Agenda 04/22/2025 Item #16F 5 (Authorize an after-the-fact payment of $107,562.50 to Earth Tech Enterprises, Inc. under Contract 21-7885 for Pelican Bay emergency beach debris cleanup following Hurricanes Helene and Milton.)4/22/2025
Item # 16.F.5
ID# 2025-1095
Executive Summary
Recommendation to authorize an after-the-fact payment for Purchase Order No. 4500234864 in the amount of
$107,562.50 to Earth Tech Enterprises, Inc., under Contract 21-7885, “Beach Maintenance and Related Services,” for
Pelican Bay emergency beach debris cleanup following Hurricanes Helene and Milton.
OBJECTIVE: To authorize payment to vendor for services completed.
CONSIDERATIONS: Collier County Ordinance No. 2002-27, as amended, established the Pelican Bay Municipal
Service Taxing and Benefit Unit for the purpose of providing street lighting, water management, beach renourishment,
ambient noise management, extraordinary law enforcement service and beautification, including but not limited to
beautification of recreation facilities, sidewalk, street and median areas, identification markers, and maintenance of
conservation or preserve areas. Pelican Bay Services Division (PBSD) is solely responsible for advising the County on
dredging and maintaining Clam Pass and manages such activities for the County.
On September 26, 2024, despite Hurricane Helene’s distance offshore from the southwest coast of Florida, tropical
storm-force gusts caused surge and sand accumulation to Pelican Bay drainage facilities and beaches. Drainage
restoration and cleanup efforts were underway when, on October 9, 2024, Hurricane Milton made landfall near Siesta
Key as a Category 3 storm and pushed additional surge and sand ashore. The accumulation of large deposits of sand
from Milton completely obstructed drainage across the Bay Colony Beach Dune Swale, threatening public safety and
property. In addition, the sand that pushed ashore exposed stumps and other debris, causing public safety hazards along
the beach. To address these issues, the Division opened emergency purchase orders to vendors under existing
contracts.
On November 7, 2024, Humiston & Moore Engineers (H&M) completed a site visit to Pelican Bay’s North and South
Beaches to assess the beach conditions following the two recent hurricanes. The visit identified significant beach erosion
which amounted to large coverages of overwash into the vegetation line, as a result of storm surge. The flow pattern of
the receding storm water after the storm eventually scoured a series of channels, gullies, along the coastline. The
nearshore coastal processes and wave action in the following weeks contributed to the formation of a detached nearshore
sandbar, with a low-lying area between the sandbar and the vegetation line, creating a zone of frequent inundation and
pooling along the back beach. These two features would likely take some time to recover, and, in the meantime, they
would result in stagnant water in the low-lying areas.
To assist in the beach recovery, the Division utilized existing Contract 21-7885 and obtained a single quote from Earth
Tech Enterprises for Pelican Bay emergency beach cleanup. The work is authorized under the state Emergency Final
Order for Hurricanes Helene and Milton. All excavation and sand placement are limited to upland work above the mean
high-water line.
On November 12, 2024, Item 16.F.14., the Board approved a budget amendment to transfer funds in the amount of
$878,000 and an additional $125,000 on December 10, 2024, Item 16.F.3 for hurricanes Helene and Milton drainage
facilities and beach-related cleanup efforts within the Pelican Bay Services Division Municipal Services Taxing &
Benefit Unit.
Per Contract 21-7885, a quotation must be solicited from all awarded Contractors under the agreement, unless the work
qualifies as an emergency, in which case it may be awarded to the Contractor on the established rotation schedule. In
this instance, only a single vendor was solicited, and no emergency rotation schedule was in effect. Additionally, the
Contractor utilized and billed for equipment not listed on the approved rate schedule (specifically, an off-road haul
truck). For these reasons, after-the-fact approval is required prior to issuing payment to the vendor. The work has been
completed to the satisfaction of the County and the rate charged for the off-road haul truck has been determined to be
reasonable.
The Division has taken corrective measures to ensure proper contract procedures are followed, including staff
counseling, contract review and internal process refresher training. Staff are subject to counseling, remedial training
requirements, supervisory log, and other corrective measures up to and including progressive discipline as dictated by
Page 5248 of 6355
4/22/2025
Item # 16.F.5
ID# 2025-1095
the circumstances. An emergency work rotation schedule will be developed.
This item is consistent with the Collier County strategic plan objective to prepare for the impacts of natural disasters on
our critical infrastructure and natural resources.
This item is consistent with the Collier County strategic plan objective to prepare for the impacts of natural disasters on
our critical infrastructure and natural resources.
