Loading...
Agenda 05/11/2021 Item #11E (ITB #21-7851-ST w/Zep Construction)05/11/2021 EXECUTIVE SUMMARY Recommendation to approve the award of Invitation to Bid ("ITB") No. 21-7851-ST, “Bridge Replacement -Bridge Package C - 4 Bridges - Oil Well Rd,” to Zep Construction, Inc., in the amount of $12,992,442.90 and authorize the Chair to sign the attached agreement pertaining to Project 66066, “Eleven Bridge Replacements east of SR 29,” and approve all necessary budget amendment. _____________________________________________________________________________ OBJECTIVE: To replace four bridges (Nos. 030153, 030154, 030155 and 030156) located east of State Road (SR) 29, on Oil Well Road, as part of Project 66066. CONSIDERATION: The design and permitting phase to replace eleven functionally obsolete and structurally deficient bridges east of SR 29, six bridges along Immokalee Road, four bridges on Oil Well Road and one bridge on Countyline Road is now completed. To accelerate the construction schedule and minimize delays due to fabrication and transportation of the structural elements within a 30 month construction schedule, staff divided the bridges into four construction bid packages. This request pertains to the award of a bid for Project 66066.12 concerning the four bridges referenced above, which are located east of SR 29 on Oil Well Road. On January 26, 2021, the Procurement Services Department posted Invitation to Bid No. 21 -7851-ST, “Bridge Replacement -Bridge Package C - 4 Bridges - Oil Well Rd,” for construction of the above four referenced bridges. The County sent 43,343 notices to contractors, and interested contractors viewed one hundred fifteen (115) bid packages. On March 2, 2021, the County received four bids and one no bid as summarized below. Bidders: Company Name City County ST Bid Amount Responsive/ Responsible Zep Construction, Inc. Fort Myers Lee FL $12,992,442.90 Yes/Yes Quality Enterprises USA, Inc. Naples Collier FL $13,074,867.34 Yes/Yes Manhattan Road & Bridge Company Fort Myers Lee FL $14,623,070.70 Yes/Yes Kiewit Infrastructure South Co. Sunrise Broward FL $19,279,231.90 Yes/Yes RWC Group, LLC Phoenix Maricopa AZ No Bid N/A Staff determined all bidders to be responsive and responsible and found that Zep Construction, Inc. (“Zep”), a Lee County company, is the lowest responsive and responsible bidder. Staff and engineering consultant, HNTB Corporation, determined the lowest bid is fair and reasonable and recommends awarding the contract to Zep Construction, Inc. Zep is a FDOT prequalified contractor and has transportation construction experience locally as well as throughout South Florida. The engineer consultant evaluated Zep’s references and deemed them acceptable to determine experience on work of a similar magnitude judged within the last five years, which includes the contractor’s prior experience, skill and business standing, and its ability to conduct the work as completely and timely as required under the terms of the Agreement. Specifically, this firm has performed work in Collier County most recently in 2020 when the firm constructed a pedestrian bridge over Sunshine Blvd and in 2019 replacing a drainage control structure (Weir 4) in Golden Gate. Zep Construction, Inc has performed work for Lee, Manatee and Sarasota Counties and in all respects the firm is reputable with a good work history and cons truction results. The bid is 1.9% below the engineer consultant’s $13,240,567.53 opinion of probable cost. The 11.E Packet Pg. 92 05/11/2021 Procurement Services Division concluded bidding was competitive and representative of market conditions. The bid tabulation, bid analysis, engineer’s letter of recommendation (DELORA), the Notice of Recommended Award (NORA) and contract are attached. Staff held a pre-award with Zep and confirmed their ability and capability to construct both bridge projects simultaneously (Invitation to Bid #21-7850 and #21-7851). The infrastructure sales tax was approved by the voters in 2018. Exhibit “A” in Ordinance 2018-21 lists all the applicable projects that can be funded from this sales tax. The Eleven Bridge Replacements in eastern Collier County is specifically included in Exhibit “A” under the Transportation Projects category. On September 2nd, 2020 (Agenda Item 8.A.1.), the infrastructure Sales Tax Committee validated this project in the total amount of $33 million. FISCAL IMPACT: Funding in the amount of $12,992,442.90 is available within the Infrastructure Sales Tax Fund (318) reserves. A budget amendment is needed to transfer the Infrastructure Sales Tax Committee's approved funding in the amount of $33 million for the Eleven Bridge Replac ements Project 66066. With one (1) replacement bridge left to award after the May 11, 2021 meeting, funding for all eleven (11) replacement bridge project are not expected to exceed the $33 million allocation. The completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service for the new bridges and roadway features and will be absorbed into the regular maintenance schedule thereafter, and the new stormwater features will require minimal maintenance and will be incorporated into the regular maintenance schedule resulting in minimal cost impact. GROWTH MANAGEMENT IMPACT: The project is in conformance 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 approve the award of Invitation to Bid ("ITB") No. 21-7851-ST, “Bridge Replacement -Bridge Package C - 4 Bridges - Oil Well Rd,” with Zep Construction, Inc., in the amount of $12,992,442,90, authorize the Chair to sign the attached Agreement, and approve the necessary budget amendment. Prepared by: Marlene Messam, P.E., PMP, Principal Project Manager, Transportation Engineering Division 11.E Packet Pg. 93 05/11/2021 ATTACHMENT(S) 1. 21-7851-ST NORA signed (PDF) 2. 21-7851-ST - DELORA_signed (PDF) 3. 21-7851-ST - Bid TAB (PDF) 11.E Packet Pg. 94 05/11/2021 4. Checklist 11 Bridge Replacement Project Validated - 09_02_2020 Signed (PDF) 5. 21-7851-ST ZepConstruction_Insurance 4-16-21 (PDF) 6. [Linked]21-7851-ST ZepConstruction_VendorSignedwBonds (PDF) 11.E Packet Pg. 95 05/11/2021 COLLIER COUNTY Board of County Commissioners Item Number: 11.E Doc ID: 15381 Item Summary: Recommendation to approve the award of Invitation to Bid ("ITB") No. 21-7851- ST, “Bridge Replacement -Bridge Package C – 4 Bridges – Oil Well Rd,” to Zep Construction, Inc., in the amount of $12,992,442.90 and authorize the Chair to sign the attached agreement pertaining to Project 66066, “Eleven Bridge Replacements east of SR 29,” and approve all necessary budget amendment. (Marlene Messam, Principal Project Manager, Transportation Engineering) Meeting Date: 05/11/2021 Prepared by: Title: Project Manager, Principal – Transportation Engineering Name: Marlene Messam 04/13/2021 4:39 PM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 04/13/2021 4:39 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/13/2021 4:50 PM Procurement Services Sue Zimmerman Additional Reviewer Completed 04/13/2021 5:52 PM Transportation Engineering Steve Ritter Additional Reviewer Completed 04/14/2021 7:07 AM Transportation Engineering Jay Ahmad Additional Reviewer Completed 04/14/2021 7:26 AM Procurement Services Sandra Herrera Additional Reviewer Completed 04/14/2021 9:32 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 04/14/2021 10:13 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 04/14/2021 2:42 PM Growth Management Department Gene Shue Additional Reviewer Completed 04/14/2021 3:00 PM Community & Human Services Lisa Oien Additional Reviewer Completed 04/14/2021 3:14 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/16/2021 10:33 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 04/16/2021 10:43 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/16/2021 11:17 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 05/03/2021 4:29 PM County Manager's Office Mark Isackson Level 4 County Manager Review Completed 05/03/2021 4:31 PM Board of County Commissioners Geoffrey Willig Meeting Pending 05/11/2021 9:00 AM 11.E Packet Pg. 96 Tab 2 -Appendix I1 -Template Notice of Recommended Award NORA_rev 02-14-20 Date: _________________ Notice of Recommended Award Solicitation No.: 21-7851-ST Title:Bridge Replacement Bridge Package C- 4 Bridges -Oilwell Rd Bid Due Date and Time:March 2, 2021 by 3:00 pm RESPONDENTS: Company Name City County ST Amount Responsive /Responsible Zep Construction, Inc.Fort Myers Lee FL $12,992,442.90 Yes/Yes Quality Enterprises USA, Inc.Naples Collier FL $13,074,867.34 Yes/Yes Manhattan Road & Bridge Company Ft. Myers Lee FL $14,623,070.70 Yes/Yes Kiewit Infrastructure South Co. Sunrise Broward FL $19,279,231.90 Yes/Yes RWC Group, LLC Phoenix Maricopa AZ No Bid N/A Utilized Local Vendor Preference: Yes No N/A On January 26, 2021,the Procurement Services Division issued ITB Solicitation 21-7851-ST Bridge Replacement -Bridge Package C -4 Bridges Oilwell Rd, to forty-three thousand three hundred forty-three vendors (43,343). Vendors viewed one hundred fifteen (115) bid packages and on March 2, 2021, the County received four(4)bids and one (1) no bid, as summarized above. Staff reviewed the bids received. All bids were deemed responsive and responsible.Two of the responsive bidders were contacted or information verified to resolve incomplete or missing documents. RWC Group, LLC entered a No-Bid stating that the project does not apply to their line of work Staff determined that Zep Construction, Inc. is the lowest responsive and responsible bidder. Staff therefore recommends the contract be awarded to Zep Construction, Inc, the lowest responsive and responsible bidder,for a total contract amount of $12,992,442.90. Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ Sandra Herrera 11.E.a Packet Pg. 97 Attachment: 21-7851-ST NORA signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) HNTB Corporation 201 N. Franklin Street Telephone (813) 402-4150 The HNTB Companies Suite 1200 hntb.com Infrastructure Solutions Tampa, FL 33602 Ms. Lisa Oien Procurement Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 March 24, 2021 RE: Design Entity Letter of Recommended Award Solicitation No. 21-7851-ST Bridge Replacement - Bridge Package C - 4 Bridges - Oil Well Road Dear Ms. Oien: HNTB (EOR) has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. The scope of the Bridge Replacement - Bridge Package C - 4 Bridges - Oil Well Road project includes replacing four structurally deficient bridges, installing retaining walls, and providing safe roadway approaches. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, Zep Construction, Inc. is the low bidder with a bid amount of $12,992,442.90, which is approximately 1.9% less than the project’s Opinion of Probable Construction Cost (OPCC) amount of $13,240,567.53. Zep Construction, Inc. is a FDOT prequalified contractor in the work classes for the construction, repair, and rehabilitation of minor, intermediate, and major bridges as well as other categories; the expiration of their current prequalification is March 30, 2022. Zep Construction has transportation construction experience locally as well as throughout South Florida. The projects provided by Zep Construction as references are primarily bridge work with Zep Construction as the prime contractor. HNTB contacted the provided references to discuss if the work performed by Zep Construction was similar in nature to the proposed Bridge Replacement - Bridge Package C - 4 Bridges - Oil Well Road project and if Zep Construction performed acceptably on the projects. All the references were contacted, and we received responses from the following: 1) Golden Gate Weir 4, Collier County HNTB contacted the project manager from South Florida Water Management District. The reference provided positive feedback on Zep Construction’s work and confirmed that Zep Construction completed work as the prime contractor to replace the drainage control structure. 11.E.b Packet Pg. 98 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Page 2 of 3 2) Sunshine Boulevard Pedestrian Bridge, Collier County HNTB contacted the project administrator from AIM Engineering & Surveying, Inc., who was the CEI on behalf of Collier County for the reference project. The reference provided positive feedback on Zep Construction’s work and confirmed that Zep Construction completed work as the prime contractor to construct the reference pedestrian bridge. 3) Morgan Johnson Retaining Wall Emergency Repair, Manatee County HNTB contacted the senior bridge engineer from Manatee County Public Works, who was the project manager for the reference project. The reference provided positive feedback on Zep Construction’s work and confirmed that Zep Construction completed work as the prime contractor to repair and reconstruct an existing retaining wall associated with a failed culvert wingwall. 4) Burnt Store Road – Middle Bridge, Lee County HNTB contacted the project engineer from HighSpans Engineering, Inc., who was the project administrator and CEI for the reference project. The reference provided positive feedback on Zep Construction’s work and confirmed that Zep Construction completed the bridge and retaining wall construction as the subcontractor to Wright Construction Group for this new roadway alignment project. 5) Myakka River Bridge, Sarasota County HNTB contacted the construction services manager with Stanley Consultants, who served as the senior project engineer for the reference project. The reference provided positive feedback on Zep Construction’s work and confirmed that Zep Construction completed the work as the prime contractor, including nearly all the bridge replacement and all the retaining wall construction. 6) 8th Street NE Bridge, Collier County HNTB contacted a senior project engineer with EXP, who was the project administrator working for the Florida Department of Transportation at the time the reference project was built. The reference provided positive feedback on Zep Construction’s work and confirmed that Zep Construction completed the bridge construction as a subcontractor to Bergeron Land Development for this new bridge crossing project. While Zep Construction provided four reference projects that were similar in nature to the Bridge Replacement - Bridge Package C - 4 Bridges - Oil Well Road project, all references that responded to HNTB provided positive feedback on Zep Construction’s work. See attached for each completed response. Zep Construction submitted all the required bid forms and is the lowest responsive and responsible bidder. Based on the above information, HNTB recommends Zep Construction, Inc. be awarded the Bridge Replacement - Bridge Package C - 4 Bridges - Oil Well Road project in the amount of $12,992,442.90. 11.E.b Packet Pg. 99 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Page 3 of 3 Please feel free to call me with any questions. Best regards, Julian W. Gutierrez, P.E. Project Manager 11.E.b Packet Pg. 100 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL ROADWAY 1 0101 1 MOBILIZATION (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-74)LS 1 $218,333.00 $218,333.00 $250,000.00 $250,000.00 $300,000.00 $300,000.00 $357,000.00 $357,000.00 $0.00 $0.00 $245,413.69 $245,413.69 2 0102 1 MAINTENANCE OF TRAFFIC (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-74)LS 1 $73,731.00 $73,731.00 $90,765.00 $90,765.00 $15,000.00 $15,000.00 $343,000.00 $343,000.00 $0.00 $0.00 $227,234.89 $227,234.89 3 0101 1 1 PROVIDE/MAINTAIN "AS BUILT"LS 1 $3,260.00 $3,260.00 $45,168.00 $45,168.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 4 0102 2 1 SPECIAL DETOUR 1 LS 1 $117,445.00 $117,445.00 $23,840.00 $23,840.00 $100,000.00 $100,000.00 $60,000.00 $60,000.00 $0.00 $0.00 $61,465.78 $61,465.78 5 0102 2 2 SPECIAL DETOUR 2 LS 1 $115,744.00 $115,744.00 $16,059.00 $16,059.00 $87,000.00 $87,000.00 $20,000.00 $20,000.00 $0.00 $0.00 $36,205.49 $36,205.49 6 0102 60 WORK ZONE SIGN ED 10860 $0.21 $2,280.60 $0.25 $2,715.00 $0.23 $2,497.80 $0.22 $2,389.20 $0.00 $0.00 $0.24 $2,606.40 7 0102 71 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2028 $27.17 $55,100.76 $34.25 $69,459.00 $30.00 $60,840.00 $27.00 $54,756.00 $0.00 $0.00 $16.13 $32,711.64 8 0102 71 25 TEMPORARY BARRIER, REL, ANCHORED LF 252 $11.79 $2,971.08 $13.00 $3,276.00 $15.00 $3,780.00 $12.00 $3,024.00 $0.00 $0.00 $4.63 $1,166.76 9 0102 74 1 CHANNELIZING DEVICE - TYPE I, II, DI, VP, DRUM, OR LCD ED 40260 $0.11 $4,428.60 $0.10 $4,026.00 $0.11 $4,428.60 $0.12 $4,831.20 $0.00 $0.00 $0.12 $4,831.20 10 0102 74 2 CHANNELIZING DEVICE - TYPE III, 6'ED 1200 $0.22 $264.00 $0.50 $600.00 $0.27 $324.00 $0.30 $360.00 $0.00 $0.00 $0.31 $372.00 11 0102 89 1 TEMPORARY CRASH CUSHION LO 6 $950.00 $5,700.00 $1,600.00 $9,600.00 $1,000.00 $6,000.00 $875.00 $5,250.00 $0.00 $0.00 $824.24 $4,945.44 12 0102 99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 448 $9.51 $4,260.48 $16.00 $7,168.00 $10.00 $4,480.00 $11.00 $4,928.00 $0.00 $0.00 $11.37 $5,093.76 13 0102 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES ED 420 $163.02 $68,468.40 $180.00 $75,600.00 $250.00 $105,000.00 $245.00 $102,900.00 $0.00 $0.00 $91.69 $38,509.80 14 0102 909 TEMPORARY RAISED RUMBLE STRIPS ED 600 $16.26 $9,756.00 $48.00 $28,800.00 $2.85 $1,710.00 $3.00 $1,800.00 $0.00 $0.00 $39.49 $23,694.00 15 0102 911 2 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID LF 440 $3.26 $1,434.40 $2.75 $1,210.00 $10.50 $4,620.00 $2.25 $990.00 $0.00 $0.00 $2.75 $1,210.00 16 0107 1 LITTER REMOVAL AC 23.87 $57.95 $1,383.27 $116.75 $2,786.82 $260.00 $6,206.20 $30.00 $716.10 $0.00 $0.00 $33.81 $807.04 17 0107 2 MOWING AC 19.59 $102.06 $1,999.36 $239.00 $4,682.01 $260.00 $5,093.40 $60.00 $1,175.40 $0.00 $0.00 $43.01 $842.57 18 0108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT LS 1 $5,201.19 $5,201.19 $3,600.00 $3,600.00 $5,550.00 $5,550.00 $3,300.00 $3,300.00 $0.00 $0.00 $6,207.25 $6,207.25 19 0108 2 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 $6,521.00 $6,521.00 $4,800.00 $4,800.00 $5,000.00 $5,000.00 $14,000.00 $14,000.00 $0.00 $0.00 $5,683.13 $5,683.13 20 0110 1 1 CLEARING & GRUBBING AC 1.91 $5,244.00 $10,016.04 $9,356.00 $17,869.96 $35,000.00 $66,850.00 $18,000.00 $34,380.00 $0.00 $0.00 $7,767.41 $14,835.75 21 0120 1 REGULAR EXCAVATION CY 882.1 $25.43 $22,431.80 $19.50 $17,200.95 $25.00 $22,052.50 $28.00 $24,698.80 $0.00 $0.00 $4.54 $4,004.73 22 0120 6 EMBANKMENT CY 2391.6 $17.17 $41,063.77 $24.00 $57,398.40 $33.00 $78,922.80 $50.00 $119,580.00 $0.00 $0.00 $9.05 $21,643.98 23 0160 4 TYPE B STABILIZATION SY 5013 $7.06 $35,391.78 $5.00 $25,065.00 $5.00 $25,065.00 $7.00 $35,091.00 $0.00 $0.00 $4.83 $24,212.79 24 0285702 OPTIONAL BASE, BASE GROUP 02 SY 34 $45.65 $1,552.10 $96.50 $3,281.00 $45.00 $1,530.00 $32.00 $1,088.00 $0.00 $0.00 $13.00 $442.00 25 0285709 OPTIONAL BASE, BASE GROUP 09 SY 3872 $49.45 $191,470.40 $35.75 $138,424.00 $31.00 $120,032.00 $34.00 $131,648.00 $0.00 $0.00 $42.09 $162,972.48 26 0334 1 52 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76-22 TN 493.7 $163.90 $80,917.43 $164.75 $81,337.08 $137.00 $67,636.90 $160.00 $78,992.00 $0.00 $0.00 $116.72 $57,624.66 27 0337 7 81 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, FC-12.5, PG 76-22 TN 369.0 $221.65 $81,788.85 $179.25 $66,143.25 $147.00 $54,243.00 $161.00 $59,409.00 $0.00 $0.00 $114.70 $42,324.30 28 0339 1 MISCELLANEOUS ASPHALT PAVEMENT TN 16.1 $346.98 $5,586.38 $398.00 $6,407.80 $470.00 $7,567.00 $360.00 $5,796.00 $0.00 $0.00 $307.03 $4,943.18 29 521 8 7 CONC BARRIER, W/ JUNCT SL, 36 SS LF 1118 $246.00 $275,028.00 $271.00 $302,978.00 $450.00 $503,100.00 $376.00 $420,368.00 $0.00 $0.00 $185.71 $207,623.78 30 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED SY 53 $90.42 $4,792.26 $42.00 $2,226.00 $165.00 $8,745.00 $130.00 $6,890.00 $0.00 $0.00 $48.13 $2,550.89 31 0530 3 4 RIPRAP - RUBBLE (DITCH LINING)TN 2.4 $217.36 $521.66 $688.75 $1,653.00 $335.00 $804.00 $190.00 $456.00 $0.00 $0.00 $250.93 $602.23 32 0530 74 BEDDING STONE TN 1.8 $217.36 $391.25 $407.75 $733.95 $390.00 $702.00 $300.00 $540.00 $0.00 $0.00 $102.81 $185.06 33 0536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 LF 291 $26.19 $7,621.29 $25.25 $7,347.75 $25.00 $7,275.00 $26.00 $7,566.00 $0.00 $0.00 $19.35 $5,630.85 34 0536 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 EA 3 $2,718.89 $8,156.67 $4,258.00 $12,774.00 $2,600.00 $7,800.00 $3,300.00 $9,900.00 $0.00 $0.00 $3,179.70 $9,539.10 35 0536 73 GUARDRAIL REMOVAL LF 323 $2.79 $901.17 $5.00 $1,615.00 $3.00 $969.00 $3.00 $969.00 $0.00 $0.00 $3.56 $1,149.88 36 0536 85 24 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 3 $2,829.50 $8,488.50 $3,840.00 $11,520.00 $2,700.00 $8,100.00 $3,000.00 $9,000.00 $0.00 $0.00 $3,110.19 $9,330.57 37 0570 1 2 PERFORMANCE TURF, SOD SY 2136 $3.10 $6,621.60 $5.00 $10,680.00 $2.40 $5,126.40 $3.00 $6,408.00 $0.00 $0.00 $2.66 $5,681.76 38 0700 11 111 ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL GROUND MOUNT- AC POWERED, ELECTRONIC WARNING SIGN, UP TO 12 SF AS 2 $15,759.00 $31,518.00 $17,400.00 $34,800.00 $12,000.00 $24,000.00 $16,000.00 $32,000.00 $0.00 $0.00 $5,102.39 $10,204.78 39 0700 12 21 SIGN BEACON, F&I GROUND MOUNT-SOLAR POWERED, ONE BEACON AS 4 $7,064.00 $28,256.00 $5,400.00 $21,600.00 $9,500.00 $38,000.00 $7,200.00 $28,800.00 $0.00 $0.00 $6,127.54 $24,510.16 40 0710 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6"GM 0.851 $2,173.64 $1,849.77 $1,798.00 $1,530.10 $2,000.00 $1,702.00 $1,100.00 $936.10 $0.00 $0.00 $735.39 $625.82 41 0710 11 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24"LF 70 $2.17 $151.90 $1.25 $87.50 $1.10 $77.00 $1.00 $70.00 $0.00 $0.00 $1.49 $104.30 42 0908 104 1 EROSION AND SEDIMENT CONTROL LS 1 $19,930.00 $19,930.00 $10,302.00 $10,302.00 $12,000.00 $12,000.00 $8,400.00 $8,400.00 $0.00 $0.00 $8,248.84 $8,248.84 Roadway Subtotal $1,562,728.75 **Roadway Subtotal $1,477,129.57 Roadway Subtotal $1,782,829.60 Roadway Subtotal $2,004,905.80 Roadway Subtotal $0.00 Roadway Subtotal $1,317,992.74 SIGNING AND MARKING 43 700-1-11 SINGLE POST, F&I, GROUND MOUNT, UP TO 12 SF AS 11 $298.88 $3,287.68 $270.00 $2,970.00 $235.00 $2,585.00 $800.00 $8,800.00 $0.00 $0.00 $317.28 $3,490.08 44 700-1-60 SINGLE POST SIGN, REMOVE AS 8 $97.81 $782.48 $60.00 $480.00 $26.00 $208.00 $175.00 $1,400.00 $0.00 $0.00 $18.92 $151.36 45 705-10-3 OBJECT MARKER, TYPE 3 EA 4 $103.25 $413.00 $180.00 $720.00 $155.00 $620.00 $220.00 $880.00 $0.00 $0.00 $263.00 $1,052.00 46 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (YEL/YEL)EA 56 $4.35 $243.60 $3.75 $210.00 $3.20 $179.20 $3.50 $196.00 $0.00 $0.00 $5.00 $280.00 47 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $5,608.00 $5,608.00 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $2,100.00 $2,100.00 $0.00 $0.00 $1,002.06 $1,002.06 48 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18"LF 228 $4.35 $991.80 $4.00 $912.00 $3.80 $866.40 $3.00 $684.00 $0.00 $0.00 $3.90 $889.20 49 711-16-101 THERMOPLASTIC, STANDARD-OTHER, WHITE, SOLID, 6"GM 0.379 $4,890.70 $1,853.58 $5,038.00 $1,909.40 $4,500.00 $1,705.50 $4,400.00 $1,667.60 $0.00 $0.00 $3,905.32 $1,480.12 50 711-16-201 THERMOPLASTIC, STANDARD-OTHER, YELLOW, SOLID, 6"GM 0.343 $4,890.70 $1,677.51 $5,265.00 $1,805.90 $4,500.00 $1,543.50 $4,400.00 $1,509.20 $0.00 $0.00 $3,989.61 $1,368.44 51 713-103-101 PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.042 $29,344.19 $1,232.46 $22,857.00 $959.99 $20,000.00 $840.00 $29,000.00 $1,218.00 $0.00 $0.00 $31,938.48 $1,341.42 52 713-103-201 PERMANENT TAPE, YELLOW, SOLID, 6", FOR CONCRETE BRIDGES GM 0.042 $3,043.10 $127.81 $26,857.00 $1,127.99 $29,000.00 $1,218.00 $29,000.00 $1,218.00 $0.00 $0.00 $29,885.02 $1,255.17 SIGNING AND MARKING SUBTOTAL $16,217.91 ** SIGNING AND MARKING SUBTOTAL $14,095.29 SIGNING AND MARKING SUBTOTAL $11,765.60 SIGNING AND MARKING SUBTOTAL $19,672.80 SIGNING AND MARKING SUBTOTAL $0.00 SIGNING AND MARKING SUBTOTAL $12,309.84 Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)1 OF 7 11.E.b Packet Pg. 101 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE STRUCTURES (Including Retaining Walls) 53 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 1359 $26.75 $36,353.25 $41.00 $55,719.00 $60.00 $81,540.00 $40.00 $54,360.00 $0.00 $0.00 $17.56 $23,864.04 54 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.7 $530.00 $39,591.00 $333.00 $24,875.10 $625.00 $46,687.50 $600.00 $44,820.00 $0.00 $0.00 $559.51 $41,795.40 55 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 108.5 $776.95 $84,299.08 $509.25 $55,253.63 $1,000.00 $108,500.00 $1,200.00 $130,200.00 $0.00 $0.00 $676.00 $73,346.00 56 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 48 $913.54 $43,849.92 $988.75 $47,460.00 $1,500.00 $72,000.00 $2,100.00 $100,800.00 $0.00 $0.00 $1,340.46 $64,342.08 57 0400 7 BRIDGE DECK GROOVING, LESS THAN 8.5"SY 310 $27.65 $8,571.50 $13.00 $4,030.00 $12.00 $3,720.00 $40.00 $12,400.00 $0.00 $0.00 $19.80 $6,138.00 58 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 7.2 $721.00 $5,191.20 $902.50 $6,498.00 $1,250.00 $9,000.00 $800.00 $5,760.00 $0.00 $0.00 $1,121.54 $8,075.09 59 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 21574 $1.03 $22,221.22 $1.25 $26,967.50 $1.50 $32,361.00 $1.20 $25,888.80 $0.00 $0.00 $1.24 $26,751.76 60 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 6697 $1.22 $8,170.34 $1.50 $10,045.50 $1.50 $10,045.50 $1.20 $8,036.40 $0.00 $0.00 $1.09 $7,299.73 61 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12530 $1.04 $13,031.20 $1.25 $15,662.50 $1.40 $17,542.00 $1.20 $15,036.00 $0.00 $0.00 $1.04 $13,031.20 62 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 610 $236.22 $144,094.20 $262.50 $160,125.00 $250.00 $152,500.00 $240.00 $146,400.00 $0.00 $0.00 $272.35 $166,133.50 63 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 1009 $99.25 $100,143.25 $173.25 $174,809.25 $160.00 $161,440.00 $165.00 $166,485.00 $0.00 $0.00 $127.00 $128,143.00 64 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 212 $204.16 $43,281.92 $180.25 $38,213.00 $225.00 $47,700.00 $260.00 $55,120.00 $0.00 $0.00 $238.00 $50,456.00 65 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 128 $36.00 $4,608.00 $33.50 $4,288.00 $54.00 $6,912.00 $25.00 $3,200.00 $0.00 $0.00 $34.32 $4,392.96 66 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 220 $102.40 $22,528.00 $111.75 $24,585.00 $130.00 $28,600.00 $175.00 $38,500.00 $0.00 $0.00 $165.00 $36,300.00 67 0530 1 RIPRAP, SAND-CEMENT CY 121.2 $565.42 $68,528.90 $513.25 $62,205.90 $485.00 $58,782.00 $500.00 $60,600.00 $0.00 $0.00 $626.90 $75,980.28 68 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 747.3 $98.74 $73,788.40 $96.75 $72,301.28 $85.00 $63,520.50 $120.00 $89,676.00 $0.00 $0.00 $140.99 $105,361.83 69 0530 74 BEDDING STONE TN 279 $81.85 $22,836.15 $73.75 $20,576.25 $65.00 $18,135.00 $125.00 $34,875.00 $0.00 $0.00 $102.81 $28,683.99 70 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED - RAILINGS LF 662 $11.24 $7,440.88 $18.00 $11,916.00 $16.00 $10,592.00 $18.00 $11,916.00 $0.00 $0.00 $10.74 $7,109.88 71 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 72 0400 0 11 CONCRETE CLASS NS, GRAVITY WALL CY 236.1 $820.00 $193,602.00 $535.00 $126,313.50 $750.00 $177,075.00 $900.00 $212,490.00 $0.00 $0.00 $547.39 $129,238.78 73 0455 14 3 CONCRETE SHEET PILING, 10"X30"LF 5353 $144.40 $772,973.20 $148.25 $793,582.25 $130.00 $695,890.00 $184.00 $984,952.00 $0.00 $0.00 $177.65 $950,960.45 74 0455 14 4 CONCRETE SHEET PILING, 12"X30"LF 192 $149.00 $28,608.00 $213.50 $40,992.00 $170.00 $32,640.00 $190.00 $36,480.00 $0.00 $0.00 $185.00 $35,520.00 STRUCTURES SUBTOTAL $1,744,371.49 STRUCTURES SUBTOTAL $1,785,058.65 STRUCTURES SUBTOTAL $1,839,082.50 STRUCTURES SUBTOTAL $2,246,395.20 STRUCTURES SUBTOTAL $0.00 STRUCTURES SUBTOTAL $1,991,212.96 TOTAL BASE BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (BRIDGE 034837)$3,323,318.16 $3,276,283.50 $3,633,677.70 $4,270,973.80 $0.00 $3,321,515.54 *The Contractor shall Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)2 OF 7 11.E.b Packet Pg. 102 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridges 034838 & 034839) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL ROADWAY (Combined for Bridges 034838 & 034839) 1 0101 1 MOBILIZATION (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-90)LS 1 $470,273.00 $470,273.00 $355,000.00 $355,000.00 $600,000.00 $600,000.00 $710,000.00 $710,000.00 $0.00 $0.00 $489,469.47 $489,469.47 2 0102 1 MAINTENANCE OF TRAFFIC (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-90)LS 1 $104,834.00 $104,834.00 $84,500.00 $84,500.00 $30,000.00 $30,000.00 $670,000.00 $670,000.00 $0.00 $0.00 $453,212.48 $453,212.48 3 0101 1 1 PROVIDE/MAINTAIN "AS BUILT"LS 1 $3,260.47 $3,260.47 $64,680.00 $64,680.00 $6,000.00 $6,000.00 $1,500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 4 0102 2 3 SPECIAL DETOUR 3 LS 1 $88,166.00 $88,166.00 $39,296.00 $39,296.00 $150,000.00 $150,000.00 $60,000.00 $60,000.00 $0.00 $0.00 $110,342.83 $110,342.83 5 0102 2 4 SPECIAL DETOUR 4 LS 1 $81,833.00 $81,833.00 $12,866.00 $12,866.00 $150,000.00 $150,000.00 $20,000.00 $20,000.00 $0.00 $0.00 $19,806.80 $19,806.80 6 0102 60 WORK ZONE SIGN ED 17280 $0.21 $3,628.80 $0.25 $4,320.00 $0.23 $3,974.40 $0.22 $3,801.60 $0.00 $0.00 $0.24 $4,147.20 7 0102 71 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2652 $27.17 $72,054.84 $34.25 $90,831.00 $30.00 $79,560.00 $27.00 $71,604.00 $0.00 $0.00 $16.13 $42,776.76 8 0102 71 15 TEMPORARY BARRIER, REL, ANCHORED LF 348 $11.79 $4,102.92 $13.00 $4,524.00 $15.00 $5,220.00 $12.00 $4,176.00 $0.00 $0.00 $4.63 $1,611.24 9 0102 74 1 CHANNELIZING DEVICE - TYPE I, II, DI, VP, DRUM, OR LCD ED 45330 $0.11 $4,986.30 $0.10 $4,533.00 $0.11 $4,986.30 $0.12 $5,439.60 $0.00 $0.00 $0.12 $5,439.60 10 0102 74 2 CHANNELIZING DEVICE - TYPE III, 6'ED 2760 $0.22 $607.20 $0.25 $690.00 $0.27 $745.20 $0.30 $828.00 $0.00 $0.00 $0.31 $855.60 11 0102 89 1 TEMPORARY CRASH CUSHION LO 12 $805.61 $9,667.32 $800.00 $9,600.00 $1,000.00 $12,000.00 $875.00 $10,500.00 $0.00 $0.00 $824.24 $9,890.88 12 0102 99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 928 $9.51 $8,825.28 $7.75 $7,192.00 $10.00 $9,280.00 $11.00 $10,208.00 $0.00 $0.00 $11.37 $10,551.36 13 0102 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES ED 900 $163.02 $146,718.00 $180.00 $162,000.00 $250.00 $225,000.00 $245.00 $220,500.00 $0.00 $0.00 $91.69 $82,521.00 14 0102 909 TEMPORARY RAISED RUMBLE STRIPS ED 1080 $16.26 $17,560.80 $48.00 $51,840.00 $2.85 $3,078.00 $3.00 $3,240.00 $0.00 $0.00 $39.49 $42,649.20 15 0102 911 2 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID LF 1180 $3.26 $3,846.80 $3.00 $3,540.00 $10.50 $12,390.00 $2.25 $2,655.00 $0.00 $0.00 $2.75 $3,245.00 16 0107 1 LITTER REMOVAL AC 28.52 $57.95 $1,652.73 $130.25 $3,714.73 $260.00 $7,415.20 $30.00 $855.60 $0.00 $0.00 $33.81 $964.26 17 0107 2 MOWING AC 22.25 $102.06 $2,270.84 $262.75 $5,846.19 $260.00 $5,785.00 $60.00 $1,335.00 $0.00 $0.00 $43.01 $956.97 18 0108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT LS 1 $18,206.27 $18,206.27 $7,200.00 $7,200.00 $5,000.00 $5,000.00 $3,300.00 $3,300.00 $0.00 $0.00 $6,207.25 $6,207.25 19 0108 2 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 $22,823.26 $22,823.26 $9,600.00 $9,600.00 $5,000.00 $5,000.00 $14,000.00 $14,000.00 $0.00 $0.00 $5,683.13 $5,683.13 20 0110 1 1 CLEARING & GRUBBING AC 2.40 $5,243.92 $12,585.41 $10,741.00 $25,778.40 $60,000.00 $144,000.00 $18,000.00 $43,200.00 $0.00 $0.00 $7,767.41 $18,641.78 21 0120 1 REGULAR EXCAVATION CY 1309.6 $25.43 $33,303.13 $19.50 $25,537.20 $25.00 $32,740.00 $28.00 $36,668.80 $0.00 $0.00 $4.54 $5,945.58 22 0120 6 EMBANKMENT CY 3350.4 $17.17 $57,526.37 $22.75 $76,221.60 $33.00 $110,563.20 $50.00 $167,520.00 $0.00 $0.00 $9.05 $30,321.12 23 0160 4 TYPE B STABILIZATION SY 5322 $7.06 $37,573.32 $5.00 $26,610.00 $5.00 $26,610.00 $7.00 $37,254.00 $0.00 $0.00 $4.83 $25,705.26 24 285709 OPTIONAL BASE, BASE GROUP 09 SY 4100 $49.99 $204,959.00 $34.00 $139,400.00 $31.00 $127,100.00 $34.00 $139,400.00 $0.00 $0.00 $42.09 $172,569.00 25 0334 1 52 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76-22 TN 549.0 $165.00 $90,585.00 $160.75 $88,251.75 $137.00 $75,213.00 $160.00 $87,840.00 $0.00 $0.00 $116.72 $64,079.28 26 0337 7 81 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, FC-12.5, PG 76-22 TN 411.8 $217.27 $89,471.79 $184.25 $75,874.15 $147.00 $60,534.60 $161.00 $66,299.80 $0.00 $0.00 $114.70 $47,233.46 27 0339 1 MISCELLANEOUS ASPHALT PAVEMENT TN 20.7 $334.43 $6,922.70 $281.75 $5,832.23 $470.00 $9,729.00 $360.00 $7,452.00 $0.00 $0.00 $307.03 $6,355.52 28 0430 830 PIPE FILLING AND PLUGGING - PLACE OUT OF SERVICE CY 27.1 $268.72 $7,282.31 $175.75 $4,762.83 $400.00 $10,840.00 $420.00 $11,382.00 $0.00 $0.00 $542.52 $14,702.29 29 521 8 7 CONC BARRIER, W/ JUNCT SL, 36 SS LF 1697 $246.00 $417,462.00 $271.75 $461,159.75 $450.00 $763,650.00 $376.00 $638,072.00 $0.00 $0.00 $185.71 $315,149.87 30 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED SY 101 $90.42 $9,132.42 $42.00 $4,242.00 $145.00 $14,645.00 $130.00 $13,130.00 $0.00 $0.00 $48.13 $4,861.13 31 0530 3 4 RIPRAP - RUBBLE (DITCH LINING)TN 4.8 $217.36 $1,043.33 $607.75 $2,917.20 $335.00 $1,608.00 $190.00 $912.00 $0.00 $0.00 $250.93 $1,204.46 32 0530 74 BEDDING STONE TN 3.6 $217.36 $782.50 $525.50 $1,891.80 $390.00 $1,404.00 $300.00 $1,080.00 $0.00 $0.00 $102.81 $370.12 33 0536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 LF 375 $26.19 $9,821.25 $25.25 $9,468.75 $25.00 $9,375.00 $26.00 $9,750.00 $0.00 $0.00 $19.35 $7,256.25 34 0536 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 EA 4 $2,718.89 $10,875.56 $4,257.75 $17,031.00 $2,600.00 $10,400.00 $3,300.00 $13,200.00 $0.00 $0.00 $3,179.70 $12,718.80 35 0536 73 GUARDRAIL REMOVAL LF 964 $2.80 $2,699.20 $5.00 $4,820.00 $3.00 $2,892.00 $3.00 $2,892.00 $0.00 $0.00 $3.56 $3,431.84 36 0536 85 24 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 4 $2,829.50 $11,318.00 $3,840.00 $15,360.00 $2,700.00 $10,800.00 $3,000.00 $12,000.00 $0.00 $0.00 $3,110.19 $12,440.76 37 0570 1 2 PERFORMANCE TURF, SOD SY 2475 $3.10 $7,671.88 $5.00 $12,374.00 $2.40 $5,939.52 $3.00 $7,424.40 $0.00 $0.00 $2.66 $6,582.97 38 0700 12 21 SIGN BEACON, F&I GROUND MOUNT-SOLAR POWERED, ONE BEACON AS 4 $7,064.00 $28,256.00 $5,400.00 $21,600.00 $9,500.00 $38,000.00 $7,200.00 $28,800.00 $0.00 $0.00 $6,127.54 $24,510.16 39 0710 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6"GM 0.951 $2,173.64 $2,067.13 $1,798.00 $1,709.90 $2,000.00 $1,902.00 $1,100.00 $1,046.10 $0.00 $0.00 $735.39 $699.36 40 0710 11 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24"LF 40 $2.17 $86.80 $1.25 $50.00 $1.10 $44.00 $1.00 $40.00 $0.00 $0.00 $1.49 $59.60 41 0908 104 1 EROSION AND SEDIMENT CONTROL LS 1 $39,859.00 $39,859.00 $10,302.00 $10,302.00 $24,000.00 $24,000.00 $8,400.00 $8,400.00 $0.00 $0.00 $17,148.98 $17,148.98 ROADWAY SUBTOTAL $2,146,601.92 **ROADWAY SUBTOTAL $1,952,967.47 ROADWAY SUBTOTAL $2,797,423.42 ROADWAY SUBTOTAL $3,147,705.90 ROADWAY SUBTOTAL $0.00 ROADWAY SUBTOTAL $2,082,318.63 SIGNING AND MARKING (Combined for Bridges 034838 & 034839) 42 705-10-3 OBJECT MARKER, TYPE 3 EA 8 $103.25 $826.00 $180.00 $1,440.00 $155.00 $1,240.00 $220.00 $1,760.00 $0.00 $0.00 $263.00 $2,104.00 43 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (YEL/YEL)EA 74 $4.35 $321.90 $3.75 $277.50 $3.20 $236.80 $3.50 $259.00 $0.00 $0.00 $5.00 $370.00 44 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $5,608.00 $5,608.00 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $2,100.00 $2,100.00 $0.00 $0.00 $1,142.86 $1,142.86 45 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18"LF 248 $4.35 $1,078.80 $4.00 $992.00 $3.80 $942.40 $3.00 $744.00 $0.00 $0.00 $3.90 $967.20 46 711-16-101 THERMOPLASTIC, STANDARD-OTHER, WHITE, SOLID, 6"GM 0.384 $4,890.70 $1,878.03 $5,106.00 $1,960.70 $4,500.00 $1,728.00 $4,400.00 $1,689.60 $0.00 $0.00 $3,905.32 $1,499.64 47 711-16-201 THERMOPLASTIC, STANDARD-OTHER, YELLOW, SOLID, 6"GM 0.384 $4,890.70 $1,878.03 $5,240.75 $2,012.45 $4,500.00 $1,728.00 $4,400.00 $1,689.60 $0.00 $0.00 $3,989.61 $1,532.01 48 713-103-101 PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.161 $29,344.19 $4,724.41 $23,851.00 $3,840.01 $21,000.00 $3,381.00 $29,000.00 $4,669.00 $0.00 $0.00 $31,938.48 $5,142.10 49 713-103-201 PERMANENT TAPE, YELLOW, SOLID, 6", FOR CONCRETE BRIDGES GM 0.161 $3,043.10 $489.94 $28,025.00 $4,512.03 $24,000.00 $3,864.00 $29,000.00 $4,669.00 $0.00 $0.00 $29,885.02 $4,811.49 SIGNING AND MARKING SUBTOTAL $16,805.11 SIGNING AND MARKING SUBTOTAL $18,034.69 SIGNING AND MARKING SUBTOTAL $15,120.20 SIGNING AND MARKING SUBTOTAL $17,580.20 SIGNING AND MARKING SUBTOTAL $0.00 SIGNING AND MARKING SUBTOTAL $17,569.30 STRUCTURES (Bridge 034838 Only) 50 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 4980 $26.75 $133,215.00 $31.50 $156,870.00 $30.00 $149,400.00 $40.00 $199,200.00 $0.00 $0.00 $17.56 $87,448.80 51 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.2 $538.00 $39,919.60 $333.00 $24,708.60 $625.00 $46,375.00 $600.00 $44,520.00 $0.00 $0.00 $559.51 $41,515.64 52 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 201.5 $784.75 $158,127.13 $476.50 $96,014.75 $1,000.00 $201,500.00 $1,200.00 $241,800.00 $0.00 $0.00 $676.00 $136,214.00 53 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 105 $848.11 $89,051.55 $991.50 $104,107.50 $1,500.00 $157,500.00 $2,100.00 $220,500.00 $0.00 $0.00 $1,340.46 $140,748.30 54 0400 9 BRIDGE DECK GROOVING & PLANING, DECK 8.5" AND GREATER SY 779 $17.40 $13,554.60 $23.50 $18,306.50 $7.50 $5,842.50 $60.00 $46,740.00 $0.00 $0.00 $12.50 $9,737.50 55 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 18.0 $721.00 $12,978.00 $987.50 $17,775.00 $1,250.00 $22,500.00 $800.00 $14,400.00 $0.00 $0.00 $1,121.54 $20,187.72 56 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 46654 $1.03 $48,053.62 $1.25 $58,317.50 $1.50 $69,981.00 $1.20 $55,984.80 $0.00 $0.00 $1.24 $57,850.96 57 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 13000 $1.21 $15,730.00 $1.50 $19,500.00 $1.50 $19,500.00 $1.20 $15,600.00 $0.00 $0.00 $1.09 $14,170.00 58 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12974 $1.03 $13,363.22 $1.25 $16,217.50 $1.40 $18,163.60 $1.20 $15,568.80 $0.00 $0.00 $1.04 $13,492.96 59 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 1523 $238.62 $363,418.26 $263.50 $401,310.50 $260.00 $395,980.00 $240.00 $365,520.00 $0.00 $0.00 $272.35 $414,789.05 60 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 2082 $101.00 $210,282.00 $148.50 $309,177.00 $160.00 $333,120.00 $165.00 $343,530.00 $0.00 $0.00 $127.00 $264,414.00 61 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 432 $173.15 $74,800.80 $167.75 $72,468.00 $225.00 $97,200.00 $260.00 $112,320.00 $0.00 $0.00 $238.00 $102,816.00 62 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 256 $36.00 $9,216.00 $34.75 $8,896.00 $54.00 $13,824.00 $25.00 $6,400.00 $0.00 $0.00 $34.32 $8,785.92 63 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 430 $102.40 $44,032.00 $108.00 $46,440.00 $130.00 $55,900.00 $175.00 $75,250.00 $0.00 $0.00 $165.00 $70,950.00 64 0530 1 RIPRAP, SAND-CEMENT CY 155.6 $565.46 $87,985.58 $532.50 $82,857.00 $485.00 $75,466.00 $500.00 $77,800.00 $0.00 $0.00 $626.90 $97,545.64 65 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 1236.4 $98.81 $122,168.68 $98.25 $121,476.30 $85.00 $105,094.00 $120.00 $148,368.00 $0.00 $0.00 $140.99 $174,320.04 66 0530 74 BEDDING STONE TN 440 $77.97 $34,306.80 $84.25 $37,070.00 $65.00 $28,600.00 $125.00 $55,000.00 $0.00 $0.00 $102.81 $45,236.40 67 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED- RAILINGS LF 1292 $9.22 $11,912.24 $18.00 $23,256.00 $16.00 $20,672.00 $18.00 $23,256.00 $0.00 $0.00 $10.74 $13,876.08 68 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)3 OF 7 11.E.b Packet Pg. 103 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE STRUCTURES (Bridge 034839 & Retaining Walls) 69 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 3624 $26.75 $96,942.00 $40.50 $146,772.00 $40.00 $144,960.00 $40.00 $144,960.00 $0.00 $0.00 $17.56 $63,637.44 70 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.2 $540.00 $40,068.00 $333.25 $24,727.15 $625.00 $46,375.00 $600.00 $44,520.00 $0.00 $0.00 $559.51 $41,515.64 71 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 150.0 $787.30 $118,095.00 $520.50 $78,075.00 $1,000.00 $150,000.00 $1,200.00 $180,000.00 $0.00 $0.00 $676.00 $101,400.00 72 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 86.7 $857.75 $74,366.93 $1,023.75 $88,759.13 $1,500.00 $130,050.00 $2,100.00 $182,070.00 $0.00 $0.00 $1,340.46 $116,217.88 73 0400 9 BRIDGE DECK GROOVING & PLANING, DECK 8.5" AND GREATER SY 580 $20.25 $11,745.00 $23.75 $13,775.00 $7.50 $4,350.00 $60.00 $34,800.00 $0.00 $0.00 $12.50 $7,250.00 74 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 14.4 $721.00 $10,382.40 $519.00 $7,473.60 $1,250.00 $18,000.00 $800.00 $11,520.00 $0.00 $0.00 $1,121.54 $16,150.18 75 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 35335 $1.06 $37,455.10 $1.25 $44,168.75 $1.50 $53,002.50 $1.20 $42,402.00 $0.00 $0.00 $1.24 $43,815.40 76 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 10856 $1.24 $13,461.44 $1.50 $16,284.00 $1.50 $16,284.00 $1.20 $13,027.20 $0.00 $0.00 $1.09 $11,833.04 77 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12974 $1.07 $13,882.18 $1.25 $16,217.50 $1.40 $18,163.60 $1.20 $15,568.80 $0.00 $0.00 $1.04 $13,492.96 78 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 1129 $236.91 $267,471.39 $278.50 $314,426.50 $263.00 $296,927.00 $240.00 $270,960.00 $0.00 $0.00 $272.35 $307,483.15 79 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 1650 $98.63 $162,739.50 $168.75 $278,437.50 $160.00 $264,000.00 $165.00 $272,250.00 $0.00 $0.00 $127.00 $209,550.00 80 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 350 $192.16 $67,256.00 $235.25 $82,337.50 $225.00 $78,750.00 $260.00 $91,000.00 $0.00 $0.00 $238.00 $83,300.00 81 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 213 $36.00 $7,668.00 $38.00 $8,094.00 $54.00 $11,502.00 $25.00 $5,325.00 $0.00 $0.00 $34.32 $7,310.16 82 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 340 $102.40 $34,816.00 $109.00 $37,060.00 $130.00 $44,200.00 $175.00 $59,500.00 $0.00 $0.00 $165.00 $56,100.00 83 0530 1 RIPRAP, SAND-CEMENT CY 89.2 $588.94 $52,533.45 $532.00 $47,454.40 $485.00 $43,262.00 $500.00 $44,600.00 $0.00 $0.00 $626.90 $55,919.48 84 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 934.0 $100.03 $93,428.02 $100.00 $93,400.00 $85.00 $79,390.00 $120.00 $112,080.00 $0.00 $0.00 $140.99 $131,684.66 85 0530 74 BEDDING STONE TN 332.8 $74.17 $24,683.78 $87.50 $29,120.00 $65.00 $21,632.00 $125.00 $41,600.00 $0.00 $0.00 $102.81 $34,215.17 86 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED- RAILINGS LF 1022 $10.39 $10,618.58 $18.00 $18,396.00 $16.00 $16,352.00 $18.00 $18,396.00 $0.00 $0.00 $10.74 $10,976.28 87 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 88 0400 0 11 CONCRETE CLASS NS, GRAVITY WALL CY 529.4 $820.00 $434,108.00 $566.00 $299,640.40 $750.00 $397,050.00 $900.00 $476,460.00 $0.00 $0.00 $547.39 $289,788.27 89 0455 14 3 CONCRETE SHEET PILING, 10"X30"LF 5438 $144.40 $785,247.20 $149.50 $812,981.00 $130.00 $706,940.00 $184.00 $1,000,592.00 $0.00 $0.00 $177.65 $966,060.70 90 0455 14 4 CONCRETE SHEET PILING, 12"X30"LF 1170 $149.00 $174,330.00 $149.50 $174,915.00 $170.00 $198,900.00 $190.00 $222,300.00 $190.00 $0.00 $185.00 $216,450.00 STRUCTURES SUBTOTAL $4,014,732.79 **STRUCTURES SUBTOTAL $4,264,562.58 STRUCTURES SUBTOTAL $4,564,508.20 STRUCTURES SUBTOTAL $5,362,488.60 STRUCTURES SUBTOTAL $0.00 STRUCTURES SUBTOTAL $4,514,827.41 TOTAL BASE BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridges 034838 & 034839)$6,178,139.82 **$6,235,564.73 $7,377,051.82 $8,527,774.70 $0.00 $6,614,715.34 *The Contractor shall Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)4 OF 7 11.E.b Packet Pg. 104 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034840) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL ROADWAY 1 0101 1 MOBILIZATION (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-77)LS 1 $183,095.00 $183,095.00 $245,000.00 $245,000.00 $250,000.00 $250,000.00 $288,000.00 $288,000.00 $0.00 $0.00 $196,473.44 $196,473.44 2 0102 1 MAINTENANCE OF TRAFFIC (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-77)LS 1 $75,855.00 $75,855.00 $87,000.00 $87,000.00 $15,000.00 $15,000.00 $272,000.00 $272,000.00 $0.00 $0.00 $196,473.44 $196,473.44 3 0101 1 1 PROVIDE/MAINTAIN "AS BUILT"LS 1 $3,260.47 $3,260.47 $44,700.00 $44,700.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 4 0102 2 5 SPECIAL DETOUR 5 LS 1 $140,693.00 $140,693.00 $35,568.00 $35,568.00 $80,000.00 $80,000.00 $60,000.00 $60,000.00 $0.00 $0.00 $92,349.03 $92,349.03 5 0102 2 6 SPECIAL DETOUR 6 LS 1 $140,693.00 $140,693.00 $12,675.50 $12,675.50 $49,160.00 $49,160.00 $20,000.00 $20,000.00 $0.00 $0.00 $19,424.72 $19,424.72 6 0102 60 WORK ZONE SIGN ED 9660 $0.21 $2,028.60 $0.25 $2,415.00 $0.23 $2,221.80 $0.22 $2,125.20 $0.00 $0.00 $0.24 $2,318.40 7 0102 71 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2160 $27.17 $58,687.20 $33.00 $71,280.00 $30.00 $64,800.00 $27.00 $58,320.00 $0.00 $0.00 $16.13 $34,840.80 8 0102 71 25 TEMPORARY BARRIER, REL, ANCHORED LF 84 $11.79 $990.36 $13.00 $1,092.00 $15.00 $1,260.00 $12.00 $1,008.00 $0.00 $0.00 $4.63 $388.92 9 0102 74 1 CHANNELIZING DEVICE - TYPE I, II, DI, VP, DRUM, OR LCD ED 32880 $0.11 $3,616.80 $0.25 $8,220.00 $0.11 $3,616.80 $0.12 $3,945.60 $0.00 $0.00 $0.12 $3,945.60 10 0102 74 2 CHANNELIZING DEVICE - TYPE III, 6'ED 1560 $0.22 $343.20 $0.50 $780.00 $0.27 $421.20 $0.30 $468.00 $0.00 $0.00 $0.31 $483.60 11 0102 89 1 TEMPORARY CRASH CUSHION LO 12 $949.61 $11,395.32 $800.00 $9,600.00 $1,000.00 $12,000.00 $875.00 $10,500.00 $0.00 $0.00 $824.24 $9,890.88 12 0102 99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 448 $9.51 $4,260.48 $16.00 $7,168.00 $10.00 $4,480.00 $11.00 $4,928.00 $0.00 $0.00 $11.37 $5,093.76 13 0102 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES ED 420 $163.02 $68,468.40 $180.00 $75,600.00 $250.00 $105,000.00 $245.00 $102,900.00 $0.00 $0.00 $91.69 $38,509.80 14 0102 909 TEMPORARY RAISED RUMBLE STRIPS ED 600 $16.26 $9,756.00 $48.00 $28,800.00 $2.85 $1,710.00 $3.00 $1,800.00 $0.00 $0.00 $39.49 $23,694.00 15 0102 911 2 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID LF 180 $3.26 $586.80 $3.00 $540.00 $10.50 $1,890.00 $2.25 $405.00 $0.00 $0.00 $2.75 $495.00 16 0107 1 LITTER REMOVAL AC 19.18 $57.95 $1,111.48 $145.25 $2,785.90 $260.00 $4,986.80 $30.00 $575.40 $0.00 $0.00 $33.81 $648.48 17 0107 2 MOWING AC 15.41 $102.06 $1,572.74 $227.50 $3,505.78 $260.00 $4,006.60 $60.00 $924.60 $0.00 $0.00 $43.01 $662.78 18 0108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT LS 1 $5,201.79 $5,201.79 $3,600.00 $3,600.00 $5,000.00 $5,000.00 $3,300.00 $3,300.00 $0.00 $0.00 $6,207.25 $6,207.25 19 0108 2 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 $6,520.93 $6,520.93 $4,800.00 $4,800.00 $5,000.00 $5,000.00 $14,000.00 $14,000.00 $0.00 $0.00 $5,683.13 $5,683.13 20 0110 1 1 CLEARING & GRUBBING AC 1.76 $5,243.92 $9,229.30 $14,299.00 $25,166.24 $20,000.00 $35,200.00 $18,000.00 $31,680.00 $0.00 $0.00 $7,767.41 $13,670.64 21 0110 7 1 MAILBOX, F&I SINGLE EA 1 $163.02 $163.02 $192.75 $192.75 $490.02 $490.02 $875.00 $875.00 $0.00 $0.00 $202.71 $202.71 22 0120 1 REGULAR EXCAVATION CY 721.5 $25.43 $18,347.75 $31.75 $22,907.63 $25.00 $18,037.50 $11.00 $7,936.50 $0.00 $0.00 $4.54 $3,275.61 23 0120 6 EMBANKMENT CY 1592.5 $17.17 $27,343.23 $31.75 $50,561.88 $33.00 $52,552.50 $245.00 $390,162.50 $0.00 $0.00 $9.05 $14,412.13 24 0160 4 TYPE B STABILIZATION SY 4236 $7.06 $29,906.16 $5.00 $21,180.00 $5.00 $21,180.00 $3.00 $12,708.00 $0.00 $0.00 $4.83 $20,459.88 25 0285702 OPTIONAL BASE, BASE GROUP 02 SY 166 $45.65 $7,577.90 $52.00 $8,632.00 $45.00 $7,470.00 $2.25 $373.50 $0.00 $0.00 $13.00 $2,158.00 26 0285709 OPTIONAL BASE, BASE GROUP 09 SY 3206 $49.45 $158,536.70 $37.75 $121,026.50 $31.00 $99,386.00 $30.00 $96,180.00 $0.00 $0.00 $42.09 $134,940.54 27 0334 1 52 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76-22 TN 424.6 $166.08 $70,517.57 $168.25 $71,438.95 $137.00 $58,170.20 $60.00 $25,476.00 $0.00 $0.00 $116.72 $49,559.31 28 0337 7 81 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, FC-12.5, PG 76-22 TN 305.1 $229.71 $70,084.52 $185.00 $56,443.50 $147.00 $44,849.70 $3,300.00 $1,006,830.00 $0.00 $0.00 $114.70 $34,994.97 29 0339 1 MISCELLANEOUS ASPHALT PAVEMENT TN 23.7 $312.61 $7,408.86 $263.50 $6,244.95 $470.00 $11,139.00 $14,000.00 $331,800.00 $0.00 $0.00 $307.03 $7,276.61 30 0430 175 130 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 30"S/CD LF 50 $270.51 $13,525.50 $175.50 $8,775.00 $150.00 $7,500.00 $18,000.00 $900,000.00 $0.00 $0.00 $149.32 $7,466.00 31 0430 830 PIPE FILLING AND PLUGGING - PLACE OUT OF SERVICE CY 6.9 $377.40 $2,604.06 $246.50 $1,700.85 $550.00 $3,795.00 $420.00 $2,898.00 $0.00 $0.00 $542.52 $3,743.39 32 0430 982 133 MITERED END SECTION, OPTIONAL ROUND, 30"CD EA 2 $4,618.99 $9,237.98 $4,079.75 $8,159.50 $2,200.00 $4,400.00 $3,000.00 $6,000.00 $0.00 $0.00 $3,185.71 $6,371.42 33 521 8 7 CONC BARRIER, W/ JUNCT SL, 36 SS LF 952 $246.00 $234,192.00 $273.00 $259,896.00 $450.00 $428,400.00 $376.00 $357,952.00 $0.00 $0.00 $185.71 $176,795.92 34 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED SY 137 $90.42 $12,387.54 $42.00 $5,754.00 $130.00 $17,810.00 $130.00 $17,810.00 $0.00 $0.00 $48.13 $6,593.81 35 0530 3 4 RIPRAP - RUBBLE (DITCH LINING)TN 6.0 $217.36 $1,304.16 $608.00 $3,648.00 $335.00 $2,010.00 $190.00 $1,140.00 $0.00 $0.00 $250.93 $1,505.58 36 0530 74 BEDDING STONE TN 4.5 $217.36 $978.12 $455.00 $2,047.50 $390.00 $1,755.00 $300.00 $1,350.00 $0.00 $0.00 $102.81 $462.65 37 0536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 LF 438 $26.19 $11,471.22 $25.25 $11,059.50 $25.00 $10,950.00 $26.00 $11,388.00 $0.00 $0.00 $19.35 $8,475.30 38 0536 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 EA 5 $2,718.89 $13,594.45 $4,257.75 $21,288.75 $2,600.00 $13,000.00 $3,300.00 $16,500.00 $0.00 $0.00 $3,179.70 $15,898.50 39 0536 73 GUARDRAIL REMOVAL LF 254 $2.81 $713.74 **$5.00 $1,270.00 $3.00 $762.00 $3.00 $762.00 $0.00 $0.00 $3.56 $904.24 40 0536 85 24 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 5 $2,829.50 $14,147.50 $3,840.00 $19,200.00 $2,700.00 $13,500.00 $3,000.00 $15,000.00 $0.00 $0.00 $3,110.19 $15,550.95 41 544 3 1 CRASH CUSHION, TL-3, NARROW EA 3 $29,552.88 $88,658.64 $32,400.00 $97,200.00 $25,000.00 $75,000.00 $24,000.00 $72,000.00 $0.00 $0.00 $22,616.85 $67,850.55 42 0570 1 2 PERFORMANCE TURF, SOD SY 3419 $3.10 $10,600.14 $5.00 $17,097.00 $2.40 $8,206.56 $3.00 $10,258.20 $0.00 $0.00 $2.66 $9,095.60 43 0700 11 111 ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL GROUND MOUNT- AC POWERED, ELECTRONIC WARNING SIGN, UP TO 12 SF AS 2 $15,758.00 $31,516.00 $17,400.00 $34,800.00 $12,000.00 $24,000.00 $16,000.00 $32,000.00 $0.00 $0.00 $5,102.39 $10,204.78 44 0700 12 21 SIGN BEACON, F&I GROUND MOUNT-SOLAR POWERED, ONE BEACON AS 4 $7,064.00 $28,256.00 $5,400.00 $21,600.00 $9,500.00 $38,000.00 $7,200.00 $28,800.00 $0.00 $0.00 $6,127.54 $24,510.16 45 0710 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6"GM 0.732 $2,173.64 $1,591.10 $1,820.00 $1,332.24 $2,000.00 $1,464.00 $1,100.00 $805.20 $0.00 $0.00 $735.39 $538.31 46 0710 11 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24"LF 100 $2.17 $217.00 $1.25 $125.00 $1.10 $110.00 $1.00 $100.00 $0.00 $0.00 $1.49 $149.00 47 0908 104 1 EROSION AND SEDIMENT CONTROL LS 1 $19,930.00 $19,930.00 $10,245.00 $10,245.00 $12,000.00 $12,000.00 $8,400.00 $8,400.00 $0.00 $0.00 $7,391.24 $7,391.24 ROADWAY SUBTOTAL $1,612,176.73 **ROADWAY SUBTOTAL $1,554,122.90 ROADWAY SUBTOTAL $1,624,690.68 ROADWAY SUBTOTAL $4,233,884.70 ROADWAY SUBTOTAL $0.00 ROADWAY SUBTOTAL $1,282,040.82 SIGNING AND MARKING 48 0700 1 11 SINGLE POST, F&I, GROUND MOUNT, UP TO 12 SF AS 2 $374.95 $749.90 $330.00 $660.00 $235.00 $470.00 $800.00 $1,600.00 $0.00 $0.00 $317.28 $634.56 49 705-10-3 OBJECT MARKER, TYPE 3 EA 4 $103.25 $413.00 $180.00 $720.00 $155.00 $620.00 $220.00 $880.00 $0.00 $0.00 $263.00 $1,052.00 50 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (YEL/YEL)EA 48 $4.35 $208.80 $4.00 $192.00 $3.20 $153.60 $3.50 $168.00 $0.00 $0.00 $5.00 $240.00 51 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $5,608.00 $5,608.00 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $2,100.00 $2,100.00 $0.00 $0.00 $902.84 $902.84 52 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18"LF 247 $4.35 $1,074.45 $4.00 $988.00 $3.80 $938.60 $3.00 $741.00 $0.00 $0.00 $3.90 $963.30 53 711-16-101 THERMOPLASTIC, STANDARD-OTHER, WHITE, SOLID, 6"GM 0.336 $4,890.70 $1,643.28 $5,222.00 $1,754.59 $4,500.00 $1,512.00 $4,400.00 $1,478.40 $0.00 $0.00 $3,905.32 $1,312.19 54 711-16-201 THERMOPLASTIC, STANDARD-OTHER, YELLOW, SOLID, 6"GM 0.286 $4,890.70 $1,398.74 $5,233.00 $1,496.64 $4,500.00 $1,287.00 $4,400.00 $1,258.40 $0.00 $0.00 $3,989.61 $1,141.03 55 713-103-101 PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.055 $29,344.19 $1,613.93 $26,182.00 $1,440.01 $23,000.00 $1,265.00 $29,000.00 $1,595.00 $0.00 $0.00 $31,938.48 $1,756.62 56 713-103-201 PERMANENT TAPE, YELLOW, SOLID, 6", FOR CONCRETE BRIDGES GM 0.055 $3,043.10 $167.37 $30,764.00 $1,692.02 $27,000.00 $1,485.00 $29,000.00 $1,595.00 $0.00 $0.00 $29,885.02 $1,643.68 SIGNING AND MARKING SUBTOTAL $12,877.47 SIGNING AND MARKING SUBTOTAL $11,943.26 SIGNING AND MARKING SUBTOTAL $9,731.20 SIGNING AND MARKING SUBTOTAL $11,415.80 SIGNING AND MARKING SUBTOTAL $0.00 SIGNING AND MARKING SUBTOTAL $9,646.21 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)5 OF 7 11.E.b Packet Pg. 105 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE STRUCTURES (Including Retaining Walls) 57 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 1359 $26.75 $36,353.25 $54.25 $73,725.75 $45.00 $61,155.00 $40.00 $54,360.00 $0.00 $0.00 $17.56 $23,864.04 58 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.2 $542.00 $40,216.40 $333.00 $24,708.60 $625.00 $46,375.00 $600.00 $44,520.00 $0.00 $0.00 $559.51 $41,515.64 59 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 69.4 $788.60 $54,728.84 $536.50 $37,233.10 $1,000.00 $69,400.00 $1,200.00 $83,280.00 $0.00 $0.00 $676.00 $46,914.40 60 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 51.1 $876.67 $44,797.84 $993.00 $50,742.30 $1,500.00 $76,650.00 $2,100.00 $107,310.00 $0.00 $0.00 $1,340.46 $68,497.51 61 0400 7 BRIDGE DECK GROOVING, LESS THAN 8.5"SY 268 $30.85 $8,267.80 $13.50 $3,618.00 $13.50 $3,618.00 $40.00 $10,720.00 $0.00 $0.00 $19.80 $5,306.40 62 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 7.2 $721.00 $5,191.20 $902.50 $6,498.00 $1,250.00 $9,000.00 $800.00 $5,760.00 $0.00 $0.00 $1,121.54 $8,075.09 63 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 16336 $1.09 $17,806.24 $1.25 $20,420.00 $1.50 $24,504.00 $1.20 $19,603.20 $0.00 $0.00 $1.24 $20,256.64 64 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 6736 $1.20 $8,083.20 $1.50 $10,104.00 $1.50 $10,104.00 $1.20 $8,083.20 $0.00 $0.00 $1.09 $7,342.24 65 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12974 $1.08 $14,011.92 $1.25 $16,217.50 $1.40 $18,163.60 $1.20 $15,568.80 $0.00 $0.00 $1.04 $13,492.96 66 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 520 $238.99 $124,274.80 $281.25 $146,250.00 $257.00 $133,640.00 $240.00 $124,800.00 $0.00 $0.00 $272.35 $141,622.00 67 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 1068 $96.86 $103,446.48 $176.00 $187,968.00 $160.00 $170,880.00 $165.00 $176,220.00 $0.00 $0.00 $127.00 $135,636.00 68 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 223 $192.88 $43,012.24 $177.50 $39,582.50 $120.00 $26,760.00 $260.00 $57,980.00 $0.00 $0.00 $238.00 $53,074.00 69 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 128 $36.00 $4,608.00 $34.75 $4,448.00 $54.00 $6,912.00 $25.00 $3,200.00 $0.00 $0.00 $34.32 $4,392.96 70 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 200 $102.40 $20,480.00 $124.00 $24,800.00 $130.00 $26,000.00 $175.00 $35,000.00 $0.00 $0.00 $165.00 $33,000.00 71 0530 1 RIPRAP, SAND-CEMENT CY 107.6 $576.92 $62,076.59 $540.75 $58,184.70 $485.00 $52,186.00 $500.00 $53,800.00 $0.00 $0.00 $626.90 $67,454.44 72 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 919.2 $100.62 $92,489.90 $95.50 $87,783.60 $85.00 $78,132.00 $120.00 $110,304.00 $0.00 $0.00 $140.99 $129,598.01 73 0530 74 BEDDING STONE TN 340.8 $73.51 $25,052.21 $80.25 $27,349.20 $65.00 $22,152.00 $125.00 $42,600.00 $0.00 $0.00 $102.81 $35,037.65 74 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED- RAILINGS LF 602 $12.12 $7,296.24 $18.00 $10,836.00 $16.00 $9,632.00 $18.00 $10,836.00 $0.00 $0.00 $10.74 $6,465.48 75 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 76 0400 0 11 CONCRETE CLASS NS, GRAVITY WALL CY 243 $820.00 $199,260.00 $677.00 $164,511.00 $850.00 $206,550.00 $900.00 $218,700.00 $0.00 $0.00 $547.39 $133,015.77 77 0455 14 3 CONCRETE SHEET PILING, 10"X30"LF 2258 $144.00 $325,152.00 $161.50 $364,667.00 $130.00 $293,540.00 $184.00 $415,472.00 $0.00 $0.00 $177.65 $401,133.70 STRUCTURES SUBTOTAL $1,237,265.03 STRUCTURES SUBTOTAL $1,368,287.25 STRUCTURES SUBTOTAL $1,349,253.60 STRUCTURES SUBTOTAL $1,606,517.20 STRUCTURES SUBTOTAL $0.00 STRUCTURES SUBTOTAL $1,383,983.92 TOTAL BASE BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034840) $2,862,319.22 **$2,934,353.41 $2,983,675.48 $5,851,817.70 $0.00 $2,675,670.95 1.02 off ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL COLLIER COUNTY 1 CC 950-RDW OWNER ALLOWANCE - ROADWAY T&M 1 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 2 CC 950-STR OWNER ALLOWANCE - STRUCTURES T&M 1 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 3 CC 950-SPM OWNER ALLOWANCE - SIGNING & PAVEMENT MARKING T&M 1 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 4 CC 950-MSC OWNER ALLOWANCE - OTHER / MISCELLANEOUS T&M 1 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BRIDGE 034837 BRIDGE 034837 $3,323,318.16 BRIDGE 034837 $3,276,283.50 BRIDGE 034837 $3,633,677.70 BRIDGE 034837 $4,270,973.80 BRIDGE 034837 $0.00 BRIDGE 034837 $3,321,515.54 GES 034838 & 034839 BRIDGES 034838 & 034839 $6,178,139.82 BRIDGES 034838 & 034839 $6,235,564.73 BRIDGES 034838 & 034839 $7,377,051.82 BRIDGES 034838 & 034839 $8,527,774.70 BRIDGES 034838 & 034839 $0.00 BRIDGES 034838 & 034839 $6,614,715.34 BRIDGE 034840 BRIDGE 034840 $2,862,319.22 BRIDGE 034840 $2,934,353.41 BRIDGE 034840 $2,983,675.48 BRIDGE 034840 $5,851,817.70 BRIDGE 034840 $0.00 BRIDGE 034840 $2,675,670.95 BIDDER SUBTOTAL BIDDER SUBTOTAL $12,363,777.20 BIDDER SUBTOTAL $12,446,201.64 BIDDER SUBTOTAL $13,994,405.00 BIDDER SUBTOTAL $18,650,566.20 BIDDER SUBTOTAL $0.00 BIDDER SUBTOTAL $12,611,901.83 TOTAL BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd "Total Bid = Base Bids Plus Owner Allowances"$12,992,442.90 $13,074,867.34 $14,623,070.70 $19,279,231.90 $628,665.70 $13,240,567.53 ** Rounding *The Contractor shall Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for rock or site/soil conditions. Contractor shall provide preventative measures pertaining to seasonal flooding as necessary. 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)6 OF 7 11.E.b Packet Pg. 106 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE BID RESPONSE FORMS Bid Schedule Yes Yes Yes Yes Bid Response Form (Form 1)Yes Yes Yes Yes Exhibit N - Contractors Key Personnel (Form 2)Yes Yes Yes Yes Material Manufacturers (Form 3)Yes Yes Yes Yes List of Major Subcontractors (Form 4)Yes Yes Yes Yes Statement of Experience of Bidder (Form 5)Yes Yes Yes Yes Trench Safety Act Acknowledgement (Form 6)Yes Yes Yes Yes Bid Bond (Form 7)Yes Yes Yes Yes Insurance and Bonding Requirements (Form 8)Yes Yes Yes Yes Conflict of Interest Affidavit (Form 9)Yes Yes Yes Yes Vendor Declaration Statement (Form 10)Yes Yes Yes Yes Immigration Affidavit Certification (Form 11)Yes Yes Yes Yes Bidders Checklist (Form 12)Yes Yes Yes Yes Yes*Verified online Yes Yes Yes Yes Yes Yes Yes N/A Yes Yes N/A Yes Yes Yes No Verified on line Emergency Plan Yes Yes Yes Yes STRATEGIST VERIFICATION Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Addendum #6 Yes Yes Yes YesYes *Minor Irregularity Documents Received Ft. Myers, FL Naples, Fl Ft. Myers, FL Sunrise, FL Phoenix, Arizona Lee Collier Lee Broward Maricopa Opened By: Lisa OienWitnessed by: Cynthia McCanna Copy of Active Registration with Current FL Divisions of Corporations Company's E-Verify Profile Page or MOU Addendum #3 Addendum #2 Addendum #1 ACKNOWLEDGEMENT- RECEIPT OF ADDENDUM FDOT Prequalification Specific Requirements Copy of Local Business Tax Receipt COPIES OF REQUIRED INFORMATION ATTACHED Strategist to Confirm Registration with Florida DOS on-line (Sunbiz) Strategist to Confirm Bonding and Insurance Requirements Strategist to Confirm all forms completed and signed County of Business; Place of Business; Addendum #5 Addendum #4 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)7 OF 7 11.E.b Packet Pg. 107 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 21-7851-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement – Bridge Package C – 4 Bridges – Oil Well Road Date: March 12, 2021 Bidder’s Name: Zep Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Golden Gate Weir 4 Project Location: Collier County Project Description: Remove/replace existing weir Completion Date: July 2019 Contract Value: $4,750,644 Project Owner/Title: SFWMD Owner’s Address: 3301 Gun Club Road West Palm Beach, FL 33406 Phone: 561-682-6104 Owner’s Contact Person: Gilbert J. Baptiste E-Mail: GJeanBap@sfwmd.gov 1. Was project completed timely and within budget? (If not, provide detail) Yes, on time and budget with the change orders requested by the SFWMD. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes; the SFWMD issued changes and Zep adapted to those changes. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? Yes – two warranty issues, both addressed. 7. Additional comments: This is my only project with them, but I was satisfied with their performance overall. There were some issues, but they were resolved. 11.E.b Packet Pg. 108 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 21-7851-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement – Bridge Package C – 4 Bridges – Oil Well Road Date: March 12, 2021 Bidder’s Name: Zep Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Sunshine Blvd. Pedestrian Bridge Project Location: Collier County Project Description: Pedestrian bridge replacement Completion Date: September 2020 Contract Value: $499,988 Project Owner/Title: Collier County Owner’s Address: 3299 Tamiami Trail E, Suite 200 Naples, FL 34112 Phone: 239-332-4569 Owner’s Contact Person: Jeff Papner E-Mail:JPapner@aimengr.com 1.Was project completed timely and within budget? (If not, provide detail) Zep completed this project on time and under budget. 2.Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, Submittals were received timely and previously reviewed by Zep before being submitted to CEI. 3.Was the construction process performed satisfactorily? (If not, provide detail) Yes 4.Did the process run smoothly? Were there any changes? Describe below. Main issue on our project was and alignment for the North piles resulting in a redesign of the pile cap. 5.Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes. 6.Any warranty issues since closeout? Were they responded to and performed satisfactorily? I am not aware of any warranty issues at this time. 7.Additional comments: None at this time. 11.E.b Packet Pg. 109 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 21-7851-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement – Bridge Package C – 4 Bridges – Oil Well Road Date: March 12, 2021 Bidder’s Name: Zep Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Morgan Johnson Retaining Wall Emergency Repair Project Location: Manatee County Project Description: Emergency retaining wall replacement Completion Date: September 2020 Contract Value: $200,000 Project Owner/Title: Manatee County Owner’s Address: 1112 Manatee Ave. W, Suite 803 Bradenton, FL 34205 Phone: 941-708-7450, ext. 7331 Owner’s Contact Person: Steve Laney E-Mail: Steven.Laney@mymanatee.org 1. Was project completed timely and within budget? (If not, provide detail) Yes, Zep Construction was extremely responsive and proceeded in a very quick manner. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, any materials that needed to be submitted were sent quickly and accurately. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes, Zep Construction was able to get to the field quickly and installed elements in a timely fashion that helped with reducing the impact to the traveling public. 4. Did the process run smoothly? Were there any changes? Describe below. Yes, Zep Construction was very capable and knowledgeable about what was needed to make the repairs. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes, all information needed by the County was provided by Zep in a timely fashion. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? There have been no issues to date. 7. Additional comments: Zep Construction was very responsive to the County’s needs for the repairs on this project and were very good to work with. I would recommend reaching out to them for any future County construction that they have the expertise for. 11.E.b Packet Pg. 110 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 21-7851-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement – Bridge Package C – 4 Bridges – Oil Well Road Date: March 12, 2021 Bidder’s Name: Zep Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Burnt Store Road – Middle, Bridge Project Location: Lee County Project Description: New bridge Completion Date: 2020 Contract Value: $1,640,000 Project Owner/Title: Lee County DOT Owner’s Address: 1500 Monroe St. Fort Myers, FL 33901 Phone: 727-742-8191 Owner’s Contact Person: David Bryant E-Mail: DBryant@highspans.com 1. Was project completed timely and within budget? (If not, provide detail) Yes 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes 4. Did the process run smoothly? Were there any changes? Describe below. Yes 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No 7. Additional comments: Timely correspondence and field personnel build a quality product. 11.E.b Packet Pg. 111 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 21-7851-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement – Bridge Package C – 4 Bridges – Oil Well Road Date: March 15, 2021 Bidder’s Name: Zep Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: Myakka River Bridge Project Location: Sarasota, FL Project Description: Existing bridge replacement Completion Date: 2018 Contract Value: $5,837,070 Project Owner/Title: Sarasota County Owner’s Address: 1001 Sarasota Center Blvd. Sarasota, FL 34240 Phone: 813-376-9252 Owner’s Contact Person: David Dixon E-Mail: DixonDavid@StanleyGroup.com 1. Was project completed timely and within budget? (If not, provide detail) The project was completed within the time limit including all granted time extensions. The project was also completed within and slightly Under the original budget. We were building a bridge in a swamp, and encountered numerous unforeseen issues with MSE wall construction adjacent to a deep swamp, and unsuitable material. The Contractor fought his way through these issues, overcame them, and constructed an excellent roadway and bridge. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) Yes, all submittals to the CEI were provided timely, reviewed promptly by the CEI, and accepted/incorporated into the project. Chief Estimator “Doug” was prompt and thorough with submittals. 3. Was the construction process performed satisfactorily? (If not, provide detail) Yes. Both Sarasota County and the CEI were Verry Satisfied with the final product. Again and again ZEP Construction went the extra mile and used quality materials and every available means and method to overcome difficult challenges with the high water table in the directly adjacent swamp to construct the MSE Wall and Bridge. 4. Did the process run smoothly? Were there any changes? Describe below. Fairly smoothly. Some changes had to be made in order to accommodate the existing road grades (asphalt paving), unsuitable material (muck), hard, consolidated river bottom (pile depth and length adjustment), additional environmental plantings, and other issues. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) Yes. Very smooth. 11.E.b Packet Pg. 112 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? No major ones. An extended warranty was issued for the bridge deck. All punch list work completed satisfactorily. 7. Additional comments: ZEP Construction Company, headed by Jovan Zepcevsky, PE, Superintendent Kurt, and Chief Estimator Doug was a breath of fresh air. As owner, Jovan Stands by his Work. Repeatedly Jovan and Kurt went the extra mile, without question, always at their cost, in an effort to overcome hurdles encountered on this project. I cannot say enough good things about the ZEP Team. Most Contractors will argue and fight to spend an extra dime, or utilize substandard materials to get a job done. Not ZEP. They often spent large amounts of money in an attempt to overcome difficulties. They installed a double row of driven steel sheet pilings hundreds of feet long in an effort to control water from entering the worksite. All at their cost. They installed 6” perforated underdrain with sock at the base of the steel sheet piling, and manually “chinked” the gaps in the sheet piling in order to stop water inflow. Again and again Kurt and Jovan went the extra mile because they are “Old School” guys who stand by their word and their finished product. It’s not to say the project was without conflict, and argument, but in the end their word was their bond, and despite the fact that they most likely lost money on the project, the completed it without major complaint, and produced a good product. I highly recommend ZEP Construction Sincerely, David M. Dixon, P.E. Senior Project Engineer on the Myakka River Bridge Project 11.E.b Packet Pg. 113 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 21-7851-ST Reference Check by: Sadie Dalton Solicitation Title: Bridge Replacement – Bridge Package C – 4 Bridges – Oil Well Road Date: March 16, 2021 Bidder’s Name: Zep Construction, Inc. Phone: 850-629-3200 Design Entity: HNTB REFERENCED PROJECT: Project Name: FDOT E1Q77 – 8th St. NE Bridge Project Location: Collier County Project Description: New bridge construction Completion Date: 2017 Contract Value: $1,200,000 Project Owner/Title: FDOT District 1 Owner’s Address: 2981 NE Pine Island Rd. Cape Coral, FL 33905 Phone: 239-336-9272 Owner’s Contact Person: Kevin Daugherty E-Mail: Kevin.Daugherty@exp.com 1. Was project completed timely and within budget? (If not, provide detail) The project was completed within time and budget. 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) All required submittals were submitted per specification with no issues. 3. Was the construction process performed satisfactorily? (If not, provide detail) Construction of the bridge was performed satisfactorily. 4. Did the process run smoothly? Were there any changes? Describe below. The bridge was built using an FDOT Developmental Spec. so no changes were permitted. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) ZEP was not the prime Contractor, but all closeout items that they were required to submit were performed satisfactorily. 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? I am not aware of any warranty issues at this time. 7. Additional comments: ZEP did a great job keeping the project on schedule. The project had specific thresholds regarding turbidity in waterway and ZEP ensured we were well below those limits at all times. 11.E.b Packet Pg. 114 Attachment: 21-7851-ST - DELORA_signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL ROADWAY 1 0101 1 MOBILIZATION (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-74)LS 1 $218,333.00 $218,333.00 $250,000.00 $250,000.00 $300,000.00 $300,000.00 $357,000.00 $357,000.00 $0.00 $0.00 $245,413.69 $245,413.69 2 0102 1 MAINTENANCE OF TRAFFIC (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-74)LS 1 $73,731.00 $73,731.00 $90,765.00 $90,765.00 $15,000.00 $15,000.00 $343,000.00 $343,000.00 $0.00 $0.00 $227,234.89 $227,234.89 3 0101 1 1 PROVIDE/MAINTAIN "AS BUILT"LS 1 $3,260.00 $3,260.00 $45,168.00 $45,168.