Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 01/28/2025 Item #16F 5 (Award “ITB” No. 24-8314, construction of the Big Corkscrew Island Regional Park Phase 2A Signalized Intersection on Oil Well Road at Big Corkscrew Drive, to Quality Enterprises USA, Inc)
1/28/2025 Item # 16.F.5 ID# 2025-246 Executive Summary Recommendation to award Invitation to Bid (“ITB”) No. 24-8314, construction of the Big Corkscrew Island Regional Park Phase 2A Signalized Intersection on Oil Well Road at Big Corkscrew Drive, to Quality Enterprises USA, Inc., in the amount of $2,442,394.00, approve a $200,000.00 Owner’s Allowance, and authorize the Chairman to sign the attached Agreement. (Project No. 80039) OBJECTIVE: To construct a new signalized intersection and turn lanes at Oil Well Road and Big Corkscrew Drive. CONSIDERATIONS: This project includes the construction of a new signalized intersection on Oil Well Road at the newly constructed Big Corkscrew Drive, situated just east of Palmetto Ridge High School. The intersection will eventually serve as the connection from Oil Well Road directly to Big Corkscrew Island Regional Park. Once complete, the intersection will also provide an efficient connection to the adjacent properties, currently under construction, which include a new Publix shopping center, the Shoppes at Orange Blossom commercial development, as well as an apartment complex. Additionally, the Orange Blossom Ranch community, which has a secondary access point to Big Corkscrew Drive, will have access to Oil Well Road and eventually direct access to Big Corkscrew Island Regional Park. The previous phase of this project, which included the first portion of Big Corkscrew Road between Oil Well and the roundabout connecting Orange Blossom Ranch, was originally approved On November 14, 2023 (Agenda Item 11.C) as Agreement No. 23-8147. On October 28, 2024, the Procurement Services Division issued ITB No. 24-8314, “BCIRP Phase 2A Signalized Intersection on Oil Well Rd at Big Corkscrew Drive,” to 2,435 contractors. The ITB was posted for forty-five days, 639 contractors viewed the bid package, and the County received one bid by the December 12, 2024, bid deadline. Staff reviewed the sole bid received from Quality Enterprises USA, Inc. (“Quality Enterprises”) and determined it was the lowest, responsive, and responsible bidder. Staff recommends the attached Agreement be awarded to Quality Enterprises based on the Base Bid plus Bid Alternate award for a total bid amount of $2,442,394.00. In addition to the bid amount, staff has allocated $200,000.00 in an Owner’s Allowance for the County’s use and only as directed in the event of unforeseen conditions. The County’s engineering consultant, Q. Grady Minor, and Associates, LLC., evaluated the bid and determined that Quality Enterprises met all the qualifications required for this project. Therefore, staff recommends that the Board award ITB No. 24-8314 to Quality Enterprises USA, Inc., approve the attached Agreement in the contract amount of $2,4642,394, and approve the Owner’s Allowance in the amount of $200,000. FISCAL IMPACT: Funds in the amount of $2,642,394 reside in the Park Impact Fees Fund (3071), Big Corkscrew Island Park Project (80039). GROWTH MANAGEMENT IMPACT: There is no impact to the current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 24-8314, construction of the Big Corkscrew Island Regional Park Phase 2A Signalized Intersection on Oil Well Road at Big Corkscrew Drive, to Quality Enterprises USA, Inc., in the amount of $2,442,394, approve the Owner’s Allowance in the amount of $200,000.00, and authorize the Chairman to sign the attached agreement. (Project No. 80039) Page 2241 of 3681 1/28/2025 Item # 16.F.5 ID# 2025-246 PREPARED BY: James K. Morton, P.E., Project Manager III, Facilities Management Division ATTACHMENTS: 1. 24-8314 Bid Tabulation 2. 24-8314 - NORA Signed 3. 24-8314 - DELORA 4. 24-8314 - Insurance_Quality R1 5. 24-8314 VS_ Quality Page 2242 of 3681 Project Manager: James Morton/Tony Barone Procurement Strategist: Rita Iglesias Notifications Sent: 2,435 Viewed: 639 Bids Received: 1 Item No. Description Unit Quantity Price Total Price Total 1.1 Mobilization/Demobilization LS 1 $ 445,000.00 $ 445,000.00 $ 78,363.05 $ 78,363.05 1.2 Maintenance of Traffic LS 1 $ 124,000.00 $ 124,000.00 $ 50,000.00 $ 50,000.00 1.3 Survey LS 1 $ 30,233.00 $ 30,233.00 $ 22,000.00 $ 22,000.00 1.4 Pre-Construction Video and Photographs LS 1 $ 3,023.00 $ 3,023.00 $ 3,500.00 $ 3,500.00 1.5 Project Sign - Furnish and Install EA 1 $ 1,294.00 $ 1,294.00 $ 2,000.00 $ 2,000.00 $ 603,550.00 $ 155,863.05 2.1 Silt Fence LF 605 $ 3.00 $ 1,815.00 $ 4.00 $ 2,420.00 2.2 Turbidity Barrier LF 94 $ 14.00 $ 1,316.00 $ 20.00 $ 1,880.00 2.3 Curb Inlet Protection EA 4 $ 155.00 $ 620.00 $ 100.00 $ 400.00 2.4 Remove/Dispose Existing Concrete Sidewalk SF 2,975 $ 2.00 $ 5,950.00 $ 15.00 $ 44,625.00 2.5 Remove/Dispose Existing Curb and/or Gutter LF 974 $ 14.00 $ 13,636.00 $ 20.00 $ 19,480.00 2.6 Remove/Dispose Existing Pavement SY 263 $ 24.00 $ 6,312.00 $ 10.00 $ 2,630.00 $ 29,649.00 $ 71,435.00 3.1 Earthwork and Site Grading LS 1 $ 38,729.00 $ 38,729.00 $ 55,000.00 $ 55,000.00 3.2 12" Stabilized Subgrade SY 2,870 $ 8.00 $ 22,960.00 $ 11.00 $ 31,570.00 3.3 10" Limerock Base (Compacted and Primed) SY 2,870 $ 33.00 $ 94,710.00 $ 40.00 $ 114,800.00 3.4 3" Type SP-12.5 Structural Course (2-1.5 inch Lifts) SY 2,870 $ 35.00 $ 100,450.00 $ 32.00 $ 91,840.00 3.5 1" Type SP-9.5 Surface Course SY 2,870 $ 20.00 $ 57,400.00 $ 12.00 $ 34,440.00 3.6 Type "A" Curb LF 554 $ 33.00 $ 18,282.00 $ 40.00 $ 22,160.00 3.7 Type "F" Curb & Gutter LF 917 $ 32.00 $ 29,344.00 $ 30.00 $ 27,510.00 3.8 Concrete Median 5" thick SY 114 $ 94.00 $ 10,716.00 $ 80.00 $ 9,120.00 3.9 6" Thick Concrete Sidewalk SY 377 $ 75.00 $ 28,275.00 $ 90.00 $ 33,930.00 3.10 Detectable Warnings for Ramps EA 10 $ 323.00 $ 3,230.00 $ 100.00 $ 1,000.00 3.11 Remove and Relocate Existing Light Poles EA 2 $ 4,589.00 $ 9,178.00 $ 15,000.00 $ 30,000.00 3.12 Bahia Sod SY 2,830 $ 8.00 $ 22,640.00 $ 8.00 $ 22,640.00 