FISCAL IMPACT: Funding of $107,562.50 is available in Disaster Recovery Fund (1813), Hurricane Milton Project
(50320).
GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this action.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for approval. –
CMG
RECOMMENDATIONS: Recommendation to authorize an after-the-fact payment for Purchase Order No.
4500234864 in the amount of $107,562.50 to Earth Tech Enterprises, Inc., under Contract 21-7885, “Beach
Maintenance and Related Services,” for Pelican Bay emergency beach debris cleanup following Hurricanes Helene and
Milton.
PREPARED BY: Lisa Jacob, Project Manager
ATTACHMENTS:
1. 21-7885 Earth Tech Enterprises After-The-Fact Form
2. EarthTechEnterprisesMILTONproposal
3. Earth Tech Enterprises PO 4500234864
4. 4500234864_EARTHTECH_NTP_12.12.24
5. Earth Tech Enterprises Invoice 24180
6. e-21-7885Contract_EarthTech_20250305153222.340_X
Page 5249 of 6355
After-the-Fact Form
Page 1 of 2
January 2025
Per section 21 of the Procurement Manual, all purchases shall be consistent and in compliance with the Procurement Ordinance
(2017-08). Should work be authorized or purchases made that are inconsistent with County policy, procedure, or contract terms,
an After-the-Fact Procurement Form is required.
Vendor Name: Reason for ATF:
Other (Explain):
Amount: Date of Purchase:
Contract #: Purchase Order #:
Describe goods/services purchased:
Details of the Purchase:
Have the goods been received, or have the services been performed? Yes No
Has the vendor been paid? Yes No
Action Required (choose one):
Ratification of payment already made Authorize payment to the vendor
Other (Explain):
Why is this deemed a non-compliant purchase? Choose one.
Contract
Other (Explain):
Ordinance Manual P-Card Purchase Order
Division: Department:
All fields are required and are based on the division and department structure. If electronic signatures are used, the date fields are
optional.
Requester Signature Date
Assistant Division Director Signature Date
Department Head or Executive Director Signature Date
Page 5250 of 6355
After-the-Fact Form
Page 2 of 2
January 2025
Corrective/Preventative Action (choose all that apply).
Procurement 101 Training
Quoting 101 Training
Internal Process Refresher Training
Review Procurement Ordinance
P-Card Training Review Procurement Manual
Other: _____________________________________________________________________________________________
___________________________________________________________________________________________
By signing and submitting this form, I acknowledge that I am responsible for managing and overseeing procurement actions and
contracts in line with the requirements of the Procurement Manual, the Procurement Ordinance, and contract terms. I understan d that
any after-the-fact approvals or other remedial actions that could have been prevented will lead to counseling, training, corrective
measures, and progressive discipline, as appropriate, for both the employee and my supervisor. Additionally, I affirm my co mmitment
to completing any corrective or preventive actions assigned by the Division Director to prevent future occurrences of after -the-fact
purchases.
Requester Signature Date
The Division Director acknowledges their responsibility for implementing all necessary actions to prevent future occurrences of after-
the-fact approvals. They also affirm that appropriate measures, including employee and supervisor counseling, training, corrective
actions, and progressive discipline, will be provided to staff as required by the circumstances.
Assistant Division Director Signature Date
Reviewed:
Procurement Signature Date
Deputy County Manager
(Request greater than $15,000)
Signature Date
Submit After-the-Fact requests to Procurement Services via the Jira Ticketing System.
After-the-Fact requests less than $15,000 will be placed on the Procurement Administrative Report for approval by the Board
of County Commissioners.
After-the-Fact requests greater than $15,000 will require approval by the Board of County Commissioners via an agenda item.
The Division is responsible for creating the agenda item and Executive Summary and providing all required documentation.
