00 $84,000.00 $0.00 $0.00 $284,256 DIVISION 26 - ELECTRICAL $197,806 $160,230.00 $180,688.82 $0.00 $464,495.00 $0.00 $0.00 $445,071 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187 $11,176.00 Incl $0.00 $23,807.00 $0.00 $0.00 $0 DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437 $0.00 Incl W/ Site Work $0.00 $500.00 $0.00 $0.00 $21,362 $40,138 fire protection (not req'd bld 4?) 5 BULDING TYPE 5 - PICNIC PAVILIONS - NORTH CONTRACT $683,440.00 $1,209,922.00 $2,172,507.75 $0.00 $1,038,240.00 $0.00 $0.00 $895,460 Picnic Pavilion 501 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 502 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 503 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 504 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 505 $68,344 $120,992.20 Incl w/South $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 510 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 511 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 512 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 513 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 514 $68,344 $120,992.20 $241,389.75 $0.00 $103,824.00 $0.00 $0.00 $89,546 9 BASEBALL FIELD SHADE SAILS $148,402 $148,402.00 $233,430.00 $233,430.00 $147,958.00 $147,958.00 $0.00 $0.00 $257,795.00 $257,795.00 $0.00 $0.00 $0.00 $0.00 $0 $0 fix on totals of bids Shade Structure foundations, structure and fabric complete estimate excluded? --BASEBALL FIELD STRUCTURES - NORTH CONTRACT $290,481 $290,481.00 $266,455.00 $266,455.00 $709,752.35 $709,752.35 $0.00 $0.00 $515,000.00 $515,000.00 $0.00 $0.00 $0.00 $0.00 $1,818,642 $1,818,642 Fences, backstops, batting cages & bullpens --MISC. PARK STRUCTURES- NORTH CONTRACT $760,141.00 $257,642.00 $419,893.29 $0.00 $119,309.00 $0.00 $0.00 $19,934 Dumpster/Material Bid - Baseball Field 1 $38,601 $95,959.00 $33,979.00 $0.00 $50,569.00 $0.00 $0.00 $9,967 `Dumpster/Material Bid - Baseball Field 2 $37,936 $115,277.00 $67,957.00 $0.00 $58,740.00 $0.00 $0.00 $9,967 Misc. Other Structures $683,604 $46,406.00 $317,957.29 $0.00 $10,000.00 $0.00 $0.00 $0 OWNER'S ALLOWANCE $1,200,000.00 $1,200,000.00 $1,200,000.00 $1,200,000.00 $0.00 $0.00 $1,200,000 NORTH CONTRACT SITE + BUILDINGS + OWNERS ALLOWANCE = TOTAL BASE BID:$15,605,210.00 $15,505,084.31 $14,653,699.51 $0.00 $18,386,114.00 $0.00 $0.00 $11,812,867 ALTERNATE #1 - ARTIFICIAL TURF FIELD COMPLETE IN LIEU OF NATURAL SOD FIELD - COST PER FIELD 1 Alternate for Artificial Turf per Soccer/Multipurpose Field, including fill for grading, sub-base, finish base, drainage system, and artificial turf system complete in lieu of natural sod. Price per field $488,501 PER FIELD $663,000.00 PER FIELD $830,167.15 PER FIELD $0.00 PER FIELD $899,433.00 PER FIELD NO BID PER FIELD NO BID PER FIELD $1,371,518 PER FIELD 2 fields? * County may elect to select the Alternate in lieu of one or more of the 4 identified Soccer/Multipurpose Field Base Bid locations. 