Loading...
Agenda 09/08/2020 Item #16G3 (ITB #20-7683)09/08/2020 EXECUTIVE SUMMARY Recommendation to approve an agreement pertaining to the award of Invitation to Bid (“ITB”) No. 20-7683, “Immokalee Regional Airport Security Improvements” with DEC Contracting Group, Inc., in the amount of $584,082.37, and authorize the Chairman to sign the attached construction agreement. OBJECTIVE: To enhance security safety at the Immokalee Regional (“IMM”) Airport by adding video recording, access control systems, 24-hour monitoring, and fencing. CONSIDERATIONS: On April 9, 2020, the Procurement Services Division posted ITB No. 20-7683 for construction of IMM Airport Security Improvements. The County sent out 33,618 notices and interested contractors viewed two hundred fifty (250) bid packages. On May 15, 2020, the County received eight (8) bids as summarized below, including one (1) no-bid. Respondents: Company Base Bid Alt AA-10 TOTAL Responsive/ Responsible DEC Contracting Group, Inc $563,130.88 $20,951.49 $584,082.37 Yes/Yes Boromei Construction Inc. $624,460.00 $25,000.00 $649,460.00 Yes/Yes Wright Construction Group $699,996.25 $21,710.00 $721,706.25 Yes/Yes O-A-K/Florida dba Owen- Ames-Kimball $731,837.85 $25,866.00 $757,703.85 Yes/Yes EBL Partners LLC $736,210.98 $22,632.75 $758,843.73 Yes/Yes Coastal Concrete Products LLC $967,175.00 $5,500.00 $972,675.00 Yes/Yes Compass Construction, Inc. 1,083,945.50 $38,000.00 $1,121,945.50 Yes/Yes Chris Tel Construction No Bid No Bid No Bid No Bid Staff reviewed the bids and determined that DEC Contracting Group, Inc. is the lowest responsive and responsible bidder. The County contacted the low bidder to clarify a document submitted, which was ultimately deemed a minor irregularity. Two other bidders’ minor mathematical errors also were corrected. Those mathematical corrections did not change the order of recommended award or unit pricing. Staff is recommending that only Alternate AA-10 be awarded, and that Alternates AA-1 through AA-9 not be awarded, as those items may be affected by future work. Staff therefore recommends that the contract be awarded to DEC Contracting Group, Inc., the lowest responsive and responsible bidder, for the base bid of $563,130.88, plus Alternate AA-10 of $20,951.49, for a total contract amount of $584,082.37. FISCAL IMPACT: Funding for the base bid and Alternate AA-10 is available within Airport Grant Fund (498) and Airport Match Fund (499), Project 33604. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT 16.G.3 Packet Pg. 2886 09/08/2020 RECOMMENDATION: To award Bid No. 20-7683 for Immokalee Regional Airport Security Improvements to DEC Contracting Group, Inc. in the amount of $584,082.37, and to authorize the Chairman to sign the attached Construction Agreement. Prepared by: Justin Lobb, Airports Manager, Airport Authority ATTACHMENT(S) 1. [Linked] 20-7683 DECContracting_VendorSignedwBonds (PDF) 2. 20-7683 DECContracting_Insurance 8-19-20 (PDF) 3. NORA (PDF) 4. Engineer's Recommendation of Award Refs (PDF) 5. 20-7683 Bid Tab Revised R2 070720 final (PDF) 16.G.3 Packet Pg. 2887 09/08/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.3 Doc ID: 13144 Item Summary: Recommendation to approve an agreement pertaining to the award of Invitation to Bid (“ITB”) No. 20-7683, “Immokalee Regional Airport Security Improvements” with DEC Contracting Group, Inc., in the amount of $584,082.37, and authorize the Chairman to sign the attached construction agreement. Meeting Date: 09/08/2020 Prepared by: Title: Operations Coordinator – Airport Authority Name: Debra Brueggeman 08/18/2020 8:27 AM Submitted by: Title: Division Director - Operations Support – Growth Management Department Name: Gene Shue 08/18/2020 8:27 AM Approved By: Review: Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 08/18/2020 9:10 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/18/2020 9:18 AM Growth Management Department Judy Puig Level 1 Reviewer Completed 08/18/2020 9:30 AM Growth Management Department Lisa Abatemarco Additional Reviewer Completed 08/18/2020 9:59 AM Airport Authority Justin Lobb Additional Reviewer Completed 08/18/2020 11:30 AM Growth Management Department Gene Shue Additional Reviewer Completed 08/19/2020 10:47 AM Procurement Services Sue Zimmerman Additional Reviewer Completed 08/25/2020 12:35 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 08/25/2020 1:34 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/25/2020 1:54 PM Growth Management Department Debra Brueggeman Deputy Department Head Review Skipped 08/10/2020 11:24 AM Grants Erica Robinson Level 2 Grants Review Completed 08/25/2020 3:00 PM Grants Carrie Kurutz Additional Reviewer