Page 5251 of 6355
Proposal
Date:
6180 Federal Court 10/14/2024
Ft. Myers, FL 33905
Phone 239-774-1223
Fax 239-774-1227
Submitted To:Collier county, Pelican Bay
Project Name:Milton clean up
Remove over washed sand and place on back on dune
Schedule of Values
Item #Quantity Measure Price Total
Loader 350 hour 115.00$ 40,250.00$
Backhoe ( Mid size )300 hour 135.00$ 40,500.00$
Haul truck (if needed) NOT ON T&M RATE LIST 150 hour $195 29,250.00$
30 hour 125.00$ 3,750.00$
Project manager 150 hour 85.00$ 12,750.00$
Mobilization 7 each 500.00$ 3,500.00$
Sitework Total 130,000.00$
Descripton
Dozer (GRADER)
Page 5252 of 6355
Page 5253 of 6355
Purchase Order number must appear on all related
correspondence, shipping papers and invoices:
Printed 03/10/2025 @ 12:30:24 Page 1 of 11813000000-182604-634999-50320.1
Collier County Board of County Commissioners
Procurement Services Division
Phone: 239-252-8407
Fax: 239-732-0844
Tax Exempt: 85-8015966531C-1
Collier County Board of County Commissioners
Attn: Accounts Payable
3299 Tamiami Trl E Ste 700
Naples FL 34112-5749
OR email to: bccapclerk@collierclerk.com
Send all Invoices to:
VENDOR Terms and Conditions
The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site:
https://www.colliercountyfl.gov/home/showdocument?id=104405, including delivery and payment terms. Further, the VENDOR agrees to:
1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above.
2. Notify department immediately if order fulfillment cannot occur as specified.
3. Send all invoices to:Collier County Board of County Commissioners
Attn: Accounts Payable
3299 Tamiami Trl E Ste 700
Naples FL 34112-5749
OR email to: bccapclerk@collierclerk.com
The Purchase Order is authorized under direction of Collier County Board of County Commissioners by:
Sandra Srnka, Director, Procurement Services Division
Vendor # 125114
EARTH TECH ENTERPRISES INC
6180 FEDERAL COURT
FORT MYERS FL 33905
Purchase order
PO Number 4500234864 Date 10/22/2024
Contact Person Pelican Bay Div
Telephone 239-252-1355 Fax 239-252-1359
Please deliver to:
PELICAN BAY SERVICES DIVISION
6200 WATERGATE WY
NAPLES FL 34108
Delivery Date: 09/30/2025
Terms of Payment Net 28 days (20 business days)
Item Material Description Order Qty Unit Price Per Unit Net Value
00010 MILTON-CON PELICAN BAY BEACH CLEAN UP 130,000 EA 1.00 130,000.00
Blanket Purchase Orders do not survive after the underlying contract expires
*** Item partially delivered ***
130,000.00Total net value excl. tax USD
Page 5254 of 6355
Page 5255 of 6355
Beginning Date:10/22/2024
Ending Date:11 /15/2024
9921 Interstate Commerce Dr
Fort Myers, FL 33913
(239) 774-1227Fax:(239) 774-1223Phone:
Attn Accounts Payable
3299 Tamiami Trl E Ste 700
Naples, FL 34112-5749
50320.1
Collier County Brd of County
4500234864 2/1/2025
1/2/2025
PO # 4500234864
24180
Pelican Bay Milton Clean Up
2449
Job No Payment Terms Due Date
Description PriceDate
AR@EarthTechEnterprises.com
Rate/Unit
Re:
Email:
Final Invoice
Invoice Number
Invoice Date
Bill To:
Quantity U/M
Project No Customer PO
Net 30 Days
7,995.00#1 Large Excavator 41.00 HR 195.00
23,220.00#1 Mid Size Excavator 172.00 HR 135.00
2,517.50#1 Mini Excavator 26.50 HR 95.00
43,125.00#4 Loader 375.00 HR 11 5.00
7,625.00#6 Grader 61.00 HR 125.00
4,112.50#7 Equipment Operator 11 7.50 HR 35.00
9,742.50#8 Foreman (with truck)216.50 HR 45.00
9,225.00NC Large Off Road Haul Truck 41.00 HR 225.00
Beginning Date:
107,562.50Total Due $
107,562.50Subtotal $
Thank you for your business!