1 of 4 11.D.7 Packet Pg. 324 Attachment: 19-7615 - Bid Tabulation 2 - R1 (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) SOUTH CONTRACT CONSTRUCTION NO BID NO BID SITE SITEWORK & SITE UTILITIES - SOUTH CONTRACT $10,175,347.00 $7,451,310.00 $11,075,602.14 $9,259,835.00 $15,230,396.47 $0.00 $0.00 $5,835,118 Mobilization/Demobilization $612,296 $97,360.00 $23,473.00 $51,963.00 $6,076,161.00 $0.00 $0.00 $28,750 Excavation, Fill and Grading $1,802,257 $1,673,708.00 $2,391,169.00 $1,712,435.00 $1,770,740.00 $0.00 $0.00 $218,546 Site Utilities $2,481,187 $1,574,358.00 $1,851,814.00 $2,497,213.00 $2,346,909.00 $0.00 $0.00 $1,106,484 Bituminous Paving $805,613 $1,395,379.00 $3,842,882.00 $661,440.00 $1,348,019.00 $0.00 $0.00 $503,888 Concrete Curbs, Sidewalks and Paving $320,159 $79,794.00 $262,000.00 $672,986.00 $338,200.00 $0.00 $0.00 $624,731 Water Feature $171,987 $148,616.00 $44,500.00 $70,872.00 $127,900.00 $0.00 $0.00 $417,450 Landscaping $820,776 $857,219.00 $846,248.00 $871,757.00 $1,050,860.00 $0.00 $0.00 $384,339 Irrigation $679,950 $300,000.00 $689,724.00 $469,355.00 $441,500.00 $0.00 $0.00 $1,110,837 Site Furnishings $273,136 $206,731.00 $190,408.67 $677,748.00 $159,991.00 $0.00 $0.00 $125,543 Site Signage $163,991 $128,481.00 $35,368.00 $410,623.00 $146,575.00 $0.00 $0.00 $111,599 Lightning Warning System $131,871 $35,995.00 $36,000.00 $38,704.00 $40,000.00 $0.00 $0.00 $71,875 Site Electrical $659,353 $184,657.00 $241,988.97 $297,844.00 $613,540.00 $0.00 $0.00 $816,066 Site Lighting - Sports Field Lighting $461,547 $580,612.00 $414,838.00 $624,314.00 $545,000.00 $0.00 $0.00 $172,986 Site Lighting - Parking Lot Lighting $395,612 $79,200.00 $83,637.00 $85,161.00 $75,000.49 $0.00 $0.00 $54,625 Site Lighting - Roadway Lighting $197,806 $69,600.00 $78,060.50 $74,839.00 $75,000.49 $0.00 $0.00 $69,575 Site Lighting - Pathway Lighting $197,806 $39,600.00 $43,491.00 $42,581.00 $75,000.49 $0.00 $0.00 $17,824 1 BUILDING 1 - COMMUNITY CENTER $4,095,813.00 $5,140,216.00 $5,025,107.25 $5,362,883.96 $5,188,951.00 $0.00 $0.00 $2,442,365 DIVISION 01 - GENERAL CONDITIONS $41,636 $766,776.00 Incl w/Div $180,897.00 $189,118.00 $0.00 $0.00 $421,667 DIVISION 03 - CONCRETE $304,499 $334,366.00 $516,748.00 $676,283.00 $226,410.00 $0.00 $0.00 $98,683 DIVISION 04 - MASONRY $210,475 $287,550.00 $228,328.00 $225,428.00 $226,410.00 $0.00 $0.00 $139,598 DIVISION 05 - METALS $377,180 $668,299.00 $739,979.00 $396,449.00 $668,855.00 $0.00 $0.00 $0 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $387,238 $450,191.00 $246,104.00 $453,953.00 $412,136.00 $0.00 $0.00 $260,483 DIVISION 07 - THERMAL AND MOISTURE PROTECTION $405,403 $332,883.00 $309,658.00 $402,064.00 $391,917.00 $0.00 $0.00 $213,394 DIVISION 08 - OPENINGS $319,258 $521,442.00 $451,181.00 $562,703.00 $618,441.00 $0.00 $0.00 $40,067 DIVISION 09 - FINISHES $694,146 $594,024.00 $659,322.00 $1,126,874.00 $792,296.00 $0.00 $0.00 $298,919 DIVISION 10 - SPECIALTIES $71,609 $118,953.00 $148,536.00 $142,536.00 $111,140.00 $0.00 $0.00 $1,622 DIVISION 12 - FURNISHINGS $174,009 $6,659.00 $133,511.00 $5.49 $26,939.00 $0.00 $0.00 $0 DIVISION 13 - SPECIAL CONSTRUCTION $0 $0.00 $0.00 $5.49 $0.00 $0.00 $0.00 $0 DIVISION 21 – FIRE SUPPRESSION $107,108 $104,370.00 $116,389.00 $102,660.00 $96,916.00 $0.00 $0.00 $40,138 DIVISION 22 - PLUMBING $163,991 $226,410.00 $635,639.00 $265,957.00 $183,000.00 $0.00 $0.00 $177,105 DIVISION 23 - HVAC $377,394 $339,615.00 $345,699.00 $281,915.00 $339,441.00 $0.00 $0.00 $284,256 DIVISION 25 - BUILDING AUTOMATION SYSTEM $39,445 $0.00 $0.00 $127,672.00 $35,548.00 $0.00 $0.00 $0 DIVISION 26 - ELECTRICAL $329,676 $343,044.00 $494,013.25 $364,940.00 $789,303.00 $0.00 $0.00 $445,071 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $92,309 $10,644.00 Inc w/Electrical $51,253.49 $74,781.00 $0.00 $0.00 $0 DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437 $34,990.00 Inc w/Site Work $1,288.49 $6,300.00 $0.00 $0.00 $21,362 2 BUILDING 2 - MAINTENANCE BUILDING $1,100,717.00 $1,852,116.00 $1,175,763.66 $1,484,201.00 $1,429,405.00 $0.00 $0.00 $2,695,660 DIVISION 01 - GENERAL CONDITIONS $41,636 $766,776.00 Inc w/Div $175,844.00 $189,118.00 $0.00 $0.00 $421,667 DIVISION 03 - CONCRETE $78,838 $122,408.00 $199,402.00 $226,980.00 $75,990.00 $0.00 $0.00 $147,848 DIVISION 04 - MASONRY $93,230 $88,760.00 $62,829.00 $75,660.00 $75,990.00 $0.00 $0.00 $130,679 DIVISION 05 - METALS $10,933 $13,200.00 $25,593.00 $12,213.00 $18,000.00 $0.00 $0.00 $25,529 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $107,321 $114,990.00 $78,028.00 $136,457.00 $116,079.00 $0.00 $0.00 $449,695 DIVISION 07 - THERMAL AND MOISTURE PROTECTION $143,386 $118,292.00 $102,343.00 $132,715.00 $117,040.00 $0.00 $0.00 $239,524 DIVISION 08 - OPENINGS $178,826 $201,907.00 $137,230.00 $158,709.00 $180,231.00 $0.00 $0.00 $148,664 DIVISION 09 - FINISHES $117,523 $121,633.00 $141,890.00 $146,395.00 $193,762.00 $0.00 $0.00 $120,455 DIVISION 10 - SPECIALTIES $8,200 $8,388.00 $6,412.00 $2,207.00 $19,445.00 $0.00 $0.00 $10,020 DIVISION 12 - FURNISHINGS $61,039 $5,071.00 $16,727.00 $5.00 $2,197.00 $0.00 $0.00 $63,426 incl Div 11/21 DIVISION 22 - PLUMBING $54,664 $100,000.00 $127,078.00 $159,574.00 $134,000.00 $0.00 $0.00 $377,103 DIVISION 23 - HVAC $92,594 $75,000.00 $150,546.33 $117,021.00 $83,000.00 $0.00 $0.00 $248,591 DIVISION 26 - ELECTRICAL $98,903 $114,545.00 $127,685.33 $129,351.00 $197,750.00 $0.00 $0.00 $279,075 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187 $1,146.00 Inc w/Electrical $10,638.00 $21,303.00 $0.00 $0.00 $0 DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437 $0.00 Inc w/Site Work $432.00 $5,500.00 $0.00 $0.00 $33,384 3 BUILDING 3 - SOUTH CONCESSIONS $935,260.00 $1,728,036.00 $1,054,047.66 $1,546,824.00 $1,424,055.00 $0.00 $0.00 $2,017,533 DIVISION 01 - GENERAL CONDITIONS $41,636 $766,776.00 Inc w/Div $159,887.00 $189,118.00 $0.00 $0.00 $421,667 DIVISION 03 - CONCRETE $32,973 $100,136.00 $192,621.00 $186,985.00 $62,600.00 $0.00 $0.00 $123,391 DIVISION 04 - MASONRY $89,837 $84,730.00 $73,372.00 $62,328.00 $62,600.00 $0.00 $0.00 $73,985 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $102,210 $103,041.00 $87,976.00 $130,631.00 $121,464.00 $0.00 $0.00 $156,506 DIVISION 07 - THERMAL AND MOISTURE PROTECTION $123,307 $96,071.00 $89,375.00 $113,161.00 $102,338.00 $0.00 $0.00 $113,637 DIVISION 08 - OPENINGS $67,804 $72,286.00 $87,155.00 $90,837.00 $119,499.00 $0.00 $0.00 $40,067 DIVISION 09 - FINISHES $163,000 $175,480.00 $118,136.00 $267,200.00 $234,529.00 $0.00 $0.00 $157,899 DIVISION 10 - SPECIALTIES $11,479 $32,219.00 $37,791.00 $31,670.00 $48,725.00 $0.00 $0.00 $31,928 DIVISION 12 - FURNISHINGS $54,664 $1,200.00 $17,574.00 $5.00 $5,000.00 $0.00 $0.00 $0 DIVISION 22 - PLUMBING $54,664 $74,000.00 $104,713.00 $279,702.00 $150,000.00 $0.00 $0.00 $177,105 DIVISION 23 - HVAC $81,159 $55,500.00 $72,485.33 $69,149.00 $72,750.00 $0.00 $0.00 $255,667 DIVISION 26 - ELECTRICAL $98,903 $155,130.00 $172,849.33 $123,654.00 $232,064.00 $0.00 $0.00 $444,319 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187 $11,467.00 Inc w/Electrical $31,260.00 $22,868.00 $0.00 $0.00 $0 DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437 $0.00 Inc w/Site Work $355.00 $500.00 $0.00 $0.00 $21,362 5 BUILDING TYPE 5 - PICNIC PAVILIONS - SOUTH CONTRACT $288,016.00 $482,340.00 $1,008,178.00 $530,956.00 $415,296.00 $0.00 $0.00 $358,184 Picnic Pavilion 506 $72,004 $120,585.00 $403,270.75 $132,739.