Completed 08/25/2020 5:03 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 08/28/2020 3:25 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 08/28/2020 3:45 PM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 08/28/2020 3:47 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 08/31/2020 8:33 AM 16.G.3 Packet Pg. 2888 09/08/2020 Office of Management and Budget Laura Zautcke Additional Reviewer Completed 08/31/2020 11:37 AM Grants Therese Stanley Additional Reviewer Completed 08/31/2020 1:44 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 09/01/2020 12:03 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/08/2020 9:00 AM 16.G.3 Packet Pg. 2889 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 8/19/2020 Five County Insurance Agency Inc 14120 Metropolis Ave Fort Myers FL 33912 Certificate Department 239-939-1400 239-939-3813 certs@fivecountyinsurance.com American Builders Insurance 11240 DECCO-1 National Builders Insurance 16632DECContractingGroupInc 1560 Matthew Dr Unit B Fort Myers FL 33907 Old Dominion Insurance 40231 657518392 B X 1,000,000 X 300,000 10,000 1,000,000 2,000,000 X Y Y PKG016751708 3/6/2020 3/6/2021 2,000,000 C 1,000,000 X Y Y B1P0157N 5/8/2020 5/8/2021 A X X 1,000,000UMB0189023053/6/2020 3/6/2021 1,000,000 A XYWCV0167992053/6/2020 3/6/2021 1,000,000 1,000,000 1,000,000 Project:20-7683 Immokalee Regional Airport Security Improvements Collier County Board of County Commissioners,or Board of County Commissioners in Collier County,or Collier County Government ,or Collier County are named as an additional insured when required per written contractual agreement with respects to General Liability and Auto.Waiver of Subrogation is included with respects to General Liability &Workers Compensation and Auto. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL EAST NAPLES FL 34112 16.G.3.b Packet Pg. 2890 Attachment: 20-7683 DECContracting_Insurance 8-19-20 (13144 : Award of Bid/Contract 20-7863 IMM Security) 16.G.3.c Packet Pg. 2891 Attachment: NORA (13144 : Award of Bid/Contract 20-7863 IMM Security) 5555 E. Michigan St., Suite 200 Orlando, Florida 32822 Phone: (407) 599-1122 Fax: (407) 599-1133 www.avconinc.com AVCON, INC. Engineers & Planners Transforming Today’s Ideas into Tomorrow’s Reality June 25, 2020 Mr. Justin Lobb, Executive Manager Collier County Airport Authority 2005 Mainsail Drive Naples, FL 34114 Re: Recommendation to Award Security System Improvements IMM – Immokalee Regional Airport Bid No. 20-7683 Dear Mr. Lobb: The bid opening for the above -referenced project took place on May 14, 2020. Seven (7) bids were received by the deadline established in the Invitation to Bid. Collier County provided the results of the bid opening to AVCON, INC. (AVCON) on June 22, 2020. AVCON performed an evaluation of the results and our recommendation is contained herein. As a result of Collier County being advised recently by the FDOT of an upcoming roadway construction project that will impact the area, Collier County has decided to award the Base Bid and Pay Item AA-10 (Beacon Light Camera) only of Additive Alternate 1. A summary of the bids are as follows, listed from lowest to highest: Bidder Base Bid Additive Alternate 1 Pay Item AA-10 Bid Total DEC Contracting Group, Inc. $563,130.88 $20,951.49 $584,082.37 Boromei Construction, Inc. $624,460.00 $25,000.00 $649,460.00 Wright Construction Group, Inc. $699,996.25 $21,710.00 $721,706.25 O-A-K/Florida dba Owen-Ames- Kimball Company $731,837.85 $25,866.00 $757,703.85 EBL Partners, LLC $736,210.98 $22,632.75 $758,843.73 Coastal Concrete Products, LLC $967,175.00 $5,500.00 $972,675.00 Compass Construction, Inc. $1,083,945.50 $38,000.00 $1,121,945.50 Engineer’s Estimate $571,105.00 $5,500.00 $576,605.00 16.G.3.d Packet Pg. 2892 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Mr. Justin Lobb, Executive Manager Immokalee Regional Airport Security System Improvements June 25, 2020 Page 2 of 2 IMM_Security_RecAwardLtr-DRAFT.docx Following the bid 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, only minor mathematical/rounding errors appear to have been found. DEC Contracting Group, Inc. (DEC) is the apparent low and responsive bidder. See attached for the bid analysis. DEC has committed to DBE participation of 7% which is 1.1% above the goal set for the project of 5.9%. DEC intends to use two (2) DBE/MBE subcontractors to meet the goal. It is AVCON’s opinion that sufficient evidence of proposed DBE participation has been provided. DEC’s bid included the required 5% Bid Security with notarized Power of Attorney and they have acknowledged receipt of Addendum No’s. 1 thru 5. O ur research has shown DEC has demonstrated