0.00Retainage $
0.00Sales Tax (if applicable) $
Ending Date:
Page 5256 of 6355
INVOICE
Date:12/31/2024
6180 Federal Court
Ft. Myers, FL 33905
Phone 239-774-1223
Fax 239-774-1227
Submitted To:Collier County BOCC
Project Name:Hurricane Milton Beach Regrade
Job Description:Pelican Bay Beach
Purchase Order:4500234864
Schedule of Values
Date Quantity Measure Price Total
10/22/2024
8.00 Hourly $135.00 $1,080.00
#1 Mini Excavator 8.00 Hourly $95.00 $760.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 4.00 Hourly $115.00 $460.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$5,050.00
$0.00
$5,050.00
Date Quantity Measure Price Total
10/23/2024
10.00 Hourly $135.00 $1,350.00
#1 Mini Excavator 10.00 Hourly $95.00 $950.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$6,200.00
$0.00
$6,200.00
Date Quantity Measure Price Total
10/24/2024
5.00 Hourly $135.00 $675.00
5.00 Hourly $135.00 $675.00
#1 Mini Excavator 5.00 Hourly $95.00 $475.00
#4 Loader 5.00 Hourly $115.00 $575.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#7 Equipment Operator 10.00 Hourly $35.00 $350.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$6,650.00
#1 Mid Size Excavator
#1 Mid Size Excavator
CONTRACTED ITEMS
#1 Mid Size Excavator
Sub-Total
TOTAL
#1 Mid Size Excavator
NON CONTRACTED ITEMS
Sub-Total
Description
CONTRACTED ITEMS
CONTRACTED ITEMS
TOTAL
NON CONTRACTED ITEMS
Description
Sub-Total
Sub-Total
Description
Sub-Total
NON CONTRACTED ITEMS
Page 5257 of 6355
$0.00
$6,650.00
Date Quantity Measure Price Total
10/25/2024
#1 Mini Excavator 3.50 Hourly $95.00 $332.50
10.00 Hourly $135.00 $1,350.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#7 Equipment Operator 6.50 Hourly $35.00 $227.50
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$6,960.00
$0.00
$6,960.00
Date Quantity Measure Price Total
10/26/2024
2.50 Hourly $135.00 $337.50
10.00 Hourly $135.00 $1,350.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#7 Equipment Operator 7.50 Hourly $35.00 $262.50
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$7,000.00
$0.00
$7,000.00
Date Quantity Measure Price Total
10/28/2024
10.00 Hourly $135.00 $1,350.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$6,400.00
$0.00
$6,400.00
Date Quantity Measure Price Total
10/29/2024
10.00 Hourly $135.00 $1,350.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#6 Grader 10.00 Hourly $125.00 $1,250.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$7,650.00
$0.00
$7,650.00
Date Quantity Measure Price Total
10/30/2024
6.00 Hourly $135.00 $810.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
Sub-Total
CONTRACTED ITEMS
#1 Mid Size Excavator
Sub-Total
NON CONTRACTED ITEMS
TOTAL
Sub-Total
Description
NON CONTRACTED ITEMS
CONTRACTED ITEMS
Sub-Total
NON CONTRACTED ITEMS
Sub-Total
TOTAL
Description
CONTRACTED ITEMS
Sub-Total
TOTAL
#1 Mid Size Excavator
CONTRACTED ITEMS
Sub-Total
#1 Mid Size Excavator
Sub-Total
#1 Mid Size Excavator
Description
#1 Mid Size Excavator
CONTRACTED ITEMS
Description
Sub-Total
TOTAL
#1 Mid Size Excavator
TOTAL
Description
NON CONTRACTED ITEMS
Page 5258 of 6355
#6 Grader 10.00 Hourly $125.00 $1,250.00
#7 Equipment Operator 3.50 Hourly $35.00 $122.50
#7 Equipment Operator 9.50 Hourly $35.00 $332.50
#7 Equipment Operator 9.50 Hourly $35.00 $332.50
#7 Equipment Operator 10.00 Hourly $35.00 $350.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$4,797.50
$0.00
$4,797.50
Date Quantity Measure Price Total
10/31/2024
10.00 Hourly $135.00 $1,350.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#7 Equipment Operator 10.00 Hourly $35.00 $350.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$4,450.00
$0.00
$4,450.00
Date Quantity Measure Price Total
11/1/2024
10.00 Hourly $135.00 $1,350.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#7 Equipment Operator 10.00 Hourly $35.00 $350.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$3,300.00
$0.00
$3,300.00
Date Quantity Measure Price Total
11/2/2024
10.50 Hourly $135.00 $1,417.50
#4 Loader 10.50 Hourly $115.00 $1,207.50
#4 Loader 10.50 Hourly $115.00 $1,207.50
#8 Foreman (with truck)10.50 Hourly $45.00 $472.50
$4,305.00
$0.00
$4,305.00
Date Quantity Measure Price Total
