Loading...
Backup Documents 01/28/2025 Item #16B11b (National Traffic Solution, Inc.) ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE 1 6$ 1 Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 2. County Attorney Office County Attorney Office ,y ) 4. BCC Office Board of County Commissioners c3sS bit,f!?)/3/ 15I(t5 4. Minutes and Records Clerk of Court's Office 1 31 kg' 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,mai need to contact staff for additional or missing information. Name of Primary Staff Osmanis Nieves Borjas-Procurement Contact Information 239-252-2220 Contact/Department Agenda Date Item was January 28,2025 Agenda Item Number AGENDA# Approved by the BCC 16.B.11 b Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A F24-83251 National Traffic number if document is National Traffic Solution,Inc to be recorded Solution, Inc INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be ONB signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the ONB document or the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's ONB signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on January 28, 2025,and all changes N/A is not made during the meeting have been incorporated in the attached document. The /P fl#i an option for County Attorney's Office has reviewed the changes,if applicable. �i• this line. 9. Initials of attorney verifying that the attached document is the version approved by the h N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the 5iQ'j Ii an option for Chairman's signature. this line. 1 6811 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT #24-8325 for Concrete - Sidewalks, Curbs & Gutters, and Related Items THIS AGREEMENT, made and entered into on this (- day of 20 by and between National Traffic Solution, Inc. authorized to do business in the State of Florida, whose business address is 20305 SW 198 Avenue, Miami, FL 33187 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing U upon the date of Board approval; or n on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ■ Purchase Order . 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of E Request for Proposal (REP) ❑IIII Invitation to Bid (ITB) ❑ Other ( ) # 24-8325 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1 CAO 16811 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ❑■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. Exhibit/Attachment: 3.4 ❑■ The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology�+� (as selected below): , , is authorizcd. (� Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 0 Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 6811 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 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 the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "'aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, 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. 4.5 ❑ (check if ap . expenses . Mileage $974 -taer-mile- BrealFfast $6.00 Lunch •$11.00 Dinner-- "1-9700 Airfare class fare Rental-ear Actual rental cost limited to compact or Ledgii4g Parking • le • Contractor shall be 5. SALES TAX. 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. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. Page 3 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 6B11 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: National Traffic Solution, Inc. Address: 20305 SW 198 Ave, Miami, FL 33187 Authorized Agent: Jan Rivera Attention Name & Title: President Telephone: 786-508-7600 E-Mail(s): ian(c�trafficsolution.us All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Marshal Miller Division Name: Road, Bridge, and Stormwater Division Address: 4800 Davis Blvd, Naples, FL 34104 Administrative Agent/PM: Melissa Pearson Telephone: 239-252-5591 E-Mail(s): Melissa.Pearson@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 6811 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000.00 Per Occurrence, $2,000,000.00 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liability: Coverage shall have minimum limits of$ 1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1,000,000.00 for each accident. Page 5 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 6B11 £ r— Dr.,fessi...al--Lfab+l+ I this insurance. Such insurance shall have limits of not less than $ each f. [1 : Coverage shall have minimum limits of$ per claim. G. ❑ . vvei aye shall have minimum limits of$ per claim. H. : Coverage Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "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. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify 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. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, 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 Page 6 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.I] CAO 16B11 Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 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, County 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 County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road, Bridge, and Stormwater Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑� Exhibit A Scope of Services, Exhibit B Fee Schedule, E R /•■ ITB/PI Other #24-8325 , including Exhibits, Attachments and Addenda/Addendum, F-subsegtuertt quotes, and 1} Other Exhibit/Attachment: 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, Page 7 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 6811 including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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, as well as the requirements set forth in Florida Statutes, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PubliicRecordRequest colliercountyfl.