3.13 Single Post Sign, F&I Ground Mount, Up to 12 SF EA 10 $ 544.00 $ 5,440.00 $ 500.00 $ 5,000.00 3.14 Pavement Markings LS 1 $ 19,712.00 $ 19,712.00 $ 37,000.00 $ 37,000.00 3.15 RPM's, F&I LS 1 $ 786.00 $ 786.00 $ 450.00 $ 450.00 3.16 Paint Median Noses EA 3 $ 121.00 $ 363.00 $ 1,000.00 $ 3,000.00 $ 462,215.00 $ 519,460.00 4.1 18" RCP LF 273 $ 118.00 $ 32,214.00 $ 210.00 $ 57,330.00 4.2 FDOT Curb Inlet Type 6 EA 1 $ 14,417.00 $ 14,417.00 $ 12,500.00 $ 12,500.00 4.3 Junction Box with 2' Sump EA 2 $ 9,281.00 $ 18,562.00 $ 13,000.00 $ 26,000.00 4.4 Connect 18" RCP to Existing Curb Inlet EA 2 $ 2,993.00 $ 5,986.00 $ 5,000.00 $ 10,000.00 4.5 18" Mitered End Section 2:1 (Cross Drain) EA 2 $ 3,976.00 $ 7,952.00 $ 2,500.00 $ 5,000.00 $ 79,131.00 $ 110,830.00 5.1 Remove/Replace 12" PVC DR 14 Water Main at Conflict LF 54 $ 579.00 $ 31,266.00 $ 200.00 $ 10,800.00 5.2 Air Release Valve on Existing 12" Main EA 4 $ 4,456.00 $ 17,824.00 $ 11,000.00 $ 44,000.00 $ 49,090.00 $ 54,800.00 630-2-11 CONDUIT (F&I) (UNDERGROUND) LF 217 $ 27.00 $ 5,859.00 $ 17.00 $ 3,689.00 630-2-12 DIRECTIONAL BORE (F&I) LF 403 $ 72.00 $ 29,016.00 $ 31.00 $ 12,493.00 632-7-1 SIGNAL CABLE (F&I) PI 1 $ 17,674.00 $ 17,674.00 $ 7,000.00 $ 7,000.00 633-1-122 ITS FIBER OPTIC CABLE (F&I) (UNDERGROUND) (13-48 FIBERS)LF 40 $ 5.00 $ 200.00 $ 7.50 $ 300.00 633-3-11 ITS FIBER OPTIC CONNECTION HARDWARE (F&I) (SPLICE ENCLOSURE)EA 1 $ 1,063.00 $ 1,063.00 $ 2,000.00 $ 2,000.00 633-3-12 ITS FIBER OPTIC CONNECTION HARDWARE (F&I) (SPLICE TRAY)EA 4 $ 105.00 $ 420.00 $ 100.00 $ 400.00 633-3-14 ITS FIBER OPTIC CONNECTION HARDWARE (F&I) (BUFFER TUBE FAN OUT KIT)EA 1 $ 104.00 $ 104.00 $ 200.00 $ 200.00 633-3-15 ITS FIBER OPTIC CONNECTION HARDWARE (F&I) (PATCH PANEL, PRETERMINATED)EA 1 $ 692.00 $ 692.00 $ 2,500.00 $ 2,500.00 633-8-1 MULTI-CONDUCTOR COMMUNICATION CABLE LF 5 $ 4.00 $ 20.00 $ 10.00 $ 50.00 635-2-11 PULL BOX (F&I) (13"X24" COVER SIZE) EA 4 $ 1,643.00 $ 6,572.00 $ 1,500.00 $ 6,000.00 635-2-11A PULL BOX (F&I) (17"X30" COVER SIZE) EA 9 $ 1,917.00 $ 17,253.00 $ 2,100.00 $ 18,900.00 635-2-12 PULL BOX (F&I) (24"x36" COVER SIZE) EA 1 $ 3,333.00 $ 3,333.00 $ 2,800.00 $ 2,800.00 639-1-122 ELECTRICAL POWER SERVICE (F&I) (UNDERGROUND) AS 1 $ 4,988.00 $ 4,988.00 $ 4,100.00 $ 4,100.00 639-2-1 ELECTRICAL SERVICE WIRE (F&I) LF 300 $ 13.00 $ 3,900.00 $ 13.00 $ 3,900.00 641-2-12 PRESTRESSED CONCRETE POLE (F&I) (TYPE P-II SERVICE) EA 1 $ 2,940.00 $ 2,940.00 $ 2,300.00 $ 2,300.00 646-1-11 ALUMINUM SIGNAL POLE (PEDESTAL) EA 8 $ 6,281.00 $ 50,248.00 $ 2,500.00 $ 20,000.00 649-21-10 STEEL MAST ARM ASSEMBLIES (SINGLE ARM 60') Furnish Materials EA 2 $ 40,931.00 $ 81,862.00 $ 37,386.00 $ 74,772.00 649-21-10 STEEL MAST ARM ASSEMBLIES (SINGLE ARM 60') Coordination and Installation EA 2 $ 90,296.00 $ 180,592.00 $ 73,440.00 $ 146,880.00 BCIRP Phase 2A Signalized Intersection on Oil Well at Big Corkscrew Dr. Construction ITB No. 24-8314 Section 6 - Signalization Installation Section 1 Subtotal: Section 2 Subtotal: Section 3 Subtotal: Section 4 Subtotal: Section 5 Subtotal: Section 2 - Demolition & Erosion Control Section 5 - Potable Water Distribution System Section 4 - Storm Drainage Section 3 - Paving & Sidewalk Improvements Section 1 - General Bid Tabulation Quality Enterprises USA, ENGINEER Opened By: Rita Iglesias Witnessed By: Leeann Charles Date: 12/12/2024 3:00 PM EST Page 2243 of 3681 Project Manager: James Morton/Tony Barone Procurement Strategist: Rita Iglesias Notifications Sent: 2,435 Viewed: 639 Bids Received: 1 649-21-21 STEEL MAST ARM ASSEMBLIES (SINGLE ARM 78') Furnish Materials EA 2 $ 53,954.00 $ 107,908.00 $ 50,776.00 $ 101,552.00 649-21-21 STEEL MAST ARM ASSEMBLIES (SINGLE ARM 78') Coordination and Installation EA 2 $ 110,885.00 $ 221,770.00 $ 65,050.00 $ 130,100.00 650-1-14 TRAFFIC SIGNAL 12" STD. (F&I) (ALUMINUM) (3 SECTION, 1- WAY)AS 9 $ 2,303.00 $ 20,727.00 $ 2,100.00 $ 18,900.00 650-1-16 TRAFFIC SIGNAL 12" STD. (F&I) (ALUMINUM) (4 SECTION, 1- WAY)AS 2 $ 2,698.00 $ 5,396.00 $ 2,500.00 $ 5,000.00 653-1-11 PEDESTRIAN SIGNAL (F&I) (LED COUNTDOWN) (1 WAY) AS 8 $ 1,195.00 $ 9,560.00 $ 1,250.00 $ 10,000.00 660-1-110 INDUCTIVE LOOP DETECTOR (F&I) EA 6 $ 651.00 $ 3,906.00 $ 600.00 $ 3,600.00 660-2-106 LOOP ASSEMBLY (TYPE F) (40 FOOT) AS 10 $ 1,910.00 $ 19,100.00 $ 1,600.00 $ 16,000.00 660-3-11 VEHICLE DETECTION SYSTEM - MICROWAVE (F&I) (CABINET EQUIPMENT)EA 1 $ 13,768.00 $ 13,768.00 $ 10,000.00 $ 10,000.00 660-3-12 VEHICLE DETECTION SYSTEM - MICROWAVE (F&I) (ABOVE GROUND EQUIPMENT)EA 2 $ 16,744.00 $ 33,488.00 $ 13,000.00 $ 26,000.00 663-1-111 SIGNAL PRIORITY AND PREEMPTION SYSTEM (F&I), (OPTICOM), (CABINET ELECTRONICS)EA 1 $ 11,163.00 $ 11,163.00 $ 10,000.00 $ 10,000.00 663-1-112 SIGNAL PRIORITY AND PREEMPTION SYSTEM (F&I) (OPTICOM), (DETECTOR)EA 4 $ 3,349.00 $ 13,396.00 $ 3,000.00 $ 12,000.00 665-1-11 DETECTOR, PEDESTRIAN (F&I) (STANDARD) EA 8 $ 670.00 $ 5,360.00 $ 600.00 $ 4,800.00 671-2-11 Traffic Controller (Controller withouut Cabinet) (F&I) EA 1 $ 15,349.00 $ 15,349.00 $ 12,500.00 $ 12,500.00 676-1-17 Traffic Signal Controller Cabinet (Cabinet without Controller) (F&I) EA 1 $ 57,675.00 $ 57,675.00 $ 37,000.00 $ 37,000.00 682-1-133 ITS CCTV CAMERA (F&I) (DOME ENCLOSURE) (NON- PRESSURIZED) (BOSCH)EA 2 $ 10,450.00 $ 20,900.00 $ 7,500.00 $ 15,000.00 684-1-1 ETHERNET SWITCH (F&I) EA 1 $ 12,652.00 $ 12,652.00 $ 5,000.00 $ 5,000.00 685-1-13 SYSTEM AUXILIARIES (F&I) (UNINTERRUPTIBLE POWER SOURCE)EA 1 $ 19,535.00 $ 19,535.00 $ 13,000.00 $ 13,000.00 700-2-12 MULTI COLUMN (POST) GROUND SIGN (F&I) (12.0-20.0 SQ. FT) AS 1 $ 2,977.00 $ 2,977.00 $ 6,000.00 $ 6,000.00 700-2-14 MULTI COLUMN (POST) GROUND SIGN (F&I) (30.1-50.0 SQ. FT) AS 2 $ 14,139.00 $ 28,278.00 $ 9,000.00 $ 18,000.00 700-5-22 INTERNALLY ILLUMINATED STREET NAME SIGN (F&I) (OVERHEAD MOUNT) (12-18 SF)EA 2 $ 10,418.00 $ 20,836.00 $ 5,000.00 $ 10,000.00 700-5-22A INTERNALLY ILLUMINATED STREET NAME SIGN (F&I) (OVERHEAD MOUNT) (MORE THAT 18 SF)EA 2 $ 11,534.00 $ 23,068.00 $ 7,500.00 $ 15,000.00 715-4-74 LIGHT POLE COMPLETE (LUMINAIRE, POLE, FOUNDATION) EA 1 $ 11,193.00 $ 11,193.00 $ 5,000.00 $ 5,000.00 715-5-31 LUMINAIRE AND BRACKET ARM (F&I) (ALUMINUM) EA 4 $ 3,349.00 $ 13,396.00 $ 4,500.00 $ 18,000.00 $ 1,098,137.00 $ 810,736.00 $ 2,321,772.00 $ 1,723,124.05 A1 Temporary Signalization LS 1 $ 120,622.00 $ 120,622.00 $ 150,000.00 $ 150,000.00 $ 120,622.00 $ 150,000.00 $ 2,442,394.00 $ 1,873,124.05 W-9 Yes SunBiz Yes License (OSHA & Contractors License OR Underground Utility & Building Contractors) Yes Immigration Affidavit Certification (Form 11) Yes Addendums (3) Yes E-Verify Yes Insurance and Bonding Requirements (Form 8) Yes Conflict of Interest Affidavit (Form 9) Yes Vendor Declaration Statement (Form 10) Yes Statement of Experience of Bidder (Form 5) Yes Trench Safety Act Acknowledgement (Form 6) Yes Bid Bond (Form 7) Yes Contractors Key Personnel Assigned to Project - (Form 2) Yes Material Manufacturers (Form 3) Yes List of Major Subcontractors (Form 4) Yes Bid Schedule Yes Total Base Bid + Alternate Staff has allocated $200,000.00 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or 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. Bid Response Form (Form 1) Yes QualityEnterprisesUSA,Inc. Yes/No Total Alternate: Bid Alternate Section 6 Subtotal: Total Base Bid: Opened By: Rita Iglesias Witnessed By: Leeann Charles Date: 12/12/2024 3:00 PM EST Page 2244 of 3681 Notice of Recommended Award Solicitation: 24-8314 Title: BCIRP Phase 2A Signalized Intersection on Oil Well Rd at Big Corkscrew Drive Due Date and Time: December 12, 2024, at 3:00 PM EST Respondents: Company Name City County State Total Bid Amount Responsive/Responsible Quality Enterprises USA, Inc.Naples Collier FL $2,442,394.00 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On October 28, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 24- 8314, “BCIRP Phase 2A Signalized Intersection on Oil Well Rd at Big Corkscrew Drive”, to two thousand four hundred and thirty-five (2,435) vendors. The ITB was advertised for a total of forty-five (45) days. Six hundred and thirty-nine (639) vendors viewed the bid package, and the County received one (1) bid by the December 12, 2024, submission deadline. Staff reviewed the bid received. The bidder was deemed responsive and responsible. Staff determined that Quality Enterprises USA, Inc., is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Quality Enterprises USA, Inc., the lowest responsive and responsible bidder, based on the award of the Base Bid + Alternate, for a total bid amount of $2,442,394.00. In addition to the total bid amount, staff has allocated $200,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Page 2245 of 3681 Civil Engineers z Land Surveyors z Planners z Landscape Architects Q. Grady Minor & Associates, P.A. Ph. 239-947-1144 z Fax. 239-947-0375 3800 Via Del Rey EB 0005151 z LB 0005151 z LC 26000266 Bonita Springs, FL 34134 www.gradyminor.com December 18, 2024 Ms. Rita Iglesias Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112-5361 RE: Award Recommendation 24-8314: BCIRP Phase 2A Signalized Intersection on Oil Well Road at Big Corkscrew Drive Dear Ms. Iglesias: Q. Grady Minor & Associates, P.A. (GradyMinor) has completed our review of the quotes submitted for the above referenced project and we are pleased to provide the following award recommendation. The scope of the 24-8314: BCIRP Phase 2A Signalized Intersection on Oil Well Road at Big Corkscrew Drive includes construction of a new turn lanes and signalization. Based on the bid tabulation (attached) provided by the Collier County Purchasing Division, Quality Enterprises USA, Inc., (Quality) is the low bidder with a base bid amount of $2,321,772.00 (based bid with bid alternate of $120,622.00), which is approximately 35% more than the project’s Opinion of Probable Construction Cost (OPCC) amount of $1,723,124.05. We have reviewed each line item of the bid tabulation and find that the unit costs reflect current market conditions. Local skilled labor for road work is in short supply locally, creating significant mobilization costs in that sector of the site work. Taken as a whole, the costs, though higher than estimated, are in line too with recent cost increases that the private sector is experiencing. Quality is a site and utility contractor with roadway and utility construction experience in Collier County and all of SW Florida. The projects provided by Quality as references are in these areas. GradyMinor contacted the provided references to discuss if the work performed by Quality was similar in nature to the proposed park project and if Quality performed acceptably on the projects. All the references were contacted, and we received responses from the four (4) of the references. The other was not responsive. 1) Collier County, FL GradyMinor contacted the project manager for Collier County for BCIRP Ph 2A, Tony Barone. The reference contacted provided positive feedback on Quality’s work and noted it was on time and on budget. 2) City of Marco Island, Collier County, FL GradyMinor contacted the Construction Manager for the City of Marco Island’s Marco Shores Alternative Water and Sewer Project, Mike Daniel. The reference contacted provided positive feedback on Quality’s work and noted it was very professional and well coordinated. 