11/4/2024
12.00 Hourly $135.00 $1,620.00
#4 Loader 12.00 Hourly $115.00 $1,380.00
#8 Foreman (with truck)12.00 Hourly $45.00 $540.00
$3,540.00
$0.00
$3,540.00
Date Quantity Measure Price Total
11/5/2024
12.00 Hourly $135.00 $1,620.00
#4 Loader 12.00 Hourly $115.00 $1,380.00
#8 Foreman (with truck)12.00 Hourly $45.00 $540.00
$3,540.00
$0.00
Description
Sub-Total
Sub-Total
Sub-Total
TOTAL
Description
#1 Mid Size Excavator
NON CONTRACTED ITEMS
Sub-Total
TOTAL
CONTRACTED ITEMS
NON CONTRACTED ITEMS
Sub-Total
TOTAL
Description
CONTRACTED ITEMS
#1 Mid Size Excavator
CONTRACTED ITEMS
#1 Mid Size Excavator
Sub-Total
NON CONTRACTED ITEMS
Description
CONTRACTED ITEMS
#1 Mid Size Excavator
Sub-Total
NON CONTRACTED ITEMS
Sub-Total
NON CONTRACTED ITEMS
Sub-Total
TOTAL
#1 Mid Size Excavator
Sub-Total
NON CONTRACTED ITEMS
Sub-Total
Sub-Total
TOTAL
Description
CONTRACTED ITEMS
Page 5259 of 6355
$3,540.00
Date Quantity Measure Price Total
11/6/2024
11.50 Hourly $135.00 $1,552.50
#4 Loader 11.50 Hourly $115.00 $1,322.50
#8 Foreman (with truck)11.50 Hourly $45.00 $517.50
$3,392.50
$0.00
$3,392.50
Date Quantity Measure Price Total
11/7/2024
11.00 Hourly $135.00 $1,485.00
#4 Loader 11.00 Hourly $115.00 $1,265.00
#8 Foreman (with truck)11.00 Hourly $45.00 $495.00
$3,245.00
$0.00
$3,245.00
Date Quantity Measure Price Total
11/8/2024
8.50 Hourly $135.00 $1,147.50
#4 Loader 8.50 Hourly $115.00 $977.50
#8 Foreman (with truck)8.50 Hourly $45.00 $382.50
$2,507.50
$0.00
$2,507.50
Date Quantity Measure Price Total
11/9/2024
10.00 Hourly $135.00 $1,350.00
#4 Loader 10.00 Hourly $115.00 $1,150.00
#8 Foreman (with truck)10.00 Hourly $45.00 $450.00
$2,950.00
$0.00
$2,950.00
Date Quantity Measure Price Total
11/11/2024
4.00 Hourly $195.00 $780.00
#6 Grader 4.00 Hourly $125.00 $500.00
#7 Equipment Operator 4.00 Hourly $35.00 $140.00
#8 Foreman (with truck)4.00 Hourly $45.00 $180.00
$1,600.00
4.00 Hourly $225.00 $900.00
$900.00
$2,500.00
Date Quantity Measure Price Total
11/12/2024
11.00 Hourly $195.00 $2,145.00
#6 Grader 11.00 Hourly $125.00 $1,375.00
#7 Equipment Operator 11.00 Hourly $35.00 $385.00
#8 Foreman (with truck)11.00 Hourly $45.00 $495.00
$4,400.00
11.00 Hourly $225.00 $2,475.00
$2,475.00
$6,875.00
Date Quantity Measure Price Total
NON CONTRACTED ITEMS
Sub-Total
TOTAL
Description
TOTAL
Description
CONTRACTED ITEMS
#1 Mid Size Excavator
Sub-Total
Sub-Total
TOTAL
Description
CONTRACTED ITEMS
#1 Mid Size Excavator
CONTRACTED ITEMS
#1 Mid Size Excavator
Sub-Total
NON CONTRACTED ITEMS
Description
CONTRACTED ITEMS
#1 Mid Size Excavator
Sub-Total
NON CONTRACTED ITEMS
Sub-Total
NON CONTRACTED ITEMS
Sub-Total
TOTAL
#1 Large Excavator
Sub-Total
NON CONTRACTED ITEMS
Large Off Road Haul Truck
Sub-Total
Sub-Total
TOTAL
Description
CONTRACTED ITEMS
NON CONTRACTED ITEMS
Large Off Road Haul Truck
Sub-Total
TOTAL
Description
TOTAL
Description
CONTRACTED ITEMS
#1 Large Excavator
Sub-Total
Page 5260 of 6355
11/13/2024
11.00 Hourly $195.00 $2,145.00
#6 Grader 11.00 Hourly $125.00 $1,375.00
#7 Equipment Operator 11.00 Hourly $35.00 $385.00
#8 Foreman (with truck)11.00 Hourly $45.00 $495.00
$4,400.00
11.00 Hourly $225.00 $2,475.00
$2,475.00
$6,875.00
Date Quantity Measure Price Total
11/14/2024
11.00 Hourly $195.00 $2,145.00
#6 Grader 11.00 Hourly $125.00 $1,375.00
#7 Equipment Operator 11.00 Hourly $35.00 $385.00
#8 Foreman (with truck)11.00 Hourly $45.00 $495.00
$4,400.00
11.00 Hourly $225.00 $2,475.00
$2,475.00
$6,875.00
Date Quantity Measure Price Total
11/15/2024
4.00 Hourly $195.00 $780.00
#6 Grader 4.00 Hourly $125.00 $500.00
#7 Equipment Operator 4.00 Hourly $35.00 $140.00
#8 Foreman (with truck)4.00 Hourly $45.00 $180.00
$1,600.00
4.00 Hourly $225.00 $900.00
$900.00
$2,500.00
TOTAL $107,562.50
Sub-Total
TOTAL
Description
CONTRACTED ITEMS
#1 Large Excavator
CONTRACTED ITEMS
#1 Large Excavator
Sub-Total
NON CONTRACTED ITEMS
Large Off Road Haul Truck
Large Off Road Haul Truck
Sub-Total
TOTAL
Description
CONTRACTED ITEMS
#1 Large Excavator
Sub-Total
NON CONTRACTED ITEMS
Sub-Total
NON CONTRACTED ITEMS
Large Off Road Haul Truck
Sub-Total
TOTAL
Page 5261 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/22/2024 10 #4 Loader 13003