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 Page 8 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 61311 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. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. 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. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling 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. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. n CLEAN UP. 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 Page 9 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CA4 1 6R11 site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County 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 final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. 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. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. U TESTS AND INSPECTIONS. 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 to the County 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 County. 27. 0 PROTECTION OF WORK. A. 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 anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary Page 10 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 16R11 to replace such loss or damage shall be deducted from any amounts due to Contractor. B. 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. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County 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 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 modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. 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 County's staff person who would make the presentation of any settlement reached during negotiations to County 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 County's staff person who would make the presentation of any settlement reached at mediation to County'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. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 16811 33. 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. 34. fie+. 0 AGREEMENT STAFFING.The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. 0 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. • among-the t t ttifs;-if arty;-er 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its Page 12 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 16811 assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. 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-FMOPSAcolliercountyfl.gov) 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. Collier County Sheriff's Office (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. 38. E■ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision Page 13 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 6811 shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. IN WITNESS WHEREOF,the parties hereto,by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal'W.-Kipzel, Clerk of the Circuit COLLIER COUNTY, FLORIDA Court andCt tnptroller 4 411.1AkelkkA. Attest as to Chairrnan's By:—144.#"""ea" Dated' , . 3 signature only Burt L. Saunders, Chairman (SEAL Contractor's Witnesses: National Traffic Solution, Inc. r Contract NI A \ DBA 1 y: Contr to 's First Witness Signature & .5 Col\&-A t, `�a-v,- , —���1 Q.,.-� TType/print signature an titieT TType/ rint w. ness n meT . Contr tor's econ itness NJ ckAr..0� 11� ,,..� TType/priVit witness nameT App d as to F Legality: �,.S County Attorney Print Name Page 14 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver. 0 1 b811 Exhibit A Scope of Services Ifollowing this page (pages 1 through 6 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO I 6811 Exhibit A Agreement#24-8325 DETAILED SCOPE OF WORK This Agreement is being awarded on a primary,secondary,tertiary basis. Qualified Contractors to perform countywide concrete work and related services "as needed," including, but not limited to,concrete sidewalk removals,replacements,and new installations;Americans with Disabilities Act(ADA) sidewalks,curbs,curb ramps,and detectable warning mats;driveways;concrete pads;concrete grinding;curbs,curb inlets, gutters; mitered ends; and other related services.The Contractor shall be solely responsible for determining the means,methods,techniques,and coordination to perform the work. Form,pour,and finish concrete sidewalks,driveways,or other miscellaneous concrete projects as needed.The scope of each project may vary depending on the work needed. The County Project Manager will provide work details outlining the work activity. In the performance of this contract,the Contractor shall be solely responsible and have control over the means, methods, techniques, sequences, procedures, and coordination of all portions of the work under the agreement unless the agreement document gives other specific instructions. 