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 4 0102 2 1 SPECIAL DETOUR 1 LS 1 $117,445.00 $117,445.00 $23,840.00 $23,840.00 $100,000.00 $100,000.00 $60,000.00 $60,000.00 $0.00 $0.00 $61,465.78 $61,465.78 5 0102 2 2 SPECIAL DETOUR 2 LS 1 $115,744.00 $115,744.00 $16,059.00 $16,059.00 $87,000.00 $87,000.00 $20,000.00 $20,000.00 $0.00 $0.00 $36,205.49 $36,205.49 6 0102 60 WORK ZONE SIGN ED 10860 $0.21 $2,280.60 $0.25 $2,715.00 $0.23 $2,497.80 $0.22 $2,389.20 $0.00 $0.00 $0.24 $2,606.40 7 0102 71 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2028 $27.17 $55,100.76 $34.25 $69,459.00 $30.00 $60,840.00 $27.00 $54,756.00 $0.00 $0.00 $16.13 $32,711.64 8 0102 71 25 TEMPORARY BARRIER, REL, ANCHORED LF 252 $11.79 $2,971.08 $13.00 $3,276.00 $15.00 $3,780.00 $12.00 $3,024.00 $0.00 $0.00 $4.63 $1,166.76 9 0102 74 1 CHANNELIZING DEVICE - TYPE I, II, DI, VP, DRUM, OR LCD ED 40260 $0.11 $4,428.60 $0.10 $4,026.00 $0.11 $4,428.60 $0.12 $4,831.20 $0.00 $0.00 $0.12 $4,831.20 10 0102 74 2 CHANNELIZING DEVICE - TYPE III, 6'ED 1200 $0.22 $264.00 $0.50 $600.00 $0.27 $324.00 $0.30 $360.00 $0.00 $0.00 $0.31 $372.00 11 0102 89 1 TEMPORARY CRASH CUSHION LO 6 $950.00 $5,700.00 $1,600.00 $9,600.00 $1,000.00 $6,000.00 $875.00 $5,250.00 $0.00 $0.00 $824.24 $4,945.44 12 0102 99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 448 $9.51 $4,260.48 $16.00 $7,168.00 $10.00 $4,480.00 $11.00 $4,928.00 $0.00 $0.00 $11.37 $5,093.76 13 0102 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES ED 420 $163.02 $68,468.40 $180.00 $75,600.00 $250.00 $105,000.00 $245.00 $102,900.00 $0.00 $0.00 $91.69 $38,509.80 14 0102 909 TEMPORARY RAISED RUMBLE STRIPS ED 600 $16.26 $9,756.00 $48.00 $28,800.00 $2.85 $1,710.00 $3.00 $1,800.00 $0.00 $0.00 $39.49 $23,694.00 15 0102 911 2 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID LF 440 $3.26 $1,434.40 $2.75 $1,210.00 $10.50 $4,620.00 $2.25 $990.00 $0.00 $0.00 $2.75 $1,210.00 16 0107 1 LITTER REMOVAL AC 23.87 $57.95 $1,383.27 $116.75 $2,786.82 $260.00 $6,206.20 $30.00 $716.10 $0.00 $0.00 $33.81 $807.04 17 0107 2 MOWING AC 19.59 $102.06 $1,999.36 $239.00 $4,682.01 $260.00 $5,093.40 $60.00 $1,175.40 $0.00 $0.00 $43.01 $842.57 18 0108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT LS 1 $5,201.19 $5,201.19 $3,600.00 $3,600.00 $5,550.00 $5,550.00 $3,300.00 $3,300.00 $0.00 $0.00 $6,207.25 $6,207.25 19 0108 2 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 $6,521.00 $6,521.00 $4,800.00 $4,800.00 $5,000.00 $5,000.00 $14,000.00 $14,000.00 $0.00 $0.00 $5,683.13 $5,683.13 20 0110 1 1 CLEARING & GRUBBING AC 1.91 $5,244.00 $10,016.04 $9,356.00 $17,869.96 $35,000.00 $66,850.00 $18,000.00 $34,380.00 $0.00 $0.00 $7,767.41 $14,835.75 21 0120 1 REGULAR EXCAVATION CY 882.1 $25.43 $22,431.80 $19.50 $17,200.95 $25.00 $22,052.50 $28.00 $24,698.80 $0.00 $0.00 $4.54 $4,004.73 22 0120 6 EMBANKMENT CY 2391.6 $17.17 $41,063.77 $24.00 $57,398.40 $33.00 $78,922.80 $50.00 $119,580.00 $0.00 $0.00 $9.05 $21,643.98 23 0160 4 TYPE B STABILIZATION SY 5013 $7.06 $35,391.78 $5.00 $25,065.00 $5.00 $25,065.00 $7.00 $35,091.00 $0.00 $0.00 $4.83 $24,212.79 24 0285702 OPTIONAL BASE, BASE GROUP 02 SY 34 $45.65 $1,552.10 $96.50 $3,281.00 $45.00 $1,530.00 $32.00 $1,088.00 $0.00 $0.00 $13.00 $442.00 25 0285709 OPTIONAL BASE, BASE GROUP 09 SY 3872 $49.45 $191,470.40 $35.75 $138,424.00 $31.00 $120,032.00 $34.00 $131,648.00 $0.00 $0.00 $42.09 $162,972.48 26 0334 1 52 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76-22 TN 493.7 $163.90 $80,917.43 $164.75 $81,337.08 $137.00 $67,636.90 $160.00 $78,992.00 $0.00 $0.00 $116.72 $57,624.66 27 0337 7 81 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, FC-12.5, PG 76-22 TN 369.0 $221.65 $81,788.85 $179.25 $66,143.25 $147.00 $54,243.00 $161.00 $59,409.00 $0.00 $0.00 $114.70 $42,324.30 28 0339 1 MISCELLANEOUS ASPHALT PAVEMENT TN 16.1 $346.98 $5,586.38 $398.00 $6,407.80 $470.00 $7,567.00 $360.00 $5,796.00 $0.00 $0.00 $307.03 $4,943.18 29 521 8 7 CONC BARRIER, W/ JUNCT SL, 36 SS LF 1118 $246.00 $275,028.00 $271.00 $302,978.00 $450.00 $503,100.00 $376.00 $420,368.00 $0.00 $0.00 $185.71 $207,623.78 30 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED SY 53 $90.42 $4,792.26 $42.00 $2,226.00 $165.00 $8,745.00 $130.00 $6,890.00 $0.00 $0.00 $48.13 $2,550.89 31 0530 3 4 RIPRAP - RUBBLE (DITCH LINING)TN 2.4 $217.36 $521.66 $688.75 $1,653.00 $335.00 $804.00 $190.00 $456.00 $0.00 $0.00 $250.93 $602.23 32 0530 74 BEDDING STONE TN 1.8 $217.36 $391.25 $407.75 $733.95 $390.00 $702.00 $300.00 $540.00 $0.00 $0.00 $102.81 $185.06 33 0536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 LF 291 $26.19 $7,621.29 $25.25 $7,347.75 $25.00 $7,275.00 $26.00 $7,566.00 $0.00 $0.00 $19.35 $5,630.85 34 0536 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 EA 3 $2,718.89 $8,156.67 $4,258.00 $12,774.00 $2,600.00 $7,800.00 $3,300.00 $9,900.00 $0.00 $0.00 $3,179.70 $9,539.10 35 0536 73 GUARDRAIL REMOVAL LF 323 $2.79 $901.17 $5.00 $1,615.00 $3.00 $969.00 $3.00 $969.00 $0.00 $0.00 $3.56 $1,149.88 36 0536 85 24 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 3 $2,829.50 $8,488.50 $3,840.00 $11,520.00 $2,700.00 $8,100.00 $3,000.00 $9,000.00 $0.00 $0.00 $3,110.19 $9,330.57 37 0570 1 2 PERFORMANCE TURF, SOD SY 2136 $3.10 $6,621.60 $5.00 $10,680.00 $2.40 $5,126.40 $3.00 $6,408.00 $0.00 $0.00 $2.66 $5,681.76 38 0700 11 111 ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL GROUND MOUNT- AC POWERED, ELECTRONIC WARNING SIGN, UP TO 12 SF AS 2 $15,759.00 $31,518.00 $17,400.00 $34,800.00 $12,000.00 $24,000.00 $16,000.00 $32,000.00 $0.00 $0.00 $5,102.39 $10,204.78 39 0700 12 21 SIGN BEACON, F&I GROUND MOUNT-SOLAR POWERED, ONE BEACON AS 4 $7,064.00 $28,256.00 $5,400.00 $21,600.00 $9,500.00 $38,000.00 $7,200.00 $28,800.00 $0.00 $0.00 $6,127.54 $24,510.16 40 0710 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6"GM 0.851 $2,173.64 $1,849.77 $1,798.00 $1,530.10 $2,000.00 $1,702.00 $1,100.00 $936.10 $0.00 $0.00 $735.39 $625.82 41 0710 11 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24"LF 70 $2.17 $151.90 $1.25 $87.50 $1.10 $77.00 $1.00 $70.00 $0.00 $0.00 $1.49 $104.30 42 0908 104 1 EROSION AND SEDIMENT CONTROL LS 1 $19,930.00 $19,930.00 $10,302.00 $10,302.00 $12,000.00 $12,000.00 $8,400.00 $8,400.00 $0.00 $0.00 $8,248.84 $8,248.84 Roadway Subtotal $1,562,728.75 **Roadway Subtotal $1,477,129.57 Roadway Subtotal $1,782,829.60 Roadway Subtotal $2,004,905.80 Roadway Subtotal $0.00 Roadway Subtotal $1,317,992.74 SIGNING AND MARKING 43 700-1-11 SINGLE POST, F&I, GROUND MOUNT, UP TO 12 SF AS 11 $298.88 $3,287.68 $270.00 $2,970.00 $235.00 $2,585.00 $800.00 $8,800.00 $0.00 $0.00 $317.28 $3,490.08 44 700-1-60 SINGLE POST SIGN, REMOVE AS 8 $97.81 $782.48 $60.00 $480.00 $26.00 $208.00 $175.00 $1,400.00 $0.00 $0.00 $18.92 $151.36 45 705-10-3 OBJECT MARKER, TYPE 3 EA 4 $103.25 $413.00 $180.00 $720.00 $155.00 $620.00 $220.00 $880.00 $0.00 $0.00 $263.00 $1,052.00 46 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (YEL/YEL)EA 56 $4.35 $243.60 $3.75 $210.00 $3.20 $179.20 $3.50 $196.00 $0.00 $0.00 $5.00 $280.00 47 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $5,608.00 $5,608.00 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $2,100.00 $2,100.00 $0.00 $0.00 $1,002.06 $1,002.06 48 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18"LF 228 $4.35 $991.80 $4.00 $912.00 $3.80 $866.40 $3.00 $684.00 $0.00 $0.00 $3.90 $889.20 49 711-16-101 THERMOPLASTIC, STANDARD-OTHER, WHITE, SOLID, 6"GM 0.379 $4,890.70 $1,853.58 $5,038.00 $1,909.40 $4,500.00 $1,705.50 $4,400.00 $1,667.60 $0.00 $0.00 $3,905.32 $1,480.12 50 711-16-201 THERMOPLASTIC, STANDARD-OTHER, YELLOW, SOLID, 6"GM 0.343 $4,890.70 $1,677.51 $5,265.00 $1,805.90 $4,500.00 $1,543.50 $4,400.00 $1,509.20 $0.00 $0.00 $3,989.61 $1,368.44 51 713-103-101 PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.042 $29,344.19 $1,232.46 $22,857.00 $959.99 $20,000.00 $840.00 $29,000.00 $1,218.00 $0.00 $0.00 $31,938.48 $1,341.42 52 713-103-201 PERMANENT TAPE, YELLOW, SOLID, 6", FOR CONCRETE BRIDGES GM 0.042 $3,043.10 $127.81 $26,857.00 $1,127.99 $29,000.00 $1,218.00 $29,000.00 $1,218.00 $0.00 $0.00 $29,885.02 $1,255.17 SIGNING AND MARKING SUBTOTAL $16,217.91 ** SIGNING AND MARKING SUBTOTAL $14,095.29 SIGNING AND MARKING SUBTOTAL $11,765.60 SIGNING AND MARKING SUBTOTAL $19,672.80 SIGNING AND MARKING SUBTOTAL $0.00 SIGNING AND MARKING SUBTOTAL $12,309.84 Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)1 OF 7 11.E.c Packet Pg. 115 Attachment: 21-7851-ST - Bid TAB (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE STRUCTURES (Including Retaining Walls) 53 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 1359 $26.75 $36,353.25 $41.00 $55,719.00 $60.00 $81,540.00 $40.00 $54,360.00 $0.00 $0.00 $17.56 $23,864.04 54 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.7 $530.00 $39,591.00 $333.00 $24,875.10 $625.00 $46,687.50 $600.00 $44,820.00 $0.00 $0.00 $559.51 $41,795.40 55 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 108.5 $776.95 $84,299.08 $509.25 $55,253.63 $1,000.00 $108,500.00 $1,200.00 $130,200.00 $0.00 $0.00 $676.00 $73,346.00 56 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 48 $913.54 $43,849.92 $988.75 $47,460.00 $1,500.00 $72,000.00 $2,100.00 $100,800.00 $0.00 $0.00 $1,340.46 $64,342.08 57 0400 7 BRIDGE DECK GROOVING, LESS THAN 8.5"SY 310 $27.65 $8,571.50 $13.00 $4,030.00 $12.00 $3,720.00 $40.00 $12,400.00 $0.00 $0.00 $19.80 $6,138.00 58 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 7.2 $721.00 $5,191.20 $902.50 $6,498.00 $1,250.00 $9,000.00 $800.00 $5,760.00 $0.00 $0.00 $1,121.54 $8,075.09 59 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 21574 $1.03 $22,221.22 $1.25 $26,967.50 $1.50 $32,361.00 $1.20 $25,888.80 $0.00 $0.00 $1.24 $26,751.76 60 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 6697 $1.22 $8,170.34 $1.50 $10,045.50 $1.50 $10,045.50 $1.20 $8,036.40 $0.00 $0.00 $1.09 $7,299.73 61 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12530 $1.04 $13,031.20 $1.25 $15,662.50 $1.40 $17,542.00 $1.20 $15,036.00 $0.00 $0.00 $1.04 $13,031.20 62 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 610 $236.22 $144,094.20 $262.50 $160,125.00 $250.00 $152,500.00 $240.00 $146,400.00 $0.00 $0.00 $272.35 $166,133.50 63 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 1009 $99.25 $100,143.25 $173.25 $174,809.25 $160.00 $161,440.00 $165.00 $166,485.00 $0.00 $0.00 $127.00 $128,143.00 64 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 212 $204.16 $43,281.92 $180.25 $38,213.00 $225.00 $47,700.00 $260.00 $55,120.00 $0.00 $0.00 $238.00 $50,456.00 65 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 128 $36.00 $4,608.00 $33.50 $4,288.00 $54.00 $6,912.00 $25.00 $3,200.00 $0.00 $0.00 $34.32 $4,392.96 66 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 220 $102.40 $22,528.00 $111.75 $24,585.00 $130.00 $28,600.00 $175.00 $38,500.00 $0.00 $0.00 $165.00 $36,300.00 67 0530 1 RIPRAP, SAND-CEMENT CY 121.2 $565.42 $68,528.90 $513.25 $62,205.90 $485.00 $58,782.00 $500.00 $60,600.00 $0.00 $0.00 $626.90 $75,980.28 68 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 747.3 $98.74 $73,788.40 $96.75 $72,301.28 $85.00 $63,520.50 $120.00 $89,676.00 $0.00 $0.00 $140.99 $105,361.83 69 0530 74 BEDDING STONE TN 279 $81.85 $22,836.15 $73.75 $20,576.25 $65.00 $18,135.00 $125.00 $34,875.00 $0.00 $0.00 $102.81 $28,683.99 70 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED - RAILINGS LF 662 $11.24 $7,440.88 $18.00 $11,916.00 $16.00 $10,592.00 $18.00 $11,916.00 $0.00 $0.00 $10.74 $7,109.88 71 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 72 0400 0 11 CONCRETE CLASS NS, GRAVITY WALL CY 236.1 $820.00 $193,602.00 $535.00 $126,313.50 $750.00 $177,075.00 $900.00 $212,490.00 $0.00 $0.00 $547.39 $129,238.78 73 0455 14 3 CONCRETE SHEET PILING, 10"X30"LF 5353 $144.40 $772,973.20 $148.25 $793,582.25 $130.00 $695,890.00 $184.00 $984,952.00 $0.00 $0.00 $177.65 $950,960.45 74 0455 14 4 CONCRETE SHEET PILING, 12"X30"LF 192 $149.00 $28,608.00 $213.50 $40,992.00 $170.00 $32,640.00 $190.00 $36,480.00 $0.00 $0.00 $185.00 $35,520.00 STRUCTURES SUBTOTAL $1,744,371.49 STRUCTURES SUBTOTAL $1,785,058.65 STRUCTURES SUBTOTAL $1,839,082.50 STRUCTURES SUBTOTAL $2,246,395.20 STRUCTURES SUBTOTAL $0.00 STRUCTURES SUBTOTAL $1,991,212.96 TOTAL BASE BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (BRIDGE 034837)$3,323,318.16 $3,276,283.50 $3,633,677.70 $4,270,973.80 $0.00 $3,321,515.54 *The Contractor shall Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)2 OF 7 11.E.c Packet Pg. 116 Attachment: 21-7851-ST - Bid TAB (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridges 034838 & 034839) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL ROADWAY (Combined for Bridges 034838 & 034839) 1 0101 1 MOBILIZATION (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-90)LS 1 $470,273.00 $470,273.00 $355,000.00 $355,000.00 $600,000.00 $600,000.00 $710,000.00 $710,000.00 $0.00 $0.00 $489,469.47 $489,469.47 2 0102 1 MAINTENANCE OF TRAFFIC (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-90)LS 1 $104,834.00 $104,834.00 $84,500.00 $84,500.00 $30,000.00 $30,000.00 $670,000.00 $670,000.00 $0.00 $0.00 $453,212.48 $453,212.48 3 0101 1 1 PROVIDE/MAINTAIN "AS BUILT"LS 1 $3,260.47 $3,260.47 $64,680.00 $64,680.00 $6,000.00 $6,000.00 $1,500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 4 0102 2 3 SPECIAL DETOUR 3 LS 1 $88,166.00 $88,166.00 $39,296.00 $39,296.00 $150,000.00 $150,000.00 $60,000.00 $60,000.00 $0.00 $0.00 $110,342.83 $110,342.83 5 0102 2 4 SPECIAL DETOUR 4 LS 1 $81,833.00 $81,833.00 $12,866.00 $12,866.00 $150,000.00 $150,000.00 $20,000.00 $20,000.00 $0.00 $0.00 $19,806.80 $19,806.80 6 0102 60 WORK ZONE SIGN ED 17280 $0.21 $3,628.80 $0.25 $4,320.00 $0.23 $3,974.40 $0.22 $3,801.60 $0.00 $0.00 $0.24 $4,147.20 7 0102 71 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2652 $27.17 $72,054.84 $34.25 $90,831.00 $30.00 $79,560.00 $27.00 $71,604.00 $0.00 $0.00 $16.13 $42,776.76 8 0102 71 15 TEMPORARY BARRIER, REL, ANCHORED LF 348 $11.79 $4,102.92 $13.00 $4,524.00 $15.00 $5,220.00 $12.00 $4,176.00 $0.00 $0.00 $4.63 $1,611.24 9 0102 74 1 CHANNELIZING DEVICE - TYPE I, II, DI, VP, DRUM, OR LCD ED 45330 $0.11 $4,986.30 $0.10 $4,533.00 $0.11 $4,986.30 $0.12 $5,439.60 $0.00 $0.00 $0.12 $5,439.60 10 0102 74 2 CHANNELIZING DEVICE - TYPE III, 6'ED 2760 $0.22 $607.20 $0.25 $690.00 $0.27 $745.20 $0.30 $828.00 $0.00 $0.00 $0.31 $855.60 11 0102 89 1 TEMPORARY CRASH CUSHION LO 12 $805.61 $9,667.32 $800.00 $9,600.00 $1,000.00 $12,000.00 $875.00 $10,500.00 $0.00 $0.00 $824.24 $9,890.88 12 0102 99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 928 $9.51 $8,825.28 $7.75 $7,192.00 $10.00 $9,280.00 $11.00 $10,208.00 $0.00 $0.00 $11.37 $10,551.36 13 0102 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES ED 900 $163.02 $146,718.00 $180.00 $162,000.00 $250.00 $225,000.00 $245.00 $220,500.00 $0.00 $0.00 $91.69 $82,521.00 14 0102 909 TEMPORARY RAISED RUMBLE STRIPS ED 1080 $16.26 $17,560.80 $48.00 $51,840.00 $2.85 $3,078.00 $3.00 $3,240.00 $0.00 $0.00 $39.49 $42,649.20 15 0102 911 2 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID LF 1180 $3.26 $3,846.80 $3.00 $3,540.00 $10.50 $12,390.00 $2.25 $2,655.00 $0.00 $0.00 $2.75 $3,245.00 16 0107 1 LITTER REMOVAL AC 28.52 $57.95 $1,652.73 $130.25 $3,714.73 $260.00 $7,415.20 $30.00 $855.60 $0.00 $0.00 $33.81 $964.26 17 0107 2 MOWING AC 22.25 $102.06 $2,270.84 $262.75 $5,846.19 $260.00 $5,785.00 $60.00 $1,335.00 $0.00 $0.00 $43.01 $956.97 18 0108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT LS 1 $18,206.27 $18,206.27 $7,200.00 $7,200.00 $5,000.00 $5,000.00 $3,300.00 $3,300.00 $0.00 $0.00 $6,207.25 $6,207.25 19 0108 2 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 $22,823.26 $22,823.26 $9,600.00 $9,600.00 $5,000.00 $5,000.00 $14,000.00 $14,000.00 $0.00 $0.00 $5,683.13 $5,683.13 20 0110 1 1 CLEARING & GRUBBING AC 2.40 $5,243.92 $12,585.41 $10,741.00 $25,778.40 $60,000.00 $144,000.00 $18,000.00 $43,200.00 $0.00 $0.00 $7,767.41 $18,641.78 21 0120 1 REGULAR EXCAVATION CY 1309.6 $25.43 $33,303.13 $19.50 $25,537.20 $25.00 $32,740.00 $28.00 $36,668.80 $0.00 $0.00 $4.54 $5,945.58 22 0120 6 EMBANKMENT CY 3350.4 $17.17 $57,526.37 $22.75 $76,221.60 $33.00 $110,563.20 $50.00 $167,520.00 $0.00 $0.00 $9.05 $30,321.12 23 0160 4 TYPE B STABILIZATION SY 5322 $7.06 $37,573.32 $5.00 $26,610.00 $5.00 $26,610.00 $7.00 $37,254.00 $0.00 $0.00 $4.83 $25,705.26 24 285709 OPTIONAL BASE, BASE GROUP 09 SY 4100 $49.99 $204,959.00 $34.00 $139,400.00 $31.00 $127,100.00 $34.00 $139,400.00 $0.00 $0.00 $42.09 $172,569.00 25 0334 1 52 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76-22 TN 549.0 $165.00 $90,585.00 $160.75 $88,251.75 $137.00 $75,213.00 $160.00 $87,840.00 $0.00 $0.00 $116.72 $64,079.28 26 0337 7 81 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, FC-12.5, PG 76-22 TN 411.8 $217.27 $89,471.79 $184.25 $75,874.15 $147.00 $60,534.60 $161.00 $66,299.80 $0.00 $0.00 $114.70 $47,233.46 27 0339 1 MISCELLANEOUS ASPHALT PAVEMENT TN 20.7 $334.43 $6,922.70 $281.75 $5,832.23 $470.00 $9,729.00 $360.00 $7,452.00 $0.00 $0.00 $307.03 $6,355.52 28 0430 830 PIPE FILLING AND PLUGGING - PLACE OUT OF SERVICE CY 27.1 $268.72 $7,282.31 $175.75 $4,762.83 $400.00 $10,840.00 $420.00 $11,382.00 $0.00 $0.00 $542.52 $14,702.29 29 521 8 7 CONC BARRIER, W/ JUNCT SL, 36 SS LF 1697 $246.00 $417,462.00 $271.75 $461,159.75 $450.00 $763,650.00 $376.00 $638,072.00 $0.00 $0.00 $185.71 $315,149.87 30 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED SY 101 $90.42 $9,132.42 $42.00 $4,242.00 $145.00 $14,645.00 $130.00 $13,130.00 $0.00 $0.00 $48.13 $4,861.13 31 0530 3 4 RIPRAP - RUBBLE (DITCH LINING)TN 4.8 $217.36 $1,043.33 $607.75 $2,917.20 $335.00 $1,608.00 $190.00 $912.00 $0.00 $0.00 $250.93 $1,204.46 32 0530 74 BEDDING STONE TN 3.6 $217.36 $782.50 $525.50 $1,891.80 $390.00 $1,404.00 $300.00 $1,080.00 $0.00 $0.00 $102.81 $370.12 33 0536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 LF 375 $26.19 $9,821.25 $25.25 $9,468.75 $25.00 $9,375.00 $26.00 $9,750.00 $0.00 $0.00 $19.35 $7,256.25 34 0536 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 EA 4 $2,718.89 $10,875.56 $4,257.75 $17,031.00 $2,600.00 $10,400.00 $3,300.00 $13,200.00 $0.00 $0.00 $3,179.70 $12,718.80 35 0536 73 GUARDRAIL REMOVAL LF 964 $2.80 $2,699.20 $5.00 $4,820.00 $3.00 $2,892.00 $3.00 $2,892.00 $0.00 $0.00 $3.56 $3,431.84 36 0536 85 24 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 4 $2,829.50 $11,318.00 $3,840.00 $15,360.00 $2,700.00 $10,800.00 $3,000.00 $12,000.00 $0.00 $0.00 $3,110.19 $12,440.76 37 0570 1 2 PERFORMANCE TURF, SOD SY 2475 $3.10 $7,671.88 $5.00 $12,374.00 $2.40 $5,939.52 $3.00 $7,424.40 $0.00 $0.00 $2.66 $6,582.97 38 0700 12 21 SIGN BEACON, F&I GROUND MOUNT-SOLAR POWERED, ONE BEACON AS 4 $7,064.00 $28,256.00 $5,400.00 $21,600.00 $9,500.00 $38,000.00 $7,200.00 $28,800.00 $0.00 $0.00 $6,127.54 $24,510.16 39 0710 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6"GM 0.951 $2,173.64 $2,067.13 $1,798.00 $1,709.90 $2,000.00 $1,902.00 $1,100.00 $1,046.10 $0.00 $0.00 $735.39 $699.36 40 0710 11 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24"LF 40 $2.17 $86.80 $1.25 $50.00 $1.10 $44.00 $1.00 $40.00 $0.00 $0.00 $1.49 $59.60 41 0908 104 1 EROSION AND SEDIMENT CONTROL LS 1 $39,859.00 $39,859.00 $10,302.00 $10,302.00 $24,000.00 $24,000.00 $8,400.00 $8,400.00 $0.00 $0.00 $17,148.98 $17,148.98 ROADWAY SUBTOTAL $2,146,601.92 **ROADWAY SUBTOTAL $1,952,967.47 ROADWAY SUBTOTAL $2,797,423.42 ROADWAY SUBTOTAL $3,147,705.90 ROADWAY SUBTOTAL $0.00 ROADWAY SUBTOTAL $2,082,318.63 SIGNING AND MARKING (Combined for Bridges 034838 & 034839) 42 705-10-3 OBJECT MARKER, TYPE 3 EA 8 $103.25 $826.00 $180.00 $1,440.00 $155.00 $1,240.00 $220.00 $1,760.00 $0.00 $0.00 $263.00 $2,104.00 43 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (YEL/YEL)EA 74 $4.35 $321.90 $3.75 $277.50 $3.20 $236.80 $3.50 $259.00 $0.00 $0.00 $5.00 $370.00 44 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $5,608.00 $5,608.00 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $2,100.00 $2,100.00 $0.00 $0.00 $1,142.86 $1,142.86 45 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18"LF 248 $4.35 $1,078.80 $4.00 $992.00 $3.80 $942.40 $3.00 $744.00 $0.00 $0.00 $3.90 $967.20 46 711-16-101 THERMOPLASTIC, STANDARD-OTHER, WHITE, SOLID, 6"GM 0.384 $4,890.70 $1,878.03 $5,106.00 $1,960.70 $4,500.00 $1,728.00 $4,400.00 $1,689.60 $0.00 $0.00 $3,905.32 $1,499.64 47 711-16-201 THERMOPLASTIC, STANDARD-OTHER, YELLOW, SOLID, 6"GM 0.384 $4,890.70 $1,878.03 $5,240.75 $2,012.45 $4,500.00 $1,728.00 $4,400.00 $1,689.60 $0.00 $0.00 $3,989.61 $1,532.01 48 713-103-101 PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.161 $29,344.19 $4,724.41 $23,851.00 $3,840.01 $21,000.00 $3,381.00 $29,000.00 $4,669.00 $0.00 $0.00 $31,938.48 $5,142.10 49 713-103-201 PERMANENT TAPE, YELLOW, SOLID, 6", FOR CONCRETE BRIDGES GM 0.161 $3,043.10 $489.94 $28,025.00 $4,512.03 $24,000.00 $3,864.00 $29,000.00 $4,669.00 $0.00 $0.00 $29,885.02 $4,811.49 SIGNING AND MARKING SUBTOTAL $16,805.11 SIGNING AND MARKING SUBTOTAL $18,034.69 SIGNING AND MARKING SUBTOTAL $15,120.20 SIGNING AND MARKING SUBTOTAL $17,580.20 SIGNING AND MARKING SUBTOTAL $0.00 SIGNING AND MARKING SUBTOTAL $17,569.30 STRUCTURES (Bridge 034838 Only) 50 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 4980 $26.75 $133,215.00 $31.50 $156,870.00 $30.00 $149,400.00 $40.00 $199,200.00 $0.00 $0.00 $17.56 $87,448.80 51 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.2 $538.00 $39,919.60 $333.00 $24,708.60 $625.00 $46,375.00 $600.00 $44,520.00 $0.00 $0.00 $559.51 $41,515.64 52 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 201.5 $784.75 $158,127.13 $476.50 $96,014.75 $1,000.00 $201,500.00 $1,200.00 $241,800.00 $0.00 $0.00 $676.00 $136,214.00 53 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 105 $848.11 $89,051.55 $991.50 $104,107.50 $1,500.00 $157,500.00 $2,100.00 $220,500.00 $0.00 $0.00 $1,340.46 $140,748.30 54 0400 9 BRIDGE DECK GROOVING & PLANING, DECK 8.5" AND GREATER SY 779 $17.40 $13,554.60 $23.50 $18,306.50 $7.50 $5,842.50 $60.00 $46,740.00 $0.00 $0.00 $12.50 $9,737.50 55 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 18.0 $721.00 $12,978.00 $987.50 $17,775.00 $1,250.00 $22,500.00 $800.00 $14,400.00 $0.00 $0.00 $1,121.54 $20,187.72 56 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 46654 $1.03 $48,053.62 $1.25 $58,317.50 $1.50 $69,981.00 $1.20 $55,984.80 $0.00 $0.00 $1.24 $57,850.96 57 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 13000 $1.21 $15,730.00 $1.50 $19,500.00 $1.50 $19,500.00 $1.20 $15,600.00 $0.00 $0.00 $1.09 $14,170.00 58 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12974 $1.03 $13,363.22 $1.25 $16,217.50 $1.40 $18,163.60 $1.20 $15,568.80 $0.00 $0.00 $1.04 $13,492.96 59 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 1523 $238.62 $363,418.26 $263.50 $401,310.50 $260.00 $395,980.00 $240.00 $365,520.00 $0.00 $0.00 $272.35 $414,789.05 60 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 2082 $101.00 $210,282.00 $148.50 $309,177.00 $160.00 $333,120.00 $165.00 $343,530.00 $0.00 $0.00 $127.00 $264,414.00 61 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 432 $173.15 $74,800.80 $167.75 $72,468.00 $225.00 $97,200.00 $260.00 $112,320.00 $0.00 $0.00 $238.00 $102,816.00 62 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 256 $36.00 $9,216.00 $34.75 $8,896.00 $54.00 $13,824.00 $25.00 $6,400.00 $0.00 $0.00 $34.32 $8,785.92 63 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 430 $102.40 $44,032.00 $108.00 $46,440.00 $130.00 $55,900.00 $175.00 $75,250.00 $0.00 $0.00 $165.00 $70,950.00 64 0530 1 RIPRAP, SAND-CEMENT CY 155.6 $565.46 $87,985.58 $532.50 $82,857.00 $485.00 $75,466.00 $500.00 $77,800.00 $0.00 $0.00 $626.90 $97,545.64 65 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 1236.4 $98.81 $122,168.68 $98.25 $121,476.30 $85.00 $105,094.00 $120.00 $148,368.00 $0.00 $0.00 $140.99 $174,320.04 66 0530 74 BEDDING STONE TN 440 $77.97 $34,306.80 $84.25 $37,070.00 $65.00 $28,600.00 $125.00 $55,000.00 $0.00 $0.00 $102.81 $45,236.40 67 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED- RAILINGS LF 1292 $9.22 $11,912.24 $18.00 $23,256.00 $16.00 $20,672.00 $18.00 $23,256.00 $0.00 $0.00 $10.74 $13,876.08 68 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)3 OF 7 11.E.c Packet Pg. 117 Attachment: 21-7851-ST - Bid TAB (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE STRUCTURES (Bridge 034839 & Retaining Walls) 69 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 3624 $26.75 $96,942.00 $40.50 $146,772.00 $40.00 $144,960.00 $40.00 $144,960.00 $0.00 $0.00 $17.56 $63,637.44 70 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.2 $540.00 $40,068.00 $333.25 $24,727.15 $625.00 $46,375.00 $600.00 $44,520.00 $0.00 $0.00 $559.51 $41,515.64 71 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 150.0 $787.30 $118,095.00 $520.50 $78,075.00 $1,000.00 $150,000.00 $1,200.00 $180,000.00 $0.00 $0.00 $676.00 $101,400.00 72 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 86.7 $857.75 $74,366.93 $1,023.75 $88,759.13 $1,500.00 $130,050.00 $2,100.00 $182,070.00 $0.00 $0.00 $1,340.46 $116,217.88 73 0400 9 BRIDGE DECK GROOVING & PLANING, DECK 8.5" AND GREATER SY 580 $20.25 $11,745.00 $23.75 $13,775.00 $7.50 $4,350.00 $60.00 $34,800.00 $0.00 $0.00 $12.50 $7,250.00 74 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 14.4 $721.00 $10,382.40 $519.00 $7,473.60 $1,250.00 $18,000.00 $800.00 $11,520.00 $0.00 $0.00 $1,121.54 $16,150.18 75 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 35335 $1.06 $37,455.10 $1.25 $44,168.75 $1.50 $53,002.50 $1.20 $42,402.00 $0.00 $0.00 $1.24 $43,815.40 76 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 10856 $1.24 $13,461.44 $1.50 $16,284.00 $1.50 $16,284.00 $1.20 $13,027.20 $0.00 $0.00 $1.09 $11,833.04 77 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12974 $1.07 $13,882.18 $1.25 $16,217.50 $1.40 $18,163.60 $1.20 $15,568.80 $0.00 $0.00 $1.04 $13,492.96 78 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 1129 $236.91 $267,471.39 $278.50 $314,426.50 $263.00 $296,927.00 $240.00 $270,960.00 $0.00 $0.00 $272.35 $307,483.15 79 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 1650 $98.63 $162,739.50 $168.75 $278,437.50 $160.00 $264,000.00 $165.00 $272,250.00 $0.00 $0.00 $127.00 $209,550.00 80 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 350 $192.16 $67,256.00 $235.25 $82,337.50 $225.00 $78,750.00 $260.00 $91,000.00 $0.00 $0.00 $238.00 $83,300.00 81 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 213 $36.00 $7,668.00 $38.00 $8,094.00 $54.00 $11,502.00 $25.00 $5,325.00 $0.00 $0.00 $34.32 $7,310.16 82 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 340 $102.40 $34,816.00 $109.00 $37,060.00 $130.00 $44,200.00 $175.00 $59,500.00 $0.00 $0.00 $165.00 $56,100.00 83 0530 1 RIPRAP, SAND-CEMENT CY 89.2 $588.94 $52,533.45 $532.00 $47,454.40 $485.00 $43,262.00 $500.00 $44,600.00 $0.00 $0.00 $626.90 $55,919.48 84 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 934.0 $100.03 $93,428.02 $100.00 $93,400.00 $85.00 $79,390.00 $120.00 $112,080.00 $0.00 $0.00 $140.99 $131,684.66 85 0530 74 BEDDING STONE TN 332.8 $74.17 $24,683.78 $87.50 $29,120.00 $65.00 $21,632.00 $125.00 $41,600.00 $0.00 $0.00 $102.81 $34,215.17 86 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED- RAILINGS LF 1022 $10.39 $10,618.58 $18.00 $18,396.00 $16.00 $16,352.00 $18.00 $18,396.00 $0.00 $0.00 $10.74 $10,976.28 87 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 88 0400 0 11 CONCRETE CLASS NS, GRAVITY WALL CY 529.4 $820.00 $434,108.00 $566.00 $299,640.40 $750.00 $397,050.00 $900.00 $476,460.00 $0.00 $0.00 $547.39 $289,788.27 89 0455 14 3 CONCRETE SHEET PILING, 10"X30"LF 5438 $144.40 $785,247.20 $149.50 $812,981.00 $130.00 $706,940.00 $184.00 $1,000,592.00 $0.00 $0.00 $177.65 $966,060.70 90 0455 14 4 CONCRETE SHEET PILING, 12"X30"LF 1170 $149.00 $174,330.00 $149.50 $174,915.00 $170.00 $198,900.00 $190.00 $222,300.00 $190.00 $0.00 $185.00 $216,450.00 STRUCTURES SUBTOTAL $4,014,732.79 **STRUCTURES SUBTOTAL $4,264,562.58 STRUCTURES SUBTOTAL $4,564,508.20 STRUCTURES SUBTOTAL $5,362,488.60 STRUCTURES SUBTOTAL $0.00 STRUCTURES SUBTOTAL $4,514,827.41 TOTAL BASE BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridges 034838 & 034839)$6,178,139.82 **$6,235,564.73 $7,377,051.82 $8,527,774.70 $0.00 $6,614,715.34 *The Contractor shall Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)4 OF 7 11.E.c Packet Pg. 118 Attachment: 21-7851-ST - Bid TAB (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034840) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL ROADWAY 1 0101 1 MOBILIZATION (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-77)LS 1 $183,095.00 $183,095.00 $245,000.00 $245,000.00 $250,000.00 $250,000.00 $288,000.00 $288,000.00 $0.00 $0.00 $196,473.44 $196,473.44 2 0102 1 MAINTENANCE OF TRAFFIC (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-77)LS 1 $75,855.00 $75,855.00 $87,000.00 $87,000.00 $15,000.00 $15,000.00 $272,000.00 $272,000.00 $0.00 $0.00 $196,473.44 $196,473.44 3 0101 1 1 PROVIDE/MAINTAIN "AS BUILT"LS 1 $3,260.47 $3,260.47 $44,700.00 $44,700.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 4 0102 2 5 SPECIAL DETOUR 5 LS 1 $140,693.00 $140,693.00 $35,568.00 $35,568.00 $80,000.00 $80,000.00 $60,000.00 $60,000.00 $0.00 $0.00 $92,349.03 $92,349.03 5 0102 2 6 SPECIAL DETOUR 6 LS 1 $140,693.00 $140,693.00 $12,675.50 $12,675.50 $49,160.00 $49,160.00 $20,000.00 $20,000.00 $0.00 $0.00 $19,424.72 $19,424.72 6 0102 60 WORK ZONE SIGN ED 9660 $0.21 $2,028.60 $0.25 $2,415.00 $0.23 $2,221.80 $0.22 $2,125.20 $0.00 $0.00 $0.24 $2,318.40 7 0102 71 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2160 $27.17 $58,687.20 $33.00 $71,280.00 $30.00 $64,800.00 $27.00 $58,320.00 $0.00 $0.00 $16.13 $34,840.80 8 0102 71 25 TEMPORARY BARRIER, REL, ANCHORED LF 84 $11.79 $990.36 $13.00 $1,092.00 $15.00 $1,260.00 $12.00 $1,008.00 $0.00 $0.00 $4.63 $388.92 9 0102 74 1 CHANNELIZING DEVICE - TYPE I, II, DI, VP, DRUM, OR LCD ED 32880 $0.11 $3,616.80 $0.25 $8,220.00 $0.11 $3,616.80 $0.12 $3,945.60 $0.00 $0.00 $0.12 $3,945.60 10 0102 74 2 CHANNELIZING DEVICE - TYPE III, 6'ED 1560 $0.22 $343.20 $0.50 $780.00 $0.27 $421.20 $0.30 $468.00 $0.00 $0.00 $0.31 $483.60 11 0102 89 1 TEMPORARY CRASH CUSHION LO 12 $949.61 $11,395.32 $800.00 $9,600.00 $1,000.00 $12,000.00 $875.00 $10,500.00 $0.00 $0.00 $824.24 $9,890.88 12 0102 99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 448 $9.51 $4,260.48 $16.00 $7,168.00 $10.00 $4,480.00 $11.00 $4,928.00 $0.00 $0.00 $11.37 $5,093.76 13 0102 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES ED 420 $163.02 $68,468.40 $180.00 $75,600.00 $250.00 $105,000.00 $245.00 $102,900.00 $0.00 $0.00 $91.69 $38,509.80 14 0102 909 TEMPORARY RAISED RUMBLE STRIPS ED 600 $16.26 $9,756.00 $48.00 $28,800.00 $2.85 $1,710.00 $3.00 $1,800.00 $0.00 $0.00 $39.49 $23,694.00 15 0102 911 2 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID LF 180 $3.26 $586.80 $3.00 $540.00 $10.50 $1,890.00 $2.25 $405.00 $0.00 $0.00 $2.75 $495.00 16 0107 1 LITTER REMOVAL AC 19.18 $57.95 $1,111.48 $145.25 $2,785.90 $260.00 $4,986.80 $30.00 $575.40 $0.00 $0.00 $33.81 $648.48 17 0107 2 MOWING AC 15.41 $102.06 $1,572.74 $227.50 $3,505.78 $260.00 $4,006.60 $60.00 $924.60 $0.00 $0.00 $43.01 $662.78 18 0108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT LS 1 $5,201.79 $5,201.79 $3,600.00 $3,600.00 $5,000.00 $5,000.00 $3,300.00 $3,300.00 $0.00 $0.00 $6,207.25 $6,207.25 19 0108 2 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 $6,520.93 $6,520.93 $4,800.00 $4,800.00 $5,000.00 $5,000.00 $14,000.00 $14,000.00 $0.00 $0.00 $5,683.13 $5,683.13 20 0110 1 1 CLEARING & GRUBBING AC 1.76 $5,243.92 $9,229.30 $14,299.00 $25,166.24 $20,000.00 $35,200.00 $18,000.00 $31,680.00 $0.00 $0.00 $7,767.41 $13,670.64 21 0110 7 1 MAILBOX, F&I SINGLE EA 1 $163.02 $163.02 $192.75 $192.75 $490.02 $490.02 $875.00 $875.00 $0.00 $0.00 $202.71 $202.71 22 0120 1 REGULAR EXCAVATION CY 721.5 $25.43 $18,347.75 $31.75 $22,907.63 $25.00 $18,037.50 $11.00 $7,936.50 $0.00 $0.00 $4.54 $3,275.61 23 0120 6 EMBANKMENT CY 1592.5 $17.17 $27,343.23 $31.75 $50,561.88 $33.00 $52,552.50 $245.00 $390,162.50 $0.00 $0.00 $9.05 $14,412.13 24 0160 4 TYPE B STABILIZATION SY 4236 $7.06 $29,906.16 $5.00 $21,180.00 $5.00 $21,180.00 $3.00 $12,708.00 $0.00 $0.00 $4.83 $20,459.88 25 0285702 OPTIONAL BASE, BASE GROUP 02 SY 166 $45.65 $7,577.90 $52.00 $8,632.00 $45.00 $7,470.00 $2.25 $373.50 $0.00 $0.00 $13.00 $2,158.00 26 0285709 OPTIONAL BASE, BASE GROUP 09 SY 3206 $49.45 $158,536.70 $37.75 $121,026.50 $31.00 $99,386.00 $30.00 $96,180.00 $0.00 $0.00 $42.09 $134,940.54 27 0334 1 52 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76-22 TN 424.6 $166.08 $70,517.57 $168.25 $71,438.95 $137.00 $58,170.20 $60.00 $25,476.00 $0.00 $0.00 $116.72 $49,559.31 28 0337 7 81 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, FC-12.5, PG 76-22 TN 305.1 $229.71 $70,084.52 $185.00 $56,443.50 $147.00 $44,849.70 $3,300.00 $1,006,830.00 $0.00 $0.00 $114.70 $34,994.97 29 0339 1 MISCELLANEOUS ASPHALT PAVEMENT TN 23.7 $312.61 $7,408.86 $263.50 $6,244.95 $470.00 $11,139.00 $14,000.00 $331,800.00 $0.00 $0.00 $307.03 $7,276.61 30 0430 175 130 PIPE CULVERT, OPTIONAL MATERIAL, ROUND, 30"S/CD LF 50 $270.51 $13,525.50 $175.50 $8,775.00 $150.00 $7,500.00 $18,000.00 $900,000.00 $0.00 $0.00 $149.32 $7,466.00 31 0430 830 PIPE FILLING AND PLUGGING - PLACE OUT OF SERVICE CY 6.9 $377.40 $2,604.06 $246.50 $1,700.85 $550.00 $3,795.00 $420.00 $2,898.00 $0.00 $0.00 $542.52 $3,743.39 32 0430 982 133 MITERED END SECTION, OPTIONAL ROUND, 30"CD EA 2 $4,618.99 $9,237.98 $4,079.75 $8,159.50 $2,200.00 $4,400.00 $3,000.00 $6,000.00 $0.00 $0.00 $3,185.71 $6,371.42 33 521 8 7 CONC BARRIER, W/ JUNCT SL, 36 SS LF 952 $246.00 $234,192.00 $273.00 $259,896.00 $450.00 $428,400.00 $376.00 $357,952.00 $0.00 $0.00 $185.71 $176,795.92 34 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED SY 137 $90.42 $12,387.54 $42.00 $5,754.00 $130.00 $17,810.00 $130.00 $17,810.00 $0.00 $0.00 $48.13 $6,593.81 35 0530 3 4 RIPRAP - RUBBLE (DITCH LINING)TN 6.0 $217.36 $1,304.16 $608.00 $3,648.00 $335.00 $2,010.00 $190.00 $1,140.00 $0.00 $0.00 $250.93 $1,505.58 36 0530 74 BEDDING STONE TN 4.5 $217.36 $978.12 $455.00 $2,047.50 $390.00 $1,755.00 $300.00 $1,350.00 $0.00 $0.00 $102.81 $462.65 37 0536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 LF 438 $26.19 $11,471.22 $25.25 $11,059.50 $25.00 $10,950.00 $26.00 $11,388.00 $0.00 $0.00 $19.35 $8,475.30 38 0536 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 EA 5 $2,718.89 $13,594.45 $4,257.75 $21,288.75 $2,600.00 $13,000.00 $3,300.00 $16,500.00 $0.00 $0.00 $3,179.70 $15,898.50 39 0536 73 GUARDRAIL REMOVAL LF 254 $2.81 $713.74 **$5.00 $1,270.00 $3.00 $762.00 $3.00 $762.00 $0.00 $0.00 $3.56 $904.24 40 0536 85 24 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 5 $2,829.50 $14,147.50 $3,840.00 $19,200.00 $2,700.00 $13,500.00 $3,000.00 $15,000.00 $0.00 $0.00 $3,110.19 $15,550.95 41 544 3 1 CRASH CUSHION, TL-3, NARROW EA 3 $29,552.88 $88,658.64 $32,400.00 $97,200.00 $25,000.00 $75,000.00 $24,000.00 $72,000.00 $0.00 $0.00 $22,616.85 $67,850.55 42 0570 1 2 PERFORMANCE TURF, SOD SY 3419 $3.10 $10,600.14 $5.00 $17,097.00 $2.40 $8,206.56 $3.00 $10,258.20 $0.00 $0.00 $2.66 $9,095.60 43 0700 11 111 ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL GROUND MOUNT- AC POWERED, ELECTRONIC WARNING SIGN, UP TO 12 SF AS 2 $15,758.00 $31,516.00 $17,400.00 $34,800.00 $12,000.00 $24,000.00 $16,000.00 $32,000.00 $0.00 $0.00 $5,102.39 $10,204.78 44 0700 12 21 SIGN BEACON, F&I GROUND MOUNT-SOLAR POWERED, ONE BEACON AS 4 $7,064.00 $28,256.00 $5,400.00 $21,600.00 $9,500.00 $38,000.00 $7,200.00 $28,800.00 $0.00 $0.00 $6,127.54 $24,510.16 45 0710 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6"GM 0.732 $2,173.64 $1,591.10 $1,820.00 $1,332.24 $2,000.00 $1,464.00 $1,100.00 $805.20 $0.00 $0.00 $735.39 $538.31 46 0710 11 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24"LF 100 $2.17 $217.00 $1.25 $125.00 $1.10 $110.00 $1.00 $100.00 $0.00 $0.00 $1.49 $149.00 47 0908 104 1 EROSION AND SEDIMENT CONTROL LS 1 $19,930.00 $19,930.00 $10,245.00 $10,245.00 $12,000.00 $12,000.00 $8,400.00 $8,400.00 $0.00 $0.00 $7,391.24 $7,391.24 ROADWAY SUBTOTAL $1,612,176.73 **ROADWAY SUBTOTAL $1,554,122.90 ROADWAY SUBTOTAL $1,624,690.68 ROADWAY SUBTOTAL $4,233,884.70 ROADWAY SUBTOTAL $0.00 ROADWAY SUBTOTAL $1,282,040.82 SIGNING AND MARKING 48 0700 1 11 SINGLE POST, F&I, GROUND MOUNT, UP TO 12 SF AS 2 $374.95 $749.90 $330.00 $660.00 $235.00 $470.00 $800.00 $1,600.00 $0.00 $0.00 $317.28 $634.56 49 705-10-3 OBJECT MARKER, TYPE 3 EA 4 $103.25 $413.00 $180.00 $720.00 $155.00 $620.00 $220.00 $880.00 $0.00 $0.00 $263.00 $1,052.00 50 706-1-1 RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS (YEL/YEL)EA 48 $4.35 $208.80 $4.00 $192.00 $3.20 $153.60 $3.50 $168.00 $0.00 $0.00 $5.00 $240.00 51 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS 1 $5,608.00 $5,608.00 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $2,100.00 $2,100.00 $0.00 $0.00 $902.84 $902.84 52 711-11-124 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18"LF 247 $4.35 $1,074.45 $4.00 $988.00 $3.80 $938.60 $3.00 $741.00 $0.00 $0.00 $3.90 $963.30 53 711-16-101 THERMOPLASTIC, STANDARD-OTHER, WHITE, SOLID, 6"GM 0.336 $4,890.70 $1,643.28 $5,222.00 $1,754.59 $4,500.00 $1,512.00 $4,400.00 $1,478.40 $0.00 $0.00 $3,905.32 $1,312.19 54 711-16-201 THERMOPLASTIC, STANDARD-OTHER, YELLOW, SOLID, 6"GM 0.286 $4,890.70 $1,398.74 $5,233.00 $1,496.64 $4,500.00 $1,287.00 $4,400.00 $1,258.40 $0.00 $0.00 $3,989.61 $1,141.03 55 713-103-101 PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.055 $29,344.19 $1,613.93 $26,182.00 $1,440.01 $23,000.00 $1,265.00 $29,000.00 $1,595.00 $0.00 $0.00 $31,938.48 $1,756.62 56 713-103-201 PERMANENT TAPE, YELLOW, SOLID, 6", FOR CONCRETE BRIDGES GM 0.055 $3,043.10 $167.37 $30,764.00 $1,692.02 $27,000.00 $1,485.00 $29,000.00 $1,595.00 $0.00 $0.00 $29,885.02 $1,643.68 SIGNING AND MARKING SUBTOTAL $12,877.47 SIGNING AND MARKING SUBTOTAL $11,943.26 SIGNING AND MARKING SUBTOTAL $9,731.20 SIGNING AND MARKING SUBTOTAL $11,415.80 SIGNING AND MARKING SUBTOTAL $0.00 SIGNING AND MARKING SUBTOTAL $9,646.21 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)5 OF 7 11.E.c Packet Pg. 119 Attachment: 21-7851-ST - Bid TAB (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE STRUCTURES (Including Retaining Walls) 57 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 1359 $26.75 $36,353.25 $54.25 $73,725.75 $45.00 $61,155.00 $40.00 $54,360.00 $0.00 $0.00 $17.56 $23,864.04 58 0400 2 10 CONCRETE CLASS II, APPROACH SLABS CY 74.2 $542.00 $40,216.40 $333.00 $24,708.60 $625.00 $46,375.00 $600.00 $44,520.00 $0.00 $0.00 $559.51 $41,515.64 59 0400 2 47 CONCRETE CLASS II, CAST-IN-PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTURE CY 69.4 $788.60 $54,728.84 $536.50 $37,233.10 $1,000.00 $69,400.00 $1,200.00 $83,280.00 $0.00 $0.00 $676.00 $46,914.40 60 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 51.1 $876.67 $44,797.84 $993.00 $50,742.30 $1,500.00 $76,650.00 $2,100.00 $107,310.00 $0.00 $0.00 $1,340.46 $68,497.51 61 0400 7 BRIDGE DECK GROOVING, LESS THAN 8.5"SY 268 $30.85 $8,267.80 $13.50 $3,618.00 $13.50 $3,618.00 $40.00 $10,720.00 $0.00 $0.00 $19.80 $5,306.40 62 0400 1 48 PLAIN NEOPRENE BEARING PADS CF 7.2 $721.00 $5,191.20 $902.50 $6,498.00 $1,250.00 $9,000.00 $800.00 $5,760.00 $0.00 $0.00 $1,121.54 $8,075.09 63 0415 1 4 REINFORCING STEEL - BRIDGE SUPERSTRUCTURE LB 16336 $1.09 $17,806.24 $1.25 $20,420.00 $1.50 $24,504.00 $1.20 $19,603.20 $0.00 $0.00 $1.24 $20,256.64 64 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 6736 $1.20 $8,083.20 $1.50 $10,104.00 $1.50 $10,104.00 $1.20 $8,083.20 $0.00 $0.00 $1.09 $7,342.24 65 0415 1 9 REINFORCING STEEL- APPROACH SLABS LB 12974 $1.08 $14,011.92 $1.25 $16,217.50 $1.40 $18,163.60 $1.20 $15,568.80 $0.00 $0.00 $1.04 $13,492.96 66 0450 8 13 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57"LF 520 $238.99 $124,274.80 $281.25 $146,250.00 $257.00 $133,640.00 $240.00 $124,800.00 $0.00 $0.00 $272.35 $141,622.00 67 0455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 1068 $96.86 $103,446.48 $176.00 $187,968.00 $160.00 $170,880.00 $165.00 $176,220.00 $0.00 $0.00 $127.00 $135,636.00 68 0455143 3 TEST PILES-PRESTRESSED CONCRETE,18" SQ LF 223 $192.88 $43,012.24 $177.50 $39,582.50 $120.00 $26,760.00 $260.00 $57,980.00 $0.00 $0.00 $238.00 $53,074.00 69 0458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH BACKER ROD LF 128 $36.00 $4,608.00 $34.75 $4,448.00 $54.00 $6,912.00 $25.00 $3,200.00 $0.00 $0.00 $34.32 $4,392.96 70 0521 5 13 CONCRETE TRAFFIC RAILING- BRIDGE, 36" SINGLE-SLOPE LF 200 $102.40 $20,480.00 $124.00 $24,800.00 $130.00 $26,000.00 $175.00 $35,000.00 $0.00 $0.00 $165.00 $33,000.00 71 0530 1 RIPRAP, SAND-CEMENT CY 107.6 $576.92 $62,076.59 $540.75 $58,184.70 $485.00 $52,186.00 $500.00 $53,800.00 $0.00 $0.00 $626.90 $67,454.44 72 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 919.2 $100.62 $92,489.90 $95.50 $87,783.60 $85.00 $78,132.00 $120.00 $110,304.00 $0.00 $0.00 $140.99 $129,598.01 73 0530 74 BEDDING STONE TN 340.8 $73.51 $25,052.21 $80.25 $27,349.20 $65.00 $22,152.00 $125.00 $42,600.00 $0.00 $0.00 $102.81 $35,037.65 74 0630 2 16 CONDUIT, FURNISH & INSTALL, EMBEDDED- RAILINGS LF 602 $12.12 $7,296.24 $18.00 $10,836.00 $16.00 $9,632.00 $18.00 $10,836.00 $0.00 $0.00 $10.74 $6,465.48 75 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 $54.99 $659.88 $720.00 $8,640.00 $325.00 $3,900.00 $700.00 $8,400.00 $0.00 $0.00 $690.75 $8,289.00 76 0400 0 11 CONCRETE CLASS NS, GRAVITY WALL CY 243 $820.00 $199,260.00 $677.00 $164,511.00 $850.00 $206,550.00 $900.00 $218,700.00 $0.00 $0.00 $547.39 $133,015.77 77 0455 14 3 CONCRETE SHEET PILING, 10"X30"LF 2258 $144.00 $325,152.00 $161.50 $364,667.00 $130.00 $293,540.00 $184.00 $415,472.00 $0.00 $0.00 $177.65 $401,133.70 STRUCTURES SUBTOTAL $1,237,265.03 STRUCTURES SUBTOTAL $1,368,287.25 STRUCTURES SUBTOTAL $1,349,253.60 STRUCTURES SUBTOTAL $1,606,517.20 STRUCTURES SUBTOTAL $0.00 STRUCTURES SUBTOTAL $1,383,983.92 TOTAL BASE BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034840) $2,862,319.22 **$2,934,353.41 $2,983,675.48 $5,851,817.70 $0.00 $2,675,670.95 1.02 off ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL COLLIER COUNTY 1 CC 950-RDW OWNER ALLOWANCE - ROADWAY T&M 1 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 $142,502.03 2 CC 950-STR OWNER ALLOWANCE - STRUCTURES T&M 1 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 $394,501.21 3 CC 950-SPM OWNER ALLOWANCE - SIGNING & PAVEMENT MARKING T&M 1 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 $1,976.27 4 CC 950-MSC OWNER ALLOWANCE - OTHER / MISCELLANEOUS T&M 1 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 $89,686.19 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 ALLOWANCE SUBTOTAL $628,665.70 BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BASE BIDS PER BRIDGE LOCATION BRIDGE 034837 BRIDGE 034837 $3,323,318.16 BRIDGE 034837 $3,276,283.50 BRIDGE 034837 $3,633,677.70 BRIDGE 034837 $4,270,973.80 BRIDGE 034837 $0.00 BRIDGE 034837 $3,321,515.54 GES 034838 & 034839 BRIDGES 034838 & 034839 $6,178,139.82 BRIDGES 034838 & 034839 $6,235,564.73 BRIDGES 034838 & 034839 $7,377,051.82 BRIDGES 034838 & 034839 $8,527,774.70 BRIDGES 034838 & 034839 $0.00 BRIDGES 034838 & 034839 $6,614,715.34 BRIDGE 034840 BRIDGE 034840 $2,862,319.22 BRIDGE 034840 $2,934,353.41 BRIDGE 034840 $2,983,675.48 BRIDGE 034840 $5,851,817.70 BRIDGE 034840 $0.00 BRIDGE 034840 $2,675,670.95 BIDDER SUBTOTAL BIDDER SUBTOTAL $12,363,777.20 BIDDER SUBTOTAL $12,446,201.64 BIDDER SUBTOTAL $13,994,405.00 BIDDER SUBTOTAL $18,650,566.20 BIDDER SUBTOTAL $0.00 BIDDER SUBTOTAL $12,611,901.83 TOTAL BID - Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd "Total Bid = Base Bids Plus Owner Allowances"$12,992,442.90 $13,074,867.34 $14,623,070.70 $19,279,231.90 $628,665.70 $13,240,567.53 ** Rounding *The Contractor shall Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for rock or site/soil conditions. Contractor shall provide preventative measures pertaining to seasonal flooding as necessary. 