the ability to successfully perform the type and magnitude of work included in this project. Verification of the reference information provided by DEC Contracting Group, Inc. was requested for the six projects provided. We received return calls on f ive of the six projects. Vendor Reference Check Logs are attached for each of the f ive responses received. Based on our review, DEC’s bid appears to be reasonable and responsive. Subject to concurrence with Collier County’s Purchasing and Contracts Division, and the c ontractor furnishing the appropriate bonding and other required insurances, we recommend the selection of DEC Contracting Group, 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 feel free to contact me. Sincerely, AVCON, INC. Zemp Pepper, PE Project Manager Attachments: ➢ Bid Tabulation/Analysis ➢ Reference Forms 16.G.3.d Packet Pg. 2893 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Solicitation No: 20‐7683Project Manager: Justin Lobb Notices Sent: 33,618Solicitation Title: Immokalee Regional Airport Security ImprovementStrategist: Sue Zimmerman Packages Viewed: 250Bid Due Date: May 15, 2020 @ 3:00 pmBid Responses: 9BID TABULATIONO‐A‐K/Florida dbaBIDDER: DEC Contracting Group Inc Boromei Construction Inc Wright Construction Group Inc Owen‐Ames‐Kimball Company EBL Partners, LLC Coastal Concrete Products LLC Compass Construction, Inc Chris Tel Construction ENGINEERS ESTIMATEINDEXITEM DESCRIPTION UNITBASE BID QUANTITYUNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION1 M‐105‐1MOBILIZATION LS 1 $53,157.40 $53,157.40 $75,000.00 $75,000.00 $69,250.00 $69,250.00$64,828.80 $64,828.80 $50,850.45 $50,850.45 $85,000.00 $85,000.00 $130,000.00 $130,000.00NO BID$97,500.00 $97,500.002 M‐102‐1SAFETY, SECURITY AND MAINTENANCE OF TRAFFIC LS 1 $41,541.58 $41,541.58 $7,500.00$7,500.00 $21,675.00 $21,675.00 $49,233.60 $49,233.60 $33,691.95 $33,691.95 $22,500.00 $22,500.00 $35,680.00 $35,680.00 $0.00 $2,750.00 $2,750.003 M‐102‐2SAFETY PLAN COMPLIANCE DOCUMENTS (SPCD)LS 1 $3,296.95 $3,296.95 $8,000.00$8,000.00 $1,525.00 $1,525.00 $61,458.00 $61,458.00 $10,125.00 $10,125.00$3,500.00 $3,500.00 $60,680.00 $60,680.00 $0.00 $275.00 $275.004 C‐102‐5.1TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION AND SILTLS 1 $6,185.08 $6,185.08 $8,000.00$8,000.00 $36,540.00 $36,540.00 $6,075.60 $6,075.60 $109,361.83 $109,361.83 $10,500.00 $10,500.00 $52,000.00 $52,000.00 $0.00 $2,750.00 $2,750.005 F‐162‐5.1CHAIN-LINK FENCE, 6 FT WITH 6 STRAND BARBED WIRE LF 1550 $23.74 $36,797.00 $35.00 $54,250.00 $29.20 $45,260.00 $22.54 $34,937.00 $29.70 $46,035.00 $85.00 $131,750.00 $18.45 $28,597.50 $0.00 $11.00 $17,050.006 F‐162‐5.2aVEHICLE GATEEA 4 $4,523.42 $18,093.68 $4,000.00$16,000.00 $5,760.00 $23,040.00 $9,489.60 $37,958.40 $3,240.00 $12,960.00 $7,500.00 $30,000.00 $2,455.00$9,820.00 $0.00 $3,300.00 $13,200.007 F‐162‐5.2bPEDESTRIAN GATEEA 1 $4,483.85 $4,483.85 $3,500.00$3,500.00 $7,170.00 $7,170.00 $4,080.00 $4,080.00 $4,590.00 $4,590.00$2,000.00 $2,000.00 $3,638.00 $3,638.00 $0.00 $1,650.00 $1,650.008 P‐151‐4.1TREE CLEARING (TREES TO BE REMOVED OFFSITE/CHOPPED)SY 12500 $2.64 $33,000.00 $3.00 $37,500.00 $3.05 $38,125.00 $3.36 $42,000.00 $5.33 $66,625.00 $5.00 $62,500.00$15.00 $187,500.00 $0.00 $5.50 $68,750.009 T‐904‐5.1SODDING SY 12500 $2.61 $32,625.00 $5.00 $62,500.00 $4.25 $53,125.00 $3.88 $48,500.00 $0.88 $11,000.00 $4.00 $50,000.00$5.50 $68,750.00 $0.00 $2.20 $27,500.0010 26 09 00‐1GATE OPERATORLS 4 $9,627.10 $38,508.40 $10,000.00$40,000.00 $9,920.00 $39,680.00 $6,960.00 $27,840.00 $7,830.00 $31,320.00 $7,500.00 $30,000.00 $2,800.00 $11,200.00 $0.00 $9,900.00 $39,600.0011 27 10 00‐4GATE B LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $52,983.32 $52,983.32 $55,000.00 $55,000.00 $66,115.00 $66,115.00$63,250.80 $63,250.80 $64,800.00 $64,800.00 $49,500.00 $49,500.00 $87,975.00 $87,975.00 $0.00 $18,150.00 $18,150.0012 27 10 00‐5GATE C LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $18,096.30 $18,096.30 $22,000.00 $22,000.00 $25,375.00 $25,375.00$28,686.00 $28,686.00 $25,914.60 $25,914.60 $49,500.00 $49,500.00 $72,400.00 $72,400.00 $0.00 $18,150.00 $18,150.0013 27 10 00‐6GATE D LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $61,031.83 $61,031.83 $60,000.00 $60,000.00 $74,534.00 $74,534.00$69,898.80 $69,898.80 $72,279.00 $72,279.00 $49,500.00 $49,500.00 $88,374.00 $88,374.00 $0.00 $18,150.00 $18,150.0014 27 10 00‐7GATE E LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $54,902.14 $54,902.14 $62,000.00 $62,000.00 $70,810.00 $70,810.00$67,680.00 $67,680.00 $69,782.85 $69,782.85 $49,500.00 $49,500.00 $94,432.00 $94,432.00 $0.00 $18,150.00 $18,150.0015 27 10 00‐81W2" FIBER OPTIC DUCTLF 