1. SPECIFICATIONS:Unless otherwise directed,the work shall follow the latest edition of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction. Below is a listing of the most used FDOT specifications. Division work requests may require other specifications the County Project Manager will provide. https://www.fdot.gov/programman agem ent/imp lemented/specbooks/default.shtm NOTF: Unless otherwise directed, the Contractor shall form, pour, and finish Road, Bridge, and Stormwater Maintenance Division sidewalks six inches in depth.Other County Divisions may not require FDOT specifications. 1.1. FDOT Specifications Section 121:Flowable Fill. Section 901.Coarse Aggregate Section 160:Stabilizing Section 902.Fine Aggregate Section 346: Structural Portland Cement Concrete. Section 911. Limerock-Base / Stabilized Base Section 347:Portland Cement Concrete-Class NS. Section 921.Portland Cement Section 352:Grinding Concrete Pavement. Section 923.Water Section 522:Concrete Sidewalks and Driveways. Section 924.Chemical Admixtures Section 524:Concrete Ditch and Slope Pavement. Section 925.Curing Materials Section 525:Asphalt Concrete Curb Section 929.Pozzolans and Slag Section 526:Architectural Pavers. Section 931.Embedded Items Section 527:Detectable Warnings. Section 932.Joint Seals Section 530:Revetment Systems. CAO 16B11 1.2. Fee Schedule:The fee schedule has two categories. 1.2.1. Category 1.Services:The unit prices for the items listed in this category include supervision,labor, equipment,materials,removing roots and vegetation,cutting and capping non-permitted irrigation pipes and removal of other obstructions in the sidewalk installation's footprint, removing and/or adding any limerock base/fill material required under the sidewalk to level with the existing sidewalk elevation(s),site restoration,and temporary traffic control. 1.2.1.1. Americans with Disabilities Act(ADA):sidewalk ramps and warning mats. 1.2.1.2. Concrete Sidewalk: new installations with broom finish, removals and disposal, and concrete sidewalk grinding. NOTE: The Road, Bridge, and Stormwater Maintenance Division concrete sidewalks shall be as follows unless otherwise specified by the County Project Manager. 1.2.1.2.1.Six inches in death when abutting public roadways. 1.2.1.2.2.Portland Cement 3000 PSI concrete. 1.2.1.2.3.No fiber is used unless requested. 1.2.1.3. Curb&Gutter:Type A,B,D,E,F,Drop Curb,Shoulder Gutter,and Valley Gutter. 1.2.1.4. Concrete Drainage:Mitered Ends,Curb Inlets,and Flumes. 1.2.1.5. Asphalt Related Services:Asphalt removal and installation/replacement.This item is not intended to remove or install asphalt sidewalks and pathways. 1.2.1.6. Concrete Miscellaneous: Concrete installations other than sidewalks, removal and disposals,concrete with and without available in 2500,3000,5000 pounds per square inch ("PSI")delivered,and concrete grinding alternative method by hand per FDOT. 1.2.1.7. Concrete Spall Repair:any type of concrete surface. 1.2.1.8. Curb & Gutter Miscellaneous: Concrete Curb & Gutter Special or Odd Types and Shoulder Gutter. 1.2.1.9. Sod:The unit price includes sod,delivery,labor,and equipment to install. Sod types are Bahia and Floratam. 1.2.2. Category 2.Additional Services:The unit price for items in this category varies(all items include TTC as applicable);refer to the fee schedule.Items in this category are not part of items in Category 1. Services.The County Project Manager shall request an estimate from the Contractor.No work shall commence without the County Project Manager's approval and a purchase order. The Division will request services as needed. It will be the Division's discretion to request an estimate,or they may choose to utilize another Contract or request quotes off contract following the Procurement Ordinance for informal purchases. 1.2.2.1. Labor:The unit of measure is hourly for Foreman,Crew Leader,and Laborer. 1.2.2.2. Equipment:The unit of measure is hourly. 1.2.2.3. Materials:Refer to the fee schedule as the unit of measure varies. 1.2.2.4. Markup:The Contractor shall submit receipts and estimates with the invoice submission for markup verification.Tax and freight charges are authorized; however,these charges have no markup. 1.2.2.4.1.Material Markup:A 15 percent(%)markup is authorized for parts and materials not included in the fee schedule.The Contractor shall provide a receipt(s)with the invoice for reimbursement for parts and materials exceeding$500.00.Any items below$500.00 may require an itemized record showing the part and cost for reimbursement. CAO 16811 1.2.2.4.2.Equipment Markup:A 15 percent(%) markup is authorized for equipment not listed on the fee schedule. The Contractor shall email the Division Representative the estimate to approve rental equipment.* 1.2.2.4.3. Subcontractor Markup: A 15 percent (%) markup is authorized for subcontractor services.The Contractor shall email the Division Representative the estimate to approve subcontractor services. 2. GENERAL INFORMATION 2.1. Bonds:Except for the Road,Bridge, Stormwater Division's sidewalk program maintenance services,any work valued at two hundred thousand ($200,000) or greater requires public performance and payment bonds in the full amount of the project costs.