3) Collier County, FL GradyMinor contacted the project manager for Collier County for Deign Build I-75 and Collier Blvd Utility Relocation, Shon Fandrich. The reference contacted highly recommended Quality. Page 2246 of 3681 Mr. Rita Iglesias Big Corkscrew Island Regional Park Phase 2A Signalization Award Recommendation December 18, 2024 Page 2 G:\Engineering\PROJ-ENG\C\CCU215P2\08CDocs OilWellRd\DELORA\DELORA 41213.docx 4) Collier County, FL GradyMinor contacted the Design Build Logan Immokalee Force Main project, Zamira DelToro. The reference contacted provided positive feedback on Quality’s work and noted it was very professional. Quality submitted all the required bid forms and is the lowest responsive and responsible bidder. Based on the above information, GradyMinor recommends Quality Enterprises USA, Inc., (Quality)for the bid amount of $2,321,772.00. Please feel free to call me with any questions. Very truly yours, Michael J. Delate, P.E. Sr. Vice President Page 2247 of 3681 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8314 Reference Check by:R. Fuentes Solicitation Title: BCIRP Signalized Intersection Oil Well Rd., & Big Corkscrew Drive Date:12/17/2024 Bidder’s Name: Quality Enterprises Phone: 239-322-8212 Design Entity: Grady Minor REFERENCED PROJECT: Project Name: Goodlette Rd. Ditch West Bank construction Project Location: Collier County Project Description: Grade ditch and install Hydro Turf for stabilization Completion Date: Mar. 2021 Contract Value: $426,100.00 Project Owner/Title: Collier County Government Owner’s Address: 3339 Tamiami Trail E. Phone: 239-877-8338 Owner’s Contact Person: Mindy Collier E-Mail: Mindy.Collier@CollierCounty.Gov 1. Was project completed timely and within budget? (If not, provide detail) 2. Was the submittal/review process performed satisfactorily? (If not, provide detail) 3. Was the construction process performed satisfactorily? (If not, provide detail) 4. Did the process run smoothly? Were there any changes? Describe below. 5. Was the contract closeout process performed satisfactorily? (If not, provide detail) 6. Any warranty issues since closeout? Were they responded to and performed satisfactorily? 7. Additional comments: Contact person no longer works for Collier County Page 2248 of 3681 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8314 Reference Check by:R. Fuentes Solicitation Title: BCIRP Signalized Intersection Oil Well Rd., & Big Corkscrew Drive Date:12/17/2024 Bidder’s Name: Quality Enterprises Phone: 239-322-8212 Design Entity: Grady Minor REFERENCED PROJECT: Project Name: Design Built Logan- Immokalee Force main Project Location: Collier County Project Description: Installation of utilities and restoration of roads and sidewalks Completion Date: July 2021 Contract Value: $9,858,072.00 Project Owner/Title: Collier County Government Owner’s Address: 3339 Tamiami Trail E. Phone: 239-877-8338 Owner’s Contact Person: Zamira Del Toro E-Mail: Zamira.DelToro@CollierCounty.Gov 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? none 7. Additional comments: Page 2249 of 3681 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8314 Reference Check by:R. Fuentes Solicitation Title: BCIRP Phase 2 Signalized Intersection Oil Well Rd., & Big Corkscrew Drive Date:12/17/2024 Bidder’s Name: Quality Enterprises Phone: 239-322-8212 Design Entity: Grady Minor REFERENCED PROJECT: Project Name: Marco Shores Alternative Water & Sewer Project Project Location: Marco Island Project Description: Installation of utilities and restoration of roads and sidewalks Completion Date: Jan. 2020 Contract Value: 9,089,175.00 Project Owner/Title: City of Marco Island Owner’s Address: 50 Bald Eagle Dr., Phone: 239-825-9554 Owner’s Contact Person: Mike Daniel E-Mail: MDaniel@CityofMarcoIsland.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? none 7. Additional comments: Page 2250 of 3681 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8314 Reference Check by:R. Fuentes Solicitation Title: BCIRP Phase 2 Signalized Intersection Oil Well Rd., & Big Corkscrew Drive Date:12/17/2024 Bidder’s Name: Quality Enterprises Phone: 239-322-8212 Design Entity: Grady Minor REFERENCED PROJECT: Project Name: Design -Built I-75 Collier Blvd. Utility Relocation Project Location: Collier County Project Description: Installation of utilities and restoration of roads and sidewalks. Completion Date: Sept., 2021 Contract Value: $14,962,500.00 Project Owner/Title: Collier County Government Owner’s Address: 3339 Tamiami Trail E. Phone: 239-315-2181 Owner’s Contact Person: Shon Fandrich E-Mail: Shon.Fandrich@CollierCounty.gov. 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? none 7. Additional comments: Page 2251 of 3681 Tab 2 - Appendix H2 – Template - DELORA Vendor Reference Check Log - rev 02-14-20 VENDOR REFERENCE CHECK LOG Solicitation No.: 24-8314 Reference Check by:R. Fuentes Solicitation Title: BCIRP Phase 2 Signalized Intersection Oil Weel Rd., Big Corkscrew Dr. Date:12/17/2024 Bidder’s Name: Quality Enterprises Phone: 239-322-8212 Design Entity: Grady Minor REFERENCED PROJECT: Project Name: BCIRP Phase 2A Access Road Project Location: Collier County Project Description: Construct Roadway with storm and utilities Completion Date: Dec. 2024 Contract Value: $9,028,810.55 Project Owner/Title: Collier County Government Owner’s Address: 3339 Tamiami Trail E. Phone: 239-269-0629 Owner’s Contact Person: Tony Barone E-Mail: Tony. Barone @Colliercounty.Gov. 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? none 7. Additional comments: Page 2252 of 3681 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2253 of 3681 BCIRP Phase 2A Signalized Intersection on Oil Well Road at Big Corkscrew Drive Quality Enterprises USA Inc Quality Environment Co Inc. 24-8314 The COI is in compliance. ✔✔ GonzalezGre ily Digitally signed by GonzalezGreily Date: 2025.01.15 13:48:11 -05'00' 01/14/2025 Brown & Brown Insurance Services, Inc. 1421 Pine Ridge Road Suite 200 Naples FL 34109 Courtney Barnett (239) 274-1401 (239) 278-0278 Courtney.Barnett@bbrown.com Quality Enterprises USA Inc Quality Environment Co Inc. 3494 Shearwater St Naples FL 34117 The Phoenix Insurance Company 25623 Travelers Property Casualty Company of America 25674 Bridgefield Casualty Insurance Company 10335 Ascot Insurance Company 23752 Texas Insurance 16543 Indemnity National 18468 24-25 Quality Enterprises A Y Y DT-CO-5Y263932-PHX-24 07/01/2024 07/01/2025 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B Y Y 810-5Y316801-24-26-G 07/01/2024 07/01/2025 1,000,000 PIP 10,000 B 10,000 CUP-5Y325127-24-26 07/01/2024 07/01/2025 2,000,000 2,000,000 C N Y 0196-61226 07/01/2024 07/01/2025 1,000,000 1,000,000 1,000,000 D Inland Marine/Contractors Equip Leased/Rented (incl Cranes)IMMA2310001746-02 07/01/2024 07/01/2025 Blkt Limit / Ded: 2%$56,121,803 Ded: 2% / 5% Cranes $500,000 RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is