1605 $9.89 $15,873.45 $10.00 $16,050.00 $12.45 $19,982.25 $15.77 $25,310.85 $9.86 $15,825.30 $85.00 $136,425.00 $15.00 $24,075.00 $0.00 $22.00 $35,310.0016 27 10 00‐9TERMINAL BUILDING PREMISE DISTRIBUTIONLS 1 $6,593.90 $6,593.90 $18,000.00$18,000.00 $18,520.00 $18,520.00 $17,336.40 $17,336.40 $19,503.45 $19,503.45 $22,500.00 $22,500.00 $27,500.00 $27,500.00 $0.00 $11,000.00 $11,000.0017 27 10 00‐101W2 DIRECTIONAL BORE CROSSINGSLF 100 $31.12 $3,112.00 $23.60 $2,360.00 $36.00 $3,600.00 $28.32 $2,832.00 $31.86 $3,186.00 $75.00 $7,500.00$100.00 $10,000.00 $0.00 $110.00 $11,000.0018 28 13 00‐1ACCESS CONTROL INSTALLATIONLS 1 $7,527.60 $7,527.60 $10,000.00$10,000.00 $10,070.00 $10,070.00 $9,360.00 $9,360.00 $10,530.00 $10,530.00 $29,500.00 $29,500.00 $7,500.00 $7,500.00 $0.00 $27,500.00 $27,500.0019 28 13 00‐2ACCESS CONTROL SYSTEM HEAD END EQUIPMENT, SOFTWARE ALS 1 $7,238.79 $7,238.79 $6,500.00$6,500.00 $6,680.00 $6,680.00 $6,159.60 $6,159.60 $6,929.55 $6,929.55$42,500.00 $42,500.00 $15,000.00 $15,000.00 $0.00 $55,000.00 $55,000.0020 28 20 00‐1BUILDING MOUNTED OUTDOOR PTZ CAMERAS EA 2 $4,485.17 $8,970.34 $4,000.00$8,000.00 $4,680.00 $9,360.00 $4,376.40 $8,752.80 $4,923.45 $9,846.90$6,500.00 $13,000.00 $2,800.00 $5,600.00 $0.00 $2,750.00 $5,500.0021 28 20 00‐2BUILDING MOUNTED OUTDOOR FIXED DOMEEA 4 $1,661.66 $6,646.64 $4,000.00$16,000.00 $5,460.00 $21,840.00 $5,112.00 $20,448.00 $5,751.00 $23,004.00$6,500.00 $26,000.00 $3,292.00 $13,168.00 $0.00 $2,750.00 $11,000.0022 28 20 00‐3INDOOR FIXED DOMEEA 1 $1,661.66 $1,661.66 $1,900.00$1,900.00 $1,665.00 $1,665.00 $1,534.80 $1,534.80 $1,726.65 $1,726.65$6,500.00 $6,500.00 $1,000.00 $1,000.00 $0.00 $2,200.00 $2,200.0023 28 20 00‐4INDOOR PTZEA 1 $4,485.17 $4,485.17 $5,000.00$5,000.00 $5,075.00 $5,075.00 $4,750.80 $4,750.80 $5,344.65 $5,344.65$6,500.00 $6,500.00 $3,050.00 $3,050.00 $0.00 $2,420.00 $2,420.0024 28 20 00‐5VSS SERVEREA 1 $15,764.70 $15,764.70 $7,200.00$7,200.00 $8,190.00 $8,190.00 $7,198.80 $7,198.80 $8,098.65 $8,098.65$8,500.00 $8,500.00 $6,506.00 $6,506.00 $0.00 $27,500.00 $27,500.0025 28 20 00‐6NVR (30 DAY VIDEO RETENTION)EA 1 $15,764.70 $15,764.70 $4,500.00$4,500.00 $5,130.00 $5,130.00 $4,650.00 $4,650.00 $5,231.25 $5,231.25$15,000.00 $15,000.00 $3,000.00 $3,000.00 $0.00 $16,500.00 $16,500.0026 28 20 00‐7NETWORK SWITCHESEA 2 $1,144.70 $2,289.40 $2,600.00$5,200.00 $2,580.00 $5,160.00 $2,288.40 $4,576.80 $2,574.45 $5,148.90$7,500.00 $15,000.00 $12,000.00 $24,000.00 $0.00 $4,400.00 $8,800.0027 28 24 00‐1WIRELESS TRANSCEIVERS ALLOWANCEAL 1 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00$12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $0.00 $13,750.00 $13,750.00BASE BID TOTAL $563,130.88 $624,460.00 $699,996.25 $731,837.85 $736,210.98 $967,175.00 $1,083,945.50 NO BID $571,105.00AA‐1 C‐102‐5.1TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION AND SILTLS 1 $5,341.99 $5,341.99 $3,000.00$3,000.00 $9,860.00 $9,860.00 $9,675.60 $9,675.60 $13,125.00 $13,125.00$2,500.00 $2,500.00 $28,890.00 $28,890.00 $0.00 $2,750.00 $2,750.00AA‐2 F‐162‐5.2aVEHICLE GATE AEA 1 $3,412.33 $3,412.33 $4,000.00$4,000.00 $3,735.00 $3,735.00 $10,693.20 $10,693.20 $2,205.00 $2,205.00$7,500.00 $7,500.00 $1,500.00 $1,500.00 $0.00 $3,300.00 $3,300.00AA‐3 F‐162‐5.2aVEHICLE GATE WEA 1 $5,156.65 $5,156.65 $4,000.00$4,000.00 $5,455.00 $5,455.00 $12,613.20 $12,613.20 $3,885.00 $3,885.00$7,500.00 $7,500.00 $3,800.00 $3,800.00 $0.00 $3,300.00 $3,300.00AA‐4 26 00 00‐1ELECTRICAL SERVICE (NEW AUTOMATIC GATE A)LS 1 $9,811.81 $9,811.81 $14,000.00$14,000.00 $10,740.00 $10,740.00 $19,904.40 $19,904.40 $11,115.30 $11,115.30 $10,500.00 $10,500.00 $37,450.00 $37,450.00 $0.00 $19,250.00 $19,250.00AA‐5 26 00 00‐1ELECTRICAL SERVICE (NEW AUTOMATIC GATE W)LS 1 $9,811.81 $9,811.81 $14,000.00$14,000.00 $10,740.00 $10,740.00 $19,904.40 $19,904.40 $11,116.35 $11,116.35 $10,500.00 $10,500.00 $37,450.00 $37,450.00 $0.00 $19,250.00 $19,250.00AA‐6 26 09 00‐1GATE A OPERATORLS 1 $7,958.47 $7,958.47 $10,000.00$10,000.00 $6,990.00 $6,990.00 $6,960.00 $6,960.00 $6,090.00 $6,090.00$7,500.00 $7,500.00 $9,100.00 $9,100.00 $0.00 $9,900.00 $9,900.00AA‐7 26 09 00‐1GATE W OPERATORLS 1 $7,958.47 $7,958.47 $10,000.00$10,000.00 $6,990.00 $6,990.00 $69,612.00 $69,612.00 $6,090.00 $6,090.00$7,500.00 $7,500.00 $9,100.00 $9,100.00 $0.00 $9,900.00 $9,900.00AA‐8 27 10 00‐1GATE A LOW VOLTAGE/ELECTRICAL INSTALLATIONLS 1 $35,345.43 $35,345.43 $39,769.00 $39,769.00 $38,210.00 $38,210.00$47,722.80 $47,722.80 $41,757.45 $41,757.45 $34,500.00 $34,500.00 $51,000.00 $51,000.00 $0.00 $19,250.00 $19,250.00AA‐9 27 10 00‐2GATE W LOW VOLTAGE/ELECTRICAL INSTALLATIONLS 1 $35,345.43 $35,345.43 $15,769.00 $15,769.00 $16,710.00 $16,710.00$18,922.80 $18,922.80 $16,557.45 $16,557.45 $34,500.00 $34,500.00 $51,000.00 $51,000.00 $0.00 $19,250.00 $19,250.00AA‐10 27 10 00 ‐3BEACON LIGHT CAMERA/LOW VOLTAGE INSTALLATIONLS 1 $20,951.49 $20,951.49 $25,000.00 $25,000.00 $21,710.00 $21,710.00$25,866.00 $25,866.00 $22,632.75 $22,632.75 $5,500.00 $5,500.00 $38,000.00 $38,000.00 $0.00 $6,050.00 $6,050.00ADD ALTERNATE TOTAL $141,093.88 $139,538.00 $131,140.00 $241,874.40$134,574.30 $128,000.00 $267,290.00 NO BID $112,200.00BASE BID TOTAL PLUS ADDITIVE ALTERNATE $704,224.76 $763,998.00 $831,136.25 $973,712.25 $870,785.28 $1,095,175.00 $1,351,235.50 NO BID $683,305.00YYY Y YYBID RESPONSE FORMSYYY YYYNYYY YYYNYYY YYYNYYY YYYNY Y 4, some small Y Y Y 3 references Y NYYY YYYNYYY Y YYYYY YYYNYYY YYYNYYY YYYNYYY YYYN Bidders Checklist (Form 12)YYY YNYNGRANT REQUIRED BID FORMS Certification Regarding Debarment (GCA-2)YYY YYYN Disadvantaged Business Enterprise Utilization Form 1 (GCA -3)YYY YYYN Disadvantaged Business Enterprise Utilization Letter of Intent Form 2 (GCA -4)YYY YNYY Disadvantaged Business Enterprise Utilization GOOD FAITH EFFORTS (GCA-5)Y*rec'd Y Y Y Y Y Y Disadvantaged Business Enterprise Utilization OPPORTUNITY LIST (GCA-6)Y *rec'd Y noted N/A Y Y N Y Y FAA Certification Buy American Certification (GCA-7-8)YYY YYYY Conflict of Interest Certification (GCA-9)Y*rec'd Y Y Y Y Y Y Certification of Offeror/Bidder Regarding Tax Delinquency (GCA-10)YYY YYYY Certification Regarding Lobbying (GCA-11)YYY YYYY Acknowledgement of Terms, Conditions and Grant Clauses (GCA-12)YYY YYYYCOPIES OF INFORMATIONn/a n/a n/a Y N n/a n/a E-Verify Profile Page or MOUYNY YNYY Florida Business Registration w/ DBPR (sunbiz.org)YYY YYYY GC License (myfloridalicense.gov)YYY YYYYADDENDAYYY YYYYYYY YYYYYYY YYYYY N report‐ Verified on‐linYYNNYYYY YYYYYYY YYYYYYY YYYYNNFort Myers Okeechobee Fort Myers Fort Myers Naples Ft Myers Cape CoralLee Okeechobee Lee Lee Collier Lee LeeOpened By: Sue Zimmerman Witnessed  By: Barbara Lance Statement of Experience of Bidder (Form 5)BID SCHEDULE, Completed and correct Bid Response Form (Form 1) Exhibit N - Contractors Key Personnel (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4)Strategist to Confirm Registration with Florida DOS on-lineStrategist to Confirm License on-line w/DPBR Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Addendum No 3 Addendum No 4 Addendum No 5 Collier County Business Tax Receipt (if applicable) Addendum No 1 Addendum No 2Strategist to Confirm Bonding and Insurance RequirementsStrategist to Confirm all forms completed and signedPlace of Business:County:16.G.3.dPacket Pg. 2894Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1.Was project completed timely and within budget? (If not, provide detail) 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) 3.Was the construction process performed satisfactorily? (If not, provide detail) 4.Did the process run smoothly? Were there any changes? Describe below. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7.Additional comments: 16.G.3.d Packet Pg. 2895 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1.Was project completed timely and within budget? (If not, provide detail) 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) 3.Was the construction process performed satisfactorily? (If not, provide detail) 4.Did the process run smoothly? Were there any changes? Describe below. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7.Additional comments: GMD Building Renovations Renovation of 40,000 sf building Collier County BOCC John McCormick 3299 Tamiami Trail, E., Naples, FL 10/07/2019 3,352,932 239.252.5203 john.mccormick@colliercountyfl.gov 20-7683 Security System Improvements DEC Contracting Group, Inc. AVCON, Inc. Ian Johnson June 24, 2020 407.599.1122 x226IJohnson@avconinc.com 2800 Horseshoe Dr., Naples, FL x x x x x x x PENDING Messages left for Mr. McCormick and Mr. Benwah at the Collier County BOCC. Email sent to Mr. McCormick. 6/24/2020 16.G.3.d Packet Pg. 2896 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1.Was project completed timely and within budget? (If not, provide detail) 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) 3.Was the construction process performed satisfactorily? (If not, provide detail) 4.Did the process run smoothly? Were there any changes? Describe below. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7.Additional comments: 20-7683 Security System Improvements DEC Contracting Group, Inc. AVCON, Inc. Ian Johnson June 24, 2020 407.599.1122 x226IJohnson@avconinc.com Collier Seminole Bathhouse New construction of State Park bathhouse 02/12/2020 Florida Department of Environmental Protection 3800 Commonwealth Blvd., MS 38 Tallahassee, FL David Matson (Andy Carrier N/A) Collier Seminole State Park 680,252 Mr. Matson: 850.245.2594 Mr. Carrier: 941.286.4398andy.j.carrier@floridadep.gov Yes Yes Yes Yes Yes Minor issues, very responsive, no issues. I would like them to continue bidding on our projects. 