10/22/2024 4 #4 Loader 14012
10/22/2024 10 #4 Loader 14010
10/22/2024 2 #1 Mini Excavator 11048
10/22/2024 8 #1 Mid Size Excavator 11024
10/22/2024 6 #1 Mini Excavator 11048
10/22/2024 10 #8 Foreman (with truck)Morgan Gehring
Beach - remove trash and regrade
Beach - remove trash and regrade
Richard De La Rosa Jr
Richard De La Rosa Jr
Mateo Rodas Beach - remove trash and regrade
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
10/22/2024
Subcontractors
Beach - remove trash and regrade
Beach - remove trash and regrade
Employee
Beach - remove trash and regradeRichard Sena
Rodas Pascual
Mateo Rodas
Equipment on-site. 3 Loaders, 1 Mini Excavator, 1 Mid Size Excavator, 1 Foreman
(with Truck)
Material
Beach - remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5262 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/23/2024 10 #4 Loader 13003
10/23/2024 10 #4 Loader 14012
10/23/2024 10 #4 Loader 14010
10/23/2024 10 #1 Mid Size Excavator 11024
10/23/2024 10 #1 Mini Excavator 11048
10/23/2024 10 #8 Foreman (with truck)
Equipment on-site. 3 Loaders, 1 Mini Excavator, 1 Mid Size Excavator, 1 Foreman
(with Truck)
Material
Beach - remove trash and regrade
Task
ADDITIONAL INFORMATION:
10/23/2024
Subcontractors
Beach - remove trash and regrade
Employee
Beach - remove trash and regradeRichard Sena
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Sergio Mantilla Sanchez
Morgan Gehring
Beach - remove trash and regrade
Beach - remove trash and regrade
Beach - remove trash and regrade
Richard De La Rosa Jr
Page 5263 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/24/2024 10 #7 Equipment Operator
10/24/2024 10 #4 Loader 14012
10/24/2024 10 #4 Loader 14010
10/24/2024 5 #1 Mid Size Excavator 11024
10/24/2024 5 #1 Mini Excavator 11048
10/24/2024 5 #1 Mid Size Excavator 11010
10/24/2024 5 #1 Loader 13022
10/24/2024 10 #4 Loader 13003
10/24/2024 10 #8 Foreman (with truck)
Richard De La Rosa Jr
Herman Reyes Calderon
Beach - remove trash and regrade
Beach - remove trash and regrade
Beach - remove trash and regrade
Richard De La Rosa Jr
Sergio Mantilla Sanchez Beach - remove trash and regrade
Sergio Mantilla Sanchez Beach - remove trash and regrade
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
10/24/2024
Subcontractors
Beach - remove trash and regrade
Employee
Beach - remove trash and regradeRichard Sena
Morgan Gehring
Equipment on-site. 4 Loaders, 1 Mini Excavator, 2 Mid Size Excavator, 1 Foreman
(with truck), 1 Equipment Operator
Material
Beach - remove trash and regrade
Beach - remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5264 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/25/2024 6.5 #7 Equipment Operator
10/25/2024 3.5 #1 Mini Excavator 11048
10/25/2024 10 #4 Loader 14012
10/25/2024 10 #4 Loader 13019
10/25/2024 10 #1 Mid Size Excavator 11010
10/25/2024 10 #4 Loader 13022
10/25/2024 10 #4 Loader 13003
10/25/2024 10 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 4 Loaders, 1 Mini Excavator, 1 Equipment Operator, 1 Foreman
(with truck), 1 Mid-Size Excavator
Material
Beach - remove trash and regrade
Beach - remove trash and regrade
Task
ADDITIONAL INFORMATION:
10/25/2024
Subcontractors
Beach - remove trash and regrade
Employee
Beach - remove trash and regradeRichard Sena
Richard Sena Beach - remove trash and regrade
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Herman Reyes Calderon
Beach - remove trash and regrade
Beach - remove trash and regrade
Richard De La Rosa Jr
Sergio Mantilla Sanchez Beach - remove trash and regrade
Page 5265 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/26/2024 7.5 #7 Equipment Operator
10/26/2024 2.5 #1 Mid Size Excavator 11010
10/26/2024 10 #4 Loader 14012
10/26/2024 10 #4 Loader 13019
10/26/2024 7.5 #1 Mid Size Excavator 11010
10/26/2024 2.5 #1 Mid Size Excavator 11024
10/26/2024 10 #4 Loader 13022
10/26/2024 10 #4 Loader 13003
10/26/2024 10 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 4 Loaders, 2 Mid Size Excavator, 1 Foreman (with truck), 1
Equipment Operator
Material
Beach - remove trash and regrade
Beach - remove trash and regrade
Task
ADDITIONAL INFORMATION:
10/26/2024