** 2.1.1.The Contractor shall provide the Division with certified public payment and performance bonds for the project cost. 2.1.2. Include the following bond information: a. Project Costs; b. Contract Number; c. Project Title; d. Departmental Internal Work Order Number(if applicable); and e. Purchase Order Number. 2.1.3.The Contractor shall email copies of the bonds to the County Project Manager. 2.1.4.The Contractor must submit paid receipts of actual costs for reimbursement. 2,2. Work Request:County Divisions will request services as needed.A written scope of work(the scope may include a spreadsheet listing area,or plans,etc.) may be provided by the County Project Manager or the County Project Manager may discuss the work in the field,and the Contractor shall provide an estimate. ➢ The Division shall have full authority to utilize the Secondary Contractor if the Primary Contractor declines the work or cannot perform the work request within the County Project Manager's timeline. The same procedure applies to the Secondary and Tertiary Contractors.This process shall apply for a notice of default,a notice of suspension,or a notice to terminate. 2.2.1. Sidewalk Program:The Road,Bridge,and Stormwater Division has a sidewalk program.Most of the work is time-sensitive,and to ensure continuity of services, if the Primary Contractor declines the work and the work is offered to the Secondary Contractor and/or Tertiary Contractors declines the work,the Primary Contractor will need to provide the services.The sidewalk program work is critical and safety-related,so services must be done promptly and as requested. 2.2.2.Other Concrete Service Request: These may include, but are not limited to, concrete sidewalks, sidewalk curb ramps, curb and gutter, driveways,ADA(sidewalks, ramps, mats, curbs), concrete pads,and other related concrete services for full project completion. 2.3. Work Commencement: The work shall commence with the County Project Manager issuing a purchase order. 2.4. Work Delays: The Contractor shall immediately notify the County Project Manager via phone call of delays and follow up with an email stating the cause of the delay within 24 hours or the next business day. 2.5. Work Hours: Regular business hours are Monday through Friday from 7:00 a.m. through 5:00 p.m.The Contractor may request permission from the County Project Manager to work outside regular business hours,weekends,or County holidays;there is no additional compensation. 2.6. Work Modifications: The County Project Manager may modify the work before work starts or during work progress.These modifications may be required to complete work.The Contractor agrees to perform work revisions. The Contractor shall have a supervisor at the worksite. The work shall be given the constant attention necessary to ensure the schedule is on-time and work progresses continually. The *updated via Addendum 5 **updated via Addendum 5 CAO 16811 supervisor must speak and understand English, communicate effectively and understand the contract documents, be experienced in concrete work, and have full authority to receive instruction from the Division. 2.7. Work Schedules: The Contractor shall provide work schedules to the County Project Manager as requested.The schedules shall be updated with any changes while working. 2.8. Meetings: Either party may request meetings throughout the contract term, requiring mandatory attendance.The County incurs no additional costs for contractual meeting discussions. 2.9. Utilities: The Contractor shall be responsible for exercising precautions while working near utilities. Before digging,the Contractor must call Sunshine 811 at 811 or 800-432-4770,Monday through Friday, from 7:00 a.m.to 5:00 p.m.Sunshine 811 needs two(2)full business days'notice.Any damage to utilities is the Contractor's sole responsibility and at no cost to the County. 2.10. Lane Closures: On weekdays,lane closures are not permitted between 7:00 a.m.and 9:00 a.m.and 3:30 p.m.and 6:30 p.m. 2.11. Road Alert(Mandatory Requirement):Any lane closures require the Contractor to submit the Road Alert Notification Form for Lane Closures and Road Closures via email to Collier County Transportation Management Services Department.Link to Download the Road Alert form: https://www.col li ercounty fl.gov/governmentltransportation-management-services/services/construction- and-m ai nten ance-publ i c-information/road-alerts 2.12. Traffic Interference:The Contractor shall conduct work to ensure the least interference with traffic. 2.13. Maintenance of Traffic (MOT) / Temporary Traffic Control (TTC): MOT/TTC is the Contractor's responsibility when applicable.The Contractor is responsible for setting up and maintaining MOT/TTC while performing services in the right-of-way and roadways. 2.13.1. MOT/TTC is a requirement for the safety and protection of the Contractor's employees and traveling public during services. It is the Contractor's sole responsibility for safety in the work zone. 2.13.2. MOT/TTC shall conform to the current edition of the FDOT's Standard Plans for Road and Bridge Construction, Index 102, Design Standards Index 600 series, link: https://www.fdot.gov/design/standardplans/sprbc.shtm, and The Manual on Uniform Traffic Control Devices(MUTCD),link:https://mutcd.fhwa.dot.gov/index.htm. 2.13.3. The Contractor is authorized to subcontract MOT/TTC. The subcontractor must have current FDOT Maintenance of Traffic or Temporary Traffic Control,Intermediate Level Certification. 