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 507 $72,004 $120,585.00 $201,635.75 $132,739.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 508 $72,004 $120,585.00 $201,635.75 $132,739.00 $103,824.00 $0.00 $0.00 $89,546 Picnic Pavilion 509 $72,004 $120,585.00 $201,635.75 $132,739.00 $103,824.00 $0.00 $0.00 $89,546 6 BUILDING 6 - AQUATIC CENTER $1,980,927.00 $2,642,214.00 $1,660,214.00 $2,318,743.00 $2,203,073.00 $0.00 $0.00 $4,006,704 DIVISION 01 - GENERAL CONDITIONS $41,636 $766,776.00 Inc w/Div $159,887.00 $189,118.00 $0.00 $0.00 $421,667 DIVISION 03 - CONCRETE $112,394 $141,450.00 $300,200.00 $259,449.00 $86,860.00 $0.00 $0.00 $171,789 DIVISION 04 - MASONRY $161,767 $119,540.00 $125,879.00 $86,483.00 $86,860.00 $0.00 $0.00 $15,072 DIVISION 05 - METALS $5,466 $8,525.00 $33,890.00 $7,781.00 $8,780.00 $0.00 $0.00 $95,812 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $158,928 $190,124.00 $116,983.00 $201,167.00 $174,479.00 $0.00 $0.00 $394,553 DIVISION 07 - THERMAL AND MOISTURE PROTECTION $46,028 $142,664.00 $128,709.00 $169,401.00 $150,416.00 $0.00 $0.00 $239,524 DIVISION 08 - OPENINGS $119,502 $347,910.00 $207,884.00 $318,513.00 $249,185.00 $0.00 $0.00 $105,859 DIVISION 09 - FINISHES $331,720 $334,606.00 $247,597.00 $395,698.00 $483,161.00 $0.00 $0.00 $702,517 DIVISION 10 - SPECIALTIES $54,664 $78,831.00 $83,157.00 $70,927.00 $100,826.00 $0.00 $0.00 $146,565 incl Div 11 DIVISION 12 - FURNISHINGS $61,039 $1,500.00 $46,474.00 $5.00 $3,468.00 $0.00 $0.00 $3,159 DIVISION 21 – FIRE SUPPRESSION $0 $0.00 $0.00 $5.00 $0.00 $0.00 $0.00 $56,122 DIVISION 22 - PLUMBING $109,327 $175,000.00 $145,294.00 $319,149.00 $168,000.00 $0.00 $0.00 $530,058 DIVISION 23 - HVAC $128,404 $150,000.00 $33,455.00 $90,426.00 $132,304.00 $0.00 $0.00 $783,644 DIVISION 26 - ELECTRICAL $197,806 $171,398.00 $190,692.00 $171,700.00 $318,636.00 $0.00 $0.00 $300,698 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187 $13,890.00 Inc w/Electrical $49,041.00 $45,480.00 $0.00 $0.00 $0 DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437 $0.00 Inc w/Site Work $494.00 $3,000.00 $0.00 $0.00 $39,665 DIVISION 32 - 32-1316, 32-3113, 32-3120 $438,622 $0.00 Inc w/Site Work $18,617.00 $2,500.00 $0.00 $0.00 $0 2 of 4 11.D.7 Packet Pg. 325 Attachment: 19-7615 - Bid Tabulation 2 - R1 (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) 7 BUILDING 7 - POOL EQUIPMENT BUILDING $1,021,483.00 $1,661,193.00 $838,739.49 $1,044,041.00 $1,305,120.66 $0.00 $0.00 $2,063,126 DIVISION 01 - GENERAL CONDITIONS $41,636 $766,776.00 Inc w/Div $159,887.00 $189,118.00 $0.00 $0.00 $421,667 DIVISION 03 - CONCRETE $43,372 $87,186.00 $135,979.00 $140,536.00 $47,050.00 $0.00 $0.00 $88,295 DIVISION 04 - MASONRY $43,692 $66,680.00 $37,396.00 $46,845.00 $47,050.00 $0.00 $0.00 $133,479 DIVISION 05 - METALS $5,466 $7,397.00 $37,860.00 $13,885.00 $17,520.00 $0.00 $0.00 $37,266 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES $84,184 $77,002.00 $56,962.00 $79,644.00 $72,689.00 $0.00 $0.00 $178,687 DIVISION 07 - THERMAL AND MOISTURE PROTECTION $90,798 $89,912.00 $83,291.00 $80,830.00 $92,263.00 $0.00 $0.00 $109,871 DIVISION 08 - OPENINGS $29,596 $76,507.00 $62,867.00 $98,463.00 $83,001.00 $0.00 $0.00 $84,776 DIVISION 09 - FINISHES $140,258 $131,933.00 $48,109.00 $68,337.00 $160,641.00 $0.00 $0.00 $168,211 DIVISION 10 - SPECIALTIES $11,479 $6,045.00 $5,347.00 $303.00 $30,000.00 $0.00 $0.00 $8,673 DIVISION 21 – FIRE SUPPRESSION $24,973 $37,000.00 $41,261.00 $23,936.00 $14,975.00 $0.00 $0.00 $25,732 DIVISION 22 - PLUMBING $54,664 $76,000.00 $131,170.00 $42,872.00 $24,000.00 $0.00 $0.00 $165,869 DIVISION 23 - HVAC $77,645 $76,000.00 $26,764.00 $31,915.00 $91,081.00 $0.00 $0.00 $315,705 DIVISION 26 - ELECTRICAL $98,903 $154,149.00 $171,733.49 $154,872.00 $379,912.00 $0.00 $0.00 $302,341 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY $13,187 $8,606.00 Inc w/Electrical $48,259.00 $27,395.00 $0.00 $0.00 $0 DIVISION 31 - EARTHWORK 31-2030 & 31-2040 $437 $0.00 Inc w/Site Work $266.00 $5,300.33 $0.00 $0.00 $22,554 DIVISION 32 - EXT IMPROVEMENTS - 32-3113 & 32-3120 $261,193 $0.00 Inc w/Site Work $53,191.00 $23,125.33 $0.00 $0.00 $0 8 BUILDING 8 - POOL PAVILION $181,163 $181,163.00 $111,117.00 $111,117.00 $92,617.00 $92,617.00 $126,227.00 $126,227.00 $116,138.00 $116,138.00 $0.00 $0.00 $0.00 $0.00 $1,589,731 $1,589,731 9 POOL SHADE SAILS $196,166 $196,166.00 $248,415.00 $248,415.00 $130,784.00 $130,784.00 $212,057.00 $212,057.00 $128,395.00 $128,395.00 $0.00 $0.00 $0.00 $0.00 $11,632 $11,632 Shade Structure foundations, structure and fabric complete --PLAYGROUND $1,156,994 $1,156,994.00 $1,018,000.00 $1,018,000.00 $1,142,819.00 $1,142,819.00 $1,082,979.00 $1,082,979.00 $1,028,000.00 $1,028,000.00 $0.00 $0.00 $0.00 $0.00 $1,322,500 $1,322,500 10, 11, 12, 13 POOL, POOL DECK AND POOL EQUIPMENT $4,861,151.00 $4,656,955.00 $5,490,127.00 $5,059,482.00 $5,014,168.00 $0.00 $0.00 $2,914,030 Lap Pool $1,202,120 $1,729,800.00 $1,928,998.00 $1,850,383.00 $1,769,360.00 $0.00 $0.00 $928,982 Family Pool $690,493 $811,975.00 $730,606.00 $574,594.00 $570,118.00 $0.00 $0.00 $581,486 Kiddie Pool $115,035 $139,720.00 $124,596.00 $216,571.00 $233,577.00 $0.00 $0.00 $59,310 Water Slide Feature $1,097,567 $871,240.00 $971,569.00 $648,472.00 $645,064.00 $0.00 $0.00 $59,310 Pool Piping and Equipment $1,341,495 $1,104,220.00 $1,231,378.00 $1,567,430.00 $1,473,384.00 $0.00 $0.00 $458,850 Pool Deck $414,441 $0.00 $502,980.00 $202,032.00 $322,665.00 $0.00 $0.00 $826,092 --COURT STRUCTURES $429,021.00 $345,000.00 $304,931.42 $413,329.00 $245,008.00 $0.00 $0.00 $407,330 Tennis Courts $139,898 $103,200.00 $113,263.89 $134,468.00 $88,933.00 $0.00 $0.00 $132,250 Pickleball Courts $181,083 $159,600.00 $118,585.75 $173,170.00 $107,040.00 $0.00 $0.00 $142,830 Basketball Courts $108,040 $82,200.00 $73,081.78 $105,691.00 $49,035.00 $0.00 $0.00 $132,250 --MISC. PARK STRUCTURES- NORTH CONTRACT $161,184.00 $607,044.00 $622,385.00 $83,654.00 $160,436.00 $0.00 $0.00 $19,550 Dumpster/Material Bid - Maintenance Yard $39,921 $569,599.00 $387,385.00 $83,649.00 $82,736.00 $0.00 $0.00 $9,775 Misc. Other Structures $121,263 $37,445.00 $235,000.00 $5.00 $77,700.00 $0.00 $0.00 $9,775 OWNER'S ALLOWANCE $2,500,000.00 $2,500,000.00 $2,500,000.00 $2,500,000.00 $2,500,000.00 $0.00 $0.00 $2,500,000 $1.00 SOUTH CONTRACT SITE + BUILDINGS + OWNERS ALLOWANCE = TOTAL BASE BID:$29,083,242.00 $30,443,956.00 $32,121,315.62 $31,025,211.96 $36,388,442.13 $0.00 $0.00 $28,183,463 ALTERNATE #2 ALTERNATE TO PROVIDE CREDIT IF BOTH NORTH CONTRACT AND SOUTH CONTRACT ARE AWARDED THET THE SAME CONTRACTOR 2 Provide credit if both North Contract and South Contract are awarded to the same contractor (if applicable).DEDUCT:($600,000.00)DEDUCT:($612,000.00)DEDUCT:($750,000.00)DEDUCT:N/A DEDUCT:($47,000.00)DEDUCT:NO BID DEDUCT:NO BID DEDUCT:$0 (Note: Alternate 2 credit applies to the total of both the North Contract plus South Contract, if applicable) 3 of 4 11.D.7 Packet Pg. 326 Attachment: 19-7615 - Bid Tabulation 2 - R1 (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) BID ANALYSIS NORTH CONTRACT - BASE BID $15,605,210.00 $15,505,084.31 $14,653,699.51 $0.00 $18,386,114.00 ALTERNATE - PRICE PER FIELD - ADD ONE FIELD $488,501.00 $663,000.00 $830,167.15 N/A $899,433.00 ALTERNATE - PRICE PER FIELD - ADD SECOND FIELD $488,501.00 $663,000.00 $830,167.15 N/A $899,433.00 NORTH CONTRACT - BASE BID PLUS ATERNATE #1 - 2 Fields $16,582,212.00 $16,831,084.31 $16,314,033.81 $0.00 $20,184,980.00 SOUTH CONTRACT - BASE BID $29,083,242.00 $30,443,956.00 $32,121,315.62 $31,025,211.96 $36,388,442.13 COMBINED NORTH CONTRACT AND SOUTH CONTRACT NORTH CONTRACT + SOUTH CONTRACT : BASE BID $44,688,452 $44,688,452.00 $45,949,040.31 $45,949,040.31 $46,775,015.13 $46,775,015.13 N/A N/A $54,774,556.13 ($600,000.00)($612,000.00)($750,000.00)($47,000.00) NORTH CONTRACT + SOUTH CONTRACT : BASE BID + DEDUCT FOR AWARD TO SAME GC $44,088,452.00 $45,337,040.31 $46,025,015.13 $54,727,556.13 NORTH CONTRACT + SOUTH CONTRACT : BASE BID + ALTERNATE 1 + DEDUCT FOR AWARD TO SAME GC $45,065,454.00 $46,663,040.31 $47,685,349.43 $56,526,422.13 $0 LOW SEPARATE CONTRACT $14,653,700 NORTH CONTRACT - BEST $14,653,699.51 $29,083,242 SOUTH CONTRACT BEST $29,083,242.00 $43,736,942 $16,314,034 NORTH CONTRACT - BEST - BASE + ALTERNATE #1 (2 Fields)$16,314,033.81 $29,083,242 SOUTH CONTRACT BEST $29,083,242.00 $45,397,276 BID FORMS Completed Bid Schedule Y Y Completed Bid Forms: Bid Response Form (Form 1)Y Y Y Y Y Exhibit N - Contractors Key Personnel Assigned to the Project - (Form 2)Y Y Y Y Y Material Manufacturers (Form 3)Y Y Y Y Y List of Major Subcontractors (Form 4)Y Y Y Y Y Statement of Experience of Bidder (Form 5)Y Parks - $10-$23 MM Y Malls and Anchors Y Parks 600K - $8MM Y Y Trench Safety Act Acknowledgement (Form 6)Y Y Y Y Y Bid Bond (Form 7)Y Y Y fixed sum of $1,000.00 LD Y Y Insurance and Bonding Requirements (Form 8)Y Y Y y Y Conflict of Interest Affidavit (Form 9)Y Y Y Y Y Vendor Declaration Statement (Form 10)Y Y Y Y Y Immigration Affidavit Certification (Form 11)Y Y Y Y Y Vendor Substitute W-9 (Form 12)Y Y Y Y Y Bidders Checklist (Form 13)Y Y Y Y Y Copies of required information attached Company's E-Verify Profile Page or MOU N Y N Y Y Copy of Active Registration with Current FL Divisions of Corporations Y Y Y Y Y Copy of Active General Contractors License with Depart. of Business & Professional RegulationY Y Y Y Y Copy of Local Business Tax Receipt (Collier County)n/a Y n/a n/a Y Acknowledgement - Receipt of Addendum Addendum #1 Y N Y Y y Addendum #2 Y N Y Y Y Addendum #3 Y N Y Y Y Addendum #4 Y N Y Y Y Addendum #5 Y N Y Y Y FORM 