Additional Insured under the General Liability and Automobile Liability policy with respects to work performed by insured, as required by written contract, prior to a loss. Coverage is primary and non-contributory where required by written contract or written agreement executed prior to any "accident", in no event will this coverage extend beyond the terms and conditions of the coverage form. As provided for in section 320.02(5)(e), Florida Statutes, the listed insurance policy may not be cancelled on less than 30 days written notice by the insurer to the Department of Highway Safety and Motor Vehicles, such 30 day’s notice to commence from the date notice is received by the department. $10,000 PIP Collier County Board of County Commissioners 3295 Tamiami Trial East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 2254 of 3681 Quality Enterprises USA IncBrown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes Additional Coverage Lines: E: Texas Insurance Co - Pollution Liability / Professional Liabililty: $2MIL Each Occurrence / $4MIL Aggregate Limit $25K Ded. #BFLPMLTFL011400_022306_01 Eff: 07/01/2024-07/01/2025 F: Indemnity National Ins - Excess Liability: $3MIL Excess of $2MIL #XS0001651 24 Eff: 07/01/2024-07/01/2025 G: Ascot Specialty - Excess Liabililty: $5MIL Excess of $5MIL #ESXS2410003621-01 Eff: 07/01/2024-07/01/2025 H: Homsite Assurance - Excess Liabillity: $5MIL Excess of $10MIL #CXP-036064-00 Eff: 07/01/2024-07/01/2025 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 2255 of 3681 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT – FLORIDA This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE – This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. CA F2 19 03 21 © 2021 The Travelers Indemnity Company. All rights reserved.Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS F. HIRED AUTO – LIMITED WORLDWIDE COVERAGE – INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE – GLASS H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured,of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form during the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured,of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1.The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. 2.The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV – BUSINESS AUTO CONDITIONS: b.For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: Page 2256 of 3681 (1)Any covered "auto" you lease, hire, rent or borrow; and (2)Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS 1.The following replaces Paragraph A.2.a.(2), of SECTION II – COVERED AUTOS LIABILITY COVERAGE: (2)Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. 2.The following replaces Paragraph A.2.a.(4), of SECTION II – COVERED AUTOS LIABILITY COVERAGE: (4)All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. HIRED AUTO – LIMITED WORLDWIDE COVERAGE – INDEMNITY BASIS The following replaces Subparagraph (5) in Paragraph B.7., Policy Period, Coverage Territory, of SECTION IV – BUSINESS AUTO CONDITIONS: (5)Anywhere in the world, except any country or jurisdiction while any trade sanction, embargo, or similar regulation imposed by the United States of America applies to and prohibits the transaction of business with or within such country or jurisdiction, for Covered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a)With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i)You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all proceedings and actions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii)We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv)We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE. (v)We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Paragraph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b)This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. Page 2 of 4 © 2021 The Travelers Indemnity Company. All rights reserved.CA F2 19 03 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 2257 of 3681 (c)This insurance is not a substitute for required or compulsory insurance in any country outside the United States, its territories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such country up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory insurance requirements. (d)It is understood that we are not an admitted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Canada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE – GLASS The following is added to Paragraph D., Deductible, of SECTION III – PHYSICAL DAMAGE COVERAGE: No deductible applies under Specified Causes of Loss or Comprehensive coverage for "loss" to glass used in the windshield. H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT The following replaces the last sentence of Paragraph A.4.b., Loss Of Use Expenses,of SECTION III – PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III – PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Coverage Extensions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing apparel and other personal property which is: (1)Owned by an "insured"; and (2)In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclusions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that inflate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a.If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b.The airbags are not covered under any warranty; and c.The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV – BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is known to: (a)You (if you are an individual); (b)A partner (if you are a partnership); (c)A member (if you are a limited liability company); (d)An executive officer, director or insurance manager (if you are a corporation or other organization); or (e)Any "employee" authorized by you to give notice of the "accident" or "loss". CA F2 19 03 21 © 2021 The Travelers Indemnity Company. All rights reserved.Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 2258 of 3681 M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV – BUSINESS AUTO CONDITIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Concealment, Misrepresentation, Or Fraud, of SECTION IV – BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non–renewal. Page 4 of 4 © 2021 The Travelers Indemnity Company. All rights reserved.CA F2 19 03 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 2259 of 3681 COMM RCI L G NERAL IAB LI YEAE LIT T IS ENDORSEMENT CHANGES T E POLICY. PL ASE READ IT CAREFULLY.HHE XTEND ENDORSEMENT FOR CONTRACTORS Thi e dorseme t m d fie i surance prov ded under he f l o ing:sn n oi sn i t olw COMM RCI L G NERAL IAB LI Y COVERAG PA TEAE LIT ER GE ERAL D SCRIP ION O CO ERAGE –NETFV Thi endorsem nt broadens cov rage. Howev r cov rage fo anyse e e,er i ju y, dama e o me i al ex ense descri ed in any o the provnr g r dc p s b f iionothsedorsemetmaybs s f i n n e ex luded orc l m ted by anothe endorsem n to this Cov rage Pa t, and the e ci i r e t e r s ov rage broadening prov sions do no ap ly toeitp the ex en tha cov rage is ex l ded or lim ted by such an entt t e cu i dorsemn. The foloinglitig ia get l w sn s eneral cov rage de cript on only Read al the prov sions o thi endorse s i . l i f s em nt and the re t o y ur pol cy ca e ullesfoirfyto de erm ne r gh s, dut es, and wha i and s not cov red.tiit i ts i e A.Wh I An Insured – Unnam d Subsid arieos e i s C.In i ental Med cal Mal racti ecd i p c B.Bla ket Addit onal Insured – Gov rnme talni enD.Bla ket Wa v r f Sub ogationnieOr En it e – Pe m t Or Au ho iza ions Re ati g Totis r is t r t l n E.Co tra tua Liab l ty – Rai roadncl ii l s Ope atio srn F.Da a e To Prem se Ren ed o Youmg i s t T POISION a.RV S An o ganizat on o he than a pa tnership, jo ntritr r i v nture or l m ted liab l ty company; oreiiiiA. WH IS AN INSU ED – UNNAMEDOR b.A rust;tSUBS DIARIESI The fol owing is ad ed toldSE TION II – WHO ISC a indi a ed in i s nam o the docum n s thasct t er et t AN INSU EDR :gov rn it stru ture.es c Any o yo r sub idiar e , o her than a pa tnershi ,fu s ist r p B B ANKET ADD TIONA INSURED –.L I L jo n v nture o lim ted liabil ty com any, that iit e r i i p s GO E N ENT L EN IT ES – P RMIT OVRM A T I E S R no shown as a Nam d Insured in thete AU H R ZA I N R L TI G T O E AT O STOI TOSEAN O PR IN ia amd Inured f:sN e s i The fol owing is ad ed toldSE TION II – WHO ISCa.Yo are the so e owner o , o ma ntai anulfrin AN INSU EDR :ownership intere t o mo e than 50% in, suchsf r Any gov r men al enti y tha ha issued a perm ten t t t s isubsidia y on the fi st day o the pol cy perio ;rrfid or authoriza ion wit re pe t to ope ationsthsc rand pe fo med by yo or on your behal and that yourr u fb.Su h subsidiary i not an in ured undecssrare required by any o dinance, law, buil ing coderdsi ila o her n urance.mrt is or written cont act or agreeme t to incl de a anrnus No such subsidiary i a insured fo "bodily inju ysn r r"addi ional i sured on thi Cov rage Pa t is atn se rn or "property dama e" tha o curred, o "perso al i sured, but only wi h re pgtc r n n tset to liabiiy fo"bodilycltr i ju y", "prope ty dam ge" or "perso al andnr r a nand a v rt sing i ju y" caused by an o fe sedei n r f n adv rti ing inj ry" ari ing ou o uch operatio s.es u s tfs ncom i ted:mt The in uran e prov ded to such gov r men alsc i enta.Be o e you ma ntai ed an ownership intere tfr i n s en ity doe not apply o:ts to mo e than 50% i such ub idiary; orfr n ss a.Any "bodi y inju y , "property dama e olr" g"rb.Af e the date, i any duri g the poli y periotr f , n c d "pe sonal and adv rti ing injury" a i ing o t oresrsufthat yo no longer ma ntain a ownershiuinp operatio s perfo m d fo the gov r men alnrer enti tere t o ore han 50% n such subsi ia y.nsfmt i dr en ity ort; Fo purpose o Pa agraphrsfr1.oSetionfcII –Who b.Any "bodily inj ry or "property dam geu" a "Is An Insured, ea h such subsidiary wil becl i clu ed in the "products-co ple ednd mtdeem d to e de ignated in the Declarat on a :ebs iss operatio s hazard".n CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company. All rightsry reserved.Pa e 1 o 3gf Includes copyrighted material of Insurance Services Of ice, Inc., with its permission.f Declarations Page 2260 of 3681 COMM RCI L G NERAL IAB LI YEAE LIT C. IN IDEN AL ED CAL ALPRACTI ECTMIM C pharma eut cal co m t ed by o wi h thecis mit ,r t k owledge o co sent o , the n urednrnfis.1.The fo lo i g repla e Pa agraphlwn cs r b.othef de i i ion o "o cur en e in thefnt f c r c "5.The fol owing i a ded to thelsd DFINTIONEI S DFINTIONEI SSe tion:c Se tio :cn b.An a t o om ssio com i ted i prov dincr i n mt n i g "In i ental m d cal se v ce " m a s:cd e i r i s e n or falngtoprovde"incidentalmeicaii i d l a.Med cal surgi al dental laborato y, x rayi, c, , r -se v ce ", fi st a d o "Good Sam r tanri s r i r ai or nur ing se vce or treatm n , advce osri etirse v ce " to a person, unle s yo are iri s s u n i struction o the related fur i hi g on,r nsnfthe busine s or o cupat on o prov dinscifig fo d or bev rages; oroepro e sional hea th a e se vce .fs l cr ri s b.The furni hing o di pensing o dru s osrs fgr2.The fo lowi g rep a es the la t paragraph oln lc s f mdcal dental o surgialsupplie oei , , r c s rPa ag aphrr 2. .(1)a of SECTI N II – WHO ISO appl a ce .in sAN INSU EDR : 6.The fol o ing i added to Parag aphlw s r 4.b.,Unle s yo a e in the business or o cupatiosur c n Ex ess In urancecs, of SE TION IV –Co prov di g pro e sional healt ca e se v ce ,finfs hrris Pa ag aphsrr (1) a)(,(b),(c)and (d)abov doe CO MERCIAL GENE AL LIABI ITMRLY COND T ONII Snot apply to :"bodily injury" arising out of prov din o ai ing o rov de:igrfl tpi Thi i surance i ex e s ov r any v li ansn s cs e ad d (a)"In i ental me ica se v ce " by any ocd d l r i s f col e ti le othe in urance whether prim ry,lcb r s , a y ur "em loyee " who is a nu se, nurseops r ex e s, conti gent o on any other ba is, thatcs n r s asistant,emrgenymeialtechniiasecdccn i av ilab e to any o your "em loy es" fosal f pe r or arame ic; orpd "bo ily injury that ari e ou o prov ding od"sstfir fa l n to prov de "i cidental medi al servce "ii g i n c i s(b)F rst ai or "Good Sama itan se v ce " byid