2.13.4. The Contractor's employee or subcontractor is responsible for the MOT/TTC plan and equipment setup and shall have current FDOT-approved certification in their name.They must be readily available within twenty (20)minutes of the County staffs initial contact to address work zone safety issues. 2.13.5. If the MOT/TTC setup does not comply with FDOT standards, the Contractor must cease operations until it is correct per the 600 series design standard. 2.14. Work Zone Safety: Contractor shall use caution while working on County Right-of-Way and roadways. The Contractor shall use caution while working in or around County-owned or operated facilities,right- of-way, sides of right-of-way, and roadway medians. When working within a right-of-way (i.e., roads, sidewalks,bike paths, etc.)Follow applicable FDOT and/or MUTCD requirements,such as but are not limited to: CAO 16B11 2.14.1. American National Standards Institute/International Safety Equipment Association (ANSI/ISEA)Class 2 or 3 Vests,T-shirts,or similarly labeled garments depending on the time of day. 2.14.2. Appropriate work zone signage, cones, barricades or barrels, arrow panels, flagging personnel, and stop/slow paddles,where necessary,required by law or the BCC. 2.14.3. An applicable work zone(Maintenance of traffic)plan based on FDOT and/or MUTCD designs on site. 2.14.4. The Contractor will maintain access for residents and commercial properties with minimal delays to the traveling public. 2.15. Clean Up/Disposal: The Contractor shall remove and dispose of material, debris, and trash within the work zone each day. If the area is not cleaned,the Contractor may be required to return to the worksite to clean up,remove,and dispose of the debris at an authorized disposal site. 2.16. Inspections: Onsite inspections may occur to monitor work progress and when the work is completed. The Contractor will email the Division Project Manager and Inspector when the work is completed. 2.16.1. The Division Project Manager or Inspector will notify the Contractor when the finished work fails to comply with the specifications. 2.16.2. The Contractor shall immediately cure the deficient work, ensuring it complies with the specifications. 2.16.3. Upon completing the deficient work, the Contractor shall notify the Division Project Manager and Inspector when ready for re-inspection. 2.16.4. There will be no cost to the County for the Contractor to correct deficient work. 2.17. Warranty/Guarantee: Restored areas on private property within the public right-of-way shall be guaranteed for one(1)year. In the event of a settlement of paved areas more than one-quarter(1/4") inch below the undisturbed adjacent permanent pavement,the Contractor shall make the necessary repairs to restore the pavement level within 10 calendar days after notification by the Division. The Contractor is responsible for repair costs. 2,18. Damages: The Contractor shall exercise care and protect the project site. The Contractor is responsible for repairing damages to the satisfaction of the Division Project Manager at no cost to the County. 2.18.1. The Contractor's crews shall repair or replace any damages within 10 calendar days from the date of damage at the Contractor's sole expense; or an established date as requested by the Division. 2.18.2. The Division may withhold estimated damage repair/replacement costs from an invoice until the repairs are completed and accepted. 2.19. Licenses and Certifications: The Contractor shall have valid insurance, licenses, and certifications as required by statute, law,and administrative rules during the contract term,renewals,and extensions. 2.19.1. The Contractor must have one of the following licenses to perform services: State of Florida Certified General Contractor,Collier County General Contractor,or Collier County Placing and Finishing Contractor.*** 2.19.2. Temporary Traffic Control (TTC) or Maintenance of Traffic (MOT), Intermediate Level Certification. 2.20. Price Modifications: Price increase requests may be submitted for contract renewals(prices shall remain firm for the original three-year term). 2.20.1. Submit price increase requests in writing by email to the Contract Administrator no less than 90 ***updated via Addenda 2&4 CAO 16$ 11 days to the contract renewal date for consideration.Price increase requests review may take over 30 days to complete.Retroactive price adjustments are not authorized. 2.20.2. Contractor shall provide supporting documentation justifying price increases(examples:Bureau of Labor Statics, supplier material agreements, fuel increases, etc.). If there is no documented proof,price increases will not be considered. 2.20.3. Contract Administrator shall analyze prices to determine whether increases are fair and reasonable using the following methods: price competition (reviewing competitive bids or offers),market prices,historical prices,or independent estimates. 2.20.4. During the review process,the contractor shall continue to fill all purchase orders received at the current agreement prices. 2.20.5. The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance,as amended.The fee schedule shall be modified with the price increases and uploaded into the County's Finance system in accordance with Procurement policies and procedures. 