Loading...
Agenda 02/23/2021 Item #11I (ITB #20-7820)02/23/2021 EXECUTIVE SUMMARY Recommendation to award an agreement pertaining to Invitation to Bid (“ITB”) No. 20-7820, “Triangle Blvd Transportation Operational Improvements,” to Cougar Contracting, LLC, in the amount of $3,395,000, and authorize the Chair to sign the attached agreement (Project Number 60215). OBJECTIVE: To award a construction contract for “Triangle Blvd Transportation Operational Improvements” to Cougar Contracting, LLC. in accordance with ITB No. 20-7820. CONSIDERATIONS: Triangle Boulevard is situated within the Lely Resort Planned Unit Development between County Road 951 and US 41. This two-lane divided collector roadway connects two major arterial roadways, serves a large commercial area, and provides an alternative route to the residential section of Lely Resort. As the commercial area continues to be constructed, the peak period traffic volumes are increasing, and the area is becoming congested. The Board accepted the Triangle Boulevard Traffic Study Technical Memorandum outlining the Transportation Operational Improvements on July 11, 2017. The study evaluated the magnitude and specific nature of the traffic problems occurring within the corridor, including vehicular queuing. The study area also included Price Street, which is situated directly south of Triangle Blvd, across US 41 to Waterford Street. Operational improvements include sidewalk improvements on both sides along Triangle Boulevard and Price Street and median modifications that will increase turn lane capacity and traffic flow at US 41 and Triangle Boulevard, Price Street and US 41 and all along the Triangle Boulevard corridor. To increase traffic flow and relieve congestion, one roundabout will be constructed at Triangle Boulevard and Celeste Drive. The Surtax Citizens Oversite Committee approved the project for surtax funding on March 6, 2019 (Agenda Item 8.A.1). On October 13, 2020, the Procurement Services Division issued ITB No. 20-7820, Triangle Blvd Transportation Operational Improvements project to 41,124 vendors. One-hundred and forty bidders viewed the bid package and the County received eight (8) bids by the December 2, 2020 deadline as indicated in the below table: RESPONDENTS: Company Name City County ST Base Bid Responsive/ Responsible Cougar Contracting, LLC Fort Myers Lee FL $3,395,000.00 Yes/Yes Wright Construction Group, Inc. Fort Myers Lee FL $3,629,299.98 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $3,760,324.60 Yes/Yes Coastal Concrete Products, LLC Fort Myers Lee FL $3,879,866.50 Yes/Yes OHL USA, Inc. Miami Dade FL $4,059,000.00 Yes/Yes Ferreira Construction Southern Division Co., Inc. Miami Dade FL $4,458,370.00 Yes/Yes Ranger Construction Industries, Inc. West Palm Beach Palm Beach FL $4,588,000.00 Yes/Yes Ajax Paving Industries of Florida, LLC North Venice Sarasota FL $4,744,855.19 Yes/Yes Staff found all bidders responsive and responsible. Staff determined that Cougar Contracting, LLC, a company conducting business from Lee County, is the lowest responsive and responsible bidder. Staff evaluated all four references to determine experience of similar work magnitude judged on the Cougar's prior experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Staff recommends that the contract be awarded for $3,395,000.00. Cougar, the lowest responsive and responsible bidder is 18% lower than the Engineer’s opinion of cost of $4,154,203.81. 11.I Packet Pg. 366 02/23/2021 FISCAL IMPACT: A budget amendment is necessary to reallocate funding in the amount of $3,395,000 within the Infrastructure Sales Tax Fund (318) from Reserves to the Triangle Blvd project (60215). The Lely Resort PUD and the Price Street and US-41 PUD ordinances contain commitments for their fair share portion of the improvements. These commitments were made prior to the County approving the surtax funding. The County is holding a Bond and Letter of Credit for the fair share payments. These will be returned to the PUD’s upon approval of the construction award. The completed project can be expected to have recurring maintenance costs including, but not limited to, curbing, pavement, pathway, and right-of-way maintenance which is estimated to be $10,400 on an annual maintenance cycle. GROWTH MANAGEMENT IMPACT: This project is in accordance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To award an agreement pertaining to ITB No. 20-7820, Triangle Blvd Transportation Operational Improvements, to Cougar Contracting, LLC, in the amount of $3,395,000, approve all budget amendments necessary to recognize and appropriate funds for construction, and authorize the Chair to sign the attached agreement and to release the bond and letter of credit to the PUD’s. Prepared by: Mark McCleary P.E., P.S.M., Principal Project Manager, Transportation Engineering Division, Growth Management Department ATTACHMENT(S) 1. 20-7820 NORA - Executed (PDF) 2. 20-7820 Bid Tabulation (PDF) 3. 20-7820 CougarContracting_Insurance 1-7-21 (PDF) 4. 20-7820 - DELORA (PDF) 5. 