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)6 OF 7 11.E.c Packet Pg. 120 Attachment: 21-7851-ST - Bid TAB (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) Solicitation No:21-7851-ST Procurement Strategist:Lisa Oien Project No:66066.12 Project Manager:Marlene Messam Project Title:Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) Bid Due Date:March 2, 2021 @ 3:00 pm BID TABULATION BIDDER: ITEM NO.PAY ITEM NO.DESCRIPTION UNIT EST. QTY.UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL UNIT PRICE PAY ITEM TOTAL Notices Issued: 43,343 Bid PKGS Viewed: 115 Bid Responses: 4 No Bids: 1 Quality Enterprises USA, Inc.Zep Construction, Inc.Manhattan Road And Bridge Kiewit Infrastructure South Co. RWC Group, LLC- No Bid ENGINEER'S ESTIMATE BID RESPONSE FORMS Bid Schedule Yes Yes Yes Yes Bid Response Form (Form 1)Yes Yes Yes Yes Exhibit N - Contractors Key Personnel (Form 2)Yes Yes Yes Yes Material Manufacturers (Form 3)Yes Yes Yes Yes List of Major Subcontractors (Form 4)Yes Yes Yes Yes Statement of Experience of Bidder (Form 5)Yes Yes Yes Yes Trench Safety Act Acknowledgement (Form 6)Yes Yes Yes Yes Bid Bond (Form 7)Yes Yes Yes Yes Insurance and Bonding Requirements (Form 8)Yes Yes Yes Yes Conflict of Interest Affidavit (Form 9)Yes Yes Yes Yes Vendor Declaration Statement (Form 10)Yes Yes Yes Yes Immigration Affidavit Certification (Form 11)Yes Yes Yes Yes Bidders Checklist (Form 12)Yes Yes Yes Yes Yes*Verified online Yes Yes Yes Yes Yes Yes Yes N/A Yes Yes N/A Yes Yes Yes No Verified on line Emergency Plan Yes Yes Yes Yes STRATEGIST VERIFICATION Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Addendum #6 Yes Yes Yes YesYes *Minor Irregularity Documents Received Ft. Myers, FL Naples, Fl Ft. Myers, FL Sunrise, FL Phoenix, Arizona Lee Collier Lee Broward Maricopa Opened By: Lisa OienWitnessed by: Cynthia McCanna Copy of Active Registration with Current FL Divisions of Corporations Company's E-Verify Profile Page or MOU Addendum #3 Addendum #2 Addendum #1 ACKNOWLEDGEMENT- RECEIPT OF ADDENDUM FDOT Prequalification Specific Requirements Copy of Local Business Tax Receipt COPIES OF REQUIRED INFORMATION ATTACHED Strategist to Confirm Registration with Florida DOS on-line (Sunbiz) Strategist to Confirm Bonding and Insurance Requirements Strategist to Confirm all forms completed and signed County of Business; Place of Business; Addendum #5 Addendum #4 21-7851-ST Bridge Replacement-Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837)7 OF 7 11.E.c Packet Pg. 121 Attachment: 21-7851-ST - Bid TAB (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – Oilwell Rd”) 11.E.dPacket Pg. 122Attachment: Checklist 11 Bridge Replacement Project Validated - 09_02_2020 Signed (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge 11.E.f Packet Pg. 123 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 124 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 125 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 126 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 127 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 128 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 129 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 130 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 131 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 132 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 133 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 134 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 135 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 136 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 137 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 138 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 139 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 140 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 141 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 142 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 143 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – 11.E.f Packet Pg. 144 Attachment: 21-7851-ST ZepConstruction_Insurance 4-16-21 (15381 : Bid #21-7851-ST “Bridge Replacement -Bridge Package C – 4 Bridges – CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Zep Construction, Inc. ("Contractor") of 7802 Jean Blvd, Fort Myers, FL 33967, a Florida Profit Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Bridge Replacement — Bridge Package C — 4 Bridges- Oilwell Rd, Invitation to Bid No. 21-7851-ST ("Project"), as said Work is set forth in the Plans and Specifications prepared by HNTB Corporation, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Twelve Million Nine Hundred Ninety -Two Thousand Four Hundred Forty -Two Dollars and Ninety Cents ($12,992,442.90). Section 4. Bonds. A. If applicable, the Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit B-1 and B-2, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies circular. This circular may be accessed via the web at www,fms.treas.gov/c570/c570.html#certifi Should the Contract Amount be less Construction Services Agreement: Revised 01.28.21 (v9) ';�`<�� ?p than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date, Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within eight hundred eighty-two dollars (882) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Department Administrator or Division Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Four Thousand Three Hundred Forty -Four Dollars ($4,344.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday 2 CAU Construction Services Agreement: Revised 01.28.21 (v9) or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result A any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed upon, attached hereto and made a part of this Agreement for Solicitation 214851=ST "Bridge Replacement -Bridge Package C-4 Bridges-Oilwell Rd. Exhibit A-1: Contractor's Bid Schedule Exhibit A-2: Contractor's Bid Submittal Forms and Addendums Exhibit A-3: Contractor's List of Key Personnel Exhibit 13-1: Payment Bond Forms ❑ Not Applicable Exhibit 13-2: Performance Bond Forms ❑ Not Applicable Exhibit B-3: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Construction Services Agreement: Revised 01.28.21 (v9) Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions ® Applicable ❑ Not Applicable The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation 21-7851=ST "Bridge Replacement -Bridge Package C-4 Bridges-Oilwell Rd. The complete contract documents, including Addendum with attachments, are available on the County's on-line bidding system: https://www.bidsyne.com/bidsync-cas/, which the parties agree comprise the final integrated agreement executed by the parties. Sections corresponding to any checked box (®)expressly apply to the terms of this Agreement and are available through the County 's on-line bidding. ®Exhibit J: Technical Specifications ®Exhibit K: Permits ❑Exhibit L: Standard Details ®Exhibit M: Plans and Specifications prepared by HNTB Corporation ®Exhibit N: Environmental Health and Safety Requirements for Construction Projects Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Board of County Commissioners, FL c/o Transportation Engineering Division 2885 Horseshoe Drive S Naples, FL 34104 Attn: Marlene Messam, Principal Project Manager Phone: (239) 252-5773 Email: Marlene.Messam(alcolliercountyfl.gov B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Zep Construction, Inc 7802 Jean Blvd Fort Myers, FL 33967 Attn: Jovan Zepcevski, President Phone: (239) 267-8778 Email: zepconaaol.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Construction Services Agreement: Revised 01.28.21 (v9) Section 8. PUBLIC ENTITY CRIMES. 8A By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287,017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Construction Services Agreement: Revised 01.28.2T (vg) Section 1S. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. Construction Services Agreement: Revised 01.28.21 (v9) ''� IN WITNESS WHEREOF the parties have executed this Agreement on the date(s) indicated below, CONTRACTOR: TWO WITNESSES: Zep Construction, Inc RST 1NITNESS By: Print Name Print am and Title S COND WITNESS Jnti., M- e 4 ) -'-0 VC Print Name Date: ���1/a/ ATTEST: OWNER: Crystal K. Kinzel, Clerk of Courts & Comptroller BY: Approved as to Form and Legality: Assistant County Attorney Print Name Date BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA BY: PENNY TAYLO_R_, Chairman 7` Construction Services Agreement: Revised 01.28.21 (0) q - EXHIBIT A-1: CONTRACTOR'S BID SCHEDULE (FOLLOWING THIS PAGE) Construction Services Agreement: Revised 01.28.21 (v9) L'f�f) ROADWAY 1 2 J 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 RI' 39 40 41 42 BID TABULATION BIDDER: Zep Construction, Inc. Dt 1 h40BILiZATION (NOT TO EXCEED tOh OF TOTAL bF ITEtAS 3-74) D2 i MAINTENANCE OF TRAFFIC (NOT TO EXCEED 10% OF TOTAL OF ITEMS 3-74) Ot 11 PROVIDE/MAINTAJN"AS BUILT" 02 2 1 SPECIAL DETOUR 1 02 2 2 SPECIAL DETOUR 2 D260 WORK ZONE SIGN 02 71 15 TEMPORARY BARRIER, FA ANCHORED D2 71 25 TEMPORARY BARRIER, REL, ANCHORED 02 74 1 CHANNELIZING DEVICE - TYPE I, II, DI, VP, DRUM, OR LCD D274 2 CHANNELIZING DEVICE -TYPE 111, 6' 289 1 TEMPORARY CRASH CUSHION 0299 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY 02 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES 02 909 TEMPORARY RAISED RUMBLE STRIPS 02 911 2 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID i07 1 LITTER REMOVAL 107 2 MOWING 108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT 10a 2 MONITOR EXISTING STRUCTURES -VIBRATION 110 1 1 CLEARING & GRUBBING 1201 REGULAR EXCAVATION 120 6 EMBANKMENT 160 4 TYPE B STABILIZATION 285702 OPTIONAL BASE, BASE GROUP 02 285709 OPTIONAL BASE, BASE GROUP 09 334 152 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76-22 337 781 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, FC-12.51 PG 76.22 339 1 MISCELLANEOUS ASPHALT PAVEMENT 21 87 CONC BARRIER, W/ JUNCT SL, 36 SS i524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED i530 3 4 RIPRAP- RUBBLE (DITCH LINING) 3074 BEDDING STONE 1536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 )536 813 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 153673 GUARDRAIL REMOVAL 368524 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL )570 1 2 PERFORMANCE TURF, SOD 1700 11 111 ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL GROUND MOUNT- AC POWERED, ELECTRONIC WARNING SIGN, UP TO 12 SF 001221 SIGN BEACON, F&I GROUND MOUNT -SOLAR POWERED, ONE BEACON )71011 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6" 0710 11 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24" D9D8 104 1 EROSION AND SEDIMENT CONTROL LS 1 5218,333.OD $73,731,00 LS 1 $3,260.00 LS 1 $I17,445.00 LS 1 $115,744,00 Ls 1 $0,21 ED ID860 $27,17 LF 2028 $11,79 LF 252 $0,11 ED 40260 $0,22 ED 1200 $950,00 LO 6 $9,51 ED 448 $163.02 ED 420 $16.26 ED 600 $3,26 LF 440 $57,95 AC 23,87 $102.06 AC 19,59 $5,201,19 LS 1 $6,521,00 LS 1 $5,244,00 A0 1.91 $25,43 CY 882.1 $17,17 CV 2391.E $7.06 SY 5013 $45.65 SY 34 $49.45 SV 3872 $163,90' TN 493.7 $221,65 TN 369.0 $346.98 TN 16.1 $246.00 LF Ilia $90,42 SY 53 $217*36 TN 2A $217,36 TN 1.8 $26,19 LF 291 $2,718.89 EA 3 $2,79 LF 323 $21829.50 EA 3: $3.10 SY 2136 As � 2 515,759.00 $218,333.OD $73,7J7.00 $3,260.00 5117,445.00 51i5,744.00 $2,280.60 $55,100.76 $2,971.08 $2fi4.00 $5,700.00 $4,260.48 $68,468.40 59,756.00 $1,4J4.40 51,383.27 $1,999.36 55,201.19 $6,521.00 510,016.04 $22,431.80, $41,06337 $35,391.78 51,552.10 $191,470.40 $80,917.43 $81,788.85 $5,586.38 $275,028.00 $4,792.26 $521.66 $391.25 $7,fi21.29 $8,156,67 $901 A 7 $8,488150 56,621.60 $31,518.00 AS 4 $7,064.00 $28,256.00 GM 0.851 $2,173.64 $1,849.77 Lf 70 $2.17----- 5151.90 LS i $19,930.00 $19,930,00 Roadway Subtotal $1,562,728.75 JIV IVIIVII H 43 700-1-i t SINGLE POST, F&I, GROUND MOUNT, UP TO 12 SF As 11 44 700-1.60 SINGLE POST SIGN, REh10VE AS 8 STRUCTURES (Including Retaining Walls) 53 0110 3 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF i359 54 0400 2 10 CONCRETE CLASS 11, APPROACH SLABS CY 74.7 55 0400 247 CONCRETE CLASS It, CAST -IN -PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTUR CY 108.5 56 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 48 $298.88 $298.88 $3,267.68 $26.75 $36,353.25 $530.00 $39,591.00 5776.95 $84,299.OB $913,54 543,849.92 21-7851-ST Bridge Replacement -Bridge Package C-4 Bridges • Oilvrdl Rd (&IdOe 034837) 1 of 4 BID TABULATION BIDDER: ITEM NO, PAY ITEM N04 DESCRIPTION UNIT', EST, QTY: 57 0400 7 BRIDGE DECK GROOVING, LESS THAN 8.5" SY 310 58 0400148 PLAIN NEOPRENE BEARING PADS CF 7.2 59 0415 1 4 REINFORCING STEEL- BRIDGE SUPERSTRUCTURE LB 21574 60 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 6697 61 0415 1 9 REINFORCING STEEL -APPROACH SLABS LB 12530 62 0450 813 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12", WIDTH 55-57" LF 610 63 045534 3 PRESTRESSED CONCRETE PILING, 18" SO LF 1009 64 0455143 3 TEST PILES -PRESTRESSED CONCRETE,18" SO LF 212 65 D458 1 11 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F81 POURED JOINT WITH BACKER ROD LF 128 66 0521 513 CONCRETE TRAFFIC RAILING -BRIDGE, 36"SINGLE-SLOPE LF 220 67 0530 1 IRIPRAP, SAND -CEMENT CY 121.2 68 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 747.3 69 053074 BEDDING STONE TN 279 70 0630216 CONDUIT, FURNISH& INSTALL,EMBEDDED - RAILINGS LF 662 71 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 72 0400 0 11 CONCRETE CLASS NS, GRAVITY WALL CY 236.1 73 045514 3 CONCRETE SHEET PILING, i D"X30" LF 5353 74 0455 14 4 CONCRETE SHEET PILING, 12X30 LF 192 8 H ♦ 1 t `The Contractor shalt Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for rock or site/soil conditions. Contractor shall provide preventative measures pertaining So seasonal Gooding as necessary. Zap Construction, Inc. UNIT PRICE '+ PAYITEMTOTAL'I $27,65 $8,571,50 $721,00 $5,191.20 $1,03 $22,221,22 $1,22 $11J70.34 $1,04 $13,031.20 $236,22 $1441094.20 $99,25 $100s143,25 $204,16 $43,281.92 S36.00 $4,608,00 $102.40 $22,528.00 $565.42 $68,528,90 $98,74 $73,786.40 $81,85 $22,836,15 $11,24 $7,440,88 $54.99 $659,88 $820,00 $193t602.00 $144.40 $772,973,20 $149.00 $28,608.00 STRUCTURES SUBTOTAL $1,744,371.49 ITEM NO PAY REM N0. DESCRIPTION ' UNIT EST. QTY. ROADWAY Combined for Bridges 034838 & 034839 1 MOBILIZATION NOT TO EXCEED 10% OF TOTAL OF ITEMS 3.90 LS 1 2 MAINTENANCE OF TRAFFIC "NOT TO EXCEED 10% OF TOTAL OF ITEMS 3.90 LS 1 3 PROVIDE/MAINTAIN °AS BUILT" LS 1 4 3 SPECIAL DETOUR 3 LS 1 5 4 RE SPECIAL DETOUR 4 LS i 6 WORK ZONE SIGN ED 17280 7 15 TEMPORARY BARRIER, F&I, ANCHORED LF 2652 8 15 TEMPORARY BARRIER, REL, ANCHORED LF 348 9 1 CHANNELIZING DEVICE -TYPE I, II, DI, VP, DRUM, OR LCD ED 45330 10 010274 2 CHANNELIZING DEVICE-TYPEIII, 6' ED 2760 if 0102 89 1 TEMPORARY CRASH CUSHION LO 12 12 010299 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 928 13 0102 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES ED 900 14 0102 909 TEMPORARY RAISED RUMBLE STRIPS ED 7080 15 0102 9112 PAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID LF 1180 16 0107 1 LITTER REMOVAL AC 28.52 17 0107 2 MOWING AC 22,25 18 01081 MONITOR EXISTING STRUCTURES- SETTLEMENT LS I 19 01082 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 20 0110 1 1 CLEARING 8 GRUBBING AC 2.40 21 0120 1 REGULAR EXCAVATION CY 1309,6 22 0120 6 EMBANKMENT CY 3350A 23 0160 4 TYPE B STABILIZATION SY 5322 24 285709 OPTIONAL BASE, BASE GROUP 09 SY 4100 25 0334 1 52 SUPERPAVE ASPHALTIC CONCRETE, TRAFFIC B, PG76.22 TN 549.0 26 0337 781 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B, F612.5, PG 76-22 TN 411.8 27 0339 1 MISCELLANEOUS ASPHALT PAVEMENT TN 20.7 28 0430 830 PIPE FILLING AND PLUGGING - PLACE OUT OF SERVICE CY 27.1 29 521 87 CONC BARRIER W1 JUNCT SL 36 SS LF 7697 30 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED SY 701 31 0530 3 4 RIPRAP- RUBBLE DITCH LINING TN 4.8 32 0530 74 BEDDING STONE TN 3.6 33 0536 1 1 GUARDRAIL -ROADWAY, GENERAL TL-3 LF 375 34 0536 813 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL-3 EA 4 35 053673 GUARDRAIL REMOVAL LF 964 36 05368524 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 4 37 0570 1 2 PERFORMANCE TURF, SOD SY 2475 38 0700 12 21 SIGN BEACON F&I GROUND MOUNT -SOLAR POWERED ONE BEACON AS 4 39 0710 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6" GM 0,951 40 071011 125 PAINTED PAVEMENT MARKING, WHITE, SOLID, 24° LF 40 41 10903 1041 IEROSION AND SEDIMENT CONTROL LS 1 SIGNING AND MARKING Combined for Bridges 034838 & 034839 42 705-10-3 OBJECT MARKER, TYPE 3 8 43 706-1-t RAISED PAVEMENT MARKER, TYPE B WITHOUT FINAL SURFACE MARKINGS EUYEL EA 74 44 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE LS i 45 711-11-124 THERMOPLASTIC, STANDARD WHITE SOLID, IV LF 248 46 711-16ATI THERMOPLASTIC, STANDARD -OTHER, WHITE, SOLID, 6" GM 0.384 47 711-16-201 THERMOPLASTIC, STANDARD -OTHER, YELLOW, SOLID, 6" GM 0.384 48 713-103-101 PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.161 ', UNIT PRICE PAY ITEM TOTAL '. $470,273.00 $470t273,00 $10034.00 $104,834,00 $3,260,47 $3,260.47 $88,166.00 $88,156.00 $81,833.00 $81,833.00 S0.21 $3,628.80 $27.17 $72,054,84 $11,79 $4 102,92 $0'11 $4,986,30 $0.22 $607.20 $805.61 $9,667.32 $9.51 $8 825,28 $163.02 $146 718,00 $16.26 $17,560.80 $3.26 $3,846,80 $57,95 $1,652.73 $102,06 $2270,84 $18,206.27 $18,206,27 $22,823,26 $22,823.26 $5,243,92 $120585,41 $25,43 $33,303.13 $17,17 $57,526,37 $7,06 $37,57132 $49.99 $204,959,00 $165,00 $90,565,00 $217,27 $89,471.79 $334,43 $6,922.70 $268,72 $7 282.31 S246.00 $417 462.00 $90.42 $%132.42 $217,36 $1,043,33 $217.36 $78250 $26,19 $9t821,26 $2,718.89 $10 875,56 $2.80 $2,699.20 $llt31ll $7,671,88 $28,256.00 ma $2,067.13 $86,80 $39 859,00 ROADWAY SUBTOTAL $2 146 601.92 $103,25 $826.00 $4.35 $321490 55,608.00 $5,608.00 $4.35 $1 078,80 $4,89a 70 $1,878,03 54,890.70 $1,878.03 $291344.19 $4,724.41 21-7851ST Bridge Replacement -Bridge Package C-4 Bridges-oilwdl Rd l&idge 034837) 2oF4 �,"` BID TABULATION BIDDER: ITEM N0, ' PAY ITEM N0, DESCRIPTION UNIT EST, QTY 49 713-103-201 PERMANENT TAPE YELLOW, 90LID, 6°, FOR CONCRETE BRIDGES GM 1 0.161 STRUCTURES Brid a 034838 Onl 50 0710 J ST REMOVAL OF EXISTING RUCTURESlBRIDGES SF 4980 51 0400 2 10 CONCRETE CLASS 11, APPROACH SLABS CY 74.2 52 0400 2 47 CONCRETE CLASS II, CAST -IN -PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXiUR CY 201.5 53 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 105 54 0400 9 BRIDGE DECK GROOVING & PLANING, DECK 8.5" AND GREATER BY 1 779 55 04001 48 PLAIN NEOPRENE BEARING PADS CF 18.0 56 0415 1 4 REINFORCING STEEL- BRIDGE SUPERSTRUCTURE LB 46654 57 0415 1 5 REINFORCING STEEL -BRIDGE SUBSTRUCTURE LB 13000 58 0415 1 9 REINFORCING STEEL -APPROACH SLABS LB 12974 59 0450 813 PRESTRESSED BEAM: FLORIDA SLAB BEAM BEAM DEPTH 12", WIDTH 55-57" LF 1523 60 045534 3 PRESTRESSED CONCRETE PILING 18" SO LF 2082 61 0455143 3 TEST PILES -PRESTRESSED CONCRETE,18' SQ LF 432 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH LF 256 62 0458 1 i i BACKER ROD 63 0521 513 CONCRETE TRAFFIC RAILING- BRIDGE, 36'SINGLE-SLOPE LF 430 64 0530 1 RIPRAP, SAND -CEMENT CY 155.6 65 0530 3 3 RIPRAP-RUBBLE, BANK AND SHORE TN 1236A 66 053074 BEDDING STONE TN 440 67 0630 2 16 CONDUIT FURNISH & INSTALL, EMBEDDED- RAILINGS LF 1292 68 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 STRUCTURES (Bridge 034839 & Retainin Walls 69 0110 3 REMOVAL OF EXISTING STRUCTURESlBRIDGES SF 3624 70 0400 210 CONCRETE CLASS 11, APPROACH SLABS CY 74.2 71 D400 2 47 CONCRETE CLASS II, CAST -IN -PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTUR CY 150.0 72 0400 4 5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 86.7 73 0400 9 BRIDGE DECK GROOVING & PLANING, DECK 8.5° AND GREATER BY 580 74 0400 148 PLAIN NEOPRENE BEARING PADS CF 14A 75 0415 1 4 REINFORCING STEEL- BRIDGE SUPERSTRUCTURE LB 35335 76 0415 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 10856 77 0415 1 9 REINFORCING STEEL -APPROACH SLABS LB 12974 78 0450 813 PRESTRESSED BEAM: FLORIDA SLAB BEAM, OEAM DEPTH 12", WIDTH 55-57" LF 1129 79 045534 3 PRESTRESSED CONCRETE PILING 18"SQ LF 1650 80 0455143 3 TEST PILES -PRESTRESSED CONCRETE,18" SQ LF 350 BRIDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, FBI POURED JOINT WITH LF 213 B1 0458 1 11 BACKER ROD LF 340 82 0521 613 CONCRETE TRAFFIC RAILING -BRIDGE, 36"SINGLESLOPE 83 0530 1 RIPRAP, SAND -CEMENT CY ri 84 0530 3 3 RIPRAP- RUBBLE, BANK AND SNORE TN 934.0 85 053074 BEDDING STONE TN LF 332.8 1022 86 D630 2 i6 CONDUIT, FURNISH &INSTALL, EMBEDDED- RAILINGS 87 0635 3 13 JUNCTION BOX, FURNISH & INSTALL, EMBEDDED EA 12 8B 0400 Oil 1CONCREI E CLASS INS, GRAVITY WALL CY 529.4 89 045514 3 ICONCRETE SHEET PILING, WWII" LF 5438 9D 0455 14 4 CONCRETE SHEET PILING, 12°X30' LF 1170 ® 1 1 'The Contractor shall Include all dewatering and all excavation as unclassified excavation. No extra payment will be made for rock or sitefsoit conditions. Contractor shall provide preventative measures pertaining to seasonal flooding as necessary. Zap Construction, Inc. UNIT PRICE PAY ITEM TOTAL $3,043.10 $489.94 SIGNING AND MARKING UBTOTAL $16,805411. $133,215,00 $39919.60 $158,127,13 $89,051.55 i $13,554,60 $12,976,00 $48053 $15,730 $1336. $363,418.26 $101,00 $210282,00 $173,15 $74,800.80 $36,00 $92216,00 $102.40 $44 032,00 $565.46 $87985,68 $91L81 $122,168,68 $77.97 $34,306.80 $9.22 $11,912,24 $54.99 $659,88 $26,75 $96,942,00 $540600 $40,068.00 $787,30 $118,095.00 $857,75 $74,366.93 $20.25 $11,745,00 $721*00 $10,382,40 $1.06 $37455,10 $1,24 $13,461.44 $1,07 $13,882,18 $236.91 $267,471.39 $98.63 $162,739.50 $192,16 $67,256,00 $36,00 $7,668.00 $102,40 $34,816.00 $588694 $52,533.45 $100.03 $93,428.02 $74,17 $24 683,78 $10.39 $10618.58 $54.99 $659.88 $820.00 $434,108.00 $144.40 $785 247.20 $149.00 $174 330,00 STRUCTURES SUBTOTAL : $4,014,732.79'. UNIT PRICE PAY ITEM TOTAL $183*095400 $183095,00 $75,855,00 $754855,00 $31260A $3,260.47 $140,693.00 $140693,00 $140693,00 $1401693.00 $0.21 $2,028,60 $27,17 $58,687.20 $11,79 5911 $0,11 $3,616,80 $0,22 $343,20 $94ti 511,395.32 $9.51 $4,260.48 $163.02 $68,468.40 $16,26 $9756.00 $3.26 $586.80 $57.95 $1,111,48 $102A6 $1572.74 $5 201.79 $5 201.79 $6 520.93 $6,520.9J $5,243,92 $9,229,30 $163.02 $163,02 $25.43 $18,347,75 $17,17 $27,343,23 $7.06 $29,906*16 $45,65 $7,577,90 $49,45 $158,536.70 $166,08 $70,517,57 $229,71 $70,084.52 $312.61 $7,408,86 $270.51 $13,525.50 $37-1.40 $2,604.06 $4,618.99 $91237, 8 $246.00 $234.192, 0 �r 21-7851ST Badge Replacement -Bridge Package C - 4 fridges - oilwdl Rd (Bridge 034837) 3 or 4 , 'fi."�_,' BID TABULATION BIDDER: ITEM NO. PAY ITEM NO, DESCRIPTION UNIT I EST, QTY. 34 0524 1 29 CONCRETE DITCH PAVEMENT 4", REINFORCED BY 137 35 0530 3 4 RIPRAP-RUBBLE DITCH LINING TN 6.0 74 BEDDING STONE TN 4.5 1 i GUARDRAIL •ROADWAY GENERAL TL-3 LF 438 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL, TL•3 EA 5 673 GUARDRAIL REMOVAL LF 254 68524 GUARDRAIL END TREATMENT- PARALLEL APPROACH TERMINAL EA 53 11M 1 CRASH CUSHION, TL-3, NARROW EA 3 0 1 2 PERFORMANCE TURF, SOD SY0 ELECTRONIC DISPLAY SIGN, FURNISH81NSTALL GROUNDMOUNT-AC POWERED, ASELECTRONIC 11 i11 WARNING SIGN UP TO 12 SF 012 21 SIGN BEACON, F&I GROUND MOUNT -SOLAR POWERED, ONE BEACON AS 4 0 11 101 PAINTED PAVEMENT MARKIN, WHITE, SOLID, 6" GM 0.732 46 10710 11 125 PAVEMENT MARKING, WHITE, SOLID, 24' LF 100 47109081,041 ItONNTED EROSION AND SEDIMENT CONTROL LS 1 SIGNING AND MARKING 48 0700 1 II SINGLE POST F&I, GROUND MOUNT, UP TO 12 BF 2 49 705-f0-3 OBJECT MARKER, TYPE 3 I 4 50 706-i-1 RAISED PAVEMENT MARKER TYPE B WITHOUT FINAL SURFACE MARKINGS ELfYEL 48 51 710-90 PAINTED PAVEMENT MARKINGS, FINAL SURFACE 1 52 711-liA24 THERMOPLASTIC, STANDARD, WHITE, SOLID, 18° LF 247 53 71 W6A01 THERMOPLASTIC, STANDAR0.0THER, WHITE, SOLID, 6' GM 0.336 54 711-16-201 THERMOPLASTIC, STANDARD -OTHER, YELLOW, SOLID, 6° GM D.286 55 713-103-IDI PERMANENT TAPE, WHITE, SOLID, 6", FOR CONCRETE BRIDGES GM 0.055 56 713-103-201 PERMANENT TAPE YELLOW SOLID 6" FOR CONCRETE BRIDGES GM 0.055 STRUCTURES (InCludinq Retaining Walls 57 0110 3 REMOVAL OF EXISTING STRUCTURESBRIDGES SF 1359 58 0400 2110 CONCRETE CLASS 11 APPROACH SLABS CY 74.2 59 0400 247 CONCRETE CLASS It, CAST -IN -PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXTUR CY 69A 60 0400 4 5 CONCRETE CLASS IV BRIDGE SUBSTRUCTURE CY 5t.1 61 D400 7 BRIDGE DECK GROOVING, LESS THAN 8.5" BY 268 62 D400 148 PLAIN NEOPRENE BEARING PADS CF 7.2 63 04151 4 REINFORCING STEEL- BRIDGE SUPERSTRUCTURE LB 16336 64 GO 1 5 REINFORCING STEEL- BRIDGE SUBSTRUCTURE LB 6736 65 0416 1 9 REINFORCING STEEL- APPROACH SLABS LB 12974 6fi 0450 8 t3 PRESTRESSED BEAM: FLORIDA SLAB BEAM, BEAM DEPTH 12', WIDTH 5S5T LF 520 67 D455 34 3 PRESTRESSED CONCRETE PILING, 18" SQ LF 1068 68 0455143 3 TEST PILES -PRESTRESSED CONCRETE,18" SO LF 223 IDGE DECK EXPANSION JOINT, NEW CONSTRUCTION, F&I POURED JOINT WITH LF 128 69 0458 Ill .BACKER BACKER ROD LF 200 70 0521 513 CONCRETETRAFFIC RAILING -BRIDGE 36"SINGLESLOPE 71 0530 1 RIPRAP, SAND -CEMENT CY 107.6 72 0530 3 3 RIPRAP- RUBBLE, BANK AND SHORE TN 919.2 73 0530 74 BEDDING STONE TN 0.8 74 0630 2 16 CONDUIT, FURNISH &INSTALL, EMBEDDE0. RAILINGS LF 6 02 75 D635 313 JUNCTION BOX, FURNISH & INSTALL EMBEDDED EA 12 76 10400 Oil CONCRETE CLASS NS, GRAVITY WALL CV 243 77 10455 14 J ICONCRETE SHEET PILING, 10°X30" LF 2258 "The Contractor shall Include all dewaterin9 and all excavation as unclass�ed excavation. No extra payment will be made for rock or sitelsoif conditions. Contractor shall provide preventative measures penaining to seasonal Dowding as nacessary. REM NO. PAYITEM NO. '.. DESCRIPTION UNIT EST, QTY. COLLIER COUNTY i CC 950-RDW OWNER ALLOWANCE • ROADWAY T&M 1 2 CC 950-STR OWNER ALLOWANCE - STRUCTURES T&M 1 3 CC 950--SPM OWNER ALLOWANCE - SIGNING & PAVEMENT MARKING T&M 1 4 CC 950-MSC OWNER ALL HER I MISCELLANEOUS T&M 1 '" Rounding Zap Construction, Inc. UNITPRIGE PAY ITEM TOTAL $90,42 $12,387,54 $217,36 $1,304.i6 $217,36 $978,12 $26,19 $11,471,22 $21718,89 $i3,594.45 $2.81 $713.74 $2,829.50 $141147,50 $291552,88 $881658,64 $3.10 $10,600.14 $15,758.00 $31,516,00 $7,064.00 $28,266,00 $2,173.64 $1,591.70 $2,17 $217,00 $19930.00 $19930,00 ROADWAY SUBTOTAL ' $1,612,176,73 $374,95 $749,90 $103.25 $413.00 $4.35 $208,80 $5,608.00 $5,608.00 $4,35 $1,014.45 $41890,70 $1,643.28 S41890.70 $1,398.74 $29 344.19 $11613.93 $3 043.10 $167,37 SIGNING.ANDMARKING SUBTOTAL $12,877.47 $26,75 $361363,25 $542,00 $40,216.40 $788.60 $54,728,84 $876,67 $44797,84 $30.85 $8,267.80 $721.00 $5,191.20 $1.09 $1718D6.24 $1,20 $8,083.20 $LOB 514,011.92 $238,99 $124,274,80 $96.86 $103,446.48 $192.88 $43,012.24 $36,00 $4,608,00 $102.40 $20,480.00 $576,92 $62,076,59 $100,62 $92,489.90 $73.51 $25,052.21 $12.12 $7,296.24 $54.99 $659.88 $820,00 5191,260.00 $144.00 '325,152.00 iiiai $1,237i265,03'. i UNIT PRICE TRAY ITEM TOTAL '.. ;;$g3941501,2i P$628;666�'70 21-7851.8T Bnd9e Replacement -Bridge Pxkage C- 4 &id9es- Oilwdl Rd (&id9e 034837) 4 of 4 'y EXHIBIT A-2: CONTRACTOR'S BID SUBMITTAL FORMS AND ADDENDUM (FOLLOWING THIS PAGE) 9 Construction Services Agreement: Revised 01.28.21 (v9) ;t' ; oeix er,► Date: .Ianuary 24, 202 1 Finail: Lisa, ent, colliercountytl.gov Telc;phone: 239.252.8935 ADDCN©UN7#1 From: Lisa (Mien, Procurement Strategist To: Interested >3idders Subject: �ddendu►u #I r- 21-7SSJ-ST -BridgeReplacement-Bridge Package C-� BridgesWC)ilwel) Rd. This Addendtnn lras been issaed for the lollcawing items ideniii"ying clarifications, changes, deletions, and/or• additions to the scope of work, solicitation docu.►vents and/or bid schedule for the above referenced solicitation: CHANGE: Exhibit J —(�fiQ(i6.12_5&S_Specifi�ations�Ptigs Af3+C — rce: Note 9-5.3.2 on the Withholding I'ayment for Failure to C'atnply (sheet �2) is revised as f«Ilows: The Department will withhalcl progress payments front the �ontractar if he fails to comply with any t)r all of the following within 60 days after beginning �rorko i. comply with and submit required paperwork relating to-p�-v�l�t� L� V ,Equal Employment Opportunih, ; Lt"you require additional inCoruiation please post a question on our Fiid Sync (� �c�r°,l�r�i�„tir�c_�t�r�,�} bidding platfG�r►Ti under the solicitation t'qr-tlai~s project. Please sign Selo and retu n a copy f this Addendum with your submittal for the above referen cl sot/ takion. � (Signs ue) Date CO' l (Nfiriie of Finn} ru,_ •,,xr9ii5i.5l5rC?si,�ri :if�f�lsE,., 1,,, ",t?�;H. Date: February 1, 2(}21 Email: Lisa.Oi%Wllk colliercormtytl.gov Telephone.: 239.252.8935 ADDEiVDIiNI # 2 Frarn: Lisa Oien, Procurement Strategist 'i'a: hrterested F3idders �ubjeet: Addendu►n (t2 — 2I-7851-ST -Bridge tteplace►t�ent-Bridge Package C-4 Bridges-©ilwell Rd. This Addend�rn has been issued far the following items identifying claritieations, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: CHANGE: REVISION TO PAGE 47 — Exhibit J - fifi0fifi.I2_S1NS 3peducations ABC-ReNk, Please reference: Fi �v `,. _ �., l._..,.,..y .,_." ,,..,-t. ,.».'� 1 "k 1 di PH CH }rc.?Ct $ xk t3 1 m Ili 38I r I � 3 'Nli I#0Ji 4 CI,EARItiG AND (�RUi3BING - CtEi�IOVAL OF EtIS'I'iNG BRiDC:h:S — GE�`ERAIs. (REV 9-It?-D7} {I+'A 2-I5-OI3) (I-21) S1JBAR'f1C11 } 10-6.1 is expanded by the folloiving: €1H► � �x,H tf rt=W MA f � OMOt O I I� (: the debris fron7 bridge nun7bers U3013fi, t}30137, 030139, 030140, 0301�11, 03U153, 03015�, 030155, 03015fi, and 030158 on this Contract l . .i txiz , i to Collier County Coastal Zone Management Section of the Capital Project Planning, Impact Fees and Program Management Division. This agency has requested delivery of the bridge debris to Collier County Landfill, 3730 White Lake t3oulevard, Naples, Florida, which is 45 miles from the project site. The Contractor assumes sole responsibility for the coordination and delivery of the debris to the designated location, at no cost r . I �� 1 . [tslc a ► µ 1 r�l �'�, n � �; rO rll I W e I ri,i .,. $atn{a '3r§t31Hri asq,es P"� 13s rts'+t /m'f:gmiiHaf>i - ..._,. VI, I V�.. 1 , �„�..W (106 � hew Upon receipt of the debris, the receiving agency is responsible tier additional costs of processing, delivery, placement, and use of the material and assrunes legal and permitting responsibility for the placement of the debris. Payment for ,ss,�tsl�i)£,=yl,atsoO cost 41�" rri'the debris to the designated location is included in the cost: for deltiUlrtlnrl, I lz6 �ru;h� lit€9�x 3�llt kjifr"11ii; ial stt�y� �s �� .d i)at(_j__�� � t', � ak7 a� Ittii�'�4�1t. w, 409 i N if you require additional int«rniation, please post a question on our 'Bid Sync (kV NN: NY,l,SN AKOIC01111 bidding platform under the solici ition for th"Neet. Please sign below referenced solic}( (Sigraattire) (Name of rn a dopy of ti�is Acidc�ndum tivitli your submittal fo► the above Uate �dmir MS afiSve Services DAsion Rocurenaent Services Date: Febtt�ary 11, 2()2I Ema#L Lisa. vm;i%colliercou_ntyfl, ov Telephone: 239.2>2.8935 AD.DCI�DL1iY1 From: Lisa. Oieti, I'roctnc meat. Strategist To: Interested Bidders Subject: Addendum #3 — 21-75� 1-S'I' -Bridge Keplacenlent-Bridge Package C'-� Bridges-Uiltivell Rd, This r�ddcndum has bei;n issued for the following items identifting clarifications, changes, deletions, and/or additions to the scope of NmI, solicitation documents and/or bid schedule for the above referenced solicitation: 21-78S1-ST -Addendum #3 Pre -Bid Meeting Minutes and Sign in Sheets • 21-7851-ST—Addendum #3 Pkg C • 21-7851-ST—Addendum #3 Pre -Bid Minutes and Sign in Sheets Ifti°ou require additional information, please post a question on our Bid Sync, (���.�� �, c(��.�,� >,s.5.