2.20.6. Price increase requests are not guaranteed. CAO i 6811 Exhibit B Fee Schedule following this page (pages through $ ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.1] CAO 1 6811 Exhibit B Fee Schedule ITB#24-8325 National Traffic Solution,Inc. SECONDARY VENDOR CATEGORY 1.SERVICES The unit prices for the items listed in this category include supervision,labor,equipment,materials,removing roots and vegetation,cutting and capping non-permitted irrigation pipes and removal of other obstructions in the sidewalk installation's footprint,removing and/or adding any limerock base/fill material required under the sidewalk to level with the existing sidewalk elevation(s),site restoration,and temporary traffic control. Americans with Disabilities Act(ADA) Item No. Description Unit of Measure Quantity Unit Price 1 ADA Sidewalk Ramps,New Installation Square Yard 1 -50 $ 130.00 2 ADA Sidewalk Ramps,New Installation Square Yard 51 - 100 $ 125.00 3 ADA Sidewalk Ramps,New Installation Square Yard 101 + $ 120.00 4 ADA Sidewalk Ramps,Removal&Disposal of Existing Square Yard 1 -50 $ 70.00 5 ADA Sidewalk Ramps,Removal&Disposal of Existing Square Yard 51 - 100 $ 65.00 6 ADA Sidewalk Ramps,Removal&Disposal of Existing Square Yard 101 i $ 60.00 7 ADA Sidewalk Ramps,Install/Replacement Square Yard 1 -50 $ 130.00 8 ADA Sidewalk Ramps,Install/Replacement Square Yard 51 - 100 $ 125.00 9 ADA Sidewalk Ramps,Install/Replacement Square Yard 101 + $ 120.00 10 ADA Detectable Warning Mat,Install/Replacement Square Foot 1 -50 $ 40.00 11 ADA Detectable Warning Mat,Install/Replacement Square Foot 51 - 100 $ 35.00 12 ADA Detectable Warning Mat,Install/Replacement Square Foot 101 + $ 30.00 Concrete Sidewalk Item No. Description Unit of Measure Quantity Unit Price 13 Concrete Sidewalk,New Installation Square Yard 1 - 100 $ 130.00 14 Concrete Sidewalk,New Installation Square Yard 101 -250 $ 125.00 15 Concrete Sidewalk,New Installation Square Yard 251 -500+ $ 120.00 16 Concrete Sidewalk,Removal&Disposal of Existing Square Yard 1 - 100 $ 70.00 17 Concrete Sidewalk,Removal&Disposal of Existing Square Yard 101 -250 $ 65.00 18 Concrete Sidewalk,Removal&Disposal of Existing Square Yard 251 -500+ $ 60.00 19 Concrete Sidewalk,6"Thickness,Install/Replacement Square Yard 1 - 100 $ 130.00 20 Concrete Sidewalk,6"Thickness,Install/Replacement Square Yard 101 -250 $ 125.00 21 Concrete Sidewalk,6"Thickness,Install/Replacement Square Yard 251 -500+ $ 120.00 Page 1 of 8 CAO I6B11. Item No. Description Unit of Measure Quantity Unit Price 22 Concrete Sidewalk,6"Thickness with Fiber,Install/Replacement Square Yard 1 - 100 $ 135.00 23 Concrete Sidewalk,6"Thickness with Fiber,Install/Replacement Square Yard 101 -250 $ 130.00 24 Concrete Sidewalk,6"Thickness with Fiber,Install/Replacement Square Yard 251 -500+ $ 125.00 25 Concrete Sidewalk,8"Thickness, Install/Replacement Square Yard 1 - 100 $ 150.00 26 Concrete Sidewalk,8"Thickness, Install/Replacement Square Yard 101 -250 $ 145.00 27 Concrete Sidewalk,8"Thickness, Install/Replacement Square Yard 251 -500+ $ 140.00 28 Concrete Grinding,County Wide Square Foot 1 -50 $ 20.00 29 Concrete Grinding,County Wide Square Foot 51 - 100 $ 15.00 30 Concrete Grinding,County Wide Square Foot 101 + $ 10.00 Curb& Gutter Item No. Description Unit of Measure Quantity Unit Price 31 Concrete Curb,Removal&Disposal,Type A Linear Feet 1 -50 $ 25.00 32 Concrete Curb,Removal&Disposal,Type A Linear Feet 51 - 150 $ 20.00 33 Concrete Curb,Removal&Disposal,Type A Linear Feet 151 + $ 15.00 34 Concrete Curb,Install,Type A Linear Feet 1 -50 $ 50.00 35 Concrete Curb,Install,Type A Linear Feet 51 - 150 $ 45.00 36 Concrete Curb,Install,Type A Linear Feet 151 + $ 40.00 37 Concrete Curb,Removal&Disposal,Type B Linear Feet 1 -50 $ 25.00 38 Concrete Curb,Removal&Disposal,Type B Linear Feet 51 - 150 $ 20.00 39 Concrete Curb,Removal&Disposal,Type B Linear Feet 151 + $ 15.00 40 Concrete Curb, Install,Type B Linear Feet 1 -50 $ 50.00 41 Concrete Curb,Install,Type B Linear Feet 51 -150 $ 45.00 42 Concrete Curb,Install,Type B Linear Feet 151 + $ 40.00 43 Concrete Curb,Removal&Disposal,Type D Linear Feet l -50 $ 25.00 44 Concrete Curb,Removal& Disposal,Type D Linear Feet 51 - 150 $ 20.00 45 Concrete Curb,Removal&Disposal,Type D Linear Feet 151 + $ 15.00 46 Concrete Curb,Install,Type D Linear Feet 1 -50 $ 50.00 47 Concrete Curb,Install,Type D Linear Feet 51 - 150 $ 45.00 48 Concrete Curb,Install,Type D Linear Feet 151 + $ 40.00 49 Concrete Curb&Gutter,Removal&Disposal,Type E Linear Feet 1 -50 $ 25.00 Page 2 of 8 CAC I6811 Item No. Description Unit of Measure Quantity Unit Price 50 Concrete Curb&Gutter, Removal&Disposal,Type E Linear Feet 51 - 150 $ 20.00 51 Concrete Curb&Gutter, Removal&Disposal,Type E Linear Feet 151 + $ 15.00 52 Concrete Curb&Gutter,Install,Type E Linear Feet 1 -50 $ 50.00 53 Concrete Curb&Gutter,Install,Type E Linear Feet 51 - 150 $ 45.00 54 Concrete Curb&Gutter,Install,Type E Linear Feet 151 + $ 40.00 55 Concrete Curb&Gutter,Removal&Disposal,Type F Linear Feet 1 -50 $ 25.00 56 Concrete Curb&Gutter,Removal&Disposal,Type F Linear Feet 51 - 150 $ 20.00 57 Concrete Curb&Gutter,Removal& Disposal,Type F Linear Feet 151 + $ 15.00 58 Concrete Curb&Gutter,Install,Type F Linear Feet 1 -50 $ 50.00 59 Concrete Curb&Gutter,Install,Type F Linear Feet 51 - 150 $ 45.00 60 Concrete Curb&Gutter,Install,Type F Linear Feet 151 + $ 40.00 61 Concrete Curb,Removal&Disposal, Drop Curb Linear Feet 1 -50 $ 25.00 62 Concrete Curb,Removal&Disposal,Drop Curb Linear Feet 51 - 150 $ 20.00 63 Concrete Curb,Removal&Disposal,Drop Curb Linear Feet 151 + $ 15.00 64 Concrete Curb,Install,Drop Curb Linear Feet 1 -50 $ 50.00 65 Concrete Curb,Install,Drop Curb Linear Feet 51 - 150 $ 45.00 66 Concrete Curb,Install,Drop Curb Linear Feet 151 + $ 40.00 67 Concrete Curb,Removal&Disposal,Shoulder Gutter Linear Feet 1 -50 $ 25.00 68 Concrete Curb,Removal&Disposal, Shoulder Gutter Linear Feet 51 - 150 $ 20.00 69 Concrete Curb,Removal&Disposal, Shoulder Gutter Linear Feet 151 + $ 15.00 70 Concrete Curb, Install,Shoulder Gutter Linear Feet 1 -50 $ 50.00 71 Concrete Curb,Install,Shoulder Gutter Linear Feet 51 - 150 $ 45.00 72 Concrete Curb,Install,Shoulder Gutter Linear Feet 151 + $ 40.00 73 Concrete Valley Gutter,Removal&Disposal Linear Feet 1 -50 $ 25.00 74 Concrete Valley Gutter,Removal&Disposal Linear Feet 51 - 150 $ 20.00 75 Concrete Valley Gutter Removal&Disposal Linear Feet 151 + $ 15.00 76 Concrete Valley Gutter,Install Linear Feet 1 -50 $ 50.00 77 Concrete Valley Gutter,Install Linear Feet 51 - 150 $ 45.00 78 Concrete Valley Gutter,Install Linear Feet 151 + $ 40.00 CONCRETE DRAINAGE Item No. Description Unit of Measure Quantity Unit Price Page 3 of 8 CA° 1 6B11 Item No. Description Unit of Measure Quantity Unit Price 79 Mitered Ends,Removal&Disposal Square Yard 1 $ 495.00 80 Mitered Ends, Install/Replacement Square Yard 1 $ 1,250.00 81 Curb Inlets Top,Removal&Disposal Square Yard 1 - 10 $ 495.00 82 Curb Inlets Top,Removal&Disposal Square Yard 11 -20 $ 495.00 83 Curb Inlets Top,Removal&Disposal Square Yard 20+ $ 495.00 84 Curb Inlets Top, Install/Replacement Square Yard 1 - 10 $ 3,250.00 85 Curb Inlets Top, Install/Replacement Square Yard 11 -20 $ 3,250.00 86 Curb Inlets Top, Install/Replacement Square Yard 20+ $ 3,250.00 87 Flumes,Removal&Disposal Square Yard 1 $ 495.00 88 Flumes, Install/Replacement Square Yard 1 $ 1,250.00 ASPHALT RELATED SERVICES(does not include installing asphalt sidewalks and pathways). Item No. Description Unit of Measure Quantity Unit Price 89 Asphalt removal&disposal of existing Ton 1 $ 250.00 90 Asphalt install/replacement Ton 1 $ 500.00 CONCRETE MISCELLANEOUS Item No. Description Unit of Measure Quantity Unit Price 91 Concrete Installation,other than sidewalks Square Yard 1 $ 130.00 92 Concrete Miscellaneous,Removal&Disposal of Existing Square Yard 1 $ 70.00 93 Concrete Miscellaneous,2500 PSI,delivered Cubic Yard 1-4 $ 350.00 94 Concrete Miscellaneous,2500 PSI,delivered Cubic Yard 5+ $ 300.00 95 Concrete Miscellaneous,3000 PSI,delivered Cubic Yard 1-4 $ 350.00 96 Concrete Miscellaneous,3000 PSI,delivered Cubic Yard 5+ $ 300.00 97 Concrete Miscellaneous,5000 PSI,delivered Cubic Yard 1-4 $ 350.00 98 Concrete Miscellaneous,5000 PSI,delivered Cubic Yard 5+ $ 300.00 99 Concrete Miscellaneous,2500 PSI with fiber mesh,delivered Cubic Yard 1 -4 $ 350.00 100 Concrete Miscellaneous,2500 PSI with fiber mesh,delivered Cubic Yard 5+ $ 300.00 101 Concrete Miscellaneous,3000 PSI with fiber mesh,delivered Cubic Yard 1 -4 $ 350.00 102 Concrete Miscellaneous,3000 PSI with fiber mesh,delivered Cubic Yard 5+ $ 300.00 Page 4 of 8 CAS' 1 6E311 Item No. Description Unit of Measure Quantity Unit Price 103 Concrete Miscellaneous,5000 PSI with fiber mesh,delivered Cubic Yard 1 -4 $ 350.00 104 Concrete Miscellaneous, 5000 PSI with fiber mesh,delivered Cubic Yard 5+ $ 300.00 105 Concrete Grinding,Alternative Method by hand per FDOT Square Foot I $ 25.00 CONCRETE SPALL REPAIR Item No. Description Unit of Measure Quantity Unit Price 106 Concrete Spall Repair,any type of concrete surface,County Wide Square Foot 1 $ 25.00 CURB&GUTTER MISCELLANEOUS Item No. Description Unit of Measure Quantity Unit Price 107 Concrete Curb&Gutter,Removal&Disposal,Special,Odd Type Linear Feet 1 -50 $ 25.00 108 Concrete Curb&Gutter,Removal&Disposal,Special,Odd Type Linear Feet 51 - 150 $ 20.00 109 Concrete Curb&Gutter,Removal&Disposal,Special,Odd Type Linear Feet 151 + $ 15.00 110 Concrete Curb&Gutter,Install,Special,Odd Type Linear Feet 1 -50 $ 50.00 111 Concrete Curb&Gutter,Install,Special,Odd Type Linear Feet 51 - 150 $ 45.00 112 Concrete Curb&Gutter,Install,Special,Odd Type Linear Feet 151 + $ 40.00 113 Concrete Gutter,Removal&Disposal, Special—for any odd type Linear Feet I -50 $ 25.00 114 Concrete Gutter,Removal&Disposal,Special—for any odd type Linear Feet 51 - 150 $ 20.00 115 Concrete Gutter,Removal&Disposal,Special—for any odd type Linear Feet 151 + $ 15.00 116 Concrete Gutter, Install, Special—for any odd type Linear Feet 1 -50 $ 50.00 117 Concrete Gutter, Install,Special—for any odd type Linear Feet 51 - 150 $ 45.00 118 Concrete Gutter, Install,Special—for any odd type Linear Feet 151 + $ 40.00 119 Concrete Shoulder Gutter, Removal&Disposal Linear Feet 1 -50 $ 25.00 120 Concrete Shoulder Gutter,Removal&Disposal Linear Feet 51 - 150 $ 20.00 121 Concrete Shoulder Gutter,Removal&Disposal Linear Feet 151 + $ 15.00 122 Concrete Shoulder Gutter,Install Linear Feet 1 -50 $ 50.00 123 Concrete Shoulder Gutter, Install Linear Feet 51 - 150 $ 45.00 124 Concrete Shoulder Gutter,Install Linear Feet 151 + $ 40.00 Page 5 of 8 CNC) 1 6811 Item