20-7820 CougarContracting_VendorSignedwbonds (PDF) 6. [Linked] Triangle Boulevard - 60215 - 03_06_2019 Signed (PDF) 11.I Packet Pg. 367 02/23/2021 COLLIER COUNTY Board of County Commissioners Item Number: 11.I Doc ID: 14710 Item Summary: Recommendation to award an agreement pertaining to Invitation to Bid (“ITB”) No. 20-7820, “Triangle Blvd Transportation Operational Improvements,” to Cougar Contracting, LLC, in the amount of $3,395,000, authorize the Chair to sign the attached agreement and approve all required budget amendments. (Project Number 60215) (Jay Ahmad, Director, Transportation Engineering). Meeting Date: 02/23/2021 Prepared by: Title: Project Manager – Transportation Engineering Name: Mark McCleary 01/12/2021 12:01 PM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 01/12/2021 12:01 PM Approved By: Review: Transportation Engineering Jay Ahmad Additional Reviewer Completed 01/12/2021 12:04 PM Growth Management Department Anthony Khawaja Additional Reviewer Completed 01/12/2021 3:27 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/12/2021 3:29 PM Procurement Services Cynthia McCanna Additional Reviewer Completed 01/12/2021 4:53 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 01/13/2021 1:52 PM Procurement Services Sue Zimmerman Additional Reviewer Completed 01/14/2021 6:12 PM Procurement Services Sandra Herrera Additional Reviewer Completed 01/15/2021 11:51 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 01/15/2021 3:00 PM Growth Management Department Lissett DeLaRosa Level 1 Reviewer Completed 01/19/2021 9:42 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 01/20/2021 8:50 AM Growth Management Department Gene Shue Additional Reviewer Completed 01/20/2021 10:13 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 01/20/2021 12:47 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/26/2021 11:37 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 01/26/2021 11:55 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/27/2021 8:59 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 01/27/2021 9:00 AM 11.I Packet Pg. 368 02/23/2021 Office of Management and Budget Susan Usher Additional Reviewer Completed 02/01/2021 4:08 PM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 02/06/2021 1:21 PM Board of County Commissioners MaryJo Brock Meeting Pending 02/23/2021 9:00 AM 11.I Packet Pg. 369 Notice of Recommended Award RESPONDENTS: Company Name City County ST Base Bid Responsive/ Responsible Cougar Contracting,LLC Fort Myers Lee FL $3,395,000.00 Yes/Yes Wright Construction Group, Inc.Fort Myers Lee FL $3,629,299.98 Yes/Yes Quality Enterprises USA, Inc.Naples Collier FL $3,760,324.60 Yes/Yes Coastal Concrete Products, LLC Fort Myers Lee FL $3,879,866.50 Yes/Yes OHL USA, Inc.Miami Dade FL $4,059,000.00 Yes/Yes Ferreira Construction Southern Division Co., Inc.Miami Dade FL $4,458,370.00 Yes/Yes Ranger Construction Industries, Inc.West Palm Beach Palm Beach FL $4,588,000.00 Yes/Yes Ajax Paving Industries of Florida, LLC North Venice Sarasota FL $4,744,855.19 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Required Signatures Procurement Services Director: Sandra Herrera Solicitation No.:20-7820 Title:Triangle Blvd Transportation Operational Improvements Bid Due Date and Time: December 2, 2020 3:00 PM On October 13, 2020 the Procurement Services Division issued ITB Solicitation 20-7820:Triangle Blvd Transportation Operational Improvements project to 41,124 vendors. One hundred forty (140) bid packages were viewed and eight (8) bids responses were received by the December 2, 2020 deadline. All bidders were deemed to be responsive and responsible. Staff determined that Cougar Contracting, LLC is the lowest responsive and responsible bidder. Staff therefore recommends that the contract be awarded to Cougar Contracting, LLC,the lowest responsive and responsible bidder for the total contract amount of $3,395,000.00. Project Manager: Procurement Strategist: 11.I.1 Packet Pg. 370 Attachment: 20-7820 NORA - Executed (14710 : Triangle Blvd Transportation Operational Improvements) Project No:20-7820Procurement Strategist:Cynthia McCannaNotices Issued: 41124Project Title:Triangle Blvd Transportation Operational Improvements Project Manager:Mark McClearyBid Pkgs Viewed: 140Bid Date:December 2, 2020 @ 3:00 pmBids Received: 8No Bids 0BID TABULATIONBIDDER:ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT101-1 MOBILIZATIONLS 1 $383,765.00 $383,765.00 $635,000.00 $635,000.00 $308,570.00 $308,570.00 $235,500.00 $235,500.00 $386,000.00 $386,000.00 $450,000.00 $450,000.00 $543,564.99 $543,564.99 $400,000.00 $400,000.00$278,100.00$278,100.00101-1-1 PROVIDE/MAINTAIN AS-BUILT PLANS LS 1$5,670.00 $5,670.00 $5,000.00 $5,000.00 $9,000.00 $9,000.00 $7,500.00 $7,500.00 $8,280.00 $8,280.00 $12,000.00 $12,000.00 $8,000.00 $8,000.00 $2,300.00 $2,300.00$20,600.00$20,600.00101-1-2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1$48,760.00 $48,760.00 $16,520.00 $16,520.00 $33,720.00 $33,720.00 $29,000.00 $29,000.00$41,380.00 $41,380.00 $266,500.00 $266,500.00 $65,000.00 $65,000.00 $90,050.00 $90,050.00$72,100.00$72,100.00102-1 MAINTENANCE OF TRAFFICLS 1 $183,000.00 $183,000.00 $102,000.00 $102,000.00 $114,510.00 $114,510.00 $46,500.00 $46,500.00 $238,000.00 $238,000.00 $346,562.00 $346,562.00 $250,000.00 $250,000.00$350,000.00 $350,000.00$375,000.00$375,000.00104-11 FLOATING TURBIDITY BARRIERLF 400 $10.00 $4,000.00 $8.50 $3,400.00 $12.40 $4,960.00 $13.00$5,200.00 $8.80 $3,520.00$23.00 $9,200.00 $17.00 $6,800.00 $9.80 $3,920.00$15.50$6,200.00104-13-1 STAKED SILT FENCELF 9,294 $2.00 $18,588.00 $0.75 $6,970.50 $1.75 $16,264.50 $2.25 $20,911.50 $1.10 $10,223.40 $3.50 $32,529.00 $1.95$18,123.30 $0.87 $8,085.78$11.50$106,881.00110-1-1 STANDARD CLEARING & GRUBBING LS 1 $130,000.00 $130,000.00 $97,700.00 $97,700.00 $115,700.00 $115,700.00$67,500.00 $67,500.00 $232,000.00 $232,000.00 $59,800.00$59,800.00 $150,000.00 $150,000.00 $40,905.00 $40,905.00$150,000.00 $150,000.00110-410 REMOVAL OF EXISTING CONCRETE SY3,678$23.00 $84,594.00 $16.70 $61,422.60 $8.60 $31,630.80 $23.00 $84,594.00 $24.60 $90,478.80 $20.00 $73,560.00 $21.00$77,238.00 $41.60 $153,004.80 $20.00 $73,560.00120-1 EXCAVATION CY 10,833$10.00 $108,330.00 $6.20 $67,164.60 $15.80 $171,161.40 $11.00 $119,163.00 $20.70 $224,243.10 $29.35 $317,948.55 $17.00 $184,161.00 $38.25 $414,362.25 $25.00 $270,825.00120-6 EMBANKMENTCY 11,301$16.00 $180,816.00 $20.10 $227,150.10 $15.00 $169,515.00 $30.00 $339,030.00 $33.00 $372,933.00 $15.00 $169,515.00 $17.00 $192,117.00 $41.65 $470,686.65 $25.00 $282,525.00121-70 FLOWABLE FILL CY 91$265.00 $24,115.00 $150.00 $13,650.00 $189.75 $17,267.25 $395.00 $35,945.00 $155.00 $14,105.00 $211.00 $19,201.00 $300.00 $27,300.00 $981.40 $89,307.40 $400.00 $36,400.00285-7-15 OPTIONAL BASE GROUP 15 (9" THICK) SY 5,668$27.00 $153,036.00 $54.00 $306,072.00 $63.75 $361,335.00 $68.00 $385,424.00 $69.50 $393,926.00 $70.00 $396,760.00 $74.00 $419,432.00 $72.85 $412,913.80 $15.00 $85,020.00327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1.5" AVG. DEPTH) SY 17,421$2.00 $34,842.00 $2.00 $34,842.00 $3.60 $62,715.60 $3.50 $60,973.50 $2.10 $36,584.10 $3.60$62,715.60 $3.50 $60,973.50 $2.70 $47,036.70 $2.75 $47,907.75334-1-13 SUPERPAVE ASPH. CONC. TYPE SP 9.5 (TRAFFIC C, 1.5" THICK, (INCLUDES RESURFACE) TN 1,845$115.00 $212,175.00 $103.00 $190,035.00 $121.40 $223,983.00 $130.00 $239,850.00 $102.00 $188,190.00 $126.00$232,470.00 $125.00 $230,625.00 $104.45 $192,710.25 $150.00 $276,750.00334-1-13 SUPERPAVE ASPH. CONC. TYPE SP 12.5 (TRAFFIC C, 1.5" THICK) (INCLUDES OVERBUILD) TN 405$140.00 $56,700.00 $115.00 $46,575.00 $161.25 $65,306.25 $144.00 $58,320.00 $111.00 $44,955.00 $154.00 $62,370.00 $155.00 $62,775.00 $104.70 $42,403.50 $170.00 $68,850.00425-11-1 MODIFY EXIST. DRAINAGE STRUCTURE (INLET TOP ONLY) EA 5$1,639.00 $8,195.00 $3,986.70 $19,933.50 $2,866.60 $14,333.00 $4,200.00 $21,000.00 $4,120.00 $20,600.00 $4,650.00$23,250.00 $3,410.00 $17,050.00 $1,732.00 $8,660.00$2,000.00 $10,000.00425-1-36-3 INLET, CURB TYPE P-6, (<10') (INCLUDES CONCRETE RISER) EA 6$5,429.00 $32,574.00 $4,204.35 $25,226.10 $6,002.00 $36,012.00 $6,500.00 $39,000.00$4,350.00 $26,100.00 $9,880.00 $59,280.00 $7,200.00 $43,200.00 $6,925.00 $41,550.00$3,000.00 $18,000.00425-2-71 MANHOLES TYPE T-7, PARTIAL (TOP ONLY) (INCLUDES RISER) EA 4$3,366.00 $13,464.00 $2,227.30 $8,909.20 $3,600.00 $14,400.00 $5,800.00 $23,200.00 $2,300.00 $9,200.00 $3,540.00$14,160.00 $6,200.00 $24,800.00 $4,618.40 $18,473.60$5,000.00 $20,000.00425-1-71 GUTTER INLET TYPE "V" (TOP ONLY) EA 1$3,513.00 $3,513.00 $3,195.30 $3,195.30 $3,705.00 $3,705.00 $5,600.00 $5,600.00 $3,310.00 $3,310.00 $4,725.00 $4,725.00 $7,500.00 $7,500.00 $2,886.50 $2,886.50$5,000.00 $5,000.00430-174-215PIPE CULVERT OPTIONAL MATERIAL ELLIPI/ARCH, 12"X18" S/CDLF 284 $76.00 $21,584.00 $150.00 $42,600.00 $141.50 $40,186.00 $115.00 $32,660.00 $155.00 $44,020.00 $260.00$73,840.00 $190.00 $53,960.00 $144.33 $40,989.72 $100.00 $28,400.00425-6 ADJUST VALVE BOXES (WATER & SEWER) EA 10$831.00 $8,310.00 $1,100.00$11,000.00 $494.00 $4,940.00$1,250.00 $12,500.00 $1,140.00 $11,400.00 $1,490.00 $14,900.00 $970.00 $9,700.00 $577.30 $5,773.00 $500.00 $5,000.00520-1-7 CONCRETE CURB & GUTTER TYPE "E" LF 333 $28.00 $9,324.00$15.25 $5,078.25 $28.00 $9,324.00 $19.00 $6,327.00 $15.80 $5,261.40 $21.00 $6,993.00 $40.00 $13,320.00 $17.38 $5,787.54 $20.00 $6,660.00520-1-10 CONCRETE CURB & GUTTER TYPE "F" LF 9,028 $19.00$171,532.00 $19.25 $173,789.00$21.50 $194,102.00 $22.00$198,616.00 $15.50 $139,934.00 $26.00 $234,728.00 $40.00 $361,120.00 $17.38 $156,906.64 $25.00 $225,700.00520-2-4CONCRETE CURB & GUTTER TYPE "D"" LF 207$18.00 $3,726.00 $12.75 $2,639.25 $24.00 $4,968.00 $18.50 $3,829.50 $13.20 $2,732.40 $19.00$3,933.00 $46.00 $9,522.00$14.43 $2,987.01 $30.00 $6,210.00520-2-8CONCRETE CURB & GUTTER TYPE "RA" LF 274$20.00 $5,480.00 $18.50 $5,069.00 $33.00 $9,042.00 $23.00 $6,302.00 $19.10 $5,233.40 $23.00 $6,302.00 $48.00 $13,152.00 $24.82 $6,800.68 $40.00$10,960.00520-3CONCRETE VALLEY GUTTERLF 248$35.00 $8,680.00 $14.25 $3,534.00 $25.50 $6,324.00 $33.00 $8,184.00 $14.70 $3,645.60 $23.00 $5,704.00 $57.00 $14,136.00 $25.98 $6,443.04 $35.00$8,680.00520-5-41CONCRETE TRAFFICE SPEPERATOR, WIDTH VARIES SY 94$83.00 $7,802.00 $96.75 $9,094.50 $66.00 $6,204.00 $92.00 $8,648.00 $56.90 $5,348.60 $56.00 $5,264.00 $125.00 $11,750.00 $77.94 $7,326.36 $85.00 $7,990.00526-1-1BRICK PAVERSSY 611$93.00 $56,823.00 $79.60 $48,635.60 $78.00 $47,658.00 $115.00 $70,265.00 $82.80 $50,590.80 $60.00 $36,660.00 $123.00$75,153.00 $115.46 $70,546.06 $125.00 $76,375.00522-2 CONCRETE SIDEWALK, 6" THICKSY1,718$38.00 $65,284.00 $36.50 $62,707.00 $54.00 $92,772.00 $45.00 $77,310.00 $37.80 $64,940.40 $50.00 $85,900.00 $53.00$91,054.00 $39.49 $67,843.82 $60.00 $103,080.00527-2 DETECTABLE WARNINGSSF600$24.00 $14,400.00 $23.00 $13,800.00 $27.00 $16,200.00 $28.00 $16,800.00 $23.80 $14,280.00 $25.00 $15,000.00 $25.00$15,000.00 $25.98 $15,588.00 $30.00 $18,000.00570-1-2 PERFORMANCE TURF, (BAHIA , PRICE STREET) SY490$4.00 $1,960.00 $5.35 $2,621.50 $3.25 $1,592.50 $7.00 $3,430.00 $2.50 $1,225.00 $23.15 $11,343.50 $9.00 $4,410.00 $2.54$1,244.60 $3.00 $1,470.00570-1-11 PERFORMANCE TURF, (ST AUGUSTINE, TRIANGLE BLVD.) SY6,378$5.00 $31,890.00 $6.85 $43,689.30 $5.25 $33,484.50 $8.00 $51,024.00 $4.20 $26,787.60 $9.30$59,315.40 $9.30 $59,315.40 $4.39 $27,999.42 $4.00 $25,512.00700-1-11 SIGN, SINGLE POSTAS 44 $215.00 $9,460.00 $295.00 $12,980.00 $354.00 $15,576.00 $450.00 $19,800.00 $197.00 $8,668.00 $220.00 $9,680.00 $200.00 $8,800.00 $219.37 $9,652.28 $300.00 $13,200.00700-1-11(SBA) SIGN, SINGLE POST, (SPECIAL), (SBA), SLIP BASE ASSEMBLY AS 5 $1,338.00 $6,690.00 $1,500.00 $7,500.00 $1,800.00 $9,000.00 $650.00 $3,250.00 $1,220.00 $6,100.00 $1,360.00 $6,800.00 $1,200.00 $6,000.00 $1,362.43 $6,812.15 $400.00 $2,000.00700-1-50 SIGN, SINGLE POST (RELOCATE)AS 2 $134.00 $268.00 $25.00 $50.00 $30.00 $60.00 $350.00 $700.00 $122.00 $244.00 $136.00 $272.00 $125.00 $250.00 $136.24 $272.48 $100.00 $200.00700-1-60 SIGN, SINGLE POST (REMOVE)AS 12 $11.00 $132.00 $20.00 $240.00 $24.00 $288.00 $250.00 $3,000.00 $10.40 $124.80 $11.60 $139.20 $15.00 $180.00 $11.55$138.60 $100.00 $1,200.00700-3-101 SIGN, SINGLE POST (PANEL ONLY) EA 3 $143.00 $429.00 $50.00 $150.00 $60.00 $180.00 $350.00 $1,050.00 $130.00 $390.00 $145.50 $436.50 $150.00 $450.00 $145.48 $436.44 $50.00 $150.00705-11-4 DELINEATOR, FLEXIBLE TUNULAR (2.375"X48"), WHITE EA 1 $93.00 $93.00 $40.00 $40.00 $48.00$48.00 $550.00 $550.00$84.80 $84.80 $94.73$94.73 $90.00 $90.00 $94.68$94.68 $370.00 $370.00706-3 REFLECTIVE PAVEMENT MARKERS EA 131 $5.00 $655.00 $3.70 $484.70$3.60 $471.60 $5.00 $655.00$4.00 $524.00 $4.80 $628.80$5.00 $655.00 $4.45 $582.95 $15.00 $1,965.00710-12-29 PAINTED PAVEMENT MARKINGS (ISLAND NOSE, YELLOW)SF 34 $4.00 $136.00 $2.11 $71.74 $2.40 $81.60 $3.00 $102.00 $3.00 $102.00 $3.60 $122.40 $4.00 $136.00 $3.39 $115.26 $25.00 $850.00710-11-19 REFLECTIVE PAINTED (ISLAND NOSE) (WHITE) SF 18 $4.00 $72.00 $2.11 $37.98 $2.40$43.20 $3.00 $54.00 $3.00 $54.00 $3.60 $64.80 $4.00 $72.00 $3.39 $61.02 $25.00 $450.00710-11-29 REFLECTIVE PAINTED (ISLAND NOSE) (YELLOW) SY 4$30.00 $120.00 $19.02 $76.08$9.60 $38.40 $25.00 $100.00$27.10 $108.40 $32.00 $128.00 $35.00 $140.00 $30.19 $120.76 $25.00 $100.00711-11-121 THERMOPLASTIC, STD, WHITE, SOLID, 6" GM 1.60 $4,000.00 $6,400.00 $4,226.44 $6,762.30 $5,280.00 $8,448.00$5,000.00 $8,000.00 $3,670.00 $5,872.00 $4,350.00$6,960.00 $4,675.00 $7,480.00 $4,097.68 $6,556.29 $5,000.00 $8,000.00711-11-122 THERMOPLASTIC, STD, WHITE, SOLID, 8" GM 0.11 $5,200.00 $572.00 $5,637.01 $620.07$5,400.00 $594.00 $7,000.00$770.00 $4,750.00 $522.50 $5,635.00 $619.85 $6,050.00$665.50 $5,305.39 $583.59 $5,000.00 $550.00711-11-123 THERMOPLASTIC, STD, WHITE, SOLID, 12" LF 2,091 $2.00 $4,182.00 $2.64 $5,520.24 $3.90$8,154.90 $3.50 $7,318.50 $1.50 $3,136.50 $1.70 $3,554.70 $1.85 $3,868.35 $1.62$3,387.42 $2.80 $5,854.80711-11-124 THERMOPLASTIC, STD, WHITE, SOLID, 18" LF 400 $3.00 $1,200.00 $3.96 $1,584.00 $4.20 $1,680.00 $5.00 $2,000.00 $2.50 $1,000.00 $2.95 $1,180.00 $3.20 $1,280.00 $2.77 $1,108.00 $2.80 $1,120.00711-11-125 THERMOPLASTIC, STD, WHITE, SOLID, 24" LF 1,016 $4.00 $4,064.00 $5.28 $5,364.48 $4.80$4,876.80 $7.00 $7,112.00 $3.50 $3,556.00 $4.20 $4,267.20 $4.50 $4,572.00 $3.93$3,992.88 $5.00 $5,080.00711-11-131 THERMOPLASTIC, STD-OP, WHITE, 6'-10' SKIP, 6" GM 0.18 $2,000.00 $360.00$2,641.52 $475.47 $4,200.00$756.00 $3,500.00 $630.00 $1,830.00 $329.40 $2,170.00 $390.60 $2,350.00 $423.00$2,043.64 $367.86 $5,000.00 $900.00711-11-131 THERMOPLASTIC, STD-OP, WHITE, 10'-30' SKIP, 6" GM 0.79 $1,500.00 $1,185.00 $1,056.61 $834.72 $4,200.00$3,318.00 $2,000.00 $1,580.00 $1,290.00 $1,019.10 $1,235.00 $975.65 $1,650.00$1,303.50 $1,443.25 $1,140.17 $5,000.00 $3,950.00711-11-141 THERMOPLASTIC, STD-OP, WHITE, 2'-4' SKIP, 6" (GUIDELINE) GM 0.10 $2,000.00 $200.00 $2,641.52 $264.15 $4,200.00 $420.00 $4,000.00 $400.00 $1,830.00 $183.00 $2,170.00 $217.00 $2,350.00$235.00 $2,043.64 $204.36 $5,000.00 $500.00711-11-144 THERMOPLASTIC, STD, WHITE, 2'-2' DOTTED EXTENSION LINE, 12" (ROUNDABOUT) GM 0.06 $3,000.00 $180.00 $5,283.05 $316.98 $4,200.00 $252.00 $6,500.00 $390.00 $2,710.00 $162.60 $32,115.67 $1,926.94 $3,450.00 $207.00 $3,025.05$181.50 $5,000.00 $300.00711-11-160 THERMOPLASTIC, PREFORMED, WHITE, MESSAGE EA 22 $153.00 $3,366.00 $445.89 $9,809.58 $348.00 $7,656.00 $650.00$14,300.00 $140.00 $3,080.00 $165.00 $3,630.00 $180.00$3,960.00 $311.74 $6,858.28$223.82 $4,924.04711-11-170 THERMOPLASTIC, PREFORMED, WHITE, ARROW EA 44 $51.00$2,244.00 $257.81 $11,343.64$288.00 $12,672.00 $400.00 $17,600.00 $46.60 $2,050.40 $55.20 $2,428.80 $60.00 $2,640.00 $226.30 $9,957.20$101.41 $4,462.04711-11-201 THERMOPLASTIC, STD,YELLOW, SOLID, 6" GM 1.52 $4,000.00$6,080.00 $4,226.44 $6,424.19 $5,280.00 $8,025.60 $5,800.00 $8,816.00 $3,670.00 $5,578.40 $4,350.00 $6,612.00 $5,000.00 $7,600.00 $4,097.68 $6,228.47$5,000.00 $7,600.00711-11-202 THERMOPLASTIC, STD,YELLOW, SOLID, 8" GM 0.09$5,200.00 $468.00 $5,637.01$507.33 $5,400.00 $486.00 $7,500.00 $675.00 $4,750.00 $427.50 $5,635.00 $507.15 $6,050.00 $544.50 $5,305.39 $477.49 $5,000.00 $450.00711-11-224 THERMOPLASTIC, STD, YELLOW, SOLID 18" GM 0.02 $14,200.00 $284.00$20,920.86 $418.42 $21,600.00$432.00 $28,000.00 $560.00 $1,290.00 $25.80 $15,533.50 $310.67 $16,650.00 $333.00 $1,443.25$28.87 $1,900.00 $38.00711-11-231 THERMOPLASTIC, STD, YELLOW, 6'-10' SKIP, 6" GM 0.15 $1,500.00 $225.00 $2,905.67$435.85 $4,200.00 $630.00$4,000.00 $600.00 $1,830.00 $274.50 $1,535.00 $230.25 $1,650.00 $247.50 $2,043.64$306.55 $1,600.00 $240.00711-11-241 THERMOPLASTIC, STD, YELLOW, 2'-4' SKIP, 6" (GUIDELINE) GM 0.06 $2,000.00 $120.00 $2,641.52 $158.49 $4,200.00 $252.00 $4,500.00 $270.00 $13,110.00 $786.60 $2,170.00 $130.20 $2,325.00 $139.50 $14,631.10 $877.87 $1,600.00 $96.00715-1-13 LIGHTING CONDUCTORS, F&I, INSUL, NO.4-2 LF 2,714 $3.00 $8,142.00 $2.15 $5,835.10 $3.25 $8,820.50 $3.50$9,499.00 $2.20 $5,970.80 $3.00 $8,142.00 $3.00 $8,142.00$2.48 $6,730.72 $2.50 $6,785.00715-500-1 POLE CABLE DIST SYS, CONVENTIONAL EA 11 $510.00 $5,610.00 $450.00 $4,950.00 $300.00$3,300.00 $1,050.00 $11,550.00 $466.00 $5,126.00 $840.00 $9,240.00 $850.00 $9,350.00 $519.57 $5,715.27$600.00 $6,600.00715-511-140 LIGHT POLE COMP,F&I,SGL ARM SM, AL,40' (RELOCATED) EA 11 $2,336.00 $25,696.00 $2,060.00$22,660.00 $2,160.00 $23,760.00 $4,350.00 $47,850.00 $2,130.00 $23,430.00 $3,870.00 $42,570.00 $3,850.00 $42,350.00$2,378.48 $26,163.28 $9,000.00 $99,000.00711-17 REMOVE EXISTING PAVEMENT MARKINGS LS 1.00 $2,722.00 $2,722.00 $10,556.09 $10,556.09$3,600.00 $3,600.00 $4,500.00 $4,500.00 $2,590.00 $2,590.00 $5,885.00$5,885.00 $7,500.00 $7,500.00 $2,771.04 $2,771.04 $5,000.00 $5,000.00737-70-1 UTILITY LOCATE, UNDERGROUND EA 25.00 $251.00 $6,275.00 $1,825.00 $45,625.00 $365.00 $9,125.00 $1,500.00 $37,500.00 $1,890.00 $47,250.00 $290.00 $7,250.00 $650.00 $16,250.00 $230.92 $5,773.00 $250.00 $6,250.00CC-9998 FIRE HYDRANT ASSEMBLY RELOCATION LS 1.00 $3,587.00 $3,587.00 $3,950.00 $3,950.00$5,330.00 $5,330.00 $7,500.00 $7,500.00 $4,090.00 $4,090.00 $2,610.00 $2,610.00 $11,750.00 $11,750.00$2,886.50 $2,886.50 $15,500.00 $15,500.00CC-9999A LANDSCAPE AND IRRAGATION REMEDIATION SY 1444.00 $137.00 $197,828.00 $115.44$166,695.36 $148.50 $214,434.00 $145.00 $209,380.00 $119.00 $171,836.00 $40.00 $57,760.00 $125.00 $180,500.00 $133.29 $192,470.76 $85.00 $122,740.00CC-9999B LANDSCAPE 6" IRRIGATION LINELF 1500.00 $19.00 $28,500.00 $16.80$25,200.00 $20.25 $30,375.00$22.00 $33,000.00 $17.40 $26,100.00 $45.50 $68,250.00$24.00 $36,000.00 $19.40$29,100.00 $66.00 $99,000.00SUB TOTAL ROADWAY IMPROVEMENTS$2,420,477.00 $2,652,965.27 $2,624,070.40 $2,781,168.00 $3,050,224.70 $3,426,443.49 $3,484,366.04 $3,537,646.10 $3,153,180.63ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT101-1 MOBILIZATIONLS 1$7,449.00 $7,449.00 $48,500.00 $48,500.00 $90,300.00 $90,300.00 $42,500.00 $42,500.00 $31,000.00 $31,000.00 $50,000.00 $50,000.00 $48,500.00 $48,500.00 $20,270.71 $20,270.71 $54,000.00 $54,000.00102-1 MAINTENANCE OF TRAFFIC LS 1 $23,000.00 $23,000.00 $24,891.45 $24,891.45 $12,026.00 $12,026.00 $27,500.00 $27,500.00 $14,000.00 $14,000.00$37,000.00 $37,000.00 $15,000.00 $15,000.00 $143,217.56 $143,217.56 $60,000.00 $60,000.00110-1-1 STANDARD CLEARING & GRUBBING LS 1 $28,640.00 $28,640.00 $31,000.00 $31,000.00$21,150.00 $21,150.00 $22,000.00 $22,000.00 $16,832.23 $16,832.23 $14,900.00 $14,900.00 $35,000.00 $35,000.00$23,586.21 $23,586.21 $30,000.00 $30,000.00120-1 EXCAVATION CY 1,582 $16.00 $25,312.00 $7.50 $11,865.00 $26.50 $41,923.00 $12.00 $18,984.00 $26.50 $41,923.00 $30.40 $48,092.80 $20.50 $32,431.00 $40.67 $64,339.94 $18.00 $28,476.00120-6 EMBANKMENT CY 27 $51.00 $1,377.00 $16.20 $437.40$85.00 $2,295.00 $45.00 $1,215.00 $42.70 $1,152.90 $88.00 $2,376.00 $25.00 $675.00$482.64 $13,031.28 $300.00 $8,100.00160-4 TYPE "B" STABILIZATION SY 1,236 $10.00 $12,360.00 $10.85 $13,410.60 $11.50 $14,214.00 $16.00 $19,776.00 $34.40 $42,518.40 $13.40 $16,562.40 $35.00 $43,260.00 $35.59 $43,989.24 $15.00 $18,540.00245-7-15 OPTIONAL BASE GROUP 15 (9" THICK) SY 1,069 $59.00$63,071.00 $54.85 $58,634.65$66.50 $71,088.50 $68.00 $72,692.00 $78.50 $83,916.50 $72.00 $76,968.00 $70.00$74,830.00 $66.89 $71,505.41$45.00 $48,105.00327-70-1 MILLING EXISTING PAVEMENT (1.5" THICK AVE.) SY4,980$5.00 $24,900.00 $2.00 $9,960.00 $4.80 $23,904.00 $4.50 $22,410.00 $2.90 $14,442.00 $4.70$23,406.00 $4.15 $20,667.00 $3.58 $17,828.40 $2.00 $9,960.00334-1-12 SUPERPAVE ASPH. CONC. TYPE SP 9.5 (TRAFFIC D, 1.5"" THICK), RESURFACE TN 543$125.00 $67,875.00 $115.00 $62,445.00 $143.25 $77,784.75 $140.00 $76,020.00 $105.00 $57,015.00 $138.50 $75,205.50 $140.00 $76,020.00 $121.33 $65,882.19 $115.00 $62,445.00334-1-12 SUPERPAVE ASPH. CONC. TYPE SP 12.5 (TRAFFIC D, 3" THICK), WIDENING TN 181 $135.00$24,435.00 $115.00 $20,815.00 $196.25 $35,521.25 $150.00 $27,150.00 $160.00$28,960.00 $153.50 $27,783.50 $155.00 $28,055.00 $148.10 $26,806.10$125.00 $22,625.00339-1 MISCELLANEOUS ASPHALTTN 2 $440.00 $880.00 $350.00 $700.00 $690.25 $1,380.50 $1,350.00 $2,700.00 $748.00 $1,496.00 $470.00 $940.00 $500.00 $1,000.00 $84.85 $169.70 $500.00 $1,000.00425-6 ADJUST VALVE BOXES (FM)EA 1 $1,293.00 $1,293.00 $1,100.00$1,100.00 $841.00 $841.00 $1,250.00 $1,250.00 $1,140.00$1,140.00 $1,490.00 $1,490.00 $750.00 $750.00 $577.30 $577.30 $400.00 $400.00520-1-10 CONCRETE CURB & GUTTER TYPE "F" LF 419 $23.00 $9,637.00 $21.01 $8,803.19 $28.50 $11,941.50 $22.00 $9,218.00 $15.50 $6,494.50 $25.00 $10,475.00 $47.75 $20,007.25 $17.38 $7,282.22$25.00 $10,475.00520-5-41 CONCRETE TRAFFICE SPEPERATOR SY 421 $57.00 $23,997.00$96.58 $40,660.18 $66.00 $27,786.00 $92.00 $38,732.00$37.20 $15,661.20 $50.00$21,050.00 $125.00 $52,625.00 $63.50 $26,733.50 $85.00 $35,785.00526-1-1 BRICK PAVERS SY 12 $93.00 $1,116.00 $79.60 $955.20$78.00 $936.00 $115.00 $1,380.00 $82.80 $993.60 $60.00 $720.00 $150.00 $1,800.00 $115.46 $1,385.52 $150.00 $1,800.00527-2 DETECTABLE WARNINGSSF 12 $31.00 $372.00 $23.00 $276.00$27.00 $324.00 $28.00 $336.00 $23.80$285.60 $23.00 $276.00 $25.00 $300.00$13.86 $166.32 $50.00 $600.00536-1-1 GUARDRAIL LF 6 $57.00 $342.00 $50.00 $300.00$30.00 $180.00 $250.00 $1,500.00$51.70 $310.20 $20.00 $120.00$100.00 $600.00 $57.73 $346.38 $450.00 $2,700.00536-2 GUARDRAIL - SHOP BENT PANELS LF 39 $38.00 $1,482.00 $33.25$1,296.75 $60.00 $2,340.00$250.00 $9,750.00 $34.40 $1,341.60 $19.61 $764.79 $100.00 $3,900.00 $38.39 $1,497.21 $150.00 $5,850.00536-73 GUARDRAIL REMOVALLF 39 $6.00 $234.00 $5.00 $195.00 $48.00 $1,872.00 $75.00 $2,925.00$5.20 $202.80 $2.70 $105.30$20.00 $780.00 $5.77 $225.03 $200.00 $7,800.00536-85-22 GUARDRAIL END ANCHORAGE ASSEMBLY (ROUND END SECTION) EA 1 $3,232.00 $3,232.00 $2,850.00 $2,850.00 $600.00 $600.00 $1,500.00$1,500.00 $4,640.00 $4,640.00 $3,260.00 $3,260.00 $2,500.00 $2,500.00 $3,290.61 $3,290.61 $600.00 $600.00570-1-2 PERFORMANCE TURF, SODSY 377 $5.00 $1,885.00 $5.15 $1,941.55 $3.25 $1,225.25 $6.50$2,450.50 $2.50 $942.50 $23.20$8,746.40 $12.00 $4,524.00 $2.54 $957.58 $15.00 $5,655.00Ferreira Construction Southern Division Co., Inc. Ranger Construction Industries, Inc. ENGINEER'S ESTIMATECougar Contracting LLCWright Construction Group, Inc. Quality Enterprises USA, Inc.Coastal Concrete Products, LLCOHL USA, Inc. Ajax Paving Industries of Florida, LLCPrepared by: Transportation Operations Department 12/17/202011.I.2Packet Pg. 371Attachment: 20-7820 Bid Tabulation (14710 : Triangle Blvd Transportation Operational Improvements) BIDDER:ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNTFerreira Construction Southern Division Co., Inc. Ranger Construction Industries, Inc. ENGINEER'S ESTIMATECougar Contracting LLCWright Construction Group, Inc. Quality Enterprises USA, Inc.Coastal Concrete Products, LLCOHL USA, Inc. Ajax Paving Industries of Florida, LLC705-11-4 DELINEATOR, FLEXIBLE TUBULAR (2.375"X48"), WHITE EA 2 $773.00 $1,546.00 $40.00 $80.00 $48.00 $96.00 $550.00 $1,100.00 $706.00 $1,412.00 $95.00 $190.00 $95.00 $190.00$787.44 $1,574.88 $50.00 $100.00706-3 REFLECTIVE PAVEMENT MARKINGS EA 48 $4.00 $192.00 $3.70 $177.60$3.60 $172.80 $6.00 $288.00$4.00 $192.00 $4.80 $230.40$6.00 $288.00 $4.45 $213.60 $25.00 $1,200.00700-20-11 SIGN, SINGLE POST EA 1 $352.00 $352.00 $295.00 $295.00$354.00 $354.00 $550.00 $550.00 $321.00$321.00 $360.00 $360.00 $360.00 $360.00$357.93 $357.93 $200.00 $200.00700-20-60 SIGN, SINGLE POST (REMOVE)EA 2 $11.00 $22.00 $20.00 $40.00 $24.00 $48.00 $350.00 $700.00 $10.40 $20.80$11.50 $23.00 $12.00 $24.00 $11.55 $23.10 $25.00 $50.00710-11-2 PAINTED (ISLAND NOSE) (YELLOW) SY 1 $30.00 $30.00$19.02 $19.02 $9.60 $9.60 $50.00 $50.00 $27.10 $27.10 $32.00 $32.00 $40.00 $40.00 $30.19 $30.19 $20.00 $20.00711-11-121 TRAFFIC STRIPE, SOLID, THERMOPLASTIC (6" WHITE)LF 1,313 $1.00 $1,313.00 $0.80 $1,050.40 $1.00 $1,313.00$2.00 $2,626.00 $0.70 $919.10 $0.90 $1,181.70 $1.05 $1,378.65 $0.77 $1,011.01 $5.00 $6,565.00711-11-122 TRAFFIC STRIPE, SOLID, THERMOPLASTIC (8" WHITE) LF 602 $1.00 $602.00 $1.08 $650.16 $1.00$602.00 $2.00 $1,204.00 $0.90 $541.80 $1.10 $662.20 $1.32 $794.64 $1.00$602.00 $6.00 $3,612.00711-11-123 TRAFFIC STRIPE, SOLID, THERMOPLASTIC (12" WHITE) LF 936 $2.00 $1,872.00 $2.64 $2,471.04 $3.90 $3,650.40$3.50 $3,276.00 $1.50 $1,404.00 $1.75 $1,638.00 $2.12 $1,984.32 $1.62 $1,516.32 $10.00 $9,360.00711-11-126 TRAFFIC STRIPE, SOLID, THERMOPLASTIC (24" WHITE) LF 242 $4.00 $968.00 $5.28 $1,277.76$4.80 $1,161.60 $7.00$1,694.00 $3.50 $847.00 $4.20 $1,016.40 $5.15$1,246.30 $3.93 $951.06 $15.00 $3,630.00711-11-131 TRAFFIC STRIPE, SKIP (10'-30'), THERMOPLASTIC (6" WHITE) LF 196 $1.00 $196.00 $0.80$156.80 $0.75 $147.00 $1.50 $294.00 $1.00 $196.00 $1.20 $235.20 $1.50 $294.00 $1.10 $215.60 $10.00 $1,960.00711-11-141 TRAFFIC STRIPE, DOTTED (2'-4'), GUIDELINE, THERMOPLASTIC (6" WHITE) GM 0.090 $2,000.00 $180.00 $2,641.52$237.74 $4,200.00 $378.00 $4,000.00 $360.00 $1,830.00 $164.70 $2,170.00 $195.30 $2,650.00 $238.50 $2,043.64 $183.93 $5,000.00 $450.00711-11-160 PAVEMENT MESSAGESEA 6 $235.00 $1,410.00 $158.49 $950.94 $120.00 $720.00 $300.00 $1,800.00$214.00 $1,284.00 $255.00$1,530.00 $310.00 $1,860.00 $239.00 $1,434.00$100.00 $600.00711-11-170 DIRECTIONAL ARROWS (THERMOPLASTIC) EA 15 $51.00 $765.00 $79.25 $1,188.75$66.00 $990.00 $150.00 $2,250.00 $46.60 $699.00 $55.20 $828.00 $68.00 $1,020.00 $51.96 $779.40 $100.00 $1,500.00711-11-221 TRAFFIC STRIPE, SOLID, THERMOPLASTIC (6" YELLOW) LF 907 $1.00 $907.00 $0.80 $725.60 $1.00$907.00 $2.00 $1,814.00 $0.70 $634.90 $0.85 $770.95 $1.00 $907.00 $0.77$698.39 $5.00 $4,535.00711-11-241 TRAFFIC STRIPE,DOTTED (2'-4'),GUIDELINE, THERMOPLASTIC (6" YELLOW) GM 0.109$2,000.00 $218.00 $2,641.52 $287.93 $4,239.00 $462.05 $5,000.00 $545.00 $1,830.00 $199.47$2,190.00 $238.71 $2,700.00$294.30 $2,043.64 $222.76 $5,000.00 $545.00CC-10000 LANDSCAPE IRRIGATION REMEDIATION LS 1$55,683.00 $55,683.00 $57,175.00 $57,175.00 $74,358.00 $74,358.00 $71,000.00 $71,000.00$59,720.00 $59,720.00 $11,865.00 $11,865.00 $60,000.00 $60,000.00 $66,647.03 $66,647.03 $50,000.00 $50,000.00SUB TOTAL FDOT US-41 ROADWAY IMPROVEMENTS$389,145.00 $407,820.70 $525,002.20 $491,539.50 $433,850.90$441,238.55 $534,143.96 $609,549.60 $499,243.00ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT101-1 