r ris ay o yu "emloyee"o " toanyperso to theexent notnfor p sr n t subjet tocvlunteero Pa ag aphrr 2.a. 1)(oSetonfciII –WhoIsAnworkers", other than an employed or v lunteer do tor. Any such "em loyee "oc ps In ured.s or "v lu teer wo kers" prov ding o fa l ngon r i r ii D B ANKET WAIVER O SUB O ATION.L F RGto prov de fi st aid or "Good Sama i anir rt The fo lowing is a ded to Paragraphld 8.,Tra sfenrse v ce " during thei work hou s fo youri s r r r O Righ s O Reco ery Agai st O hers To Usftf v nt ,wil be deem d to be a t ng wi hin thelecit of SE TION IV – CO MERCIAL GENERALCMsco e o thei em loym nt by yo opf r p e ur pe fo m n dutie rela ed to the co du trrig s t n c LABI I Y CO DTONILT NIIS: oyor busines.fu s If the insured has a ree in a cont act ogd r r 3.The fo lo i g repla e the la t se tence olwn cs s n f ag ee ent to waiv that i sured' righ orm e n s t f Pa ag aphrr 5.of SE TION III – LIMITS OCFre ov ry against any person o o gan zat on, wece rr i i INSU AN ERC:waiv our right o e ov ry again t uch pe son oefrcessrr organi ation, but only fo pay ents we ma ezrmkFo the purpo e o dete m nin therssfrig be ause o :cfappl cable Ea h Occurrence Lim t, al relatedic il a t or omssions com i ted i provdi g ocs i mt n i n r a."Bo ily i ju y" o "property dam ge" thatdnr r a fa l n to prov de "inci ental me icaii g i d d l ocurs; ocr se v ce ", fi st a d o "Good Sam rtanri s r i r ai b."Pe so al and adv rti ing inj ry" ca sed byrn es u use v ce " to any one perso wil be deeme tori s n l d an o fe se hat i com it edfn t s mt ;be one "o currence".c 4.The fo lowi g ex lu ion i added to subsequent to the ex cution o theln cs s e f contat orc r Pa ag aphrr 2.,Exclus onis, of SE TION I –C ag ee ent.rm CO ERAGES – CO ERAGE A – BODI YVV LE. CON RACTUAL IABILIT – RAIL OADTLYRSINJU Y AND P OP RT DAMAGERREY LABIIYILT:1.The fol o ing repla e Pa agraphlw cs r c.othef de i i ion o "insured cont act" i thefnt f r nSa e O Ph rmaceu icalslfa t DFINTIONEI SSe tion:c"Bo ily inju y or "property dama e" ari ingdr" gs ou o the v ola ion o a penal stat te otf it f u r c.Any ea em nt or l cense agreem nt;se i e ordi ance rela i g to the sale ontn f Pa e 2 o 3gf © 2017 The T avelers Indemnit Company. All rightsry reserved.CG 3 16 02 9D1 Includes copyrighted material of nsurance Services Of iceI f , Inc., with its permission. Page 2261 of 3681 COMM RCI L G NERAL IAB LITYEAE LI 2.Pa ag aphrr f. 1)(o the de init o o "i suredffinfn a.Any prem se whi e rented to yo ois l u r cont a t i therc" n DFINTIONEI SSe tion is tem ora i y o cupied by you wi h pe m ssioncprlctri de eted. o he owne ; orlftr F DAMAGE TO P EMISE EN ED TO YOU b.RSRT .The co tent o any premi e whi e suchnsf ss l prem se i rented to yo , i y u rent suchiss ufoThe fol owing repla e the de i ition o "prem selcsfnfis prem se fo a period o sev n or feweis r f e rdama e in heg" t DEF NIT ONSII Se tionc: conse utiv day .ce s "Pre i e dama e m a s "property dama e" to:ms s g " e n g CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company. All righ sry treserved.Pa e 3 o 3gf Includes copyrighted material of nsurance Services Of iceI f , Inc., with its permission. Page 2262 of 3681 Page 2263 of 3681 Page 2264 of 3681 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED – AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II – WHO IS AN (a)The Additional Insured – Owners, Les- INSURED: sees or Contractors – Scheduled Person or Organization endorsement CG 20 10Any person or organization that:07 04 or CG 20 10 04 13, the Additionala.You agree in a written contract or agreement to Insured – Owners, Lessees or Contrac-include as an additional insured on this Coverage tors – Completed Operations endorse-Part; and ment CG 20 37 07 04 or CG 20 37 04 13, b.Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse-of those edition dates; orment under this Coverage Part which includes (b)Either or both of the following: the Addi-such person or organization in the endorsement's tional Insured – Owners, Lessees or Con-schedule;tractors – Scheduled Person Or Organi-is an insured, but:zation endorsement CG 20 10, or the Ad- ditional Insured – Owners, Lessees ora.Only with respect to liability for "bodily injury" or Contractors – Completed Operations en-"property damage" that occurs, or for "personal dorsement CG 20 37, without an editioninjury" caused by an offense that is committed, date of such endorsement specified;subsequent to the signing of that contract or agreement and while that part of the contract or the person or organization is an additional in-agreement is in effect; and sured only if the injury or damage is caused, in whole or in part, by acts or omissions ofb.Only as described in Paragraph (1),(2)or (3)be- you or your subcontractor in the performancelow, whichever applies: of "your work" to which the written contract or(1)If the written contract or agreement specifical-agreement applies; orly requires you to provide additional insured (3)If neither Paragraph (1)nor (2)above applies:coverage to that person or organization by the use of:(a)The person or organization is an addi- tional insured only if, and to the extent(a)The Additional Insured – Owners, Les- that, the injury or damage is caused bysees or Contractors – (Form B) endorse- acts or omissions of you or your subcon-ment CG 20 10 11 85; or tractor in the performance of "your work"(b)Either or both of the following: the Addi-to which the written contract or agree-tional Insured – Owners, Lessees or Con-ment applies; andtractors – Scheduled Person Or Organi- (b)Such person or organization does notzation endorsement CG 20 10 10 01, or qualify as an additional insured with re-the Additional Insured – Owners, Lessees spect to the independent acts or omis-or Contractors – Completed Operations sions of such person or organization.endorsement CG 20 37 10 01; The insurance provided to such additional insured isthe person or organization is an additional in- subject to the following provisions:sured only if the injury or damage arises out of "your work" to which the written contract or a.If the