16.G.3.d Packet Pg. 2897 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1.Was project completed timely and within budget? (If not, provide detail) 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) 3.Was the construction process performed satisfactorily? (If not, provide detail) 4.Did the process run smoothly? Were there any changes? Describe below. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7.Additional comments: 16.G.3.d Packet Pg. 2898 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1.Was project completed timely and within budget? (If not, provide detail) 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) 3.Was the construction process performed satisfactorily? (If not, provide detail) 4.Did the process run smoothly? Were there any changes? Describe below. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7.Additional comments: 16.G.3.d Packet Pg. 2899 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: Reference Check by: Solicitation Title: Date: Bidder’s Name: Phone: Design Entity: REFERENCED PROJECT: Project Name: Project Location: Project Description: Completion Date: Contract Value: $ Project Owner/Title: Owner’s Address: Phone: Owner’s Contact Person: E-Mail: 1.Was project completed timely and within budget? (If not, provide detail) 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) 3.Was the construction process performed satisfactorily? (If not, provide detail) 4.Did the process run smoothly? Were there any changes? Describe below. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7.Additional comments: 16.G.3.d Packet Pg. 2900 Attachment: Engineer's Recommendation of Award Refs (13144 : Award of Bid/Contract 20-7863 IMM Security) Solicitation No:20-7683 Project Manager:Justin Lobb Notices Sent:33,618 Solicitation Title:Immokalee Regional Airport Security Improvement Strategist:Sue Zimmerman Packages Viewed:250 Bid Due Date:May 15, 2020 @ 3:00 pm Bid Responses:9 BID TABULATION O-A-K/Florida dba BIDDER:DEC Contracting Group Inc Boromei Construction Inc Wright Construction Group Inc Owen-Ames-Kimball Company EBL Partners, LLC Coastal Concrete Products LLC Compass Construction, Inc Chris Tel Construction ENGINEERS ESTIMATE INDEX ITEM DESCRIPTION UNIT BASE BID QUANTITY UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE BB EXTENSION 1 M-105-1 MOBILIZATION LS 1 $53,157.40 $53,157.40 $75,000.00 $75,000.00 $69,250.00 $69,250.00 $64,828.80 $64,828.80 $50,850.45 $50,850.45 $85,000.00 $85,000.00 $130,000.00 $130,000.00 NO BID $97,500.00 $97,500.00 10%-$ 2 M-102-1 SAFETY, SECURITY AND MAINTENANCE OF TRAFFIC LS 1 $41,541.58 $41,541.58 $7,500.00 $7,500.00 $21,675.00 $21,675.00 $49,233.60 $49,233.60 $33,691.95 $33,691.95 $22,500.00 $22,500.00 $35,680.00 $35,680.00 $0.00 $2,750.00 $2,750.00 2,500$ -$ 3 M-102-2 SAFETY PLAN COMPLIANCE DOCUMENTS (SPCD)LS 1 $3,296.95 $3,296.95 $8,000.00 $8,000.00 $1,525.00 $1,525.00 $61,458.00 $61,458.00 $10,125.00 $10,125.00 $3,500.00 $3,500.00 $60,680.00 $60,680.00 $0.00 $275.00 $275.00 250$ -$ 4 C-102-5.1 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION AND SILT LS 1 $6,185.08 $6,185.08 $8,000.00 $8,000.00 $36,540.00 $36,540.00 $6,075.60 $6,075.60 $109,361.83 $109,361.83 $10,500.00 $10,500.00 $52,000.00 $52,000.00 $0.00 $2,750.00 $2,750.00 2,500$ -$ 5 F-162-5.1 CHAIN-LINK FENCE, 6 FT WITH 6 STRAND BARBED WIRE LF 1550 $23.74 $36,797.00 $35.00 $54,250.00 $29.20 $45,260.00 $22.54 $34,937.00 $29.70 $46,035.00 $85.00 $131,750.00 $18.45 $28,597.50 $0.00 $11.00 $17,050.00 10$ -$ 6 F-162-5.2a VEHICLE GATE EA 4 $4,523.42 $18,093.68 $4,000.00 $16,000.00 $5,760.00 $23,040.00 $9,489.60 $37,958.40 $3,240.00 $12,960.00 $7,500.00 $30,000.00 $2,455.00 $9,820.00 $0.00 $3,300.00 $13,200.00 3,000$ -$ 7 F-162-5.2b PEDESTRIAN GATE EA 1 $4,483.85 $4,483.85 $3,500.00 $3,500.00 $7,170.00 $7,170.00 $4,080.00 $4,080.00 $4,590.00 $4,590.00 $2,000.00 $2,000.00 $3,638.00 $3,638.00 $0.00 $1,650.00 $1,650.00 1,500$ -$ 8 P-151-4.1 TREE CLEARING (TREES TO BE REMOVED OFFSITE/CHOPPED)SY 12500 $2.64 $33,000.00 $3.00 $37,500.00 $3.05 $38,125.00 $3.36 $42,000.00 $5.33 $66,625.00 $5.00 $62,500.00 $15.00 $187,500.00 $0.00 $5.50 $68,750.00 5$ -$ 9 T-904-5.1 SODDING SY 12500 $2.61 $32,625.00 $5.00 $62,500.00 $4.25 $53,125.00 $3.88 $48,500.00 $0.88 $11,000.00 $4.00 $50,000.00 $5.50 $68,750.00 $0.00 $2.20 $27,500.00 2$ -$ 10 26 09 00-1 GATE OPERATOR LS 4 $9,627.10 $38,508.40 $10,000.00 $40,000.00 $9,920.00 $39,680.00 $6,960.00 $27,840.00 $7,830.00 $31,320.00 $7,500.00 $30,000.00 $2,800.00 $11,200.00 $0.00 $9,900.00 $39,600.00 9,000$ -$ 11 27 10 00-4 GATE B LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $52,983.32 $52,983.32 $55,000.00 $55,000.00 $66,115.00 $66,115.00 $63,250.80 $63,250.80 $64,800.00 $64,800.00 $49,500.00 $49,500.00 $87,975.00 $87,975.00 $0.00 $18,150.00 $18,150.00 16,500$ -$ 12 27 10 00-5 GATE C LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $18,096.30 $18,096.30 $22,000.00 $22,000.00 $25,375.00 $25,375.00 $28,686.00 $28,686.00 $25,914.60 $25,914.60 $49,500.00 $49,500.00 $72,400.00 $72,400.00 $0.00 $18,150.00 $18,150.00 15,000$ -$ 13 27 10 00-6 GATE D LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $61,031.83 $61,031.83 $60,000.00 $60,000.00 $74,534.00 $74,534.00 $69,898.80 $69,898.80 $72,279.00 $72,279.00 $49,500.00 $49,500.00 $88,374.00 $88,374.00 $0.00 $18,150.00 $18,150.00 16,500$ -$ 14 27 10 00-7 GATE E LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $54,902.14 $54,902.14 $62,000.00 $62,000.00 $70,810.00 $70,810.00 $67,680.00 $67,680.00 $69,782.85 $69,782.85 $49,500.00 $49,500.00 $94,432.00 $94,432.00 $0.00 $18,150.00 $18,150.00 16,500$ -$ 15 27 10 00-8 1W2" FIBER OPTIC DUCT LF 1605 $9.89 $15,873.45 $10.00 $16,050.00 $12.45 $19,982.25 $15.77 $25,310.85 $9.86 $15,825.30 $85.00 $136,425.00 $15.00 $24,075.00 $0.00 $22.00 $35,310.00 20$ -$ 16 27 10 00-9 TERMINAL BUILDING PREMISE DISTRIBUTION LS 1 $6,593.90 $6,593.90 $18,000.00 $18,000.00 $18,520.00 $18,520.00 $17,336.40 $17,336.40 $19,503.45 $19,503.45 $22,500.00 $22,500.00 $27,500.00 $27,500.00 $0.00 $11,000.00 $11,000.00 10,000$ -$ 17 27 10 00-10 1W2 DIRECTIONAL BORE CROSSINGS LF 100 $31.12 $3,112.00 $23.60 $2,360.00 $36.00 $3,600.00 $28.32 $2,832.00 $31.86 $3,186.00 $75.00 $7,500.00 $100.00 $10,000.00 $0.00 $110.00 $11,000.00 100$ -$ 18 28 13 00-1 ACCESS CONTROL INSTALLATION LS 1 $7,527.60 $7,527.60 $10,000.00 $10,000.00 $10,070.00 $10,070.00 $9,360.00 $9,360.00 $10,530.00 $10,530.00 $29,500.00 $29,500.00 $7,500.00 $7,500.00 $0.00 $27,500.00 $27,500.00 25,000$ -$ 19 28 13 00-2 ACCESS CONTROL SYSTEM HEAD END EQUIPMENT, SOFTWARE AN LS 1 $7,238.79 $7,238.79 $6,500.00 $6,500.00 $6,680.00 $6,680.00 $6,159.60 $6,159.60 $6,929.55 $6,929.55 $42,500.00 $42,500.00 $15,000.00 $15,000.00 $0.00 $55,000.00 $55,000.00 50,000$ -$ 20 28 20 00-1 BUILDING MOUNTED OUTDOOR PTZ CAMERAS EA 2 $4,485.17 $8,970.34 $4,000.00 $8,000.00 $4,680.00 $9,360.00 $4,376.40 $8,752.80 $4,923.45 $9,846.90 $6,500.00 $13,000.00 $2,800.00 $5,600.00 $0.00 $2,750.00 $5,500.00 2,500$ -$ 21 28 20 00-2 BUILDING MOUNTED OUTDOOR FIXED DOME EA 4 $1,661.66 $6,646.64 $4,000.00 $16,000.00 $5,460.00 $21,840.00 $5,112.00 $20,448.00 $5,751.00 $23,004.00 $6,500.00 $26,000.00 $3,292.00 $13,168.00 $0.00 $2,750.00 $11,000.00 2,200$ -$ 22 28 20 00-3 INDOOR FIXED DOME EA 1 $1,661.66 $1,661.66 $1,900.00 $1,900.00 $1,665.00 $1,665.00 $1,534.80 $1,534.80 $1,726.65 $1,726.65 $6,500.00 $6,500.00 $1,000.00 $1,000.00 $0.00 $2,200.00 $2,200.00 2,000$ -$ 23 28 20 00-4 INDOOR PTZ EA 1 $4,485.17 $4,485.17 $5,000.00 $5,000.00 $5,075.00 $5,075.00 $4,750.80 $4,750.80 $5,344.65 $5,344.65 $6,500.00 $6,500.00 $3,050.00 $3,050.00 $0.00 $2,420.00 $2,420.00 2,200$ -$ 24 28 20 00-5 VSS SERVER EA 1 $15,764.70 $15,764.70 $7,200.00 $7,200.00 $8,190.00 $8,190.00 $7,198.80 $7,198.80 $8,098.65 $8,098.65 $8,500.00 $8,500.00 $6,506.00 $6,506.00 $0.00 $27,500.00 $27,500.00 25,000$ -$ 25 28 20 00-6 NVR (30 DAY VIDEO RETENTION)EA 1 $15,764.70 $15,764.70 $4,500.00 $4,500.00 $5,130.00 $5,130.00 $4,650.00 $4,650.00 $5,231.25 $5,231.25 $15,000.00 $15,000.00 $3,000.00 $3,000.00 $0.00 $16,500.00 $16,500.00 15,000$ -$ 26 28 20 00-7 NETWORK SWITCHES EA 2 $1,144.70 $2,289.40 $2,600.00 $5,200.00 $2,580.00 $5,160.00 $2,288.40 $4,576.80 $2,574.45 $5,148.90 $7,500.00 $15,000.00 $12,000.00 $24,000.00 $0.00 $4,400.00 $8,800.00 4,000$ -$ 27 28 24 00-1 WIRELESS TRANSCEIVERS ALLOWANCE AL 1 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $0.00 $13,750.00 $13,750.00 12,500$ -$ BASE BID TOTAL $563,130.88 $624,460.00 $699,996.25 $731,837.85 $736,210.98 $967,175.00 $1,083,945.50 NO BID $571,105.00 AA-1 C-102-5.1 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION AND SILT LS 1 $5,341.99 $5,341.99 $3,000.00 $3,000.00 $9,860.00 $9,860.00 $9,675.60 $9,675.60 $13,125.00 $13,125.00 $2,500.00 $2,500.00 $28,890.00 $28,890.00 $0.00 $2,750.00 $2,750.00 AA-2 F-162-5.2a VEHICLE GATE A EA 1 $3,412.33 $3,412.33 $4,000.00 $4,000.00 $3,735.00 $3,735.00 $10,693.20 $10,693.20 $2,205.00 $2,205.00 $7,500.00 $7,500.00 $1,500.00 $1,500.00 $0.00 $3,300.00 $3,300.00 AA-3 F-162-5.2a VEHICLE GATE