No. Description Unit of Measure Quantity Unit Price SOD(Unit price includes sod,delivery,supervision,labor,equipment,and installation) Item No. Description Unit of Measure Quantity Unit Price 125 Bahia Sod,delivered,&installed Square Feet 1 -200 $ 20.00 126 Bahia Sod,delivered,&installed Square Feet 201 -500 $ 15.00 127 Bahia Sod,delivered,&installed Square Feet 501 + $ 10.00 128 Floratam Sod,delivered,&installed Square Feet 1 -200 $ 20.00 129 Floratam Sod,delivered,&installed Square Feet 201 -500 $ 15.00 130 Floratam Sod,delivered,&installed Square Feet 501 + $ 10.00 CATEGORY 2.ADDITIONAL SERVICES LABOR Item No. Description Unit of Measure Quantity Unit Price 131 Foreman Hourly 1 $ 69.50 132 Crew Leader Hourly 1 $ 44.50 133 Laborer Hourly 1 $ 29.50 134 Equipment Operator Hourly 1 $ 34.50 EQUIPMENT Item No. Description Unit of Measure Quantity Unit Price 135 Dump Truck includes removal and hauling material/debris for delivery Hourly 1 - 15 Yards $ 150.00 or disposal. 136 Dump Truck includes removal and hauling of material/debris for Hourly 16+Yards $ 150.00 disposal 137 Crane 100 tons and less includes delivery&fuel Hourly 1 $ 350.00 138 Track or Wheeled Excavator includes delivery&fuel Hourly 1 $ 250.00 139 Track or Wheeled Skid Steer includes delivery&fuel Hourly 1 $ 250.00 140 Long Stick tracked Excavator 60 ft or greater includes delivery&fuel Hourly 1 $ 350.00 141 Tow behind Concrete Pump up to 1000 ft discharge Hose includes Hourly 1 $ 250.00 delivery&fuel 142 Concrete Pump truck up to 200 ft boom includes delivery&fuel Hourly I $ 350.00 143 6"or less water pump Hourly 1 $ 150.00 'AO Page 6 of 8 1 6811 Item No. Description Unit of Measure Quantity Unit Price MATERIALS Item No. Description Unit of Measure Quantity Unit Price 144 Limerock Ton 1 $ 99.50 (includes material,delivery,and installation) 145 Limerock Square Yard 1 $ 150.00 (includes material,delivery,and installation) 146 Fill Dirt Ton 1 $ 99.50 (includes material,delivery,and installation) 147 Fill Dirt Square Yard 1 $ 150.00 (includes material,delivery,and installation) 148 Flowable Fill,Excavatable Cubic Yard 1 -9 $ 350.00 (includes material,delivery,and installation) 149 Flowable Fill,Excavatable Cubic Yard 10- 18 $ 300.00 (includes material,delivery,and installation) 150 Flowable Fill,Excavatable Cubic Yard 19+ $ 300.00 (includes material,delivery,and installation) 151 Flowable Fill,Non-Excavatable Cubic Yard I -9 $ 350.00 (includes material,delivery,and installation) 152 Flowable Fill,Non-Excavatable Cubic Yard 10- 18 $ 300.00 (includes material,delivery,and installation) 153 Flowable Fill,Non-Excavatable Cubic Yard 19+ $ 300.00 (includes material,delivery,and installation) 154 Rip Rap,Concrete Bag Bag 40 LB $ 12.00 (includes material,delivery,and installation) 155 Rip Rap,Concrete Bag I;ag 60 LB $ 18.00 (includes material,delivery,and installation) 156 Rip Rap,Concrete Bag Bag 80 LB $ 24.00 (includes material,delivery,and installation) 157 Rip Rap Rubble, 6"- 12" Ton 1 -20 $ 99.50 (includes material,delivery,and installation) 158 Rip Rap Rubble, 6"- 12" Ton 21 -65 $ 87.50 (includes material,delivery,and installation) 159 Rip Rap Rubble, 6"- 12" l"on 66+ $ 75.00 (includes material,delivery,and installation) 160 Silt Screen Linear Feet 1 -200 $ 20.00 (includes installation&removal) 161 Silt Screen Linear Feet 201 -500 $ 15.00 (includes installation&removal) 162 Silt Screen Linear Feet 501+ $ 10.00 (includes installation&removal) 163 Floating Turbidity Barrier Linear Feet 1 -200 $ 20.00 (includes installation&removal) Page7of8 CIO 16811 Item No. Description Unit of Measure Quantity Unit Price 164 Floating Turbidity Barrier Linear Feet 201 -500 $ 15.00 (includes installation&removal) 165 Floating Turbidity Barrier Linear Feet 501+ $ 10.00 (includes installation&removal) Material Markup 15% Equipment Markup 15% Subcontractor Markup 15% *Prices shall remain firm for the initial term of the agreement Page 8 of 8 CA) 16811 Other Exhibit/Attachment Description: following this page (pages through ) this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement [2024_ver.11 CAO I tB11 AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: NATIONAL TRAFFIC SOLUTION, INC Address: 20305 SW 198 AVE,MIAMI, FL 33187 Phone Number: 786 508 7600 Authorized Representative's Name: JAN RIVERA Authorized Representative's Title: PRESIDENT Email Address: JAN@TRAFFICSOLUTION,US AFFIDAVIT I, JAN RIVERA (Name of Authorized Representative), as authorized representative attest that NATIONAL TRAFFIC SOLUTION, INC. (Name of Nongovernmental Entity)does not use coercion for labor or services as defined in § 787.06, Florida Statutes. Under penalty of perjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true. 1/9/25 (Signature of authorized representative) Date STATE OF FLORIDA COUNTY OF DADS Sworn to(or affirmed) and subscribed before me, by means of 0 physical presence or❑online notarization this 9TH day of JANUAF 20 2E by JAN RIVERA (Name of Affiant), who produced theirPERSONALLY KNOWN as identifi ation or are perso ly known to me. Notary ublic t require hen digital) ' : Y" YANEYLLUESMA MY COMMISSION#HH I12850 Ae' ` . 4 C.-}p z EXPIRES:April 16,2025 Commission Expires Personally Known U OR Produced Identification a Type of Identification Produced: N/A CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1