Limits of Insurance of this Coverage Partagreement applies;shown in the Declarations exceed the minimum (2)If the written contract or agreement specifical-limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in- coverage to that person or organization by sured will be limited to such minimum required the use of:limits. For the purposes of determining whether CG D6 04 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 2 Page 2265 of 3681 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required result in a claim. To the extent possible, such by the written contract or agreement will be con- notice should include: sidered to include the minimum limits of any Um-(a)How, when and where the "occurrence"brella or Excess liability coverage required for the or offense took place; additional insured by that written contract or (b)The names and addresses of any injuredagreement. This provision will not increase the persons and witnesses; andlimits of insurance described in Section III – Limits (c)The nature and location of any injury orOf Insurance.damage arising out of the "occurrence" orb.The insurance provided to such additional insured offense.does not apply to: (2)If a claim is made or "suit" is brought against(1)Any "bodily injury", "property damage" or the additional insured:"personal injury" arising out of the providing, (a)Immediately record the specifics of theor failure to provide, any professional archi- claim or "suit" and the date received; andtectural, engineering or surveying services, including:(b)Notify us as soon as practicable and see to it that we receive written notice of the(a)The preparing, approving, or failing to claim or "suit" as soon as practicable.prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or-(3)Immediately send us copies of all legal pa- ders or change orders, or the preparing, pers received in connection with the claim or approving, or failing to prepare or ap- "suit", cooperate with us in the investigation prove, drawings and specifications; and or settlement of the claim or defense against the "suit", and otherwise comply with all policy(b)Supervisory, inspection, architectural or conditions.engineering activities. (4)Tender the defense and indemnity of any(2)Any "bodily injury" or "property damage" claim or "suit" to any provider of other insur-caused by "your work" and included in the ance which would cover such additional in-"products-completed operations hazard" un- sured for a loss we cover. However, this con-less the written contract or agreement specifi- cally requires you to provide such coverage dition does not affect whether the insurance for that additional insured during the policy provided to such additional insured is primary period.to other insurance available to such additional insured which covers that person or organiza-c.The additional insured must comply with the fol- tion as a named insured as described in Par-lowing duties: agraph 4., Other Insurance, of Section IV –(1)Give us written notice as soon as practicable Commercial General Liability Conditions.of an "occurrence" or an offense which may Page 2 of 2 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D6 04 02 19 Page 2266 of 3681 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 $_1,000,000_____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000______single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. 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 Contractor/Vendor 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 Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000____ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ 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 Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence Page 2267 of 3681 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 Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed 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. GG – 10/11/2024 ______________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 2268 of 3681 Page 2269 of 3681 Page 2270 of 3681 Page 2271 of 3681 Page 2272 of 3681 Page 2273 of 3681 Page 2274 of 3681 Page 2275 of 3681 Page 2276 of 3681 Page 2277 of 3681 Page 2278 of 3681 Page 2279 of 3681 Page 2280 of 3681 Page 2281 of 3681 Page 2282 of 3681 Page 2283 of 3681 Page 2284 of 3681 Page 2285 of 3681 Page 2286 of 3681 Page 2287 of 3681 Page 2288 of 3681 Page 2289 of 3681 Page 2290 of 3681 Page 2291 of 3681 Page 2292 of 3681 Page 2293 of 3681 Page 2294 of 3681 Page 2295 of 3681 Page 2296 of 3681 Page 2297 of 3681 Page 2298 of 3681 Page 2299 of 3681 Page 2300 of 3681 Page 2301 of 3681 Page 2302 of 3681 Page 2303 of 3681 Page 2304 of 3681 Page 2305 of 3681 Page 2306 of 3681 Page 2307 of 3681 Page 2308 of 3681 Page 2309 of 3681 Page 2310 of 3681 Page 2311 of 3681 Page 2312 of 3681 Page 2313 of 3681 Page 2314 of 3681 Page 2315 of 3681 Page 2316 of 3681 Page 2317 of 3681 Page 2318 of 3681 Page 2319 of 3681 Page 2320 of 3681 Page 2321 of 3681 Page 2322 of 3681 Page 2323 of 3681 Page 2324 of 3681 Page 2325 of 3681 Page 2326 of 3681 Page 2327 of 3681 Page 2328 of 3681 Page 2329 of 3681 Page 2330 of 3681 Page 2331 of 3681 Page 2332 of 3681 Page 2333 of 3681 Page 2334 of 3681 Page 2335 of 3681 Page 2336 of 3681 Page 2337 of 3681 Page 2338 of 3681 Page 2339 of 3681 Page 2340 of 3681 Page 2341 of 3681 Page 2342 of 3681 Page 2343 of 3681 Page 2344 of 3681 Page 2345 of 3681 Page 2346 of 3681 Page 2347 of 3681 Page 2348 of 3681 Page 2349 of 3681 Page 2350 of 3681 Page 2351 of 3681 Page 2352 of 3681 Page 2353 of 3681 Page 2354 of 3681 Page 2355 of 3681 Page 2356 of 3681 Page 2357 of 3681 Page 2358 of 3681 Page 2359 of 3681 Page 2360 of 3681 Page 2361 of 3681 Page 2362 of 3681 Page 2363 of 3681 Page 2364 of 3681 Page 2365 of 3681 Page 2366 of 3681 Page 2367 of 3681 Page 2368 of 3681 Page 2369 of 3681 Page 2370 of 3681 Page 2371 of 3681 Page 2372 of 3681 Page 2373 of 3681 Page 2374 of 3681 Page 2375 of 3681 Page 2376 of 3681 Page 2377 of 3681 Page 2378 of 3681 Page 2379 of 3681 Page 2380 of 3681 Page 2381 of 3681 Page 2382 of 3681