���,) bidding platfarnl under the solicitation for this proje�~t. Please sigi el v and i referen d soli- itzttion. (Name of Firm) rn a copy of this Addendum with your submittal for the above r T3ate b fi "ount Acirninislra ive Servi s Depca tnleant Pr.v.1ren,ent Serlcps r= f'Wn Meeting Minutes Salieitation: ,,, . �, P U„=„.., - [- Pre -Bid Meeting A�? Selection Committee �_� Negotiation Meeting Other: _ g Date: 2/11 /2021 Start Time: 10,00 Location: CC Procurement Services Conference Rm A Committee Members (doting) In Attendance: Absent: Advisors/Stafifi: Lisa Qien Marlene Messam Julian Gutierrez Purpose: Solicitation Pre -Bid Meeting SOLICITATION 1t 21-7851-ST Bridge Replacement -Bridge Package C - 4 Bridges - OilweA Rd Discussion/Action: Bid Due Date: March 2, z021 @ 3:00 pm Last Day for Questions: February 18, 2021 C� 5:00 pm Answers to Questions: February 23, 2021 @ 5:00 pm Liquidated Damages will be $4,344 per calendar day (FDOT Standard) All Bid Questions must be submitted on-line - No Questions will be answered during pre -bid meeting Bid to be submitted on Collier County Electronic Bid System. REMINDER -There are four tabs on the Bid Schedule- all must be submitted Recommendations: 1. All questions and discussions to be submitted on line by contractors. All answers will be provided on-line only 2. A post meeting site visit was offered, however no substantive questions and answers were accepted nor provided. Adjourn Time/Facilitator: 10:14 /Lisa tJien SOP dab 2 -Appendix E3 -Template -Pre-Bid Meeting Minutes - 02-94-20 { ) H = m — .� ac C _ v C LU •� ca 2 amCD a C n1 0 o qc� �j � v 0) �L m U ca Y v a m E CD y _ _ N a•s L m Sri a m V Ea un v a o U Email: Lisa. eIK,-/Uolliereountyf1.gov Telephone: 2139,252.8935 �'roa�ram��•�t Ser�rcr;� ADDE1tiUC1)�I # d Date: T'ebntary 24, 2021 From: Lisa Dien, Procurement Strategist To: Interested Bidders Si�b,jeet: Addendum #� — 2l -7R � l -ST -Bridge Replacement-BridgE: Package C"-4 Bridges-Oilwell Rd. This Addendum has been issued forthe following items identifying clariticatio7is, changes, deletions, and/or additions to the scope of work. solicitation documents and/or bid schedule for the above referenced Solicitation: 21-7g51-ST -Addendum #4 Retaining Wall Specifications and drawings • 21-7851-ST— Addendum #4 - Specs &drawings-b60bb.12 S&S Gentech f�etaining Walls If you require additional ittfortnatian, pleasa post a question on our Bid Sync ( Y .�°�._� = i i �<r� f��},:,) bidding piatforn7 under th�r�l"ty;itation for th}zt"jnt jest. Please. sign Clow ait return a 4;opy 4f his Addendum with your submittal for the above reference solicitati n. � � { Signature}/$ D ate Name offirm} �In� AdMirlistratve 5eNceS [Aisicn Pio%cLR: Itlelli Service* llszte: February 24, 202I I mail Lisa.Qien(ri;c:o tercounty gov Telephone: 239.252.h935 ADDENDUM # 5 From: Lisa Oierz, Procuremant Strategist To: Interested Bidders Subject: Addendum 7r5 _ 21-78] i -ST -Bridge Repl:teeme:lt-Bridge Package C'-�1 Bridges-Oiitivell Rd. `I`his addendum has been issued for the following items identifying claritications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: 21-7851-ST -Addendum #5 Revised Bid Schedule • 21-7851-ST— Addendum #5 - Bid Schedule R1 Revision details: The quantities for Temporary Barrier are corrected to reflect the intended transition of Temporary Barrier between Phases i and il, which is clarified as fa(lows: Furnish and install temporary barrier in Phase II to match the approximate limits of temporary retaining systern as shown in the TCP. The temporary barrier placed in Phase II within the approximate limits of the temporary retaining system shall remain in place until after traffic is shifted to the Phase II configuration. The temporary barrier placed in Phase I beyond the limits of temporary retaining system may be shifted/relocated as needed to the Phase II location. All bids shall replace the quantities provided for line item numbers 7 and 8 on each bid tab as shown: Line Original Corrected Bid Tab Bid Item No. Description Item Qty. Qty. Temporary Barrier, F&I, 7 107_-71-15 1320 2028 Anchored Bridge 034837 Temporary Barrier, REL, 8 102 71 25 960 252 Anchored Bridges Temporary Barrier, F&I, 034838 & 7 102-71-15 Anchored 2100 2652 034839 102-71-25 8 (correct bid number as Temporary Barrier, REL, 900 348 noted] Anchored 7 102-71-15 Temporary Barrier, F&I, 1464 2160 Anchored Bridge 034840 8 102-71-25 Temporary Barrier, REL, 780 84 Anchored 21-7857-ST Addendum #5 If you. require additional information, please post a question on our Bid S_ym (-- .t,'..i � ;,���c s.����,) bidding platform under the solicitation for th,jvj)roject. 3'le<ise sil;n referenced (Signature) {Name ofMimi) r•etur�t copy of�tlais Addcttduiir�vitlr your subn�iit�l i'ar�the alaowe Uate Contract No; 21-785157 Project No: 66066,12 Project Title: Bridge Replacement - Bridge Package C • 4 Bridges - Oiiweli Rd Bid Due Date: March 2, 2021 @ 3:00 pm Z1-7851-ST Bridge Replacement -Bridge Package C - 4 Bridges - Oilwell Rd BID SCHEDULE BIDDER: ITEM NO. PAY ITEM NO, DESCRIPTION UNIT EST. OTY, UNIT PRICE PAY ITEM TOTAL COLLIER COUNTY "' A%ral' TEM 1 $142.;i02.03 S142,502,03 -- - — .......... - ---- — - -- 2 T8M I S394,501.21 S394.501."LI 3 TVVI 1 $15976.27 $1,976,27 4 ;.`✓ T8PA 1 589,686.19 $89,686.19 ..._ .._, .. _ ., . .. „ . ... ALLOWANCE SUBTOTAL $628,665,70 BASE BIDS PER BRIDGE LOCATION BRiDGE 034837 S0.00 ___. BR?DGES D34g33 & 034635 S0.00 BRIDGE 034840 $0 00 BIDDER SUBTOTAL $0,00 "Owners Allowance •for Owners Use as Directed. This Allowance will be user) only atthe Owner's direction to accomplish work due to unforeseen conditions andior as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change," ^<1-YE5 t-5T 6ridgo Ra8lacement- &edge Packago C - 4 6ndges - C)iN.eii Rd Project No: 660t36.12 Project Title: Bridge Replacement - Bridge Package C - 4 Bridges - Oiiwell Rd Bid Due Date: March 2, 2021 @ 3:00 pm 21-?851 ST Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) BID SCHEDULE BIDDER: ITEM NO, PAY ITEM NO. DESCRIPTION UNIT EST, QTY. UNIT PRICE PAY ITEM TOTAL ROADWAY LS t $O OC BOG I.3 I SOAG 3 C.1G1' 1 ' -- ------- PROVID✓MAINTAIN AS BUILT" - - '_._._ _._...._...._--- t } $00) $0.00 __._....._. ........_....... _..---__.._.-- 4 O 10_ 1 -.._..... _.. - DE TOUR i -- .._._.___....._._ iSPEC1Al_ LS 1 50.00 5G.00 __.---T------_.......... 0102 2 2 SPECIAL DETOUR 2 - - LS i $0.00 W.00 6 010260 WORK ZONE SIGN - - _�- - _ ED 1036U $0.00 sow 7 010271 15 TEMPORARY BARRIER, F&I, ANCHORED -__ LF 2G28 $0.00 $0.00 A G702 71 25 TEMPORARY BARRIER. REL, AIdC110RED LF 50.00 SC.C<i 9 610274 1 C,IiANNELIZING DF.ViGE - TYPE I.11. DL VP, DRUM, OR i.CD ED 40260 $0.00 SO.CO 10 010274 2 CHANNELIZING DEVICE • TYPE 111. (i -.Lra -" -------- .D . SOOU 7 S' 00 11 0102 89 1 TEMPORARY CRASH CUSHION L ._._._._.... CO +..._.c....... _.......... __. 1.^.. Ci 02 99 PORTABLE CHANGEABLE kdESSAGE SIGN. TEMPORARY _w ED 443 $000 QV --._._ 1:5 _...._._..__. G10<' !? -....... ---'---'-'- ----- TEAFORA2Y TR!FFKSIGNALS FORiANE OLOSURES ..- ..._._. __...__....._0 _ 420 $0 GO 14 Oil 02909 '1 ErPIPORA.RY RAISED RUMBLE STRIPS �;---- - -- ----�- 1n SIO%oo 15 0402.9112 MARKING REMOVABLE TAPE, WHITE OR BLACK, SOLID .PAVEMENT LF 440 gC O0 'W 00 16 0107 1LfT TER REMOVAL ------__ AC 23.87_-I $0,00 SG GO AC 1.3.59 50.00 $U.GO 1fi i0! 08 1 hi0!diTOR EXISTING STRVCTURES- SETTLEM .._, LS $cNT )00 so-00 19 01 c;,i ^_ MONITOR EXISTING STRUCTURES -VIBRATION -- 1 -- - T- SO GO 's CLEARING& GRUBBING _- 00 AC t; 21 10120 1 _......... __._....:._- REGULAR EXCAVATION CY 832.1 S0.00 50.00 22 �01 ^C r _.._._- EMBANKMENT _ _- CY 23916 I so, 00 Sd00 Ci CO 4 TYpF.:6 STABILIZATION SY 5G13 $0.00 SU.Gp ......... .. - _.. _. .. ... _ 4 OCAS 02 OPTIONAL BASE, BASE GROUP C?... SY.._ �.. .. �. ..._. _ WOD 25 102857V' (OPTIONAL BASE, BASEGROUP 09 Sy 387a 0.00 $0.00 _._...... ---....._ _. - N> OKA 152 I SUP FRPAVE ASPHALTIC CONCRETE, TRAP F IC B. PG7622 TN 4931 $0.00 $0,00 27 0337 761 'ASPHALT CONCRETE FftICTlOidCOURSE, iRA.PFlCB.FGi2.`,.PC` 7G22 Till 3690 I S0.00 SC.OG 28 0339 1 MISCELLANEOUS ASPHALT PAVEMENT' TN 16.1 $040.0 W,00 29 5218 7 CONC BARRIER. W/ 1VF C:T SL, 56 S LF 1118 so 00 S9 CC 30 1 29 CONCRETE DITGi { PAVEMENT 4". REINFORCED Sy 53 'sG.00 �0521 Sti.t!O 31 053G 3 4 1RIPfW- RUBBLE (DITCH UNiNG) -__ T14 --' _ -'-50.00 --- 2a i $0,00' --._...._ 32 ._....__. 0530 74 -.--- -._.....____ ...----- ----._.. .._......... ....... BEDD'NG STONE ..... i -'- -- ._ _....$0 TN 1 3 $0.00 M ..,. 0536 1 I GUARDtW1L-ROAL.NAY, GENERAL TL-3 _ i I_- LP 291 06W 8 13 APPROACH TRANSITION CONNECTION TO RIGID BARRIER, FURNISH AND INSTALL. TL-3 EA 3 S0.Pa'. ._....___4 � 35 C536'3 GUARDRAIL REMOVAL _..__-- _-_ .__....._- _ L P 2 ., 3 50 Od SO DO 3F 10 358524 _......_.._ ___.....__.._. ... .... -r..__.. GUARDRAIL END 7REAT6'ENT-PARALLEL APPROACH TERMINAL _...... -..._.... . ._... _._...-- EA 3 SO.OG jO Ca _ 37 05,m 1 2 PERFORMLANCE Tl1RF, SOD -_---.____ L 12 h .00 -........._.._._ _._._...__..._._ ___ __._...._.. ---- -- --- -' _ 07GG 11 111 ELECTRONIC DISPLAY SIGN, FURNISH & INSTALL GROUND MOUNT• AC POWERED. 0 ELECTRONIC WARNING SIGN. UP TO 12 SF AS $0. 0 0 39 12 21 iS'GN BEAC;OhI. F81 GROl1ND MOUNT-SIDi.AR POWERED. ONE BEACON _-s0.00 �G7R+ A S 4 S0 00 40 1071011 101 PAINTED PAVEMEN T MARKIN, WHITE, SOLID, G _....... .....___ -$0.00 GM 0 851...._ $0.00 41 07t0 11 i25' MARKING. WHITE. SOLID, 24" LF/�._ $0.00_.A.00 ¢42 ]i�.AINTEUAVEMENT 090£1 +.04 t ROSION AND SEDIMENT CONTROL. LS 1 I $000 $0.00 ROADWAY SUBTOTAL $0.00 ?' 7�51-ST erdgn Reglacemen!-(i:id9e Package C • 4 pndges • (hivcii Rd {8nrpr. 6J4a37; 1 ,_,,. 2 . Project NO: 66G66112 Project Title: Bridge Replacement - Bridge Package C • 4 Bridges - Oilwell Rd Bid Due Date: March 2, 2021 a 8:00 pm 21.7851-ST Bridge Replacement -Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034837) BID SCHEDULE ITEM NO. PAY ITEM NO, DESCRIPTION UNIT EST, OTY, UNIT PRICE PAY ITEM TOTAL SIGNING AND MARKING 43 70011 f SINGLE POST. Ftli. GROUND A1OUN'i UP TO 12 SF AS 1 $0.00 50.^.-0 44 700-1-OU SINGLE POST SIGN. REMOVE , AS 8 $0.00 KI n 45 705-10-' JOBJECT MARKER, TYPE 3 FA 4 S0.00 $0.00 4wt*e 706.1-1 RAISED PAVEMENT M.ARKE R. TYPE B ftTHGUT FINAL. SURFACE MARKINGS (YE LY EL) EA _6ItO 001 3100 _..._� 47 �710-90 ';PAINTED PAVEMENT MARKINGS, F114AL SURFACE 1.8 f t $0.00 j g0,n0 48 711 I1-124 THERMOPLASTIC STANDARD WHITE, SOLID 18" LF 23 $0,00 $0.00 4e 71 16-101 THERW) LASTIC TANDARDOTHFR, WHITE SOLID n GM u bft9 $0,00 S0.00 11 16-201 THERPOOPLASTIC. STANDARD}OTHER YELLOW 010. & GM 0343 50.00 50.W { F F1 A 1?103.101 PERMANENT TAPE Vd4TE. SOLID. G FOR CONCRETE BRIDGES GM O.042 30i SO. DO 52 171 3e,103-"01 PERMANENT TAPE, YELLOW. SOLD. G. FOR OONCRETF BRH.XiES GM 0042 $0,00 $0,00 SIGNING AND MARKING SUBTOTAL, $0,00 STRUCTURES (Including Retaining Wails) 53 01 �!) 3 REMOVAL OF EXISTING S'DR� CTURES/HRIDL=EB T_...__.._ Si 1359 - SO00 50.00 54 0409 2 io CONCRETE CLASS II, APPROACH SLABS CY 74.7 $0.00 $0.00 55 104W 2 47 IN014CRETE CLASS 11, CAST. IN -PLACE TOPPING VOTH SHRINKAGE REDUCING AWN XTURE CY i08.5 S0.00 $0.00 F;3 0400 4.5 CONCRETE CLASS IV, BRIDGE SUBSTRUCTURE CY 48 $0.00 $0 00 57 0403 7 BRIDGE DECK GROOVING. LESS THAN 8 3 i SY :110 $0.00 S0.G0 _. _..._ ............ .._._ ._.__. _._-- .._.......---�+�--- --...._.�_.__... -........._.. NH 040054E PLAIN i4EOPRENE BEARING PADS CF 7.2 $0.00 S0.v'0 59 1041Et i 4 REINFORCING STEEL -BRI[k9ESUPERSTRI.tTURE ' LB , 21574 SOfrO $G.W �6697 - - 60 0415 1 5 FEIt4FORCING STEEL- BRIDGE SUBSTRUCTURE LB 50.00 �000 _..._......._ S1 -_ 0415 1 9 ._.._..._.._..-- REINFORCING STEEL- APPROACH SLABS _ LB 12N"dU $000 �_........_._ ._. _ ....- -_.- __..-- -....... ---__.....---....._ -' -'--------_ ...._ - w 00 C2 04✓0 8 13 PRF� STRESSED P>EAM� FLORIDA SLAB BEAM. BEAM DEPTH 12°. WIDTH 5r57' LF 610 S0.00 63 1045534 3 iPRESTRESSED CONCRETE: FILING, 18'SO LF 1000 5000. W00 64 0455143 3 TEST PILE 9-PRESTRESSED CONCRETE-,i8" $0 LF 212 SO _._ ._._. ................_ ....._.. _...__... ...... __ _ ....... BRIDGE DECK EXPANSION JOINT NEW CONSTRUCTION, F81 POURED JOINT W11 H BACKER E5 045 1 i 1 LF 5 28 $0.00 50 GG ,ROD 66 0521 5 13 CONCRETE TRAFFIC RAIONG- BRIDGE 36' SINGLE -SLOPE LF 220 { $0.00 1 $0,00 05w 1 RIPRAP, SAND -CEMENT CY 121.2 50.00 5000 ...._ 68 I0530 3 3 RIPRAP- RUBBLE,BANKANDSHORE TN 747.3 $0.00 S0.00 69 i(Y:�30 74 BEDDING STONE TN 270 $0.00 S0.06 7U C63G2 16 CONDUIT. FURNISH 6 INSTALL, EMBEDDED RAILINGS LF 662 SO.w $000 . _ - _.....__ - 1 W35 313 JUNCTION BOX, FURNISH 8 INSTALL EMBEDDED EA 1.tt $0.00 S0.00 . 72 I0400 C?? CONCRETE CLASS NS, GRAVITY WALL CY 236.1 $0.00 W.00 I --..........- 73 --'- 04555 14 3 -.. _.... __..._ _.__.....__ ......__ _. CONCRETE SHEET PILING. 1TX30" ._- L ..._. 53353 I $0.0-0 �.. S0,00 --- 74 0455 i-0 4 CONCRETE SHEET PILING.1^"X3il" LF 102 1-_- so GO $0.00 STRUCTURES SUBTOTAL $0,00 ...,,E...., �„ .,. ,.. ,, .,., <..,. �,� ,•t, i . ,n..�. p,L ., .... .�, r , ,,.... 21-7&ii-Sr bridge Raplacem enc•Bndye Package C-d BtidgM-Oiiwell RJ ,84dge 0?4&3?1 <<,:2 Project No: 66066.12 Project Title: Bridge Replacement - Bridge Package C • 4 Bridges - Oftwell Rd (Bridges 034838 & 034839) Bid Due Date: March 2, 2021 Q 3:00 pm 21-18B1-ST Bridge Replacement -Bridge Package C - 4 Bridges - Oilwell Rd {Bridges 034836 & 034839) BID SCHEDULE BIDDER: PAY ITEM ITEM tt0. DESCRIPTION UNIT. EST; QTY. UNIT PRICE ' PAY ITEM TOTAL NO ROADWAY Combined for Bridges 034838 & 034839 1 01011 Ls I $0.00 solo ---- - _ _ -----.._.._ _ - -aaaaaawaaw- ._...---... . (1?021 LS 1 SJ.CU $000 .. .. ,. .. _a..._.._ ...._. __....... _. 3 0101 1 1 PROVIPEAWNTAIN "AB BUILT" LS1 $O.GJ 5000 _...._._.._........__- 4 01023 SPECIAL OF TOUP3 IS SO.OU _........ __.. .._2 0102 2 4 SPECIAL DETOUR 4 L5 i SO 00 j SC,00 60 WORK 70N SIGN ED 17230 SO 00 50.0J +0102 . .. .._j ..._ 7 010271 15 TEMPORARY BARRIER, W. AIJCHOREP. LF 26`.•.. sC� $0,00 6 0102 7125 TEMPORARY BARRIER. RE! .ANCHORED LF 348 59,C'G 50:00 .... _ _. -._ 9 0102 74 1 CHANNELIZ NG DEVC(Tta TYPE 1 11 DI, VP. DRUM OR LCD ! ED 1 330 $0.00 ......-. .._.._ � � �� � � � � � � � � � - ___ . .. ._. ..__-- ..._._ . _ _. _ .. ___ . -I ...__... _..... .._..11 iV 0102 74 2 CHANNELIZING DEVICE TYPE 111 b ED��� 2760 � $7 v0 S000 1 •. 0102 39 1 TEMPORARY CRASH CUSHION 1.0 1� 50.00 $O.UU ._._.... _.___ __......_._ _.___.___ _...-_..-__..__._..__._ _..___. _._._.- _.__._..__t_ 12 6102 99 PORTABLE CHANGEABLE MESSAGE SIGN. TEMPORARY EU 928 SJ OG j $C iJO ._...._ __. .__-.__.__ .______......__ _____.. ._._.. _____ ___._.. ._ ._..._....... _.__.. _ __ _ 13 120 TEMPORARY TRAFFIC SIGNALS FOR LANE CLOSURES Eb 9G0 50 fi0 SUAJ !G102 ._._......_._ 14 10102 909 TEMPORARY RAISED RUMBLE STRIPS EU 10d0 $0.00 SO.GO - 1.5 0102 911 2 PAVEMENT R movASLE'rAPE. WHITE OR BLACK, SOLID LP 1180 S0.00� SO.00 :MARKING _..._.._....__.__.__-._.___ ___...... -_ - 16 O1C7 1 UTTER REMOVAL AC 23 52 50.00 $0.00 i .._....._ _ __..._..._._._.__ .........__ _._....._� _.......I.._..__ 17 '0107 2 MOWING 1 AC 3 22.25 50.00 $0,00 13 0108 1 MONITOR EXISTING STRUCTURES- SETTLEMENT LS 1 50.00 $0.00 19 010112 MONITOR EXISTING STRUCTURES- VIBRATION LS 1 S0.00 $0.00 .................... _._ _..___._ ___...... - _..� ___.... - - 2U 0110 1 1 CLEARING & GRUBBING `___ 2.40 SV.00 SO 00 2± C?2U 1 REGULAR EXCAVATION CY i3G9.6 I 5C.Cro 50.00 V. 0120 'n EMBANKMENT CY 1 3350 4 SV.GO i 5:100 .__._..__._ _..._.__.__ _ _ .... ...... ..........._._ .... _{......... ^- - 0160 4 TYPE 8a1ABI1 IZATIOtJ $O.0 £� 06 .3 .-._......__ ___.._.._ . _. .._.__. _ ...._ 24 028570 OPTIONA....L BASE. BASF.. GROUP 0SY 4100 $0 Uri S0A0 ...__..a.......__ _....... _.... a... _._..... I .... _ .a .... _-__.__..._T__...._..__ __ _ _.. 25 0334 1 52 :.UPERPAVE ASPHALTIC CONCRETE. TRAFFIC B. PG76.22 TN 549.0 SO.OJ 1 SOAo 26 `0337 761 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC B. FC-12.5. PG 7B-22 TN..._ 411.E $ri.OG j 50.00 _.__ __........ _.._._ ...__ .. _....f_ 27 0339 1 MISCELLANEOUS ASPHALT PAVEMENT T: N 20.7 scam $0.00 ._.... .. _..... ___.._ _._....._._ 22 0430 830 PIPE FILLING AND PLUGGING - PLACE OUT OF SERVICE CY 27.1 50.00 $0.00 .............._ _ _- _ - ^ _._.._.....__._. .__..__ _SCAO 29 �521 6 7 fOFIC OP,RRIER, `h'1 JUF1Ci' SL. 3f, S LF 1697 s0. G0 -_...... __ ...... __.._-__._.._...... _._. __ - -_- ......._._____ __.. .._ _._...._. 0 0521 1 29 CONCRETE DITCH PAVEMENT d". REINFORCED u'! 1G1--_- �O.Ofi Woo _._._....__ ._..... _..__ .__..__ _.._ _..... ._....._._-_.._........._. a -,--al! - t. -_ --�50.00 31 0530 3 4 ;RIPf2AP•RIJBBLE iDTTCH Ur7iNGi TN 4.8 SO Gt---- _ _.._____ .._ __.... __._.._ _ _ .. _ __ _ _ 32 10530 74 ': 2EDDiNG STONE arN 3.(i $0,00 50.00 JARDRAi -ROADWAY. GEN ER TL I LF 375 SO.GO 5000 ! ..... }G53r - 4 13 PPR OACH Tt'ANSITIOtJ ONP1E TIUh T R GIU 6ARRi R URt ISHAND IN TILL rL EA 4 $U 00 54.UU ... _ .....__ �..__. _.._ _...._ __ .. ----- '5 05 73 (GUARDRAIL REMOVAL LF 464 SV 00 $0,00 e ____ '6 "`,36 65 24 GUARDRAIL ENID TREATMENT- PARALLEL. APPROACH TERMINAL + EA. 4 $0 00 $0 00 _.._...._ __._ __.__...._ ......._.. _._...__ _.......__ �I .._ __. - 37 0570 1 2 PERFORMANCE TURF. SUD SY 24?5 $O.OU SO.GO ___.... __......_ .... ......__ __.... _..... _._._...... ........__ ____ .. _.__. 33 0700 12^ 1 SIGN BEACON, FM GROUND MOUNT -SOLAR POV.'ERED. ONE BEACON Au 4 $O.GG 50,00 39 071011 101 PAINTED PAVEMENT t.1ARK!N, i'YHITE. L'-OLIO, 6" GM50.0 0 SO.O G ..__.... _........ _._.....___ ._....__. ._.._- ___._...... _...._.__ .... 40 .U71011125 PAINTED PAVEMENT MARKING. WHITE. SOLID, 24" LF 40 SO G3 $C,OO 41 0908 104 1 EROSION AND SEDIMENT CONTROL I'S 1 $UdtU ': 5D.00 ROADWAY SUBTOTAL 30.00 21 73s+-ST Otldge Replacement- Bddge Package C - a Bridges- Odseli RC Bridgas V7483? 034a3a) 1 ,;;, g P toject No: 66066,12 Project Title: Bridge Replacement - Bridge Package C - 4 Bridges-Oilwell Rd (Bridges 034838 & 034839) BId Due Date: March 2, 2021 @ 3:00 pm 21.7851-ST Bridge Replacement -Bridge Package C - 4 Bridges - Oilweil Rd (Bridges 034838 & 034839} BID SCHEDULE BIDDER: PAY ITEM ITEh4. NO, DESCRIPTION UNIT EST, STY, UNIT PRICE PAY ITEM TOTAL ' ML Nq SIGNING AND MARKING (Combined for Bridges 034838 & 034839) 42 705-SO-3 OBJECT MARKER. 'TYPE 3 BP. 8 50.00 SOAO ..._..._.._._.._ __.. __.....-_ -_ .-._...._._..__-.._.. __ . »1 706-1-1 RAISFD PAVEMENT MARKER, TYPE B WIT14OUl FINAL SURFACE MARKINCS (YELA'EU EA 74 50.00 $0 AG 44 710-00 PAINTED PAVEMENT rVkRKINGS. FNAL SURFACE LS 1 $0 00 $0.00 _ 45 711-11-134 THERMOPLAS1 C, STANDARD. WHITE. SOLID. 104 LF 24?. SO 00 $O.OG _...._.. ...___ __.._.. __.._._..._- _.__.... _.._..�_____......_ ....... _._.... 46 711-16.101 '. THERMOPLASTIC, STANDARD -OTHER, WHITE, SOLID. @" GM 0.364 soor) SU 00 »? 711-76-201 THERMOPLASTIC, STANDARDOTFIER, YELLOW, SOLID. 6• I GMt 0.364 $0.00 $O.Uv 46 713-11)'.•-101 FERMANF..NT TAPE, WHITE. SOLID, 6" FOR CONCRETE BRIDGES GM 0, 161 $0.00 $0 fi0 40 713-103-201 PERMANENT TAPE. YELLOW, SOLID, 6". FOR CONCRETE BRIDGES GM 0,16': 50.00 $`J.00 SIGNING AND MARKif4G SUBTO TAI $0,00 STRUCTURES (Bridge 034838 Only) 50 s REMOVAL OF EXISTINGST RUQTURE$IBRiDGES + Sr` 4s6o W. SU.UU 101+.0 ! T__....._ '- -'------ c� + 2 10 COF.,,RE: E CLASS II. APPROACH STABS CONCRETE CY i 4.2SO rJ0 SU.GO _ i040C ;U400 52 2 47 CLASS 1I, CAST-':1N-PLACE TOPPING WITH SHRINKAGE REDUCING A.Uh1IXTURE CY 201 5 so W S0.00 ,CONC,REETE .___._.._'_�___.._. ._.- ___...._._._ _-._.__.. ._...____ -_.. _...__ ._._- ___........_ _. ._ ...... I1J40+J 4 5 CONCRF'iE CLASS IV. BRIDGE SUBSTRUCTURE CY 105 I SOW .SO.00 ......_._.. ._Itt....._..._ .__.....- -'--- -._............_ _......_ ..... _... Fs'+IDGE DECKGROOVING& PLANiNt3, DECK5.5"AND GREATER 1 I Sy.C,) ........-..... _...•SY -779 _..._-_-- _ _ {-_..so.OU 55 !0»C0746 NEOPRENE BEARING PADS CFt 180 SO.W SOAO ;f>LAIt4 _.......__ .__-__ --.-...._.__ - -- Se, !0415 1 » ( REINFORCING STEEL- BRIDGE SUPERS FRLICTURE LB__..463 654 $0 00 $0,00 - -- _-- __- W 0415 t 5 REINFORCING STEEL BRIDGE SUBSTRUCTURE LB 13000 5G.00 50.00 56 0415 1 9 REINFORCING STEEL- APPROACH SLABS INS 12974 t SOW $0,00 59 10456 6 13 PRESTRESSED BEAM. FLORIDA SLAB BEAM, BEAM DEPTH 12". WIDTH 55.57" LF 1523 S0.00 $0G0 50 0455 34 3 PRESTRESSED CONCRETE PIL!NL>. 18" SO lF 2052 S0 oG j S0 00 .........-_ _._...... ....._..__ _...-._..O._._ .TEST _ _ _ 61 C43 »5513 PILES -PRESTRESSED CONCRETE. 18" SO LF 432 50.6G SIN, Oo __._._._.-__.-............. ....__ ...... ....._.__ __...._.. __..___...__ BRIDGE. DECK EXPANSION JOINT, NEW CONS TROCTiON, F61 POURED JOINT WITH BACKER 62 0458 1 11 LF 256 SCiAO ( 5O.U0 I ROD III 63 '0521 6 13 1coNCRETE : RAFF!C RAILING- BRIDGE, 35" S114GLE-SLOPE LF 43G so (A) ; $0.00 64 0530 1 1RIPRAP, SAND -CEMENT CY 1556 $0,00�- 60.00 65 10530 3 3 RIPRAP- RUBBLE. U NK AND SHORE TN 1236A SO.inl SD 00 66 0530 74 BEDDING STONE TN 440 50.00 $O.W 67 I0630 2 16 1CONDUIT. FURNISH & INSTALL. EMBEDDED RAILINGS LF 1282 $0.00 $000 _ I'- _-_._ ._ .._ .._ __.. _.. ._..._... __.__ _.._. __. __......._...__ 6° 0635 3 13 JUNCTION BOX FURNISH & INSTALL, EMBEDDED EA 12 ! SC. C-0 $0,00 STRUCTURES (Bridge 034839 & Retaining Walls) 6£ 1C110 3 1 REMOVAL OF EXISTING STRUCTURES/BRIDGES SF 3624 woo $0,00 _....__.__..... ......_ _._. _ .............-- 7^, 0400 '2 Ui CONCRETE CLASS 11, APP ROACH SLABS CY 4.2 SO.UG SO 00 �-_.........$> ? 1 iO4G0 1 »7 COTE CLASS 11, CAST -IN -PLACE TOPPING WITH SHRINKAGE REDUCING ADMIXI URE Cy-�-� � SQfO !040C 72 4 6 CONCRETE CLASS IV. BRIDGE SUBSTRUCTURE CY 86.7 50,00 $0,00 73 0400 9 BRIDGE DECK GROD%Ar'G & PLANING. DECK E.54 AND GREATER S)' $O.Pv $0.00 .5°,0 ___.... _...... __..__ ......- __-. ._...... _..___ _.... - - __.. ._.._ ._.__ _ .._._...-.. 040U143 PLAIN NEOPRENE BEARRIG PADS F C' 14.4 i $0.00 so 00 76 0416 1 4 REINFORCING TEEL - s0.00 STEEL- -��-50.��0 7G G415 1 5 REINFORCI NG BR DG= SUBSTRiX `I`UPEIRE !.R 10E�6 0: $0.00 ?Y 0415 1 0 STEELAPPROACH SLABS LB 12574 $0.00 `00.00 __...REI^1PURCIt1G :'S 04°0 6 13 PRESTRESSED BEAfA. FLORIDA SLAB BEAM, BEAMS DEPTH 12". WIDTH 55.57- LF 11251 SG.00 $0,00 -......... _.. _._._. ..... ._...- .......... .. _ ._..._...1650 ...... .- 73____ '0455 34 3 PRESTRESSED CONCRETE P!UNG. 16' $0 SO n0 $0 00 ___.._...._._.... _....._ .._...._.._.... __..._ 1 _ELF _.... ; ___.. _. _ _ 60 0455143 3 TEST PILESPRESTRESSED CONCRETE :18" SO LF 351 sroo i $0,00 ! BRIDGE DECK EXPANSION JOINT, NEW CONS IRLICTON, F&I POURED JOINT WITH BACKER 61 0521 1 11 LF 213 sG.OG- $0 00 ROD ..._......... -..._ _._ 32 052 i 6 13 CONCRETE TRAFFIC RAIUNC P.RIUGE: 36" SINGLEv`LOPE I LF 340 SO-00 SO,uG� 83 105301 _...........----. ._.__ �_.....__ 'P1P.. .RAA SAND CEMEN7 C1' b9_._.? ..._.... � S0.00 - _...... $0,00 ... ....... __._.__._ __..._ _._..-_.. 84 10530 3 3 RIPRAP- RUBBLE, BANK AND SHORE 'F N 034.0 $O.00 $O.CG _...._.._ �..- - -....... ---..._.. ._..... ..._._ .__...._.._..---.._. ..._ _............___._._I__. - BS i0530 74 BEDDING STONE Tf4 332.E SG.00 SA00 _....._.- __._..._1022 -_-- 36 0630 2 16 CONDUIT, FURNISH & INSTALL, EPBEDDED- RAILINGS i LP SO $0.00 .GC ., ,..._ ......._ ....._.. .. __._ _.._...._ ____ ...:......__ _._ __...._. 0635 3 13 'Ne TiOh! BOX, FURNISH to INSTALL, EMBEDDED EA. 12 £0 GD SOAG IJ 88 0400 011 CONCRETE CLASS NS, GRAVITYWALI CY 529.4 $0.00 $+?.O0 05 0455 44 3 CONCRETE SHEET PILING, 10"XFO" LF Sd30 $OLO 50.00 ._.._ _. ` S0 0455 14 4 CONCRETE SHEET PILING, 12"X� LF 1 1170 $G.(W $0.00 STRUCTURES SUBTOTAL $0,00 �' ag �;w. 9 4 8.:. c ^.•3=���+,�F;x'.• ��;i-��...�r:��'+���;�., ~'`�"�'.r,�" x^��si�`�"F, �'k� k"x%K, �x��.' &iY�..-i.��S; z„.� ,. z ,ter �??'. � ?t-]Ob1ST Nitl{1e Repiaceme+ii-3ridge pa�k:tge C-A Bn80es-4'vrell Rd (Bridges 034238034939! „.;;g i Project No: 66066.12 Project Title; Bridge Replacement • ©ridge Package C • 4 Bridges-Oirwell Rd (Bridges 034838 8, 034839) Bid Due Date: March 2, 2021 @ 3:00 pm 21-7851-ST Bridge Replacement - Bridge Package C - 4 Bridges - Oilwell Rd (Bridges 034838 & 034839) BID SCHEDULE 81DDER; ITEM N0. PAY ITEM NO DESCRIPTION UNIT EST, QTY. I UNIT PRICE PAY ITEM TOTAL 7 t � .;i.i?33'.4: i . ;l.ii . ,;:k cir...,3e n. ,I ,.iiei ;ai ,.,.,. .9 esro j. at-7351-ST bridge Rept�cenrem-ordge Package C-46rages-CBvxll Rd tOndaes 034a73 GJa&39> �,,,_� Project N0: 6606V.12 Project Title: Bridge Replacement _ Bridge Package C - 4 Bridges - Oilwell Rd (Bridge 034840) Bid Due Date: March 2, 2021 @ 3:00 pm 21-7851-ST Bridge Replacement •Bridge Package C -4 Bridges - Oilwell Rd (Bridge 034840) BID SCHEDULE BIDDER: ITEM N0. PAY ITEM It DESCRIPTION UNIT EST: QTY, UNIT PRICE PAY ITEM TOTAL =' ROADWAY 1 I ..,._ .;, :- °-' IF%.. I L°i S00!7 50.60 FFFIFFIFFBlot FFFFFFF. 3 0161 i t IPROVIDENAIN AIN AS BUILTI4 LS 1 50.00 $C Cr0 SPECIAL DETOUR., ...r-...._ L 5 I 50 00 �EA.00 `. 0102 2 6 SPECIAL DETOUR 6 _. _ _ __ _ i Sv' CO SO Ob 6 0102 W WORK ZONE S?C-'v ES - - --- -$ - ----- .D 0660 966 50.V0 $U 00 .._ .-'- --" 7 0102 71 i5 TEMPORARY BARRIER, F&I, ANCHORED _ ----_ - - - - F __ - 2160 � --��- - 3C 00 - -$ 50 Ua 8 010271 25 TEMPORARY BARRIER, REL. ANCHORED -_--- _-- --- -�-� SC 00 9 0102 74 1 CHANNELIZING DEVICE - TYPE 1, II, Di, VP, DRUM, UR LCD ED 40 iri 00 SO vo 10 0+.0274 ICHANNELIZING DEVICE -'TYPE III, S I i1 �01028C I TEhiPORARYCR.ASHCUSHiON ....... LO 32 Woo 50,00.. 12 010299 .......______. PORTABLE CHANGEABLE MESSAGE SiGPi, TEMPORARY EC` 4 3 SO .Oi. cU r}0 13 0102 120 --....._ TEMPORARY IT RAFFIC SK:NALS FOR LANE CLOSURES -- �- .. �-_- - -_ ED 42U SG 00 14 TEMPORARY RAISED RUMBLE STRIPS ;0102909 ED 6 coo $000 I5I 2 9i 1 ? PPAVEMENT MARKING REMOVABLE TAPE, WHITE OR BLACK. SOLID 's'3,00 _F 190 $0.00 167 1 UTTER REMOVAL 19.18 SO.00 $C.00 177 2 MOrMNG __...-S00 ...__._.._ A AC C 1541 0 SO CO 18 IUt 031 IASONiTOREXISTINGSTRUCTURES- SETTLEMENT _ ._._ ....__ _-_ - LS I BOG- 00 ... 19 0106 [ IMONITOR EXISTII•!G STRUCTURES- VIBRATION•! La 1 --_ � i SU.00 50.00 2i3....._ OT i 1 CLEARING & GRUBBING ...... j _U A C r oC.00 0,00 SO 00 -__.... 2`: �011C 71 MAILBOX. PSI SINGLE EA .._.._ ..... ....{{��._.. .__.. -.._.._.. ---....._ :.. $I Sabo 22 of b R=�;r>AREXr_AVArION -h-11_. - CY I 7215 aar. so 00 _ 0120 6 _ -- EP BAtvKMEtrT - .._.. _ ... GY 1 .12 d000� $000 24 016 4 _.... __ _ _. _.. ._...__. _... ... ..._.__. TYPE 8 STABILIZATION ... ___._ SY .-. _ . . 4230 ............ _ � 5000 - ._._ _.. � � � SC 00 20 CrSor 32 OPTIONAL BASE BASE GROUP 02 Sy I 166 $0.00 $0600 76 02357C9 OPTIONAL BASE. BASE GROUP W 3320E ' Sy I SC.CL' SO.00 27 0334 1 52 .SUPERPAVE ASPHALTIC. CONCRETE, TRAFFIC B. PG16-22 TIFF! 424.6 - _ so,O S0.00 8 0." 7 3 3SFHAL T CONCI FRICTION COI...... RAFFic B. FC 1?;. T G rE cc TN ;.1 V0 50 S) 00 ^4 0330 1 MISCELLANEOUS ASf t-d L PAVEMENT - T v 7� aC00 M :Hl ._.__ ... _.__ +U ..._ a 90 175 130 .. _._ PIPE CULVERT, O T ONAI MATERIAL ROUND, D 0SICD .. _. _ . ...... .. .. U ... ... .... `r... SO C�.,. - 1 �4'+.0 8 n"1 ... _. -- "-- --- _...._- ...�... _.- P!F E Fl LINO. AND FLL1 INr, PLACEOUT O SERVICE Y _-r-. o C g p GG s�. 1 - -- _-... _ .._ 3<_.... ICds0982133 _ MITERED END SECTION. OPTIONAL ROUND. 3U'CD _ EA _.. _L �.._�__....-.50AOt-^. . 33 -- 521 87 _ 1CONC --.....__ .. BARRIER, Wf JUNCT SL. 3(3 SS F -. _---- 952 S0 0 S0 00 34 ^.. 0624 129 (CONCRETE DITCH PAVEMENT 4",REINFORCED SYi 1s7�"_...-....SGO 3„ rY 30 3 4 RIPRAP•RUBBLE ,U1ICH!lir'It•K3i .... r.0. ...-_-._5b_.-j_ ._.... �GO_ ) TN I i 3"c 0530 r 4 BEDDING STONE --`- - -- ..... - --.._..._- - FF- 37 _.jS _......._- __ _..__ _ _ 053c i GUARDRAIL -ROADWAY. GENERAL TL v I F $0. 00 WIN b wSfi 3 13 AF'i>ROAGH TRANSIT CONNECTION TO RIGID BARRIER. FURNISH AND INSTALL, TIF 3 1 EA � _A._.. 5 $0.00 $40,00 .. .." o,. 673 GUARDRAIL REMOVAL - L -- .. ! - 25_-_-_--$000�_--_-___-- ......-- -._.... x _.... .--- ....-'-- ---_-_...� .._.___..._...._.... FF 4b ;OS3G 35'1.9 Gi/ARDRAIL END TREATMENT-PARiiLLEL APPROACH TERMIhiAt. EA _. . 4? ,A4 3 1 _._ .... CRASH CUSIiIUN. TL-3. NARROW _.._...._._...... _ --_...... -_---- .__ ... E A 3 $0.00 . ....._._-.._.._ 42 U570 1 2 ..... PERFORMANCE TURF. SON; Fr+F_ - �- - sF,FFFFFFFFFrFFFF9 0.0 Sp 00 4" 1070011 ELECTRONIC DISPLAY SIGN. FURNISH & INSTALL GROUND MOUNT- AC POWERED, o__ 111 ELECTRONIC WARNING SIGN. UP T O 125E AS � 2 � .O.CI sum ^ �000 __. .__......_ 44 0700 12 ^_ 1 _. �... ______._-_.. ..__ ._____.._-.... SIGN BEACON, F&I GROUND MOUNT -SOLAR POWERED. ONE BEACON _ AS 4 50.00 s).oa d5 07t0 11 101 PAINTED PAVEMENT MARKIN. WHITE, SOLID. 6" G`.i G732 i 4C 071011 1h^'.7 PAINTED PAVEMEPTT h1ARir'IhIG. WHITE, SOLiO 24" - _W.00 ..._..__. .._._..._-_._._ P UO $G 00 x 00 -____-..._-_._..........__...._-_.__.�_.......__.__.......-_....... 47 0?OB 1041 E ROSION AND SEDIME NT CONT ROL ..._._-_..._. _. _ ....._._c_......_. LS 1 $0,00 j $000 ROADWAY SUBTOTAL $0.00 21-7551 Bridge Rcptac�ntni-bridge ?atlrege C - 4 &idge5- Oi��:dl Rd (Brid9<0.3a340) 1 ;.� 2 - Protect bio: 66066.12 Project Title: Bridge Replacement •Bridge Packaye C -4 Bridges-Oiiwell Rd teridge 034840) Bid Due Uate: March 2, 2021 � 3:00 pot 21-7851-ST Bridge Replacement -Bridge Package C -4 Bridges - Oilwell Rd (Bridge 034840j BID 5CHEDUt_E BIDDER: ITEM NO; PAY ITEM NO. DESCRIPTION UNI7 EST. QTY- .UNIT PRICE' PAY 17Eti1 TOTAL SIGNINt; AND fYIARKING a6 0700 i i 1 SU�LE POST. F81. GRGUtdD tAOUNT. lif' 70 12 SF AS 2 50.OG SC.� _.—_.._..........�.._..—_.... 49 705-i43 OBJECT Mf+RKER. TYPE $ ..__._ __ _....._�..._ _....._.—_. _......— __—__ _...__.....___....._..._.......T_... cA a I 5 0 00 j0 50 706-i-1 _ RhiSED PAVEMENT MARKER. TYPE B YV1T}K)UT FhJAi. SURFACF.'tAARk'1 DIGS iYEl./YEL} _�._ EA �.—..___ ........48 - __ � �G.UO _ ��—_^.._... __- ± 51 770-SO t>AINTED F%AVEMF.N't MARKINGS, FItJAI SURFACE .. _. _�_......... L S SO OG �: 52 7i1-it-12a THERtACPWSTIC. STANDARD. 4Yri!TE,SOLU, 1$" -_�----��- _...._�_.T_.__�_._._. LF ^47 SOOG - 'b CJ _... _...�_.-__...._.-______.__. .___...____.._..__...._ I s3 't1t-is-101 T ! HERM1 QYLASTIC. STANDARDtaTHER WHITE SU IJ. b _. __ ._ ......__ _. .:_ —_....._=.... GM � �"C ba 7111C 201 THERMOPLASTi STANDaRDATf;ER YELLOW SCLIU $ i � (tA 028$ J00 SCn Fe 77?703-i0f PF_RA#ANENT TAPt_ WHI7C SOLID o', FOR CCVJCRETE ARIGGES � ��� -�� � � � �� C,Mi 00.5� a000 50.00 :;P �?Id �0?. �Oi PERMANENT TAPE. YELLOW. SC)1.1D. 6", fOR CONCRETE BRIDGES GM 0.055 50.00 SO,CC SIGNING AND MARKING SUBTOTAL $0.00 STRUCTURES (including Retaining Walls) Oi1C 3 'REMOVAL OF EXISTING STR(iGTURES)BRICGES S> 1s53 000 .........`,7 _-..._ _.._ , 'O �' ,58 CwGO 2 iC' (',ONG'2cTE CLASS il, APPROACH SLA85 cr .. _ ...__. -.__.._.. 7a.z sa a[, o0 �0 Oa00 .'. a? CUIJCRETE CLASS II, CAST-iN-PLACE TGPPI?JG WI T H SHRIIJKAGE REDUCIPlG ADM1':IXTURE CY 55.a .� � - - 5000 SO.00, 20 J300 a 5 CONCRETE GLA35 IV. BRICXiE SUBSTRUCTURE �� �---��� ----_--- � � -- --- -- -- �Y 1 Fit 0400 7 BRIDGE DECK GROOV;NG. LES:i 't HAN $ �" .._.__ ___._! S _ _ _ __ -- 2pg SO 00 50�00 G2 0400ta8 ,P(AiNNEOPREtJF.BEARitiCiPADS CF _� _ 7.2 SOOU 50,00 _ _ �—�-�� u'3 61t5 t 4 _ REINFURCIMG STEEL -BRIDGE SUPERSTRUCTURE -�--��- LS _ -- 63"s0 ���--_5 0 --��� �� ...._ ...... .. - ---' --_._J__ 50 G'+ :. ra (741''• f .___.._—_....---...._..�._._--------.—...._..._�_....—..... - r - kF WrOkCING STEEL- BRIDGE SUBSTRUCTURE _ 6^ !Cdib 1 9 REINF.)kGiNG STEEL -APPROACH SLABS i ..._ ___�.�__.--.__._ -__.____ 1520a 50.00 ;O.GO 68 .____....._ � 8 1 S —r_..�_......_.._—.._..____.__._.._—.....__.__.._—_...._ ORES ifiESSED SEAM. FLGRIGA SLAS BEA4A. BEA?A DEPTii 1 Y'. LVIDTH 5; `7' L� _ �---50.00 __ _ 6i !OaSi;'.4 3 PRES 1"RESSED C;ONCREi"E PILING. 18'SO _i_- . -- .__.._.___50.00 __�— - LF 10G8 6$ Cd.55t483 --._.�_.__ TEST PILES -PRESTRESSED COiJCRETE,18"SO ...._� LF .___�.__.._.__'OAC Y7,y � �� s0.co s+a Gc 60 0458 i BRIDGE ()tCK EXPANSIUlJ JOINT. M[V'1 C+�NS-IRUCTIOlJ. 'r8! PCxIfiED JOINT YJITF+ BACKER t i ROD LF �' 0 � 'C LX2^} 5 t3 CONCRETE 7RAFACRA7!ANL� 8RlPGE. 36" S!NGLE-Si.CPE ! I F - 2CC ... - ..—_..... $000 -...._1.....�.00 ........ _.._ ,: 05"s0 1 RiPRAP. SAND-0E6iEA1T ..... - --......___ _._ --._....__—._ .. G y 107.E 50.0 0 SO.CO 7.'. lr30 3 3 ....—......_._.,.._—� RIPRAP- RUBBLE, SANK AND SHORE ------ -���_'�"--- -�----�_.._ _ 319 2 50 00 id) 00 _.__._. 7:S rt„33 7a BEDDING STONE �7r,; 't--- � �� ._,._.... � �; .._r.___..._�__.__._ ..__.. 7a 06',C 2 t 6 !CONixIiT. ._.._.-----'---'- FURNISH &INSTALL. EMBEDDED RAILINGS LF 6CY2 50.00 :0.00 - ��'S : 1s tJUNCTiOiJ BOX, FURNISH S INSTALL f_FASED;);_D � 'S0.G0 EP. t'L SO.CO ?6 �CFCli 0 r! CONCRETE CLASS NS. GRAVITY WALL CY ! 243 S00 p SC.00 77 `Ca551a 3 c;C)MCRETESHEETPILING.10'Y,30' LF 2258 SOAO SC.CY! STRUCTURES SUBTOTAL $0,00 _,> _ �, �g �.�� � � �:� �i°�. t£.�if et�4.�,�.7 }3 ��k,.d )3�.14'i`� V- �` "'�.i �,�.�.�f.y=;' 'R� #J��,�k-'s�f� �4� i.�t��t �k f i 2475it - Oridge ReVlanen+emt-Bodge Package C - J 6rdges - Oiia�eli Rd (Bndga Q3a&toy �.,; z County =,clrninis��iitr� S r�ce� C�iatisior t'I'{JC.'i.!'HIttE'I3l Seh310E� Date: February 25, 2021 Ismail: I,isa.0ien(v,'colliercountyfl.gov Telephone: 239.252.8935 ADUEI\'DUiVI # 6 From: Lisa Oien, Procurement Sh•ategist T'o: U�terested Bidders Suta,jeet: .4ddendutn #6 - 21-7351-ST -Bridge Replacement -Bridge Packa�se C-�# Bridge:;-C)ilwell Rd. This Adtlendtun has been issued for the following items identifying cl�u•itications, changes, deletions, and/or additions to the scope of work, solicitation documents and/or bid schedule for the above referenced solicitation: 21-7851-ST -Addendum #6 Final Questions and Responses • 21-7851-ST— Final- question and Responses Addendum #6 If ,you require additional informatii�n> please post a question on our Bid Sync t ,� •..is � 7,:.0 �r;;} biddinb platfi�rm Lander the sc�-ieit�tion fear thi§,.�r•c�ect. 'lease sign bcl9ivand r turn a c py of tlti • Addc�aciurn with your ,your submittal for the above referenced so �cttation (Signature) Date Cot llvr L6, (' ), ((91 Name of Firm) Periscope Source: Questions on [aid #21-7s5)-S")' llisoory Question and Answers for Bid #21-7851-ST - Bridge Replacement -Bridge Package C - 4 Bridges Oilwell .Rd. Overall Questions Question I Do PritnelGeneral Contractors need to be FDOT Qualified for this project? (Submitted: Feb 1, 2021, 3:53:45 P.M EST) <�ii saver The plans and speeillcations PoI this project were developed per hDO� % criteria, The County wants assurance that the selected contractor is familiar with the FDOT specifications; therefore, the following applies to all contractors bidding as the Prime, "Florida Law (Chapter 337.14 F.S.) And Rubs of the State of Florida, Department of "Transportation, (Chapter 14-22, KA.C.) require contractors to be prequalified with the Department .in order to bid for the performance of road, bridge, or public transportation construction contracts greater than S250,000.00." (Answered: Feb .1, 2021 3:54:19 PM EST) Question 2 Suppleanental Information - Fieldprint Background Screening Guide was provided. Please confirm that Contractor will .not need to obtain Collier County .Access Badges. If this is required, advise contractor cost associated with fingerprinting and bad ging (Submitted:.Feb 1, 2024 3:55:08 PM EST) Answer « No, badges are needed for access. (�►nswered: Fels 1, 2021 3:SS:23 P1VI EST) Question 3 Exhibit J Specifia3tion - Details that payment can be withheld if prevailing wage rate paperwork is not submitted. Please confirm this project has prevailing wages? ('submitted: Feb 1, 2021 4000:17 PM EST) An saver t 'Phis project does not have prevailing wages. See Addendum#1. (.Answered: Feb 1, 2021 4:0t};40 P.17 EST') Question 4 ��'ilI the owner provide the Contractor a laydow�n area? (Submitted: Feb l, 2021 4:01:19 PM EST) Answer � No, the contractor needs to negotiate this space; on their own. (Answered: Feb 1, 2021 4:01:50 P.M EST') Question 5 We are interested in bidding this project in a Joint Venture (JV) arrangement with another firm, What is the County requirement to participate as a JV in the sc>licitation? Does the County have a specific forn or a standard FDOT JV form would be acceptable'? (Submitted: Feb 1, 202.1 4:02:24 PM EST) An swe;i• � ��fi bidders must comply with any applicable Federal and State Statutes. See section 12.4 C ertiiicatc of Authorihto Conduct Business i71 the State of i='lorida (FL Statute 607.1 S01) in the Construction I3id .111St'lletion Form rev 02-25-20. (Answered: Feb 1, 2021, 4#02:46 PIM EST) �i%��ww:bidsync.coin!DPX?ac=aucy)ist�lauc=206s345R;rndid=all&printable=Y[2/25/2021 9:07:�5 A�4) t'erisco}�e 6ource: Qne,fion; on I3id ;t21-7851-51' History Question G CLFARINCr 1�ND (:rRUBBINCr - RE�VIOVAI_ OF f;IYISTING BRIDGES �i (:iENERr�L - Confirm all bridge deniolitioil material (including existing tuubcr piles, clearing and gn�ubbing materials) can be disposed at the Collier County Landfill. Advise if there is any cost (outside of tricking) that will be charged to the contractor as dispr>sal fees. (Submitted: Feb 1, 2021 4:14:b4 PM EST} �, t: Ansr4-cr � See Addendum �f#2. (Answered: Feb 1, 2021 4:14:29 PM EST) Qiicstion 7 Is there a specific form for the emergency repair plan to be submitted on or is a plan on a campayly letterhead suffiicieut`? (Submitted: Feb 1, 2021 4:1G:2�3 PiVI EST) A��ssver No, there is no specific form; the biddex may use con�p�uly letterhead if preferred. Ilo�x,e�rer, the � � � i� � )�'al7crgcncy Bridge Service flan should be formatted as a report addressing the items indicated .in the Supplemental Terms & Conditions �¢� 1� Vlaintai�n Existing Bridge Strtichues,�1�<A r� gat a i�niniunzm. The bidder may elaborate to prorride as much detail as they deem suitable to indicate their preparedness for such a scenario (Answered: Fete 1, 202�i 4:�19:24 PM EST) Question 8 Fill the county provide a separate pay item for the eme�rgeuey service plan for this bid package.'