MOBILIZATIONLS1 $7,903.00$7,903.00$7,250.00$7,250.00$13,700.00$13,700.00$37,500.00$37,500.00$7,500.00$7,500.00$30,000.00$30,000.00$10,000.00$10,000.00$8,370.86$8,370.86 $1,000.00 $1,000.00630-2-11 CONDUIT, (F & I), (OPEN TRENCH)LF235 $6.00$1,410.00$5.80$1,363.00$7.00$1,645.00$30.00$7,050.00$6.00$1,410.00$24.90$5,851.50$24.50$5,757.50$6.70$1,574.50 $8.05 $1,891.75630-2-12 CONDUIT, (F & I ), (DIRECTIONAL BORE}, (3 INCH)LF430 $53.00$22,790.00$48.70$20,941.00$58.50$25,155.00$62.50$26,875.00$50.40$21,672.00$55.50$23,865.00$55.00$23,650.00$56.23$24,178.90 $20.55 $8,836.50632-7-1 SIGNAL CABLE, (F & I}, (RECONSTRUCTED INTERSECTION)Pl1 $5,930.00$5,930.00$5,440.00$5,440.00$6,528.00$6,528.00$13,250.00$13,250.00$5,630.00$5,630.00$11,320.00$11,320.00$11,500.00$11,500.00$6,281.03$6,281.03 $4,998.55 $4,998.55635-2-11 PULL BOX, (F & I}, (17" X 30" COVER SIZE)EA18 $752.00$13,536.00$690.00$12,420.00$828.00$14,904.00$15.50$279.00$714.00$12,852.00$1,330.00$23,940.00$1,325.00$23,850.00$796.67$14,340.06 $770.33 $13,865.94635-2-40 PULL BOX, (RELOCATE), (24" X 36" COVER SIZE)EA1$1,014.00$1,014.00$930.00$930.00$1,116.00$1,116.00$1,700.00$1,700.00$962.00$962.00$1,443.00$1,443.00$1,420.00$1,420.00$1,073.78$1,073.78 $1,318.45 $1,318.45646-1-11 ALUMINUM SIGNAL POLE (F & I) (PEDESTAL)EA8 $1,733.00$13,864.00$1,590.00$12,720.00$1,908.00$15,264.00$2,000.00$16,000.00$1,640.00$13,120.00$1,675.00$13,400.00$1,650.00$13,200.00$1,835.82$14,686.56 $1,471.30$11,770.40646-1-60 ALUMINUM SIGNAL POLE (REMOVE)EA3 $349.00$1,047.00$320.00$960.00$384.00$1,152.00$250.00$750.00$331.00$993.00$122.00$366.00$120.00$360.00$369.47$1,108.41 $234.80 $704.40650-1-14 TRAFFIC SIGNAL (F & I) (3) (1 WAY) (ALUMINUM )AS21 $1,417.00$29,757.00$1,300.00$27,300.00$1,560.00$32,760.00$1,450.00$30,450.00$1,340.00$28,140.00$1,215.00$25,515.00$1,200.00$25,200.00$1,500.98$31,520.58 $944.86 $19,842.06650-1-60 TRAFFIC SIGNAL (REMOVE)AS12 $153.00$1,836.00$140.00$1,680.00$168.00$2,016.00$150.00$1,800.00$145.00$1,740.00$121.20$1,454.40$120.00$1,440.00$161.64$1,939.68 $104.66 $1,255.92653-1-11 PEDESTRIAN SIGNAL (F & I) (LED COUNTDOWN) (1 WAY)AS8 $1,025.00$8,200.00$940.00$7,520.00$1,128.00$9,024.00$750.00$6,000.00$973.00$7,784.00$565.00$4,520.00$570.00$4,560.00$1,085.32$8,682.56 $692.82 $5,542.56653-1-60 PEDESTRIAN SIGNAL ( REMOVE )AS1 $229.00$229.00$210.00$210.00$252.00$252.00$155.00$155.00$217.00$217.00$105.00$105.00$100.00$100.00$242.47$242.47 $113.19 $113.19660-1-109 LOOP DETECTOR, INDUCTIVE (F & I) (TYPE 9, 2 CH, SS, RM)EA8 $774.00$6,192.00$710.00$5,680.00$852.00$6,816.00$350.00$2,800.00$735.00$5,880.00$266.00$2,128.00$265.00$2,120.00$819.77$6,558.16 $226.87 $1,814.96660-2-102 LOOP ASSEMBLY (F & I) (TYPE B)AS3 $1,188.00$3,564.00$1,090.00$3,270.00$1,308.00$3,924.00$1,500.00$4,500.00$1,130.00$3,390.00$1,130.00$3,390.00$1,100.00$3,300.00$1,258.51$3,775.53 $777.97 $2,333.91660-2-106 LOOP ASSEMBLY (F & I) (TYPE F) (6' X 40')AS8 $1,515.00$12,120.00$1,390.00$11,120.00$1,668.00$13,344.00$1,400.00$11,200.00$1,440.00$11,520.00$1,025.00$8,200.00$1,000.00$8,000.00$1,604.90$12,839.20 $943.93 $7,551.44660-3-11 VEHICLE DETECTION (F&I) (RADAR) (CABINET)EA1 $15,042.00$15,042.00$13,800.00$13,800.00$16,560.00$16,560.00$7,000.00$7,000.00$14,280.00$14,280.00$6,000.00$6,000.00$6,000.00$6,000.00$15,933.49$15,933.49 $1,105.39 $1,105.39660-3-12 VEHICLE DETECTION (F&I) (RADAR) (ABOVE GROUND)EA2 $13,843.00$27,686.00$12,700.00$25,400.00$15,240.00$30,480.00$12,250.00$24,500.00$13,140.00$26,280.00$9,240.00$18,480.00$9,000.00$18,000.00$14,663.43$29,326.86 $9,048.96$18,097.92663-1-500 VEHICLE PRIORITY (ADJUST/MODIFY) (EMERGENCY PREEMPTION)EA4 $818.00$3,272.00$750.00$3,000.00$900.00$3,600.00$300.00$1,200.00$776.00$3,104.00$250.00$1,000.00$250.00$1,000.00$865.95$3,463.80 $500.00 $2,000.00665-1-11 PEDESTRIAN DETECTOR (F & I) (STANDARD)EA8 $327.00$2,616.00$300.00$2,400.00$360.00$2,880.00$300.00$2,400.00$310.00$2,480.00$230.00$1,840.00$225.00$1,800.00$346.38$2,771.04 $258.86 $2,070.88665-1-60 PEDESTRIAN DETECTOR (REMOVE)EA1 $76.00$76.00$70.00$70.00$84.00$84.00$50.00$50.00$72.40$72.40$33.50$33.50$32.50$32.50$80.82$80.82 $50.67 $50.67670-5-400 TRAFFIC CONTROLLER ASSEMBLY (MODIFY)AS1 $4,142.00$4,142.00$3,800.00$3,800.00$4,560.00$4,560.00$1,500.00$1,500.00$3,930.00$3,930.00$1,212.00$1,212.00$1,200.00$1,200.00$4,387.48$4,387.48 $1,755.21 $1,755.21700-5-21 INTERNALLY ILLUMINATED SIGN (F & I) (OVERHEAD)EA4 $5,406.00$21,624.00$4,960.00$19,840.00$5,952.00$23,808.00$7,000.00$28,000.00$5,130.00$20,520.00$6,406.14$25,624.56$6,500.00$26,000.00$5,726.82$22,907.28 $3,195.07$12,780.28700-5-60 INTERNALLY ILLUMINATED SIGN ( REMOVE ) (OVERHEAD)EA4 $382.00$1,528.00$350.00$1,400.00$420.00$1,680.00$550.00$2,200.00$362.00$1,448.00$250.00$1,000.00$250.00$1,000.00$404.11$1,616.44 $269.95 $1,079.80SUBTOTAL FDOT US-41 SIGNAL IMPROVEMENTS$205,378.00 $188,514.00 $231,252.00 $227,159.00 $194,924.40$210,687.96 $189,490.00 $217,659.49 $121,780.18CC-1000 OWNER'S ALLOWANCET&M 1 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00 $380,000.00BID TOTAL = TRADEWORK TOTAL + OWNER'S ALLOWANCE$3,395,000.00 $3,629,299.98 $3,760,324.60$3,879,866.50 $4,059,000.00 $4,458,370.00 $4,588,000.00 $4,744,855.19 $4,154,203.81Yes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes 4 References Yes Yes Yes Yes Yes 5 References Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesLocal Business Tax Receipt (Collier