W EA 1 $5,156.65 $5,156.65 $4,000.00 $4,000.00 $5,455.00 $5,455.00 $12,613.20 $12,613.20 $3,885.00 $3,885.00 $7,500.00 $7,500.00 $3,800.00 $3,800.00 $0.00 $3,300.00 $3,300.00 AA-4 26 00 00-1 ELECTRICAL SERVICE (NEW AUTOMATIC GATE A)LS 1 $9,811.81 $9,811.81 $14,000.00 $14,000.00 $10,740.00 $10,740.00 $19,904.40 $19,904.40 $11,115.30 $11,115.30 $10,500.00 $10,500.00 $37,450.00 $37,450.00 $0.00 $19,250.00 $19,250.00 AA-5 26 00 00-1 ELECTRICAL SERVICE (NEW AUTOMATIC GATE W)LS 1 $9,811.81 $9,811.81 $14,000.00 $14,000.00 $10,740.00 $10,740.00 $19,904.40 $19,904.40 $11,116.35 $11,116.35 $10,500.00 $10,500.00 $37,450.00 $37,450.00 $0.00 $19,250.00 $19,250.00 AA-6 26 09 00-1 GATE A OPERATOR LS 1 $7,958.47 $7,958.47 $10,000.00 $10,000.00 $6,990.00 $6,990.00 $6,960.00 $6,960.00 $6,090.00 $6,090.00 $7,500.00 $7,500.00 $9,100.00 $9,100.00 $0.00 $9,900.00 $9,900.00 AA-7 26 09 00-1 GATE W OPERATOR LS 1 $7,958.47 $7,958.47 $10,000.00 $10,000.00 $6,990.00 $6,990.00 $69,612.00 $69,612.00 $6,090.00 $6,090.00 $7,500.00 $7,500.00 $9,100.00 $9,100.00 $0.00 $9,900.00 $9,900.00 AA-8 27 10 00-1 GATE A LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $35,345.43 $35,345.43 $39,769.00 $39,769.00 $38,210.00 $38,210.00 $47,722.80 $47,722.80 $41,757.45 $41,757.45 $34,500.00 $34,500.00 $51,000.00 $51,000.00 $0.00 $19,250.00 $19,250.00 17,500$ -$ AA-9 27 10 00-2 GATE W LOW VOLTAGE/ELECTRICAL INSTALLATION LS 1 $35,345.43 $35,345.43 $15,769.00 $15,769.00 $16,710.00 $16,710.00 $18,922.80 $18,922.80 $16,557.45 $16,557.45 $34,500.00 $34,500.00 $51,000.00 $51,000.00 $0.00 $19,250.00 $19,250.00 17,500$ -$ AA-10 27 10 00 -3 BEACON LIGHT CAMERA/LOW VOLTAGE INSTALLATION LS 1 $20,951.49 $20,951.49 $25,000.00 $25,000.00 $21,710.00 $21,710.00 $25,866.00 $25,866.00 $22,632.75 $22,632.75 $5,500.00 $5,500.00 $38,000.00 $38,000.00 $0.00 $6,050.00 $6,050.00 5,500$ -$ ADD ALTERNATE TOTAL $141,093.88 $139,538.00 $131,140.00 $241,874.40 $134,574.30 $128,000.00 $267,290.00 NO BID $112,200.00 Minor Mathematical Errors incidates calculation corrected to two (2) decimals BASE BID TOTAL PLUS ADDITIVE ALTERNATE $704,224.76 $763,998.00 $831,136.25 $973,712.25 $870,785.28 $1,095,175.00 $1,351,235.50 NO BID $683,305.00 BASE BID TOTAL PLUS ADDITIVE ALTERNATE AA-10 ONLY $584,082.37 $649,460.00 $721,706.25 $757,703.85 $758,843.73 $972,675.00 $1,121,945.50 Y Y Y Y Y Y BID RESPONSE FORMS Y Y Y Y Y Y N Y Y Y Y Y Y N Y Y Y Y Y Y N Y Y Y Y Y Y N Y Y 4, some small Y Y Y 3 references Y N Y Y Y Y Y Y N Y Y Y Y Y Y Y Y Y Y Y Y N Y Y Y Y Y Y N Y Y Y Y Y Y N Y Y Y Y Y Y N Bidders Checklist (Form 12)Y Y Y Y N Y N GRANT REQUIRED BID FORMS Certification Regarding Debarment (GCA-2)Y Y Y Y Y Y N Disadvantaged Business Enterprise Utilization Form 1 (GCA -3)Y Y Y Y N Y N Disadvantaged Business Enterprise Utilization Letter of Intent Form 2 (GCA -4)Y Y Y Y N Y Y Disadvantaged Business Enterprise Utilization GOOD FAITH EFFORTS (GCA-5)Y *rec'd Y Y Y Y Y Y Disadvantaged Business Enterprise Utilization OPPORTUNITY LIST (GCA-6)Y *rec'd Y noted N/A Y Y N Y Y FAA Certification Buy American Certification (GCA-7-8)Y Y Y Y Y Y Y Conflict of Interest Certification (GCA-9)Y *rec'd Y Y Y Y Y Y Certification of Offeror/Bidder Regarding Tax Delinquency (GCA-10)Y Y Y Y Y Y Y Certification Regarding Lobbying (GCA-11)Y Y Y Y Y Y Y Acknowledgement of Terms, Conditions and Grant Clauses (GCA-12)Y Y Y Y Y Y Y COPIES OF INFORMATION n/a n/a n/a Y N n/a n/a E-Verify Profile Page or MOU Y N Y Y N Y Y Florida Business Registration w/ DBPR (sunbiz.org)Y Y Y Y Y Y Y GC License (myfloridalicense.gov)Y Y Y Y Y Y Y ADDENDA Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y N report- Verified on-lin Y Y N N Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y N N Fort Myers Okeechobee Fort Myers Fort Myers Naples Ft Myers Cape Coral Lee Okeechobee Lee Lee Collier Lee Lee * Grant docs clarified/received Minor irregularity Opened By: Sue Zimmerman Witnessed  By: Barbara Lance Strategist to Confirm Bonding and Insurance Requirements Strategist to Confirm all forms completed and signed Place of Business: County: Strategist to Confirm Registration with Florida DOS on-line Strategist to Confirm License on-line w/DPBR Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Addendum No 3 Addendum No 4 Addendum No 5 Collier County Business Tax Receipt (if applicable) Addendum No 1 Addendum No 2 Statement of Experience of Bidder (Form 5) BID SCHEDULE, Completed and correct Bid Response Form (Form 1) Exhibit N - Contractors Key Personnel (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) 16.G.3.e Packet Pg. 2901 Attachment: 20-7683 Bid Tab Revised R2 070720 final (13144 : Award of Bid/Contract 20-7863 IMM Security)