3 - MATERIAL MANUFACTURERS - EXCEPTIONS TO SPECIFICATIONS Exception 1 Stainless Steel Truss Brackets Q-LED System - Qualite Sports Lighting Exception 2 DECO Sports Court Surfacing FORM 4 - LISTED SUBCONTRACTORS NORTH CONTRACT SOUTH CONTRACT NORTH CONTRACT SOUTH CONTRACT NORTH CONTRACT SOUTH CONTRACT NORTH CONTRACT SOUTH CONTRACT NORTH CONTRACT SOUTH CONTRACT 1. Sitework & Site Utilities Cougar, Ft Myers FL Cougar, Ft Myers FL Cougar Contracting/Jensen UndergroundCougar Contracting/Jensen UndergroundSout Florida Excavation Jensen Jensen Underground, Naples Cougar Contracting LLC Cougar Contracting LLC 2. Landscaping Odonnell, Estero FL Odonnell, Estero FL Big Tree Big Tree Odonnel Landscaping Jupiter Landscaping Fort Myers O'Donnell Landscapes O'Donnel Landscapes 3. Site Lighting Supplier Qualite, Hillsdale MI Qualite, Hillsdale MI Nusons Nusons Qualite Musco, Oskaloosa, IA Musco Lighting Musco Lighting 4. Site Lighting/Site Electrical Fortune Electric, Ft Myers FL Fortune Electric, Ft Myers FL Nusons Nusons Wentco Wentco Nu-Sons Electric, Naples Wentco Inc Wentco Inc 5. Artificial Turf Supplier Astroturf Turf Solutions N/A Astroturf Act Clobal S.W.Greens, Palm Beach FL Astroturf LLC Astroturf LLC 6. Artificial Turf Contractor Turf Soluctions Turf Solutions Burke Constr Group S.W.Greens, Palm Beach FL Burke Construction Group 7. Concrete Work GBL Group, Naples FL GBL Group, Naples FL GBL GBL National Shell National Shelll GBL, Ft Myers Cougar Contracting LLC Cougar Contracting LLC 8. Masonry Work GBL Group, Naples FL GBL Group, Naples FL GBL GBL National Shell National Shelll GBL, Ft Myers Tobler Construction Tobler Construction 9. Carpentry Work Waldron, Ft Myers Waldron, Ft Myers Waldrton Waldrton National Shell National Shelll GBL, Ft Myers Viking Construction Viking Construction 10. Roofing Advanced Roofing, Ft LauderdaleAdvanced Roofing, Ft Lauderdale CFS CFS CFS Roofing CFS Roofing CFS, Fort Myers CFS Roofing Services LLC CFS Roofing Services LLC 11. Swimming Pool Contractor Elite Commercial, Sarasota N/A Elite Elite Commercial Pools & Fountains Weller Pools, Apopka, FL Weller Pools LLC Weller Pools LLC 12. Fire Protection Precision Automanted Precision Automanted N/A Total Fire Total Fire Protection Total Fire Protection Total Fire Protection Bink, Inc Bink, Inc 13. Plumbing Reliable Plumbing Reliable Plumbing TBD TBD TBD TBD Steady Flow, Fort Myers A-1 Affordable Plumbing Inc A-1 Affordable Plumbing Inc 14. HVAC Lead Lead Nemeth Nemeth AC Man AC Man Crowther, Fort Myers Lead Mechanical Services Lead Mechanical Services 15. Temerature Controls Lead Lead Nemeth Nemeth AC Man AC Plugsmart, Naples Lead Mechanical Services Lead Mechanical Services 16.Electrical Fortune Electric, Ft Myers FL Fortune Electric, Ft Myers FL Nusons Nusons Wentco Wentco Nu-Sons Electric, Naples Wentco Inc Wentco Inc 17. Other subs that represent 10% of price or that affect the critical path of the schedule Strategist: Confirm validity w/FL Divisions of Corporations on-line Strategist: Confirm validity of GC License w/DPBR on-line Strategist: Confirm Insurance and Bonding Requirements Strategist: CONFIRM ALL BID DOCUMENTS COMPLETED AND SIGNED: Contractor's Office Location:Tampa, FL/Woodstock GA Mentor OH/Naples FL Doral, FL Fort Myers, FL Fort Myers, FL Naples, FL Cape Coral, FL County:Hillsoboro Collier