Subcontractors
Beach - remove trash and regrade
Employee
Beach - remove trash and regradeRichard Sena
Richard Sena Beach - remove trash and regrade
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Herman Reyes Calderon
Beach - remove trash and regrade
Beach - remove trash and regrade
Richard De La Rosa Jr
Sergio Mantilla Sanchez Beach - remove trash and regrade
Richard De La Rosa Jr Beach - remove trash and regrade
Page 5266 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/28/2024 10 #4 Loader 13003
10/28/2024 10 #4 Loader 14012
10/28/2024 10 #4 Loader 13019
10/28/2024 10 #4 Loader 13022
10/28/2024 10 #1 Mid Size Excavator 11010
10/28/2024 10 #8 Foreman (with truck)
Herman Reyes Calderon Beach - remove trash and regrade
Sergio Mantilla Sanchez Beach - remove trash and regrade
Rodas Pascual
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
10/28/2024
Subcontractors
Beach - remove trash and regrade
Employee
Richard Sena Beach - remove trash and regrade
Mateo Rodas
Morgan Gehring
Equipment on-site. 4 Loaders, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - remove trash and regrade
Beach - remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5267 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/29/2024 10 #4 Loader 13003
10/29/2024 10 #4 Loader 14012
10/29/2024 10 #4 Loader 13019
10/29/2024 10 #6 Grader 12019
10/29/2024 10 #4 Loader 13022
10/29/2024 10 #1 Mid Size Excavator 11010
10/29/2024 10 #8 Foreman (with truck)
Herman Reyes Calderon Beach - remove trash and regrade
Sergio Mantilla Sanchez Beach - remove trash and regrade
Richard De La Rosa Jr Beach - remove trash and regrade
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
10/29/2024
Subcontractors
Beach - remove trash and regrade
Employee
Richard Sena Beach - remove trash and regrade
Morgan Gehring
Equipment on-site. 4 Loaders, 1 Mid Size Excavator, 1 Grader, 1 Foreman (with
truck)
Material
Beach - remove trash and regrade
Beach - remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5268 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/30/2024 9.5 #7 Equipment Operator
10/30/2024 10 #4 Loader 14012
10/30/2024 10 #7 Equipment Operator
10/30/2024 10 #6 Grader 12019
10/30/2024 9.5 #7 Equipment Operator
10/30/2024 6 #1 Mid Size Excavator 11010
10/30/2024 3.5 #7 Equipment Operator
10/30/2024 10 Foreman (with truck)
Herman Reyes Calderon Beach - Remove trash and regrade
Herman Reyes Calderon Beach - Remove trash and regrade
Sergio Mantilla Sanchez Beach - Remove trash and regrade
Richard De La Rosa Jr Beach - Remove trash and regrade
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
10/30/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Beach - Remove trash and regradeRichard Sena
Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Grader, 1 Foreman (with
truck), 3 Equipment Operators
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5269 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
10/31/2024 10 #7 Equipment Operator
10/31/2024 10 #4 Loader 14012
10/31/2024 10 #4 Loader 13003
10/31/2024 10 #1 Mid Size Excavator 11010
10/31/2024 10 #8 Foreman (with truck)
Richard De La Rosa Jr Beach - Remove trash and regrade
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
10/31/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Beach - Remove trash and regradeRichard Sena
Morgan Gehring
Equipment on-site. 2 Loaders, 1 Mid Size Excavator, 1 Equipment Operator, 1
Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5270 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/1/2024 10 #7 Equipment Operator
11/1/2024 10 #1 Mid Size Excavator 11010
11/1/2024 10 #4 Loader 13003
11/1/2024 10 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Equipment Operator, 1
Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Richard Sena
11/1/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Beach - Remove trash and regrade
Page 5271 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/2/2024 10.5 #4 Loader 13003
11/2/2024 10.5 #1 Mid Size Excavator 11010
11/2/2024 10.5 #4 Loader 13022
11/2/2024 10.5 #8 Foreman (with truck)
11/2/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Beach - Remove trash and regrade