County)N/A N/A Yes N/A N/A N/A N/A N/AYes Yes Yes Yes Yes Yes Yes YesYes Yes Yes Yes Yes Yes Yes YesOpened By: Cynthia McCannaWitnessed by:Barbara Lance* Minor irregularityAjax Paving Industries of Florida, LLCNorth VeniceSarasotaFerreira Construction Southern Division Co., Inc. MiamiOHL USA, Inc. MiamiDadeRanger Construction Industries, Inc. West Palm Beach Palm BeachDadeBid ScheduleWright Construction Group, Inc. Quality Enterprises USA, Inc.Coastal Concrete Products, LLCTrench Safety Act Acknowledgement (Form 6)Completed Bid Forms:Insurance and Bonding Requirements (Form 8)Conflict of Interest Affidavit (Form 9)Vendor Declaration Statement (Form 10)Immigration Affidavit Certification (Form 11)Bidders Checklist (Form 12)Bid Response Form (Form 1)Contractors Key Personnel Assigned to Project - (Form 2)Material Manufacturers (Form 3)List of Major Subcontractors (Form 4)Statement of Experience of Bidder (Form 5)Addendums (9)E-VerifySunBizPlace of BusinessCounty:Cougar Contracting LLCFort MyersLeeBid Bond (Form 7)Fort MyersLeeNaplesCollierFort MyersLeePrepared by: Transportation Operations Department 12/17/202011.I.2Packet Pg. 372Attachment: 20-7820 Bid Tabulation (14710 : Triangle Blvd Transportation Operational Improvements) 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 1/7/2021 AWA Insurance Agency 13700 Six Mile Cypress Pkwy Suite#1 Ft.Myers FL 33912 Jennifer Alf 239-418-1100 239-418-1164 Jennifer@awainsurance.com Auto-Owners Insurance Company 18988 COUGCUT-01 StarStone Specialty Insurance Company 44776CougarContractingLLC 5420 Division Dr Fort Myers FL 33905 GuideOne National Insurance Company 14167 Bridgefield Casualty Insurance 10335 Continental Ins Co-CNA 35289 2054119923 C X 1,000,000 X 50,000 5,000 1,000,000 2,000,000 X 563000235-00 1/1/2021 1/1/2022 2,000,000 A 2,000,000 X X X 52-652632-00 1/1/2021 1/1/2022 PIP Basic 10,000 B X 5,000,000 X 79976A200ALI 1/1/2021 1/1/2022 5,000,000 D X N 19652186 1/1/2021 1/1/2022 1,000,000 1,000,000 1,000,000 E B Contractors Equipment/MTC Excess over Auto 7012125276 001113630 1/1/2021 1/1/2021 1/1/2022 1/1/2022 Leased/Rented -MTC Aggregate Pollution 400000 -1,000,000 4,000,000 2,000,000 Project Reference:20-7820 Triangle Blvd Transportation Operational Improvements (CM) Collier County Board of County Commissioners is included as Additional Insured on a primary and non-contributory basis with respects to General Liability and Auto Liability,as required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail Naples FL 34112 11.I.3 Packet Pg. 373 Attachment: 20-7820 CougarContracting_Insurance 1-7-21 (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.3 Packet Pg. 374 Attachment: 20-7820 CougarContracting_Insurance 1-7-21 (14710 : Triangle Blvd Transportation Operational Improvements) CG 20 10 04 13 © ISO Properties, Inc., 2004 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location(s) Of Covered Operations As required by written contract. If anyone, other than the Additional Insured, provides similar insurance for the Additional Insured, then this insurance will apply as outlined in SECTION IV – COMMERCIAL LIABILITY CONDITIONS, paragraph 4. Other Insurance, subparagraph c. Method of Sharing. The inclusion of one or more Insured(s) under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged. Any Location Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: 11.I.3 Packet Pg. 375 Attachment: 20-7820 CougarContracting_Insurance 1-7-21 (14710 : Triangle Blvd Transportation Operational Improvements) CG 20 10 04 13 © ISO Properties, Inc., 2004 Page 2 of 2 If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 11.I.3 Packet Pg. 376 Attachment: 20-7820 CougarContracting_Insurance 1-7-21 (14710 : Triangle Blvd Transportation Operational Improvements) COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 11.I.3 Packet Pg. 377 Attachment: 20-7820 CougarContracting_Insurance 1-7-21 (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4Packet Pg. 378Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4Packet Pg. 379Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 380 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 381 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 382 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 383 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 384 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 385 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 386 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) 11.I.4 Packet Pg. 387 Attachment: 20-7820 - DELORA (14710 : Triangle Blvd Transportation Operational Improvements) Triangle Boulevard Project 60215 Project # Infrastructure Surtax Citizens Oversite Committee Project Checklist Projects) in line with F.5.212.055 Expenditure related to infrastructure as follows: (21 Construction IJJ Improvement of public facilities (d Land acquisition jZ1 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)inline with County Ordinance2018-21 Projects) identified in Exhibit A within County Ordinance2018-21 Projects) in line with Ballot Language within County Ordinance2018-21 The Infrastructure Surtax Citizens Oversight Committee (ISCOCj validated that the Triangle Boulevard project meets the necessary requii eligible to use Surtax Funding on March 06 2019* j Category; Transportation Sub -Category: triangle Blvd. Funding Requested:$s.oM