? {Submitted: Feb 9, 2021 ltk:47:3b AiYt ES"I') Answer a � T'he conn-actor is to include the assiuned cost risk for all emergency bridge repair in the lump stun bid price for Line; Item No. I (Pay Item No. I01-I Mobilization). Provide the approximate cost per sduare foot of the preferred cluerge.ne_y bridge repair alternative in the Tmergency Bridge Sc� vice Plan for information only. (Answered: Feb 9, �,0214:39:50 PNk EST} Question 9 Does the purchase of materials count as self performance? (Submitted: F`eb .17, 2021 1.1:08:ll A:1�i F;ST) Ans�vcr � "I'I�ere is no minimum amount of work the Contractor must perform wwith its Dorn forces. (Answered: Feb 17, 2021 3:36:?7 P1VT EST) Question l0 Since the cost of the emergency seiti�iee plan is to lae inchuled in the mobilization pay item, and it is re��uesteci that a price per sduare foot be submitted with the emergency bridge service plan; is the county going to he expecting a credit if none oI'tlrc emergency repair w�-rrk has to be performed'? (Sukfmilted: �"el3 17, 2t)21 I l.: k l :38 A:��I EST) AnsrF=er • 'T'hc emergency service plan is included in the cost for mobilization, therefore, a credit to the county is not expected. (Answered: Feb l 7, 2021 3:36:27 P?VI EST') Question ll Gan the cotmty please provide the location for electrical power services for each of the temporary signal locations'? (Submitted; Feb 18, 202.1 8:46:10 A;VI ES1'} �s:%;www.bielsync.a>miDP�?tiu=aucc�listh.auc=20G8345�5 i7uiici=all&printnble=Y[2l35/2021 9:07:5� .r\M) Pcrisco��c hiiurc�: Questions on l3i�1;i21-'7Ril-ST History Answer There is currentl e,lech�ie utility service i�i the pr��ject area adjacent to each of the bridges as shown ��� y ... on the Utility Adjustment sheets. Any coordination to obtain access to this or any other means of securing power fior the temporary signals is the responsibility ofthe Contractor. (:Answered: Feb 19, 2021 4:3G:37 Pt�l EST) ['° `1iI i ... saiwww.bidsync.coni'I�PX?nc=tnicglist&auc=2o(834��rndid=all&printable=Y[2i25?2021 9;U7:55 AM] FC)nivi i - T3T2)121 4T'f)I�STr, V"tZ Vl COLLIER COUNTY, FLORIDA E3R11)C;l; RI:T'T,r1C'1,1t;`'t` - 13R(T)C,E<; lyfC.`kAC;I C' T:2Tt1T)(1, i - f.)2T,tV2;t.T.. R2) l�ttll �z1,11C t�i l:3iddct 11<tin E3usincss 1'farei� ol`litlsi �• _. vj . -- PL` TClCl) ho11c' Butte Contractor's License CIGI ___. State t,rf I=lerrida C;cttifir.<tte clt�flutlttrrity f)i cullienI NIumhcr f�cderll Ta�1{ientilit�,liicnl �uluhcr - __...-___ . _ ...... l,_,..... _w f o: lit:)ARD C:)F C'(1t!N"1l' C (tit �11 �tilt7�C.1tS OF C_ t)l.E..EE R CC)t.f v i Y, f E_(3ilit_)ty tllercinaf'tcrct111et1 the Owlier) 1'he !Irnlcrsi�tted, sty 13idi.fcr <leclzn�cs thtsf thr only llcrstlil or panic;, ttrterestctl i11 this t3id ns la1'ini.°i1)talS tire lhosf; ntrtllcd heron, that this Old 1s suulllitte� d uxitIWIII ctsllusitnl wish M,"N othet Ercrsot1, fitnl 01` c�arporafiou; thstt it ha ca1c1`ullI \amiflcd the location of tl'Ic proposed Work, the proposed ti)rt11 01 i`t4.!rCGn'tCirt and itll other Conoad Documents tend Bonds, tore'! the Contract Drawings tlnd Sp"ificatiolls. Elidder lrrcrlltlscs.:uut ;aprccs if' this Bid is t,ccrcpted, I3iddcr will i.xt:cltlC the Agreement included ill the liuldin 1}oi�trnli:.tlts, tt:1 provide :dl tts:cess�rry tn<tcftincry, tools. tppttr;tfus aticl other trtcans err construc'tiirrt. irre3ttdits�, ttility uttd trtmsptlrttltiirrt scrViec, nLcLs. -v to do all the Work trilcf f`tnnitih ;lli the tn,lteti;lls ;1nd celttipnletlt specified or referred to ill (Ile C:°ontrltrt Documents in the m atmer and time herein presterillid nild according to the requirerllcllts of the Owner as therein sct fonli, furnish the Contractorts Bonds sold Insurance specified in the f;cnc.rell 1111ditiolls of the. Contract, and to do all other tlinp required of'tllc (.'erntractor by the c'otrtrtaci [7trcunlents. and fli4m it will IOU full pavnicnt tac struts set t rrth in the tofloilvint, Biel Schedule: t 7rsl[ 1114Eces shrill be ps~rn�ieted its nomore than tires etrcEsssal poittt;a, asset Eu the case where further [lecirnat Points ;u�e in<ttll�erte1111>= pror=fitted, rouu<Tiu;; to tsvn dceislsat lloinfs 1��iH hr. carldueteeT by T'rtscurement Scr�te es lli�'lsion st:lff'. f.'pon notitlti!tltittll tl;tt its Hid h<ts hccn srw.u•dcd, Ow `;uctrlssfuE Bidder will c:rcQute fltc Agrcctllcrlt filt,m itttached ur the- f3idthn� I7rrctrrncnts cviiltin tC11 t t{}) ealcndtlr days alnd deliver tflc Su1•et_ti 13tlnd ter f3untts arrd ltlsu ;race C:'ertiiiesncs ss Icquiteed by the Contr<Ict C)oettmeMs. I he hid security futtiched is to boccmle file property of"tile Owner 111 tlrc event the Agreelli rlt, 111st1IMICC Certifleatcs aml lWilds are.' not exeetiml anal delivered it) (iwticr within the tithe above set farrih. as liquidalcief dtrlmtges, fix the delay anti trtlditionnl cwcnse to the t3livrrer, it (reins! rctioyllized thin, sines. time s of the Wssence, t:)wner will suffer finalicial loss if the Sucecsslul 131ddcr fitils to eucille a11ad iI to t)svmr thw rceluired (jecmcnt, lnsuninct ccrtilMates and Bonds within the rcilnired time period. lt't the event of stick fail(€re, tIle total allurunt 01'0vVller`s danlitt*,CS. Will be dit'licult, if 110t ttllperssihle, to definitely iscermin and clttamif; - it is lachv taf>rccd that it is appropriate and f"atr that Owner receive liquidated d halal" froill tilt Successful Bidder in the cient it fails to CXCCLItc and dclivi.r the AglieanrCt11, lnstuilnce CCItifikAMC`�, ttnd Bonds as rcefuit`cci ltcl'cttuzlcr. The Ct)l7SttuGt1CS17 Sc�lit;i#�xiL1i7 C�crc reu Q2-�1-;?4 successful Bidder hereby °�)tressl� tvttives zrnci relinquishes any rig lit t+`l7ich it m tti- 1), ve to seek to chanictet ze tlic abovc tutted liquidated damages as it pentllty Mlich the pttties myree rr�prescnt4 at )'air <tnd rcasonabie estilutte of Owner's actual doorag.es at the tittle ol`biddinr if the Successful Bidder fails, to execute and deliver the Agreement, lnsttr<tnce Certificates, and Bonds ill a timely nt.urnar. l"Poll rcmpt ol`the "flOTIt=d and apl�ttirvcd ,Wluittettt M I'tireh;t c. t)I(c1 the Ulmc 1sit necl raroposts to crymtncnt e work at the Site within live (S) calendar (lays front late commencement date stipulated ill the written Notice to Proceed unless the Proiccl. t'vlanager, in wlitintr, subsequently notilics the C'(1nu4<tctor of a ntoditied Omer) z:r.tturrtencuttettt date, The rtndersigned further agrees to substantially Complete ttil work Covered bythis, Biel withht E ght Hundred T:ight}`=Twcr (882) cortsCcutive calendar d vs, Computed by excludino the co mmencemem date and including rite last day of retch period, trod to be fully completed tci the point of limil acceputnc.e by the Owner within �1`hirty (,3t1) c-<,e�s cuti\ e c;-ticncltu days after Substamial Completion, computed by excluding commencemcnt little and inmuding the last clay ol' sut:h period. F �igrt� (:.c�+)sit"l7�iICs11 SOiI'Cll�f7f)f7 DOC d'i✓'V f12-1'1-�Q i t8r\\ 1{CiRM 2 � CONTRACTOR'S RAC'°I`OR'S KFV PFRtSC)%iSE L ASSIGNED TO 1 IlE PROJECT C3ItIllC,I+; ItT:1'Lt�C'h�9l::iti'I' - I�12II)t�I� i'rtCh,�Ct; C' _;p 13I2II.)Gl?;� �- t:}IL,11"laLaE �tI) i C;anstruatran �alicitatiarr iJac rev 02-29-20 t'urst.rnY7cl C°at��rsar�� C�«nairifcEicrit Superi��Teai�lcnt FORM 3 - MATERIA14 MANUFACTURERS I'I4IIS VNJI%M IVIUS'I' III CbIV Ir 4 1"EI) OI2 EiID StlAhh I3L<<' t)ECMED NON-RESPt31\SI1 E �Il Bidders shall contrcm by signature that they wilt provide the manufacturers and tmaterials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable} may be requested by completing the Material Manufacturer Exception 'List below. if an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineerfl'roject Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. C'oroptete and sign section A (7R B. Section A (Acceptance of all matntfacturc,s and mat�a�s in iiid specifications) On behalf of my firm, l the Bid specifications,,-' Company Signature: Section B (L-xceptitxt that �v 'wilt usehall manufacturers and materials as specifically outlined in 4 v4__ Date: 31 to Bid specifications manufacturers and materials} Please insert additional pages as necessary, �',fSlllpatt}�: Si Construction 5oticitation Dvc rev Q2-21-20 L•'XCl%P"I'li?N �tAh{1Jl�r�.CTI�'RE12 Date 1()K'A14t - I.1S'I" kjv 1IAJ4.)I2 %NUIKV)N I MAC' " i 1•Ii1ti !,[ii"I' i\it'ti'1` F3I. C'()1'II'1,l�"t'f:1) ()lt t311) �IA�" 13I: I)I+i:7C:I) i�()�-{ti.'.tiI'i);\4i1'tt: 1`hc undcrsi ncd Mates that tltc follawist4 is n list rsi'thc prop<ascd suheastuactvrs f<ar the ntaIj iatr;l,ories outli.red ist the rey6vernews ol'•the: Bid spccificmions, T15i; ❑nder4tgned ai l:no�vlcd��es its tcsportsibility for cnsurin�, short the `°iui7�•i}rttractcars liar tits m<t-jar catcft,lt'ics listed ltcrein are "qualified" (as delisted in Ordinance 017-08 and Section 15 of Instructions to Bidders) and meet all li;;(01l requirements applicable to and necessitated by the C orat ut Documents, including, but not hinted to proper likWci,"NON certrficatinns, tcpistratiom arnd inatrr<rncc cuVerarpc. The Owner r"errts tltc right. to disqudify srry Bidder vOio includes non -compliant or neat -qualified Sstbcontroctors in its, bid offi:r. further, tite Owner ttt"ty direct the Successful llitltter to remove'replace. (an Subcontractorat no viddiliorml cost to Owner, which is tbund to be, nuts-complist)t t60) this recluirernent either bekWe Or after the issuance of file Award ol'Corttract by tJitinen (Auach additional sheens as rtCeded). Ftu-thr.r, the undersi�;ncd arcknowledgcs mid agrees drat promptly after €Ise Awm-kl of Contract. and in arci>rdattcc with the requirements oi'dte Contract fJoattrttettts, the titti:cessfisl Bidder shall identify all Sulvouuac.ot's it iirt rrds to use pan the Profw.ct. "€itc un<lersi ned further argrecs thatall Subcontractors suhwquently identified fur;m)� portion of'tvork ion this Project must Ioc qualified trs noted abcrvl. Ntajor Catcy,oty of Work Subcontractor and Address I Plies � ottct� to Idcttt.t 1! t/ s `�tletlias pay i II I LT .�. yF other subccauuactors that rcprescstt more than 10"'0 � of 1' icc or thzm at'fe :t the Critical path atf the Schedule (m'csntpau}°: Si�;narturc: C;ansfrucliarr Salicitatron C�ac rev (1��2i�2t1 (J1%M:i-5'1"A11�JAUt , INl"{)H rtAV VItM1 NkAL" III 13tlai)LK Tl1 Bidder is rC%j(l IC( to sttite to(110W Wilat WOW Of`sintii�lr nt10111tudc C0111pli ted wit11111 the 11C7st fitc (?) yt lrs is t jLl(ljye ol`its eXpericnce, skill and business st<lliding and ofits 0bility to Colidtict we the \pork pis completely >tnd as rapidly ttis required under the t'rnls of the Agreement, (j1r<lject rrtrt�cl rck. cAQ,, (j3t'r1lCCl �Oiii(t1i111) illra�jc*ct duaUrlt�ti�11r z. 11 9t1rc,�jeel c'lEi'7�4ie i f �56 (t,t1111u1`';; :address) {thVmer v contncl person) (1111c) t )r11 cc, 5tart'com plelil,n (kites) (call irtict vanm) (phone) q Poole it �6 A (project tlam 1 (t11 c;ct ownei4 474 t i -A -_ t111uj Lt[u auc�n) (t7v�nW1 a31lleSS) i i -.tl 4pu.O1. t cltisc.l 1p(u7n) ({..)wilt r s t`clnlnct petsom ct n (pro j et ,t(rtccnpielitn d<ltcsj (eilremail) 1 tplooicct tialile) {projw location) f� tl)rolect des�erip(1011) _ s tlM)fec( st,a:i%c<11n1114tiinl capes) (conu<1l luc) C'nr�struntion Salicitatiar� 17nc rev t12-27-20 } l t> Ilya ;l ,f * t � (y i E "{ &i E , 111 wne't's act person) (title) OwN (11hc1nel� c a1iif, FORM 5,mSTATEMENII OF EXPERIENCE OF BIDDER (pit,icet name) (pa jcct location) ++Coyls (prolert description) FD . Di l-- (C r t,cr> PINS t iVI C {i),ane SKI ` . tC)AAtoj ,vrte,-'s Conttict person) tide) i (pro ec.t completion data (ctm�raci rttl t,�) (phone) (ca�t:til) , _ � e v ! . i VA VIA/ t project €t<ttt�c;,) (pr�>�c�1��t,�attcr) ct location) �I t pr Ile C C iptiutt (project complction datc) (c Olitr valnc) .� _. t)>rojccuratntu L tproject location) t tC),vnct'scontact persor) ttidej (cntM pep (17t „=ncxNoy '4 's't(ld t noit;c.t description) (Owner's Contact person) � (titic) ( volicelComplciiotr,tlatca (m 11aci tie (plume! RN I Nilmil) A �i±mature: �c»rstrt�circ�n 5'oHcilatir�n C�oc rev f)2-29-?t7 E3100et' acktIO % 1cd>reS that incluON Ill the various items Ill the Intl rttul iu tlte'1 total 1) 0 1 1Cc are COSts far con7plylt7�n with the lori(a Trenel7 Safcty Act (90J)6* Laws of 14 lovida) effective October I, 19904 The Bidder further identifies the cost to be. yunIIllarized below-: `1'rcnclt Safetdf i�4casttr� S'1)csc;riittionl lJt7its oi' l$Cilsurc tl. n° y) l.nit t uantit 1=ailuru to t;trn�pictc tic abc��v ma�rosttlt in the 13it:E Icing dcelarccl nim�reslx>nsivc. t:'t�ittl7in�'; i;nnittre: Gar7structia�t SoOicifatian 17crc rev (72-21-2(? E;xtcrulecf t;'Qtit FORM,!7 s BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Zep Construction, Inc. _ (herein after called the Principal) and Liberty Mutual Insurance Company �, (herein called the Surety), a corporation chartered and existing under the laws of the State ofMB,,5 chusettswith its principal offices in the city of Boston and authorized to do business in the State of ._.F1oCida _ are held and firmly bound unto the Collier Coup (hereinafter called the Owner), in the full and just sum ofvTivePercent 5 o) oV Am_ouKNd'--- --- dollars ($ 5%----- } good and lawful money of the united States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Bid No. 214851-ST — Bridge Replacement — Bridge Package C 4 Bridges — Qllwell Rd. NOW, THEREF01tl , if the Owner shall accept the Bid of the PRINCIPAL. and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days alter the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of theAgreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $r'��,43`.��_,_noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect, TN Tb;STIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this W.V � day of _ , Wlarch , ?t3Z . BY Counter Appointed Producing Agent far 6820 Porto Fino Circle, #2, Fo Principal ,.•__ Surety s 3912 Libert I �_VL_ utu_t.10 JmA SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated, Liberty Mutual insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 819r252-013056 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Jeffrey A. Chandler, Alan P. Chandler, Ian J. Donald, Wendy L. Hingson, Kathleen M. Irelan, Meagan L. Kress, Susan L. Small, Robert Trobec all of the city of Troy state of Michigan each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as If they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 29th day of October 2018 By: tual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company 71 David M. Carey, State of PENNSYLVANIA County of MON I GOMERY C:ss On this 29th day of October 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Pn& �F� COMMONWFALTHDFR£NNSYLYANUI `r y Nowrial i sea Teresa Paudia, Notary Pubk Upper MarionTwp., Merugamery County By: fir My Conn s IW Etputs &Oro 246 2021 >YlV �tiCr Momcor, POnnrylvynix l�wx?aUa+c6Nocatas This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV —OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the MQ President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomeydn-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE Xill — Execution of Contracts: Section 5. Surety Bonds and Undertakings. CID Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization— By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanicaily reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies This 2nd day of March , 2021 Renee C. Llewellyn, Assistant Secretary LMS-t2873 LMIC OCIC WAIC Mufti Co 062018 CERTIFICATE OF LIABILITY INSURANCE DATE(MMtDDIYYYY) 2/8/2021 tFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS �T'IFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELYAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES 6ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE {SSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If tha certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER NAME: Wendy Hingson VTC Insurance Group acoNE E (239) 275-8226 FAX (239) 475-ae37 A/C No Troy Office � ADOREss:whingson@vtcins.com 1175 W Long Lake Road, #2OO INSURE S AFFORDING COVERAGE NAIC # mrw MI 48098 INSURERA:Zurich American Insurance Co an 16535 INSURED INSURERB:ZUri.ch American Guar. and Liablit Co 26297 Zep Construction, Inc. INsuRERc:Travelers Pro Casualt Co.of America 25674 7802 Jean Boulevard INSURERD: Fort Myers, Florida 33912 INSURERE: _,...,-......-� rroriCrrere e,ntaetaFp•9090-2G27. Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVNTHSTANDINGRNY REQUIREMENT, TERM OR CONDITION OFANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TOALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. '�'� TYPE OFINSURANCE LTR j( COMMERCIAL GENERALLtAeIUTY A CLAIMS -MADE � OCCUR X Ino. Contractual Liability, X _XCU and Pzop. Damage GEN'LAGGREGATE LIMIT APPLIES PER: POLICY � PR� � LOC AUTOMOBILE LIABILITY B � X � ANY AUTO jN—� All OWNED AUTOS X HIRED AUTOS EXCESS LIAe SCHEDULED AUTOS X NON -OWNED AUTOS AND EMPLOYERS' LIA9ILITY OFFICER/MEMBER EXCLUDE09 A (Mandatory in NNi tt yes. describe under C IInland Marine and installation Floater OCCUR CLAIMS -MADE Y I G1.0 3923366-01 RAP 4403097-01 YIN NIA I—_-� y NC 0965324 -00 _. USI,&N Included 10/O1/2020 110/O1/2021 I MED EXP 10/01/2020 110/O1/2021 LIMITS PERSONAL & ADVINJURY a GENERAL AGGREGATE S PRODUCTS-COMPIOPAGG 3 3 COMBINED SINGLE LIMIT $ Ea accident BODILY INJURY (Per person) E BODILY INJURY (Per accident) S PROPERTY DAMAGE S X E.L. EACH ACCIDENT 9/30/2020 I 9/30/2021 I E.L. E.L. a 2,000,000 100,000 10,000 2,000,000 4,000,000 4,000,000 2,000,000 1,000,000 -EAEMPLOYEE 1,000,000 -POLICY LIMIT S � 1,000,00_ 10/01/2020 110/01 /2021 I LeasedlRenled any oneitem Revised E200,000 Transit and Location DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 707, Additional Remarks Seheduk, may be attached it more space is required) Where required by written contract, Collier County BOCC is additional insured on the General Liability policy with respect to ongoing and completed operations performed by the named insured. This insurance applies on a primary and non-contributory basis. General Liaiblity and Work Comp includes a waiver of subrogation on behalf of Collier County as required by written contract and where allowed by law. Insurer will endeavor to mall 30 days written notice of cancellation to the certificate holder; however, failure to do so will impose no liability of any kind upon the insurer or its agents or representatives. CERTIFICATE HOLDER �.Nn�ccva� rvn $600,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. County Commissioners 3295 Tamiami Trail East AUTHORIZED REPRESENTATIVE Naples, FL 34112 Alan Chandler/V510 A � L�---- © 1988-2014 ACORD CORPORATION. Ail rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (2otaot) t� -` )FORM 8 INSIRANC)E; ANA)BON1dING REQUIREMENTS . . The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in FORM 8 of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County $oard of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in FORM 8 with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self - insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(1 required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coveragejs� and charge the Vendor for such coverageQs� purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverageW purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage Us shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificates) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. Collier County Fiorida Insurance and Bonding Requirements Insurance/ Boud Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. ®Employer's Liability $_1,000,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $_1,AAA ,AAA Each Occurrence; Bodily Injury & Property Damage. Owned/Non-ownedlHired; Automobile Included 6. ® Other insurance as ❑ Watercraft d: Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintaineA where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution ❑ Liability $ 1,000,000 Per Occurrence $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors &Omissions 41 Per Occurrence 7. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ®Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ®Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 1/11/21-CC Vendor's Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Ye+ miniStm'M ~ eivi j S Depw nt�nt l�O12�1 El-C.'c>;^�t�t,tC'I'tit..ltv'Pt:It�;�'t'�trl�ttr��'rt• 1 ]tc �'`i.'iltlUl" CGrltilCti Chti.l. Ui tilt' best ill tta 1:17C�wiedgc <nld bcllcl, iile pt1St aril etirrcnt l4'ork Cttt fitly � t,7111et' ��l>nt1tY (13-0,lcct olilhtlted witil this 'wheitalioll not pose atl organizational conflict as described by orn: of t}te Illl'ce calgsorics belov';: Biased ground rules - The tiros fats not set (he "ground rules" I0r tif`lilialecl past or current Collier County. project idc.ntificd abater (c.s ., Iiitinp; zt priaettrenl nt`s slattallent of, work, si�eeiticalions. ar l erf'ornMrtp I�ystell)N eilgincering and (ec.hilicai direction litr tilt procurement) which appear: to skew the conlpetiliettl in tlivor ol'tuy Brillp lrupaircd tltr,jCctTvify-'file tirtti has not perfurtlicd lvork oil atl afiiliatod past. t`tr curi•c.rtt C'tlllicr C'ottnt�� projoct identified tabove to evaluate proposals poet perl`orrnance of itself' or a totulletilor, Which cunt: into cfuestion the contractores ability to render impartial advice to the goGcrntncnt. �!nctTual acec=ss fu infortllation-"1'Iie firm alas not Ilacl toccs:to nonpulalic itlfcirrth�tii,tl a; par( of its het'llori`tlal;ce of° it C.'oilier C tu.nt_��� pro -feet idctliffied above which roar h4avc provided the contrauitir (fir all tiliiliale) with all unl'ilir conlimitiec advantage ill current i�r titturc stlliciuttit>Its tend c�cfnnticts, in udditicin tci Ihi.ti ail!,ttctl of#iiiavi�, the er�ntraeifar �cndor il'rust proe�ide the IiilolvinTt: I. 111 dactttnt'uts produced as a result ot'thc work completed in the past or curretltly being worl•:ed on liar the abovc- mentioned protect: anti6 indicate il'the int'ornttttion produced veta obtained as it nititter of pub ic_ie{gird till the "`sunshine'"j tar through non Public {clot it) the "sttn;thilte'P9) cot venytttion (s), tueeting(s), do tinicttifsi atldfot- other talteans. letlilttre to disciosc. rill tnatcriai or havinT� an t�rganir_alee lnttl t•onilict ul cane or znutr i:ri"she three categories above- 1>0 idcntiilet l. nlay ros'ttlt in the diMimi lihcatikill is future solicit,ttiotis af'ftGstccl tivith the. tlhrat^a rs (<�rceffect Ilrtlject(sj. pv the signature below, tilt firm (eluploym, oi"ficcrs stud -tile agents) crrtilics, trod j� reI discloses, that, to the, best of their knowlcdt e and belief'. tsil relcvaill I'acts concerning post, present or ett7• c 1I�+ Iahliuicd hi(ere s it ictivit% tel finali ial, contraclual, tlr anif,tUotil(, or o(hereyise) which reltites It) tic pt(j&t dcntificd ill)( ( c` 3 s b, n folic' disclosed and does not prNe an otg, inn, aiional conflict i`ollipa 1 Nanilt:_. 1`hc ti'arisu•unrvt was etc �n,lwieclt,ocl llcf�>-c tni: b4 me;uls this ""ttl>.� crf' ��j'L..�(tnttittll?, ��etrl, bv�. oi' iacr:;otl ac - Noiery F'u0tic State at Fiorida 4P`��� Annette v Ntzza My Commission GG 269980 ww @xpiteoUPt13120?3 PersonallyKnown OR Produced IdcntiCcttitrn `ypool Idewific,ltioll Pradus� t�gnali1t� of'N si it l c� ram y1i>,ly.Tiotattiatic�rl, J � t utm 'uhyia• - �t a to 1 xtl id._i) Tint, 7vpv, or stump t.'tmuni;;sicalcd '.ti;lntc of `votiu'r Public) f�tin�;l�istrniive �� vices Cte��rircti�>rtt Colher C"ounty Government Complex aples, I loriila 34 1 12 Dcttr ('otnl77issiottcrs: -l"hc undcr�igne<l, as Vendor dcc9ares total thi4 responsc is ntadc withcutt cnnncction or ttrt't#ns�*,ernent ti�"ith �t�t;tttlYcr person and this propoSui is in every respect fair and tuade iii good iltith. without Collusion or f -aud. The Vendor. herchy leclarvs rite insiructiotYs, pttrclaasc ol-der tarns tnnd condititatYs, rifttitetttents, and specificilliollsQcOpc of work of this 4olicil£itiint have heel) iltily cxaittined and accepted, ,1`tic 1'elYdsYr <a.;ri°cs. il'thi zc�1's_ittttitan sttbn�ittal is accepted, to t;xerutt� �t C�c>Ilica C'.Yunt)douumerlt it�r the purpo�;c c71` €<ablish! a a contractual ridationship between tlYe lirnY and Collier County, for the perfollmince of all rcduircilYclits to to Mich t1w sohcittllion, pelowins. This Vendor states thaf tite subtnittcd is I SCd upon the tk>cumcnts limed by Ule ttboic refacnccd Sohcilation. (4'urthcr, the vendor agrees that if awarded it contract for these hoods and/or Services. the vendor will not be efig ible to compete, subluit a proposal, ITC awarded, or perl'orni as 1t subh vendor for any future associated iwh work that Is a rvsull of this awarded contract, IN WITNESS WHI44REOR WFd home licreunk, subscribed ott of) this 2PIty of fnCC '074 in lic {'aunty of in the State of Firm's T_cgal ?�iaurYc; 'scllrcSs; C"it}. State, 7,ilY I� loridu { 4t'i3fti':tic' tYI 1'u t Ix>rt tv I�Qeul�tedYf �rinYbi;r l cdcrtrlTax ldentilictltion Jumbo "CC'R l or C,'A( F, Code rOmy ii Grant hundetT Tclephotrc: C;rt't;lil; �lrl(lition:rl C'ont, Ct 111jornr6tinn '+end payments to: ,requildcd Wdiilcrent C;OMpally name used as pa4yee rom above t_OWW'Ict 11 110c: A :\ddt`css:r :iiv, :�ttttc. tIT' '1`clCplu�;tc: Iatz,ril: 40 Mice Servicing Collier Chanty to place orders €rCclttir4�d ifrliiir�i;;it C;vrn aIbo%C'! C`otftaCt name: ittC: e _ icltlt`c�t; TClcphcme: 1?ruttil: �ti('f3t lLl;i?V'' �.�Of1tEPC: 1Q1' this �olicitatic>n; 0 ler C0114nVV ti+J'1I `Eris{. �lt'L�4 �uEiVt^...C'.5 bi-p<.iil`t�:Y:{ F'C)37ii1 i I � (li'vll(;t��1'1`IC1tY r"ilet�t[):!�'17C'1R1'!i�'IC"��'i'lt�tti This . ffitltivit is rewired alld ahauhl hV si# ncd, nouu it -et! hyy tln autharirett printipal tsf ttt . i'irin �an<t sulaniitted la°ith f<rrmal solicitation subinittals. Fusilier, Vendors tare required to be enrolled in the F-Verily pt'ogram, mid provide .Iccepttatttc evidence of their rnrolhncnt, at tilt tinge of the submission of the `vendor's bid. Acuptablc evidence untiist'I of a Copy ofthe properly completed F: Verify Collil mtly I)!"olllc ptls.;e or It et)py of file fnliy mcuted h. Verifv Iculorttnt' um of UnderSirindinl; for the rompanv which will he produced at the tittle: (If the subinission ol'the Vendor's tlid of"within five (a) day of itic County's, 'Notice of Recommend Award, t�'t,llier t�ounty l+�iil nest intcniiotlatlh� altard Coltnty- contrlcts to fuiy' Vendor who knoll-in+�lv elt2}Iteiys l?naltt}torizt�d alien workers, constitntii"tp, a violation of the employment pi�oN Ision contained in 8 t ti.(�'. Section I +144 ;a(cl Section 2 4A(0 ofthe hmnigr,ltion and Nationality Act f"1NA I, t'ollier E�:oIIn1y rig,,y e•au5tdc�r tits otltplllytrtent by tut}� Vendor;tf unttuthori�ed a}iens a vii:)IIIti�)It «}'See!illit �'�§:L ic) -,f the INN, `�uc}41 ViOlation tl the recipient of the f:mplaylltcnt frigv isi+ins contained in Scction 2 74A (0 of the INA 411I111 hC orounds Iilr unilateral termination of the contract lly1 Collier Uounry- \'codas alte.,ts tiler the}� Iare fully col2tpliant el�iih all ap}�hc:ahli immif;r<itian tales ispicitacaslty- to the. It>S(i Imrni�;ration ACC and slibsequoIn Amendment( II 4lltlt It !w iti le of and Ill „Colli DliianCe, 411?h__i�IV 14tjtlfl'i Illt nl ti(i ttlrlll !!I i IC3t`tCitt lites ti �- 8 0 1) 5and ogress tt) CoInpIv w i t I I 1lie provIsIoII'; of the iylC1110r lldiflil of UJ11[to rslaIIdIIIg w i I h i'. VeriVy a I I Lo provide pt'oot of enrollment In �l Ile Finplovinvin Fli�elibihty VCritlCation 'S�Yslcln (FwvCI1f?"), opet`tlied by the lyepartment of Homeland Security in partnership with the. Social Security Administration of the le o ubntission M the Vendor's lbid, 1 a/ t C°tn�txtl2�� �<ime. Strtlt!$liI" a - P itii >U tt��is 'sIli " `It )rutty' of --'i ILL. ( he tbre�) )II ul5tr tilts t t�iy rig of pc'ri;l n c! t��z <acl-lxse��Icdt�cti t-)Lfl c In by hy itlptllt a "rplt ,irat prc4i:t�cc or online t tlxrizatian't, %f(/ �trnonthf< aG��� �-�+�-- N4=Stateof t Fi0twi8 __ �' 2d39ap _ I a:+luf roty Pribltc -S it h k,riti t)Ex t print '1`ype., or Sttlnlp (,;omnw' sioncd Nome, of'Notary Pulpit} Pcast>naily Itnvtvn C)R Produced Identification Type of }dcntific;tion Pro reed n�; IMPORTANT: No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2, The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Bid Schedule has been completed and attached. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. The following on-line standard documents have been reviewed and accepted in BidSync: a. Construction bid instructions form b. Construction services agreement c. Purchase order terms and conditions 8. All of the following bid forms have been completed and signed: a. Bid Form (Form l) b. Contractors Key Personnel (Form 2) c. Material Manufacturers (Form 3) d. List of Major Subcontractors (Form 4) e. Statement of Experience (Form 5) f. Trench Safety Act (Form 6) g. Bid Bond Form (Form 7) h. Insurance and Bonding Requirements (Form 8) i. Conflict of Interest Affidavit (Form 9) j. Vendor Declaration Statement (Form 10) k. Immigration Law Affidavit Certification (Form 11) MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE 1. Signed Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. 9. Copies of required information have been attached a. Business tax Receipt (Collier County Businesses Only) b. Company's E-Verify profile page or memorandum of understanding c. Certificate of Authority to Conduct Business in State of Florida (sunbiz.org) d. Any required professional licenses — valid and current (myfloridalicense.com) (i.e.: General Contractors license, Underground Utility and Excavation, Builders, Trade Contractors, etc., as applicable, requested and/or required.) 10. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been submitted. 11. Any addenda have been signed and acknowledgement form attached and included, or you MAY be DEEMED NON -RESPONSIVE. 12. The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise the Bid cannot be considered. Zep Construction, Inc. 02-Mat-2 t EMERGENCY BRIDGE SERVICE PLAN General We intend to submit an official emergency response plan, for approval by the project authority, prior to mobilizing to the project. Our plan be be to have a repair procedure approved and repair materials immediately available prior to starting any work that could cause damage to the existing bridge structures. W e do not anticipate any issues. The bridges included in this package have been inspected by our experienced emgineedng team. The proposed repair would be a critch bent system similar to that insta!!ed at bridge #034832 location, should it be necessary as mutually determined by contractor & county staff. Timeline of Events Contact List: 1 Damage or failure detected. 2 Glose bridge to traffic or restrict to 1 lane if possible. 3 Notify project authority 4 Detour traffic to alternate routes 5 Mobilize emergency repair materials 6 Complete the necessary repairs, working 24 hour shifts if needed. 7 Get county approval. 8 Reopen bridge to traffic t County project authority 2 FOR 3 All local emergency services 4 Airport authority 5 Local news Local schools & bus services 7 Any other reqquired authority Traffic Control: Traffic control will be provided by cert�ed personnel employed by Zep Construction. MOT devices will be readily available. Restoration of Tragic: See above timeline of events Suppliers of Emergency Services &Materials: Zep Construction, Inc. ULS Engineering, LLC Bob's Barricades Estimated Cost: $89.00 /SF INAINTAIN EXISTING BRIDGE STRUCTURES The Contractor is responsible for maintaining the existing bridge structures during construction, Phased construction has been specified to facilitate emergency services and maintain local access in this remote part of Collier County to avoid costly, lengthy detours, The Contractor shall maintain serviceability of the bridge so long as it is deemed safe for the traveling public. If the Contractor suspects the condition of the bridge has deteriorated and may no longer be safe for use, the Contractor shall notify the Engineer and the County immediately for evaluation, The Contractor shall prepare an Emergency Bridge Service Plan detailing the steps to be taken if serviceability of the existing bridges can no longer be maintained during phases of construction that require it to remain in service, This emergency plan, which is to be displayed at each job site, shall include the following information: • A timeline of events to occur upon the suspicion and/or determination that a bridge is no longer serviceable, • A contact list of County representatives, public officials, and agencies to notify that the bridge is no longer in service. • A plan for restricting traffic across or closing the bridge, as needed. • Proposed alternatives to restore traffic through the construction site depending on the severity of the condition of the bridge. include a sketch or example photo($) to illustrate each alternative and a cost estimate per square foot of bridge deck plan area for each, • List of potential suppliers of emergency materials, including contact information, distance from project site, and estimated response time, The cy plan shall be submitted as part of the bid p CLEARING AND GRUBBING ACTIVITIES The County has mailed Driveway Modification Letters to property owners with driveways within the project limits to notify them of potential temporary and/or permanent impacts resulting from construction activities, The Contractor shall coordinate with the County prior to commencing Clearing and Grubbing activities to provide additional information to property owners regarding driveway impacts, including but not limited to driveway closures, access restrictions, maintenance of traffic coming in and out of driveways, construction schedules, and timing of operations that impact driveways. Package C: As part of Clearing and Grubbing, the Contractor shall coordinate with the property owner($) of parcels 00232860102 and 23Z720103 located at 15950 and 1 S97t) )II Well Road, respectively, regarding relocation of the mailbox at the location as shown in the plans. Coordination shall occur prior to the commencement of Clearing and Grubbing activities, If the property owner(s) does not respond to requests for coordination within 14 days, the Contractor shall seek instruction from the County regarding relocation of the mailbox. E r� t 0 a jj Jj tf t ,t !'d } t i x i jj^y TO - r..r z�` l� t `�� v 1. w; tf(�� 1(,� r VTAT 3i�1�j 44 tI7W I � tif�ih�jlih� t�1i I�i�Sp�yj,�J�l, �t i 1 jii 3t i , IT ae 6 f�. IT Tv rc a � aooc;oTvmTT �f /yQr n L AV 4 b p (Y h ~ J �a n 43 ITTpp � Vt CW ttt� W U 1 1 1 `mil I 1 � all N N W N 1 a 1 � w Fr '� ♦ w rk� V� V ih V yyV� V Wgag W Y i a a a ?4 a M 4 N N N 1 ri R;art I P:�rl II V FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY February 21, 2020 ZEP CONSTRUCTION, INC. 7802 JEAN BLVD FORT MYERS, FLORIDA 33967 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 3/30/2021. However, the new application is due 1/31/2021. Tn accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company�s maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: iiTTPS://fdotwpl.dot.state.fl.us/ContractorPreQuali£ication/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: BASCULE BRIDGE REHABILITATION, DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, INTERMEDIATE BRIDGES, MAJOR BRIDGE - BRIDGES OF CONVENTIONAL CONSTRUCTION WHICH ARE OVER A WATER OPENING OF 11000 FEET OR MORE, MAJOR BRIDGE - CAST IN PLACE / POST -TENSIONED / SUPER -STRUCTURE, MAJOR BRIDGE - CONCRETE SEGMENTAL CONSTRUCTION, MAJOR BRIDGE - CURVED STEEL GIRDERS, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, R&R INTERMEDIATE BRIDGES ("R&R" IS REPAIR AND REHABILITATE), R&R MAJOR BRIDGE - BRIDGES OF CONVENTIONAL CONSTRUCTION WHICH ARE OVER A WATER OPENING OF 11000 FEET OR MORE, R&R MAJOR BRIDGE- CURVED STEEL GIRDERS, R&R MINOR BRIDGES, SIDEWALK, SEAWALLS, SOIL ANCHORS, STEEL SHEET PILING, DRILLED SHAFTS, MISCELLANEOUS MARINE CONSTRUCTION, POST -TENSIONING, RIP RAP, RETAINING WALL You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Updates, instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. www.fdat.gov ZEP CONSTRUCTION, INC. February 21, 2020 Page Two All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, G Alan Autry, Contracts P AA:cj Hager nistration Office q I � i State oj Florlda Department of State 1 certify from the records of #his office that ZEP CONSTR�JGTION, TNC. is a corporation organized under the laws of the State of Florida, filed on March 29, l 973. The document tturnber of this corporation is 422245. T further cerfify that said corporation has paid all fees due this of-�ce through December 31, 2020, that its most recent annual report/uniform business report was filed on January 17, 2020, and that its status is active. l further cel-tify that said corporation has not filed Articles of lDissalution. (a'zvei� ttrrrler n,,t� hunt arrrl the Great Seal uj' .S'tate of Flnrirla ut Tallahassee, the Capital, this tltE? Sevewleeitth thy of Jammy, Bozo S crettrry trgj`Sttrte Tracking Number: a3S1986252CC _..._._. _.