Miami-Dade Lee Lee Collier Lee 4 of 4 11.D.7 Packet Pg. 327 Attachment: 19-7615 - Bid Tabulation 2 - R1 (10062 : BCIRP 19-7615 CONSTRUCTION CONTRACT) Validation of Expenditures for Design, CEI and Construction for Big Corkscrew Island Regional Park Project #80039 Leandro Goicoechea, PE, MEM Senior Project Manager Facilities Management Division, PUD March 6, 2019 Collier County | Florida 11.D.8 Packet Pg. 328 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Location Map Public Utilities Department Immokalee Immokalee Rd Naples Immokalee Rd Big Corkscrew Island Regional Park 2 11.D.8 Packet Pg. 329 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Location Map Public Utilities Department 3 11.D.8 Packet Pg. 330 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Big Corkscrew Island Regional Park Public Utilities Department 4 Project Boundaries To Immokalee Rd Oil Well Rd 11.D.8 Packet Pg. 331 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Big Corkscrew Island Regional Park Phase I Public Utilities Department 5 To Immokalee Rd 11.D.8 Packet Pg. 332 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Big Corkscrew Island Regional Park Phase II Public Utilities Department 6 11.D.8 Packet Pg. 333 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Project Budget ◆Design: –Phase I: $3,631,979 –Phase II: $ 749,176 ◆CEI Services: –Phase I: $1,932,314 –Phase II: $ 900,000 (estimate) ◆Construction Cost: –Phase I: $51,100,000 (90% estimate) –Phase II: $15M to $30M (estimate) Public Utilities Department 7 11.D.8 Packet Pg. 334 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Schedules Public Utilities Department 8 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 DESIGN Oct-18 Oct-19 30% DESIGN Jan-19 Mar-19 60% DESIGN Apr-19 Jun-19 90% DESIGN Jun-19 Sep-19 100% DESIGN & BID DOCUMENTS Sep-19 Oct-19 BIDDING PROCESS Dec-19 Jun-20 CONSTRUCTION Jul-20 Sep-21 PHASE II ACTIVITY START FINISH 2017 2018 2019 2020 2021 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 DESIGN Mar-17 Nov-18 30% DESIGN Mar-17 Oct-17 60% DESIGN Apr-18 Jun-18 90% DESIGN Aug-18 Dec-18 100% DESIGN & BID DOCUMENTS Jan-19 Mar-19 BIDDING PROCESS Mar-19 Sep-19 CONSTRUCTION Oct-19 Sep-21 PHASE I ACTIVITY START FINISH 2017 2018 2019 2020 2021 11.D.8 Packet Pg. 335 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Fiscal Impact ◆Exhibit A identified up to $40M for this project. Public Utilities Department 9 11.D.8 Packet Pg. 336 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Project Funding Public Utilities Department 10 $20M $40M $- $10M $20M $30M $40M $50M $60M $70M $80M Current Funding 7-Year Sales Tax Total Estimated Cost Project Funding Estimated $60M-$80M 11.D.8 Packet Pg. 337 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615 Recommendation ◆To validate the expenditures for the design,CEI,and the construction for the Big Corkscrew Island Regional Park;to ensure that this project meets the requirements of F.S.212.055, conforms to the definition of Infrastructure,and is an eligible project in line with County Ordinance 2018-21 and the ballot language within;to make a finding that the project expenditures are a valid use of Infrastructure Sales Surtax Funding. Public Utilities Department 11 11.D.8 Packet Pg. 338 Attachment: PowerPoint - BCIRP - Committee Meeting V6 (10062 : BCIRP 19-7615