__ ��. To authenticate this certtficate,visit the following site,enter this number, and then fiillow the instructions displayed. hups:l/services.sunbiz.org/Filings/Certificate-oistatus/CertiticateAuthenticatfon Detail by Entity Name Page 1 of 3 Flo�irja Og�.art.i�ent pf State Uepartrngnt of State / Di�isun of Corporations / Searrh Fte.ords / ,Seercn b Entity Name / Detail by Entity Name Florida Profit Corporation ZEP CONSTRUCTION, INC. Filing Information Document Number 422245 FEI/EIN Number 59-1448314 Date Filed 03/29/1973 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 12/30/2005 Event Effective Date NONE Principal Address 7802 JEAN BLVD, FORT MYERS, FL 33967 Changed: 01/04/2010 Mailing Address 7802 JEAN BLVD, FORT MYERS, FL 33967 Changed: 01 /04l2010 Registered Agent Name &Address ZEPCEVSKI, JOVAN A. 7802 JEAN BLVD T. MYERS, FL 33967 Address Changed: 01l04/2010 OfficerlDirector Detail Name & Address Title PST ZEPCEVSKI, JOVAN A 7802 JEAN BLVD FT MYERS, FL 33967 Title VP Dly16!ON Gf C(J i! UFkTiO*I8 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 3/29/2021 Detail by Entity Name Page 2 of 3 ZEPCEVSKI,TERESA 7802 JEAN BLVD FT MYERS, FL 33967 Title VP SCRIBNER, KIRK 7802 JEAN BLVD FT MYERS, FL 33967 Annual Reports Report Year Filed Date 2019 04/02/2019 2020 01/17/2020 2021 03/09/2021 Document images 0310912d02 i -- 01/17/2020 -- ANNUAL REPORT' ANNUAL REPORT 04102120i9___- ANNUAL REPORT 03/2712018 --ANNUAL REPORT 03/17/2017 -- ANNUAL REPORT 021091201E -- ANNUAL REPORT 01;0700IG --ANNUAL. REPORT 03/19/2014 -- ANNUAL. REPORT 01/2112013-- ANNUAL REPORT 0.11 !Q1201,2-_ANNUAL_RP 01/03/2011 --ANNUAL E RI REPORT 01/04/2010 --ANNUAL REPORT 01 /05/2009 -- ANNUAL RE POR1 01107/2008 -- ANNUAL. REPOR" 01/08121 07 -- ANNUAL- REPOR" 01/04/2006 --- ANNUAL REPOR- 12i30l20-05 -- Amendment 02/02/20 .5 -ANNUAL REPOR" 02/19/2004 -- ANNUAL REPOR 02/10/2003 -- ANNUAL REPOR' ( 2J041'2002 --ANNUAL. REPOR' 01127/'2(H)1 --ANNUAL REPOR (i1 P201 000 -- ANNUAL REPOR 03111i1999 •-ANNUAL REPOR, OW02/1993 --ANNUAL REPOR 03/25/1997-ANNUALREPOR 04/24l1996 --ANNUAL REPOR View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View Image in PDF fomat Vis.v image in PDF format Vie,v image in PDF format Vies image in PDF format View image in PDT' format View image In PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Viow image in PDF format View image in PDF format View image in PDF format f View Image in PDF format f View image in PDF format f View image in PDF format [ View image in PDF formatt i View image in PI:)I' Format i View image in PDF format T View image in PDF format httpJ/search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 3/29/2021 Detail by Entity Name Page 3 of 3 h Lpo//search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 3/29/2021 company ID Number: 384545 THE E-VERIFY MEMC}RANDUM OF t1NDERSTANDING ARTICLE 1 The parties to this agreement are the Department of Homeland Security (DHS) and the Zep Construction, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. RESPt�N0101LITtES A, RESPONSIBtL.iT1ES 4F THE EMPLC?YER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verity MOU for Employers I P.evisaon Cote 06101113 Company ID Number: 384545 4. The Employer agrees to become familiar with and comply with the most recent version of the EMVerify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the &Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Farm 1-9 procedures, with two exceptions; a. If an employee presents a "List B" identity document, the Employer agrees to only accep# "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact &Verify at 8884644218. b. if an employee presents a DHS Form I-551 {Permanent Resident Gard}, Form I-766 {Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DNS may in the future designate other documents that activate the photo screening tool. Note; Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available far inspection Forms i-9 that relate to its employees, or Pram other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using &Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Rage 2 of 17 E-Verify hSaU for Employers I Revision, Oafs 06101113 Gnrnpany ID Number: 384545 employed an unauthorized alien in violation of section 274A(a)(1}{A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the &Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 0 was completed, The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual, If &Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 1 Q. The Employer agrees not to use E-Verify for pre -employment screening of jab applicants, in support of any unlawful employment practice, or for any other use that this MOU or the ENerify User Manual does not authorize. 11. The Employer must use E-Verify for ail new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article Ii.B of this MOU. 12. The Employer agrees to follow appropriate procedures /can Ariicie III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's ENerify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees, The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article iII.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment e{igibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274aA(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized, in any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 ENerify MOU for Employers I Revision Gate 06/01113 Mild Company ID Number: 384545 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888464- 4218 (customer service) or 1-888- WJ781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the INA as applicable by riot discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound 'foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274E of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in &Verify, If the Employer has any questions relating to the antidiscrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the informa#ion it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. A8 suspected or confirmed breaches should be reported by calling 1-8884644218 or via email at E-VerifyO dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a()(1) and (3}} and the Social Security Act (42 U.S.C. 1306(a}), Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06101/13 11�41 7� r: iilllAl Company ID Number: 384545 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website ar other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E«Verify according to this MOU, B. RESPaNSLBLLITIES OF FEDERAL_ CC3NTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart zz, io of the FAR, it wiii become familiar with and comply with the most current version of the EsaVerify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands #hat if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22,1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enrol! as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in &Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Pale 5 of 17 E-Verify MOU for Employers I Revision bate 06/01/13 Company ID Number. 384545 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in &Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 Jays of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher educa#ion {as defined at �0 U.S.C. 1001{a}), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986, Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin %Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii, The Employer has reviewed the Farm I-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S, citizen). fi. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if; The Employer cannot determine that Farm I-9 complies with Article II.A.6, The employee's basis for work authorization as attested in Section 1 has expired or changeA, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Nate: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Recision mate 06/01/93 Company ID Number: 384545 Article II.C.S, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article I I.A.5, subject to any additional or superseding Instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal con#ractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPt7N51Btt_ITtES C)t= SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S,C, § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmat'ron visits an SSA field office and provides the required evidence. if the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E4enfy may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-8$8-464�4218. D, RESPONSiBlLiT1ES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MQU (or Empi+�yers i Revision Dats 06/01/13 Company ID Number, 384545 b. Photo verification checks (when available) on employees: 2, DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DNS representatives to be contacted during the E-Verify process. 3, DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer antidiscrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to &Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8, DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry, 0. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative noncgnfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL 0I= INDIVIDUALS Tt7 SSA AND DHS A. REFEf2RAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's &Verify Nape 8 of 17 &Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 384545 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees, The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he ar she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by &Verify, The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days, SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees, The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a ten#ative nonconfirmation, 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page g of 17 E-Verify MaU for Employers I Revision Date O6lQ1l13 Company ID Number: 3845A5 employee to contact DHS through its toll -free hotline {as found on the referral letter} within eugh# Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DNS for review by. a. Scanning and uploading the document, ar b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DNS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DNS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting far case results, the Employer agrees to check the E-Verify system regularly far case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of a!I parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not {united to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 05J01t13 Domp;any ID Number. 384545 B. TERMINATt(�N l . The Employer may terminate this MOU and its participation in E-Verify at any time Iapon 30 days prior written notice to the other parties, 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in &Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E4erify procedures and/or legal requirements, The Employer understands that If it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this tvlOU when the Federal contract that requires its participation in &Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DNS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Venfy procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or o#herwise, if the Employer is terminated from &Verify. ARTICt_E vl PARTIES A, Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary, By separate agreement with DNS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or mergerI all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D, Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 400(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorised or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date. 06/01/13 Company ID Number. 384545 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MUU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.G. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The fioregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E=Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888 4644218. Page 12 of 17 �-Verify MpU for Employers i Revision Date 06/01/13 Company ju Number: 384545 Approved by: Employer Zep Construction, Inc. - — Name (Please Type or Print) Title Jovan A Zepcevski ........ ....... . ___v Signature _ _ .__._._._...... _.._......._............__._ Date Electronically Signed 01/11/2011 Department of Homeland Security — Verification Division — Name (Please Type or Print) Title USCIS Verification Division Signature— Date Electronically Signed 01/11/2011 Page 13 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 Company 11? Number. 384545 Information Required for the E Verify Program nformation relating to your Company. Zep Construction, Inc. Company Name 7802 Jean Blvd. Fort Myers, FL 33967 Company Facility Address Company Alternate Address County or Parish LEE Employer Identification Number 591448314 ............ _____ __..._.._.-_._-._.__..............._________ _ _ North American Industry 237 Classification Systems Code None Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Page 14 of 17 E-Verify MQU for Employers l Revision Date 06/01/i3 J ilfl34j34°'?:.. Company ID Number: 384545 Are you verifying for more than 1 site r if yes, please provide the number of sites verified for in each State: 1= LORIDA 1 site(s) Page 15 of 17 �-Verify MOU far Employers � f2evision Date 06/01/13 Company ID Number: 384545 Information relating to the Program Administrator+sj for your Company on policy questions or operational problems. Name Ed G Sirnan Phone Number (239) 267 - 8778 lax Number (239) 267 "7907 Email Address ed@zepconstruction.com Name Annette Nizza Phone Number (239) 267 - 8778 Fax Number (239) 267 - 7907 Email Address annette@zepconstruction.com Name Jovan A Zepcevski Phone Number (239) 267 - 8778 Fax Number (239) 267 - 7907 Email Address zep@zepconstruction.com Page 16 of 17 E-Verify MdU for Employers � Revision Date 06/f)1M3 s Company ID Number: 384545 Page intentionally left blank page 17 of 17 E-Verify MtJU for Employers � Revision Oate 06/01l13 CAv EXHIBIT A-3: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Kirk Scribner Jamie Booth Personnel Category Construction Superintendent Project Manager 10 Construction Services Agreement: Revised 01.28.21 (v9) ._v. r` wc INSURANCE GROUP April 7, 2021 Collier County 3295 Tamiami Trail East Naples, Florida 34112 Re: Zep Construction, Inc. Bond No.: 013 129 457 Project: Bridge Replacement -Bridge Package C-4, Bridges- Oilwell Road Project #21-7851-ST Contract Amount: $12,992,442.90 To Whom It May Concern, Please use this letter as authorization to insert the Contract Date on the attached bond for the above referenced project, on behalf of the Surety. If you should have any questions or concerns, please do not hesitate to contact me. Sincerely, Hingson ,�t-orney-m-Fact ZOO f ` s y� Confidence. For What-s Next. FORT MYERS OFFICE 6820 PORTO FINO CIRCLE, SUITE 2, FORT MYERS, FL 33912 P 239.275.8226 F 239.275.8837 EXHIBIT 13-1: PUBLIC PAYMENT BOND ITB# 21-7851-ST Bond No. 013 129 457 Contract No. 21-7851-ST KNOW ALL MEN BY THESE PRESENTS: That Zep Construction, Inc. 7802 Jean Boulevard, Fort Myers, Florriiida_33967 -, as Principal, and Liberty Mutual Insurance Company , as Surety, located at 175 Berkeley Street, Boston, Massachusetts 02116 (Business Address) are held and firmly bound to Collier County as Obligee in the sum of Twelve Million Nine Hundred Ninety -Two Thousand Four Hundred Forty Two and .90/100 ($ 12,992,442.90 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 7� day of April 2021 with Obligee for 9 Bridge Replacement -Bridge Package C- 4 Bridges-Oilwell Road in Collier County accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 7th ' day of April 2021 , the name of each party being affixed and these presents duly signed by its under -signed representative, pursuant to authority of its governing body, 11 Construction Services Agreement: Revised 01.28.21 (0) ,- -� Signed, sealed and delivered in the presence of: itnesses as to Principal STATE OF COUNTY OF PRINCW91- ZEP �ON TRUCTIO /,INC. i a NAME: 41 ITS:►. The foregoing instrument was ackno ed before me means,of physical presence or ❑ onnotarization, this _ y of , 20 , by tool VRAIa At--?4- of hL LAQa..r corporation, on behalf of the co ora on. He/she is personally known to me_ OR has produced as - i entification and did (did not) take an oath. r MY Commission Expires - Notary nature of Notary Public) ea,uNotary Public State- of Fkxida ON Annette V Nia V'00� L My Commission GG 268980 NAME: ja E2'7""0' xpires 02/13/2023 (Legibly Printed) (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety Notary Public, State of IrL Commission No.: s- �Tv SURETY: LIBERTY MUTUAL INSURANCE COMPANY (Printed Name) 175 Berkeley Street. - Boston, Massachusetts 02116 (Business Address (Authorized Signature) (Printed Name) 12 Construction Services Agreement: Revised 01.28.21 (v9) ,- :c `-"41 T� Jr6 till&1N ORs l As Attorn in Fact `'• ` A i (Attach Power of Attorney/` aiir Il. ✓: .'•s , Wendy L. Hingson, Attorney-`ii-Fout Car Residenta e n rFlorida Wi rhesses (Printed Name) VTC Insurance Group 6820 Porto Fino Circle, Suite 2 Fort Myers, Florida 33912 (Business Address) (239) 275-8226 (Telephone Number) STATE OF Florida COUNTY OF Lee The foregoing instrument was acknowledged before me by means of ZI physical presence or Cl online notarization, this 7th day of April , 2021 , - by Wendy L. Hingson , as Attorney -In -Fact and Florida Resident Agent of Liberty Mutual Insurance Company ; a Massachusetts corporation, on behalf of the corporation. *&/she is personally known to me OR has produced N/A as identification and XXC (did not) take an oath. Notary Public State of Florida Dawn M 4nzo My Commission GG 328505 a, Expires 08/01 /2023 (AFFIX OFFICIAL SEAL) e0NDO....L1 N-�, Cn Lffic (Signature of Notary Public) Name: Dawn M. Onzo (Legibly Printed) Notary Public, State of: Florida Commission No.: GG 328505 13 Construction Services Agreement: Revised 01.28.21 (v9) r' EXHIBIT 13-2: PUBLIC PERFORMANCE BOND ITB# 21-7861 -ST Bond No, -01 3 129 457 Contract No. 21-7851-ST KNOW ALL MEN BY THESE PRESENTS: That Zep Construction, Inc. as Principal, and Lib_ erty Mutual Insurance., Qgmpaay, �$ as Surety, located at 175 Berkeley Street, Boston, Massachusetts 02116 (Business Address) are held and firmly bound to Collier County , as Obligee in the sum of Twelve Million Nine Hundred Ninety -Two Thousand Four Hundred Forty TwQ and .2-0/100 ($12,992,442.90 for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 5 20 1 with Obligee for 'Bridge Replacement-13 ridge Package C- 4 Bridggg.;-QilVLell Road in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, 'incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this 7th day of April 1 2021 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 14 Construction Services Agreement: Revised 01.28.21 (0) Signed, sealed and delivered in the presence of: V�itnesses as to rincipal STATE OF FL - COUNTY OF J—ASAE PRINCIP L ZEP C NST UCTION, I BY: NAME: z 01 ITa., The foregoing instrument was ackn wl d before me b mean of physical presence or 0 onl' notanz tion, this of 2 , by of ..a corporation, on behalf of the corp ation. Hem/s a is personally known to meOR has produced as identification and did (did not) take an oath. s �. Notary PubhC State of F ida (Si ature of Notary Pu lic) Annette V Nizza t My Commission GG 268980 Expires 02/13/2023 �^ Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State f: Commission No.: (-&�: 15 Construction Services Agreement: Revised 01.28.21 (v9) e ATTEST: Witnesses as to Surety Witnesses STATE OF Florida COUNTY OF Lee SURETY: LIBERTY MUTUAL INSURANCE COMPANY (Printed Name) 1.Z5 Berkeley ,Street Boston, Massachusetts 02116 (Business Address) (Authorized Signature) (Printed Name) Lrr l ' OR As Attorney in Fact (Attadt Power of Attorney) V r wi ` y Wendy L. Hingson, Attorney -In -Facto nd Florida Resident Agent �`i''�•�` (Printed Name) ����''��'�'*�` VTC Insurance Group 6820 Porto Fino Circle, Suite 2 Fort Myers, Florida 33912 (Business Address) (239) 275-8226 (Telephone Number) The foregoing instrument was acknowledged before me by means of & physical presence or ❑ online notarization, this 7th day of April , 2021 , by Wendy L. Hingson , as Attorney -In -Fact and Florida RPsirle t Agent of Liberty Mutual Insurance Company , a Massachusetts corporation, on behalf of the corporation. �%/she is personally known to me OR has produced N/A as identification and W (did not) take an oath. My Commission Expires: ��rr N&Wy public State of Florida �f' Dawn M onzo My commission GG 328505 Expires 08/01 /2023 (AFFIX OFFICIAL SEAL) "Ohcu on f0f U/^YL (Signature of Notary Public) Dawn M. Onzo (Legibly Printed) Notary Public, State of: Florida Commission No.: GG 328505 16 Construction Services Agreement: Revised 01.28.21 (v9) CD 0— M (D > 4-0 . 0 60 W a) 0 0 0 E 6. 0 M > 0 ?. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND, This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated, Certificate No. 7718896 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly i I I organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Dawn M. Onzo; Wendy L. Hingson -------- ------- - - ------ ----------- --------- ------ ----------- all of the city of Fort Myers ,state of.: 'F :..... each individually if there be more 14�n* one named, its true and lawful attorney-irl.4a6t to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as -its act-Aod'.deed, any and all undertakings, bonds T ecognizances and other surety obligations in. pursuance of these presents and shall be as binding upon the Companies as if they haV.6..been duly signed OyAh,e president and attested. .:4'y the secretary of the Companies in their own, proper persons, ... . .... .. official of the. . Gompatiie­$:and the corporate -:.seals of the Companies have been affixed IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized ofker-lo-l.'f thereto this 5th day of April 2017 ..... .... ... . Nt.s Liq 4 The Ohio Casualty insurance Company Liberty Mutual Insurance Company :9 1912 991 West American Insurance Company X By: .. .... a,� IX STATE OF PENNSYLVANIA Ss 1�4 David M. Carey; Secretary COUNTY OF MONTGOMERY On this 5th day of April 1 2017 , before me personally appeared David M, Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. p., P COMMONWEALTH OF PENNSYLVANIA .4 Notarial Sea: Teresa Pastella, Notary Public By: OF Upper Merjon Twp., Montgomery County Teresa Pastella, Notary Public My Commission Expires March 28,2021 A %e jqwy m Meber, Pennsylvania Association of Notaries .9 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12, Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact undeEr the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE X1111 — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf ofthe Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary, Certificate of Designation — The President of the Company, acting pursuant.to the Bylaws e of the Company, -authorizes David Carey, A ------srstant.Secretary to appoint such attornevs-in- fact as may be necessary to act on behalf of the Company: to make, execute-. seal, acknowled-&-' d deliv6e:as surety and all undertaki bonds, recognizances and other surety g an any ngs,. Ly obligations, . .. ... . ..... . . .... Authorization — By unanimous consent ofthe .com Board of -Dir ors, the Company consents that fai6sh ically reproduced s'ignature of any assistant secretary of the pan a. mile or * ' .y mechan Company, wherever appearing upon a certified-pbopy of f aft- by the Company ::apy.:power 0 attorney issued panyin co0ection with surety bonds, shall be valid and binding upon the Company with ....... .... .. the same force and effect as though manually.affixed'.. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty .Mutual IsufanCompany, ompany, ar4 West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a,.MJ:,-.jru6 and correct copy of the Power"Oto- -.of A�ft e executed by said Companies, is in full force and effect and .... .. ... . .. . Y. has not been revoked, .... . .... . IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 0 1912 1991 By e Renee C. Llew Xssisiant Secrai i 76 of 250 LMS12873022017 EXHIBIT 15-3: INSURANCE REQUIREMENTS The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number/contract number and title. The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County, The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self4sured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Contractor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due 17 Construction Services Agreement: Revised 01.28,21 (v9) Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 18 Construction Services Agreement: Revised 01.28.21 (v9) Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ❑ Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps,fldfs.com/bocexempt! 2. ❑Employer's Liability $ '` ` Ingle limit per occurrence 3. ❑Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ❑Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 5. ❑Automobile Liability $ ' !Each Occurrence; Bodily Injury &Property Damage, Owned,Non-owned/Hired; Automobile Included ❑ Other noted: insurance as ❑Watercraft 0 Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 19 Construction Services Agreement: Revised 01.28.21 (v9) 7 t� ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ❑Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 10. ❑Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. 11. ❑The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. El Thirty (30) Days Cancellation Notice required. ContractorlConsultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Signature Print Name Insurance Agency Agent Name Date Telephone Number 20 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF (COLLIER) STATE OF (FLORIDA) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material - men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated 120 for the period from to This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: The foregoing instrument was acknowledged before me by means of day of 20 by on behalf of the My Commission Expires: (AFFIX OFFICIAL SEAL) of corporation He/she is President [Corporate Seal] ❑ physical presence or ❑online notarization, this as ,a personally known to me OR as identification and did (did not) take an oath. (Signature of Notary Public) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: corporation, _ has produced 21 Construction Services Agreement: Revised 01,28.21 (v9) EXHIBIT D FORM OF CONTRACT APPLICATION FOR PAYMENT Collier County Board of County Commissioners the OWNER or Collier County Water -Sewer Owner's Project Manager's Name: Bid No. Project No. Count 's Division Name Purchase Order No. Submitted by Contractor Application Date: Representative: Name Contractor's Name & Payment Application No. Address: Original Contract Time: Ori inal Contract Price: $ Revised Contract Time: Total Change Orders to Date: $ Revised Contract Amount: $ Total Value of Work Completed & $ Stored to Date: Retainage @5% through $ Retainage @ 5% through [Insert $ Insert Date]. -date Retainage @ % $ Less Retainage $ after Insert date Total Earned Less Retainage $ Less previous a ment s Percent Work Completed % AMOUNT DUE THIS $ to Date: APPLICATION: Percent Contract Time % Completed to Date: Liquidated Damages to $ Remaining Contract Balance $ Be Accrued ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. Contractor's Name Contractor's Signature: Date: Type Title: Shall be signed by an authorized representative of the Contractor. Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by:... Design Professional's Name: Signature: Date: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended by. Owner's Project Manager Name: ignature: Date: 22 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT D (Continued) SCHEDULE OF VALUES Project Name: Project Number. Date: Period To: ITEM NUMBER *Explanation DESCRIPTION _... W10"IFINN mom IN SCHEDULED VALUE WORK COMPLETED STORED i MATERIALS _.._ TOTAL COMPLETED &STORED TO DATE PERCB9T COMPLETE All BALANCE TORNISH Folsom 5% RETAINAGE _... (reduced PiM, M _YO RETAINAGE rate) TOTAL RETAINAGE WITHHELD PREVIOUSAPPU TIONS THIS PERIOD F:, THRUDATE MIM A SINCE DATE MINES TPE OTALS for the two columns under Previous Applications: The Thru Date is where you will place all information until the contract is complete unless a release or reduction of retainage issue comes into play. If this happens, all information up to the date of the % change in retainage is placed in the Thru Date column. Information after that date is placed in the Since Date column. This states what has happened since the change in retainage. 23 Construction Services Agreement: Revised 01.28.21 (v9) Exhibit D (Continued) Stored Materials Record Formula:A+B-C-D=E A B C D E Date Description Supplier Invoice Number Previously Received Received This Period Previously Installed Installed This Period Balance To Install 24 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT E: CHANGE ORDER An electronic data entry form may be found at: http://bccsp01 /SiteDirectory/ASD/Purchasing/Formsl /Forms/Default,aspx Change Order Form Contract#:� Change#: PurahaseOrder#: ContractorlFimt Name: —� ProjectfdanagerName �— Project Name: �— Department: �— Project #: ,�vgin-al Contract='snlarf Grd� Arncsunt r�'iginai BflC Ap{�rsval Qate: Agenda Itsm Current BCC Approved Amount Last BCC Aoprovai Date; Agenda Item# Current ContractW orlt Order Amount SAP Contract Expiration Date f fvisst=_r) Dolbr Amountof thi5 Change ODlVio! Tots ICharrgefrcmCrigiraIAmount P,evised Contract`Work Order Total S t).DJ 00IV?o! 'ChsngeframCtarent BCC Approved Amount Cumulslive Changer a 0,001 1 #LIMO" Chang efromCurrentAmount Completion Date Description of the Tasks}Change , and Rationale for the Change � tiaticeto Pracee Original Last Approved �� Revised Date Date Completion Oat Date its: jesvxsdnsaa3ej if of Days Added SelectTasks 0 Addnewtask(s) 13Deletetask(s) 3.Change task[s) ❑',Othersss oast Provide a response to the following: 11.) detailed and specific explanationlrationale of the requested ohange(s) to the tasks} and I or theadditional days added (if requested); 2.)why this change was not included in theoriginal contract: and, 3.1 describetha impact'rf this change is not processed. Attach additional informations from the Design Professional and?'or Contractor rf r.z%Ie3. Prepared by: Date' (F`rojeat frlarsager Name and D?:panmerst) A€r=:ptar;,e of this Changeorder sha:tl sarstriute a rnodiircatv+r to soil rats (, war%arder rttfred ataa _ ar.3 will ba ; ubj�t to all th= ram>_ t=_rmsardco drtiorsa contain=3nrtfiecontractPwarl:ar r rdisafeda&ave sfcltyassittesamawarastated fnthfsa tsFt�r�ca Tlue adlvstmsnt.Mary,lather_.orttraci5hsllconskrtateafullanc{nrsalsettJezr>Qrtofarsyandallcl ,*nseftheCvts�act.,r 'rera3ariCars>ritarti Design Profess ioral aria inq ours of or related to the o i arge set forth herein, inic h[ ding claims for tm past and. delay saes. Accepted by: Date:. [Contractor? lreridarT Consult art I Design Professior-alark Nan, eey{ Finn, if pra}ectappt4cabla) Approved by: date: (Design Professional a.rd Name of Firm, if project applicable) Approved by: Date: {F7ozurement Professional 25 Construction Services Agreement: Revised 01.28.21 (v9) OWNER'S Project No. PROJECT: CONTRACTOR: Contract For Contract Date EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION Design Professional's Project No. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 2s Construction Services Agreement: Revised 01.28.21 (v9) RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on By: Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on By: CONTRACTOR Type Name and Title OWNER accepts this Certificate of Substantial Completion on By: OWNER Type Name and Title m 27 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Contractor: The following items have been secured by the for the Project known as PO No.: Date: and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one-year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) By Design Professional: By Owner: (Signature) (Typed Name &Title) (Firm Name) (Signature) (Typed Name &Title) (Department Name) (Signature) (Name &Title) 2a Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT NO GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents, 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 29 Construction Services Agreement: Revised 01.28.21 (v9) 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time, The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be 30 Construction Services Agreement: Revised 01.28.21 (v9) limited to the hours of 7 a.m. to 7 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. 4.5 In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is 31 Construction Services Agreement: Revised 01.28.21 (v9) stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall withhold retainage on the gross amount of each monthly progress payment in the amount of five percent (5%), as permitted by Section 255,078, Florida Statutes. The foregoing does not prohibit Owner from withholding retainage at a rate less than five percent (5%) of each monthly progress payment as otherwise allowable under Section 255,078, Florida Statutes. Any reduction in retainage below the maximum amount set forth in Section 255.078, Florida Statutes, shall be at the sole discretion of the Owner. Such retainage shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255,078, Any interest earned on retainage shall accrue to the benefit of the Owner. 4.7 Monthly payments to Contractor shall in noway imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule, 4A0 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 32 Construction Services Agreement: Revised 01.28.21 (v9) `�W,`' g.< 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non- compliance with the Contract Documents, The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit I 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 33 Construction Services Agreement: Revised 01.28.21 (v9) 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will 34 Construction Services Agreement: Revised 01.28.21 (v9) record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 8.1.7 8.1.8 8.1.9 8.1.10 of performance. Description of Work being performed at the Project site; Any unusual or special occurrences at the Project site; Materials received at the Project site; A list of all visitors to the Project Any problems that might impact either the cost or quality of the Work or the time The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features 35 Construction Services Agreement: Revised 01.28.21 (v9) (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT. Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112=5746 Telephone: (239) 252-8999 Email: PublicRecordReg uest(a colIiercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 36 Construction Services Agreement: Revised 01.28.21 (v9) 9. CONTRACT TIME AND TIME EXTENSIONS. 9A Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change 37 Construction Services Agreement: Revised 01.28.21 (v9) Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub -subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub -subcontractor for field and home office overhead is included in the markups noted above. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 38 Construction Services Agreement: Revised 01.28.21 (v9) 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified 39 Construction Services Agreement: Revised 01.28.21 (v9) party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in the Insurance and Bonding Requirements form Exhibit 13-3 to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit 13-3. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States, including the requirements set forth in Florida Statute, §448.095. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet - based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Contractors /Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Contractor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying 40 Construction Services Agreement: Revised 01.28.21 (v9) they shall comply with the E4erify Program. The affidavit is attached to the solicitation documents. If the Bidder/Contractor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's / Contractor's proposal may be deemed non- responsive. Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E4erify) program visit the following website: http://www,dhs,gov/EmVerify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the 41 Construction Services Agreement: Revised 01.28.21 (v9) Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 42 Construction Services Agreement: Revised 01,28.21 (v9) 18A The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 43 Construction Services Agreement: Revised 01.28.21 (v9) 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. The Project Manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of ('ontractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY, 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, 44 Construction Services Agreement: Revised 01.28.21 (v9) Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22A Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 22A If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 2206 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 45 Construction Services Agreement: Revised 01.28.21 (v9) 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials 46 Construction Services Agreement: Revised 01.28.21 (v9) and equipment stored at the Project site or for which Owner has paid Contractor [JUL which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit A-1 is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.8, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 47 Construction Services Agreement: Revised 01.28.21 (v9) 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project, If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional, The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor new or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from 48 Construction Services Agreement: Revised 01.28.21 (v9) damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.E All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 49 Construction Services Agreement: Revised 01.28.21 (v9) 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend apre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of --Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway &Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall 50 Construction Services Agreement: Revised 01.28.21 (v9) be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 51 Construction Services Agreement: Revised 01.28.21 (v9) 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self -performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub -subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 52 Construction Services Agreement: Revised 01.28.21 (v9) 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub -subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost -Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 3411021 Technical Standards 34.1122 Design Handbooks 34.1.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34,1625 Daily Progress Reports 34.1.26 Monthly Progress Reports 3401027 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 3461.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements 53 Construction Services Agreement: Revised 01.28.21 (v9) The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations V the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(Wcolliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 36. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and 54 Construction Services Agreement: Revised 01.28.21 (v9) construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid &Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48-hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision - making authority and by Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by Owner's staff person or designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 55 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 56 Construction Services Agreement: Revised 01.28.21 (v9) EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS CONTENTS: GENERALNOTES..............................................................................................................................3 PERMITCONDITIONS........................................................................................................................3 PROTECTEDSPECIES &WILDLIFE................................................................................................4 FEDERAL AVIATION ADMINISTRATION (FAA)..............................................................................7 PROJECTINFORMATION SIGN....................................................................................................... 8 MAINTENANCEOF TRAFFIC............................................................................................................ 8 MAINTAIN EXISTING BRIDGE STRUCTURES................................................................................ 9 CLEARING AND GRUBBING ACTIVITIES....................................................................................... 9 PROTECTIONOF LOCAL ROADS.................................................................................................10 PROTECTIONOF EXISTING FENCES...........................................................................................10 PIPECULVERT.................................................................................................................................10 UTILITY COORDINATION WITH UTILITY AGENCY OWNERS....................................................11 ELECTRICITY....................................................................................................................................11 WATER..............................................................................................................................................12 FUEL ADJUSTMENTS NOT PROVIDED.............." 12 ALLOWANCES.................................................................................................................................12 SUBMITTALOF SHOP DRAWINGS...............................................................................................13 CONTRACTORPRESENTATIONS.................................................................................................13 AS-BUILT/RECORD DRAWINGS....................................................................................................13 END.............................................................................................. 1 FIGURES: FIGURE al CRESTED CARACARA MAP STATION OVERVIEW.................................................15 FIGURE 2: CRESTED CARACARA MAP STATIONS 1 & 2.........................................................16 FIGURE 3: CRESTED CARACARA MAP STATIONS 3 TO 6.......................................................17 FIGURE 4: CRESTED CARACARA MAP STATION 7..................................................................18 FIGURE 5: CRESTED CARACARA MAP STATIONS 8 & 9.........................................................19 FIGURE 6: PROJECT INFORMATION SIGN TEMPLATE............................................................20 2 EXHIBIT 1 SUPPLEMENTAL TERMS AND CONDITIONS GENERAL NOTES 1. The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. PERMIT CONDITIONS See Permits for conditions which may affect project construction. Permits) have been issued as follows: • SFWMD Environmental Resource General Permit (ERP) o Package A ■ Bridge No. 034831 & 034832: ERP No. 11-101651-P o LAP Package ■ Bridge No. 034833: ERP No. 11-101653-P o Package B ■ Bridge No. 034834: ERP No. 11-101654-P ■ Bridge No. 034835: ERP No. 11-101655-P ■ Bridge No. 034836: ERP No. 11-101657-P ■ Bridge No. 034841: ERP No. 26-101659-P o Package C ■ Bridge No. 034837: ERP No. 11-101664-P ■ Bridge No. 034838: ERP No. 11-101663-P ■ Bridge No. 034839: ERP No. 11-101660-P ■ Bridge No. 034840: ERP No. 11-101665-P • USACE Nationwide Permit (NWP) 14 o Package A ■ Bridge No. 034831 & 034832: SAJ-2019-02318 o LAP Package ■ Bridge No. 034833: SAJ-2020-03278 o Package B ■ Bridge No. 034834: SAJ-2020-03290 ■ Bridge No. 034835: SAJ-2020-03291 ■ Bridge No. 034836: SAJ-2020-03292 ■ Bridge No. 034841: SAJ-2020-03295 o Package C ■ Bridge No. 034837: SAJ-2008-03849 ■ Bridge No. 034838: SAJ-2008-03852 ■ Bridge No. 034839: SAJ-2020-03293 ■ Bridge No. 034840: SAJ-2020-03294 3 The Contractor shall be responsible for obtaining the following permits if necessary, to complete the work under this contract: • SFWMD - Water Use Permit (Dewatering) • FDEP - National Pollutant Discharge Elimination System (NPDES) Construction Generic Permit (CGP) PROTECTED SPECIES &WILDLIFE Observed Species The project area has been identified as habitat or potential habitat for several federal and state protected species as well as other species of interest. Multiple wildlife surveys occurred during February, April, and December 2018 and January to May 2019 for listed species with the potential to occur, which included: Gopher tortoise (Gopherus polyphemus, State Threatened [ST]), Florida sandhill crane (Antigone canadensis pratensis, ST), • State -listed wading birds, • Eastern indigo snake (Drymarchon corals couperi, Federally Threatened [FT]), • Florida bonneted bat (Eumops floridanus, Federally Endangered [FE]), • Florida panther (Puma concolor coryi, FE), • Everglade snail kite (Rostrhamus sociabilis plumbeus, FE), • Audubon's crested caracara (Polyborus plancus audubonii, FT), • Florida scrub -jay (Aphelocoma coerulescens, FT), and • Wood stork (Mycteria americana, FT). Florida sandhill crane (adults with downy juveniles), tricolored heron (Egretta tricolor, ST), little blue heron (Egretta caerulea, ST), roseate spoonbill (Platalea ajaja, ST), Florida panther, Everglade snail kite, Audubon's crested caracara, and wood stork were observed on or adjacent to the project sites. The nearest known bald eagle (Haliaeetus leucocephalus) nest is approximately 0.3 miles from the project site. An additional geographic information system (GIS) analysis of the project area found that the project area is located near, within, or adjacent to: • Potential habitat for state -listed species: o Big Cypress fox squirrel (Sciurus niger avicennia, ST) o Everglades mink (Neovison vison evergladensis, ST) • Potential habitat for the Florida black bear (Ursus amencanus floridanus) - South Bear Management Unit Contractor Responsibilities The Contractor shall be responsible for providing the services of a qualified environmental scientist to perform required species surveys, oversee compliance with federal and state wildlife regulations, and to serve as a liaison between the Contractor and environmental agencies including but not limited to the Florida Fish and Wildlife Conservation Commission (FWC) and United States Fish and Wildlife Service (USFWS). The Contractor shall be responsible for complying with all pertinent federal and state wildlife 0 regulations as outlined in the FDOT Standard Specifications for Road and Bridge Construction and the additional requirements for species listed below. The Contractor shall be responsible for providing Cl" informational display that must be placed in the construction office and throughout the construction site and be accessible to all construction personnel for the duration of all construction activities. The display shall include: • A hard copy of the informational brochure A Guide to Living with Florida Panthers, • Guidelines on preventing conflicts with Florida Black Bear and how to respond if a bear is encountered • A hard copy of FDOT Contractor Requirements for Unanticipated Interaction with Protected Species available here: https://fdotwww,blob. core.windows. net/sitefin ity/docs/default- source/programmanagement/implemented/urlinspecs/files/end angeredwiIdIifeguideli nes.pdf?sfvrsn=e27baf3f 2 • Labeled photos of each of the above -mentioned species with information on what to do in the event of a sighting. Printed full -color photos shall be no less than 4 inches by 4 inches square with the image of the species contained wholly within and filling the frame so as not to cutoff part of the image. The Contractor shall include these provisions in contracts with their subcontractors and suppliers. Packages A, B, and C: All costs to provide the services of an environmental scientist and related species requirements described herein will be included in the unit price for 101-1 Mobilization. LAP Package: All costs to provide the services of an environmental scientist and related species requirements described herein will be borne by the Contractor. Audubon's Crested Caracara Refer to Figures 1 to 5 for approximate nest locations of the Audubon's crested Caracara that were observed during the nesting season from January to May of 2019. This information is provided for information only to alert the Contractor that this species has been observed and documented near the project sites. The number and locations of nests in future nesting seasons may vary from the data in these exhibits. To minimize potential impacts to the Audubon's crested caracara, the Contractor shall be restricted from establishing construction staging areas, ground disturbing activities, and vegetation removal outside of the limits of construction and within 300-meters of a documented caracara nest tree between November and April. If an Audubon's crested caracara(s) is observed in the active work area, do not disturb it and allow it to leave the area on its own. Florida Sandhill Crane Adult Florida sandhill cranes with downy juveniles were observed during the wildlife surveys, and suitable foraging and nesting habitat was documented within the open lands and emergent wetlands adjacent to the project sites. The Contractor shall be responsible for performing surveys for nesting Florida sandhill cranes prior to construction activities and during the December through August breeding season. If there is evidence of nesting, the nest site shall be buffered by 400 feet to avoid disturbance by project activities. The Contractor shall note that Florida sandhill cranes do not nest in the same location every year, so if construction occurs over several years, it may be necessary to determine if nesting is occurring each year. If nesting is discovered after construction has begun or if maintaining the recommended buffer is not possible, the Contractor shall contact FWC to discuss potential permitting needs. Additional information and guidance for conducting Florida sandhill crane surveys can be found in the Florida Sandhill Crane Species Conservation Measures and Permitting Guidelines (httr)s:Hmvfwc.com/media/l 1565/final- florida-sandhill-crane-species-guidelines-2016.pdf). Biq Cypress Fox Squirrel Potential habitat for Big Cypress fox squirrel (BCFS) may exist in open areas with mature trees on and adjacent to the project sites, and appropriate pre -construction wildlife surveys shall be the responsibility of the Contractor to determine if BCFS is present. Big Cypress fox squirrels typically nest between October and February and from April to August. Surveys to locate BCFS or their nests should be conducted within 60 days prior to the start of clearing or construction to determine if BCFS are onsite. Fox squirrels can use more than one nest and nest use can vary over time. If fox squirrel nests are found onsite, a 175-meter (574400t) buffer distance from the nest tree is recommended. If it will be necessary to remove a nest tree or work within 175 meters (574 feet) of a nest tree, the Contractor shall coordinate with FWC staff to discuss permitting alternatives. For more information and survey methods, please refer to the species action plan for the BCFS at: https:Hmyfwc.com/media/2108/bici-cypress-fox-sci uirrelmspecies-action-plan-finalmd raft. Pd . Everglades Mink The project area is near the predicted range for the Everglades mink. Any sightings of mink shall be reported by the Contractor along with a photo, if possible, and GPS location if encountered during the project activities. Additional information on this species may be obtained at this web address: https:Hmyfwc com/media/2115/everglades-mink-species-action-plan-final-draft,odf. Florida Panther The proposed project is located within the Florida Panther Primary Zone, as defined by the USFWS, and a panther was observed during wildlife surveys. In order to reduce the potential for human -wildlife interactions, the Contractor shall ensure that FWC's A Guide to Living with Florida Panthers informative brochure be provided to all construction personnel. The A Guide to Living with Florida Panthers brochure can be downloaded from: http://www.floridapanthernet.org/. In addition, if trail cameras are utilized for monitoring purposes, the Contractor shall provide any panther photos to FWC staff using the Report Panther Sightings website at: https:Hpublic,mvfwc.com/hsc/panthersightings/Desktop.aspxv Florida Black Bear FWC has received 14 reports of human -bear conflicts within roughly a one -mile radius of the project sites since 2011. According to the FWC 2019 Bear Range map, bears are common or abundant in the area around the project sites, which are within the South Bear Management Unit identified in the 2012 Bear Management Plan. While black bears tend to shy away from people, they are adaptable and will take advantage of human -provided food sources, such as unsecured garbage. Once bears become accustomed to finding food around people, their natural wariness is reduced to the point that there can be an increased risk to public safety or private property. The Contractor shall be responsible for taking measures to prevent or reduce conflicts with bears during construction activities, including: • Maintaining clean construction sites with wildlife -resistant containers for any wildlife - attractant refuse; and • Conducting frequent trash removal and using bear management food storage and removal practices on work sites. Information can also include guidelines for how construction personnel should respond to bears in the area, such as: • What to do if they encounter a bear, whether from a distance or at close range, • When and how to contact the FWC regarding a bear issue. The Contractor shall be responsible for contacting FWC staff to assist with planning to incorporate the above measures. Additional information about Florida black bears can be found at http://www m ryfwc.com/wildlifehabitats/managed/bear. FEDERAL AVIATION ADMINISTRATION (FAA) Package A: Immokalee Regional Airport is a public use and general aviation facility that services privately -owned, commercial, and charter aircraft as well as aerial firefighting and crop -dusting operations. Given the proximity of existing Bridge Nos. 030136 and 030137 (proposed Bridge Nos. 034831 and 034832, respectively) to the airport, pile driving and other construction efforts shall be coordinated with the Federal Aviation Administration for obstruction evaluation and airport airspace analysis pursuant to Title 14, Code of Federal Regulations (14 CFR) Part 77. The FAA Notice Criteria Tool indicates that the proposed Bridge No. 034831 exceeds an instrument approach area and that an aeronautical study is needed to determine if it will exceed a standard of subpart C of 14CFR Part 77. Additionally, the proximity of Bridge No. 034832 also exceeds notice criteria. The Contractor shall be responsible for coordinating with Collier County to file a Notice of Proposed Construction or Alteration with the FAA at least 45 days prior to construction at these two bridge sites. Notice to the FAA may be filed electronically here: https://oeaaa.faa.gov/oeaaa/external/portals 0 SP The outcome of the aeronautical studies may result in limited construction hours for pile driving, crane operations, or other construction activities if a conflict exists. Contractor will not be entitled to any delays caused by restrictions imposed on construction activities. If properly coordinated, the Contractor will have sufficient time within the Contract to construct required improvements. PROJECT INFORMATION SIGN The Contractor shall provide a project information sign at each end of the project. The Contractor will be responsible for providing a safe location to place the project information sign(s) and may be required to coordinate number and locations of signs with other Contractors) at adjacent project sites. A sign template is provided in FIGURE 6. The Contractor shall submit for approval all proposed sign locations and provide additional information as shown in the template to the County within 30 days of NTP. All costs to provide and install the project sign(s) will be included in the unit price for 102-1 Maintenance of Traffic. MAINTENANCE OF TRAFFIC All Maintenance of Traffic (MOT) shall conform to 2019-20 FDOT Standard Plans Index 102-600. Contractors have the option to submit their own MOT plans 21 days prior to construction for County and CEI approval. Special Detour pay items are intended to cover costs associated with constructing, maintaining, and removing the special detour including temporary pavement, temporary earthwork, and temporary drainage. Traffic Control Plans have been included to show basic phasing and access requirements. Not all required temporary traffic control items are shown in the plans. All costs associated with temporary retaining systems, temporary asphalt aprons, temporary driveway connections, temporary pavement overbuild, temporary signing and pavement markings, incidental temporary pavement, temporary signals, temporary drainage, etc., including items and activities that occur between phases and between milestones, and all other MOT items not identified with a separate pay item in the Summary of Pay Items table provided in the plans shall be included in the Lump Sum price for Item 102-1 Maintenance of Traffic. The Traffic Control Plans detail the use of temporary traffic signals for maintenance of traffic during phased construction activities. The Contractor shall be responsible for providing and maintaining electric service to the temporary traffic signals for the entirety of all phases of construction that require the use of the temporary traffic signals. Temporary traffic signals must remain in operation 24 hours each day during all single -lane, two-way traffic operations that require the use of the temporary traffic signals. Should any malfunctions occur relating to the proper operation and safety of the temporary traffic signals, the Contractor shall be on site within one hour to address the issue. The Contractor shall include a detailed plan for ensuring 24-hour-per-day operation of the temporary traffic signals, including an emergency plan to maintain traffic operations during a primary power source failure, and all associated costs with the bid package. E3 MAINTAIN EXISTING BRIDGE STRUCTURES The Contractor is responsible for maintaining the existing bridge structures during construction. Phased construction has been specified to facilitate emergency services and maintain local access in this remote part of Collier County to avoid costly, lengthy detours. The Contractor shall maintain serviceability of the bridge so long as it is deemed safe for the traveling public. If the Contractor suspects the condition of the bridge has deteriorated and may no longer be safe for use, the Contractor shall notify the Engineer and the County immediately for evaluation. The Contractor shall prepare an Emergency Bridge Service Plan detailing the steps to be taken if serviceability of the existing bridges can no longer be maintained during phases of construction that require it to remain in service. This emergency plan, which is to be displayed at each job site, shall include the following information: • A timeline of events to occur upon the suspicion and/or determination that a bridge is no longer serviceable. • A contact list of County representatives, public officials, and agencies to notify that the bridge is no longer in service. • A plan for restricting traffic across or closing the bridge, as needed. • Proposed alternatives to restore traffic through the construction site depending on the severity of the condition of the bridge. Include a sketch or example photo(s) to illustrate each alternative and a cost estimate per square foot of bridge deck plan area for each. List of potential suppliers of emergency materials, including contact information, distance from project site, and estimated response time. The emergency plan shall be submitted as part of the bid package. CLEARING Mn GRUBBING ACTIVITIES The County has mailed Driveway Modification Letters to property owners with driveways within the project limits to notify them of potential temporary and/or permanent impacts resulting from construction activities. The Contractor shall coordinate with the County prior to commencing Clearing and Grubbing activities to provide additional information to property owners regarding driveway impacts, including but not limited to driveway closures, access restrictions, maintenance of traffic coming in and out of driveways, construction schedules, and timing of operations that impact driveways. Package C: As part of Clearing and Grubbing, the Contractor shall coordinate with the property owners) of parcels 00232860102 and 232720103 located at 15960 and 15970 Oil Well Road, respectively, regarding relocation of the mailbox at the location as shown in the plans. Coordination shall occur prior to the commencement of Clearing and Grubbing activities. If the property owner(s) does not respond to requests for coordination within 14 days, the Contractor shall seek instruction from the County regarding relocation of the mailbox. 0 The Contractor shall maintain all mailboxes within the construction limits throughout construction. Any mailbox within the construction limits, whether identified in the plans or not, shall be relocated to suit the respective property owner or tenant and shall meet the requirements of the United States Postal Service as outlined at https://www.usps.com/manage/mailboxes.htm to ensure proper serviceability. The Contractor shall engage Connie Deane, Community Liaison with the Collier County Growth Management Department, at Connie. Deane cc colliercountyfl.gov or (239) 252-8192 at least 30 days prior to conducting outreach with property owner(s). The Contractor shall be responsible for the collection of all debris accumulated during Clearing and Grubbing and its removal from the project site. All existing waterways, including canals and lateral ditches, shall remain clear of debris. Stockpiles of debris shall not be permitted in wetlands or environmentally sensitive areas. Burning of debris within the project limits is prohibited unless approved by the Engineer. PROTECTION OF LOCAL ROADS This project is connected to local roads. The Contractor shall protect these roads and respect the privacy of the surrounding properties by limiting access to and egress from the project. The Contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The Contractor shall be responsible for all damages to local roads as a result of their employees, subcontractors or suppliers not complying with this restriction. PROTECTION OF EXISTING FENCES This project is adjacent to many residential, commercial, and agricultural properties, which are bounded by fencing. Fencing types include but are not limited to barb wire, chain link, livestock field fencing, and floating barriers across waterways. The Contractor shall protect all existing fences from potential damage resulting from construction activities, unless noted otherwise in the Contract Plans. If damage to the existing fencing as a result of construction activities does occur, the Contractor shall take the steps as outlined in the Contract Plans to mitigate any further property damage, trespassing, or escape of livestock contained within the fencing. The Contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The Contractor shall be responsible for all damages to existing fences as a result of their employeesI subcontractors or suppliers not complying with this restriction. PIPE CULVERT Reinforced Concrete Pipe (RCP) Class III is the designated material for all drainage pipe culverts. The drainage design was based on the use of RCP Class III. No other pipe materials are permitted for this project. UTILITY COORDINATION WITH UTILITY AGENCY OWNERS Utility Work Schedules have been prepared for this project. All identified conflicts existing during the design phase have been addressed with the respective utility agency owners (UAO). The UAOs have indicated that conflicts either do not exist or the conflict will be resolved through abandonment and/or relocation of the utility prior to the start of construction for this contract. The Contractor shall verify with the respective UAO that the utility adjustments provided in the design plans have been completed prior to construction. Should any conflicts be identified that are not included in the contract plans, the Contractor shall coordinate any and all utility relocations or proposed interruption of services by requesting within 3 days of the discovery an official meeting with the UAO. This meeting will be to establish requirements with regards to interruption of service, if any, during proposed utility relocations. The Contractor shall be responsible for protecting the utility while coordination is ongoing. The Contractor shall call for locates prior to any excavation. The cost of potholing to protect existing utilities shall be included in the cost of the work requiring it. The Contractor shall protect all water and/or sewer mains, if any, from damage at all times during construction. Phasing may be required to ensure continuous utility service. Temporary relocations and connections may be necessary. All associated costs due to phasing utilities or construction shall be included in the contract unit prices for the various types of utility work to which it is incidental. ELECTRICITY No bid item is provided for electricity. The cost of providing electricity shall be included in the unit price for work that requires K. LAP Package: There is no existing electrical utility service in the project area adjacent to existing Bridge No. 030138 (proposed Bridge No. 034833) on Immokalee Road. The nearest overhead electric line is approximately 3,000 feet to the west of the bridge. Package B: There is no existing electrical utility service in the project area adjacent to existing Bridge Nos. 0301391 0301401 and 030141 (proposed Bridge Nos. 034834, 034835, and 034836, respectively) on Immokalee Road. The nearest overhead electric line is approximately 5,000 feet to the east of existing Bridge No. 030141 (proposed Bridge No. 034836). In coordination with Lee County Electric Company (LCEC), the Contractor may elect to install an overhead primary electric line within the right-of-way to provide electric service to the construction site(s). The Contractor is responsible for negotiating the specific terms and conditions in agreement with LCEC regarding all permitting, design, construction, maintenance, and operation associated with these primary overhead electric lines during construction of the respective bridge project(s). The Contractor shall be responsible for all costs associated with this work. The estimated timeline for permitting, design, and construction of these new facilities is a minimum of four months; this timeline may be prolonged depending on site conditions and permitting. In lieu of providing overhead primary electric lines, the Contractor may propose alternate means for providing electricity to the construction site(s). The Contractor shall indicate a preferred methods) of supplying electricity at each individual bridge project site and all associated costs with the bid package. WATER No bid item is provided for water. The cost of providing water shall be included in the unit price for work that requires it. FUEL ADJUSTMENTS NOT PROVIDED Section 9-2.1.1 Fuels of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, January 2020, is deleted. While it is recognized that a primary cost factor of this bid is based on the price of petroleum and that conditions in this market could become unstable and beyond the control of the bidder, it is also recognized that the availability of funding to compensate for future cost increases will be even scarcer should this occur. The County chooses not to obligate itself for these costs and has not provided for these cost adjustments in the contact. The Contractor shall take this risk into consideration when submitting a bid. ALLOWANCES Included within the Bid Schedule are Allowances for various elements of the work that, although engineered, unforeseen conditions may occur, some of a public health and safety nature. The Owner has determined these allowances per contract package and considers them reasonable budgetary estimates to promptly manage unforeseen conditions, including those of a public health and safety nature. Allowance may not fully represent the actual cost of work. If the cost of work exceeds the allowance amount, the Owner will provide additional allowance funds to complete the work or accept the work in its current state of completion. Upon approval by the Owner, Allowances may be used by the Engineer to pay costs and expenses associated with the categories indicated below: Qin Al i nlninni(�Pc iRncFn nN FINAI FNrINFER'.(; FSTIMATEL• Package C LAP Packa e Bid Item Category Package A Package B STRUCTURES $115,856.26 $232,525041 $3941501.21 $56,522,64 ROADWAY $631540.53 $126,148.22 $142,502.03 $32,481991 12 SIGNING & PAVEMENT $1,101619 $1,937098 $1,976.27 $570,47 MARKING OTHER / MISCELLANEOUS $30,034.86 $601005.77 $89,686,19 $14,905,28 SUBMITTAL OF SHOP DRAWINGS Shop drawings are required as set forth in the Specifications. Payment will not be made for these items of work until shop drawings have been received, reviewed and approved as required by the Specifications. CONTRACTOR PRESENTATIONS At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to once per month for the duration of the contract. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. All costs associated with participating in this process will be included in the contract price of 101-1-1 Provide/Maintain "As Built." AS-BUILT/RECORD DRAWINGS As-Built/Record Drawings are to be provided to the County's Project Manager within thirty (30) days of substantial project completion. One copy in each of the following formats: PDF and a hard copy. When changes to the plans are required after contract award, all final drawings, specifications, plans, surveys, reports, computation books, or documents shall be issued by a responsible Florida Professional Engineer, Licensed Architect and/or Florida — licensed Surveyor and must be signed, dated, and stamped with the engineer's and/or surveyor's seal as applicable. The Professional Engineer and/or Licensed Surveyor may be part of the Contractor's staff or the CEI Senior Project Engineer, or the Engineer of Record for the contract plans. The Engineer of Record must be notified of all revisions and/or modifications made to the contract documents. AND During the construction of a bridge or any structure, all foundation construction records such as pile driving records, shaft tip elevations, and borings shall be included as part of the as -built documents. These records provide critical information necessary for future inspection, maintenance, emergency management, enhancement, reconstruction, and/or demolition of these structures. These records shall be delivered to the Owner's representative at the completion of the project and prior to final payment to the Contractor. 13 • The Contractor and the Contractor's Florida Registered Professional Surveyor and Mapper (P.S.M.) are responsible for the Project's As-Built/Record Drawings unless otherwise specified within the Technical Plans and Specifications. • Prior to construction commencement, the Contractor shall meet with the CEI and P.S.M. to determine the Project's critical points to the final As-Builts. The Contractor shall also coordinate with the CEI and P.S.M. to facilitate measurement at those critical Project points. • The Contractor's Final Payment shall be withheld pending the CEI and P.S.M. Certification of the contracted improvements is per design. • During the progress of the work the Contractor shall keep and maintain one (1) "Approved for Construction" copy of all project plans, drawings, specifications, and any addenda, written amendments, change orders, work directives orders, supplemental agreements and other written interpretations and clarifications. • Prior to final inspection, the Contractor shall submit a copy of the "Approved for Construction" project documents with red line markups indicating any construction deviation as well as any approved design changes authorized by the Design Professional. All deviations shall be initialed and dated by the Contractor and material delivery/installation records shall be furnished as required by specification. • All survey information depicted on the As -Built Drawings shall be collected under the direct supervision of the P.S.M. in accordance with Florida Statute Chapters 177 and 472 and Chapter 61 G-17 of the Florida Administrative Code. • For final inspection, an As -Built set (signed and sealed not required at this point) is needed to verify the field work. Packages A, B, and C: All costs to provide and maintain As -Built plans as described herein will be included in the unit price for 101-1-1 Provide/Maintain As -Built. LAP Package: All costs to provide and maintain As -Built plans as described herein will be paid for in accordance with the requirements of the FDOT Specifications. U w O a W Ix M LL 0 w 4 o Qi �} N } a a q " a m c m cd C�. ca a U ( G M O ry w O V w O 6 M b4 Lt/p s 1- yit G ++ L j O m o% a m0 ca m4zO u CL O OA 4 O E 4l K U tU q5 L]. C r/} qr 1s C WE E c t O M U 12 4 3 H Q �W h Lr��c� to �Aqt fll q. UJ a ix 4� 1 G W u :U FeF All 0 lei ell ' END 21