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Richard Sena
Morgan Gehring
Equipment on-site. 2 Loaders, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5272 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/4/2024 12 #1 Mid Size Excavator 11010
11/4/2024 12 #4 Loader 13022
11/4/2024 12 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
11/4/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Page 5273 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/5/2024 12 #1 Mid Size Excavator 11010
11/5/2024 12 #4 Loader 13022
11/5/2024 12 #8 Foreman (with truck)
11/5/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5274 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/6/2024 11.5 #1 Mid Size Excavator 11010
11/6/2024 11.5 #4 Loader 13022
11/6/2024 11.5 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
11/6/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Page 5275 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/7/2024 11 #1 Mid Size Excavator 11010
11/7/2024 11 #4 Loader 13003
11/7/2024 11 #8 Foreman (with truck)
11/7/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5276 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/8/2024 8.5 #1 Mid Size Excavator 11010
11/8/2024 8.5 #4 Loader 13003
11/8/2024 8.5 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
11/8/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Page 5277 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/9/2024 10 #1 Mid Size Excavator 11010
11/9/2024 10 #4 Loader 13003
11/9/2024 10 #8 Foreman (with truck)
11/9/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Rodas Pascual
Mateo Rodas
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Morgan Gehring
Equipment on-site. 1 Loader, 1 Mid Size Excavator, 1 Foreman (with truck)
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5278 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/11/2024 4 #7 Equipment Operator
11/11/2024 4 #6 Grader 12017
11/11/2024 4 #1 Large Excavator 11066
11/11/2024 4 NC Large Off Road Haul Truck
11/11/2024 4 #8 Foreman (with truck)
Herman Reyes Calderon
Stormy Phanco
Beach - Remove trash and regrade
Beach - Remove trash and regrade
11/11/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Sergio Mantilla Sanchez
Richard Sena
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Morgan Gehring
Equipment on-site. 1 Large Off Road Haul Truck, 1 Large Excavator, 1 Foreman
(with truck), 1 Grader, 1 Equipment Operator
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5279 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/12/2024 11 #7 Equipment Operator
11/12/2024 11 #6 Grader 12017
11/12/2024 11 #1 Large Excavator 11066
11/12/2024 11 NC Large Off Road Haul Truck
11/12/2024 11 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 1 Large Off Road Haul Truck, 1 Large Excavator, 1 Foreman
(with truck), 1 Grader, 1 Equipment Operator
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Herman Reyes Calderon
Stormy Phanco
Beach - Remove trash and regrade
Beach - Remove trash and regrade
11/12/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Sergio Mantilla Sanchez
Richard Sena
Page 5280 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/13/2024 11 #7 Equipment Operator
11/13/2024 11 #6 Grader 12017
11/13/2024 11 #1 Large Excavator 11066
11/13/2024 11 NC Large Off Road Haul Truck
11/13/2024 11 #8 Foreman (with truck)
Herman Reyes Calderon
Stormy Phanco
Beach - Remove trash and regrade
Beach - Remove trash and regrade
11/13/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Sergio Mantilla Sanchez
Richard Sena
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Morgan Gehring
Equipment on-site. 1 Large Off Road Haul Truck, 1 Large Excavator, 1 Foreman
(with truck), 1 Grader, 1 Equipment Operator
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Page 5281 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/14/2024 11 #7 Equipment Operator
11/14/2024 11 #6 Grader 12017
11/14/2024 11 #1 Large Excavator 11066
11/14/2024 11 NC Large Off Road Haul Truck
11/14/2024 11 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 1 Large Off Road Haul Truck, 1 Large Excavator, 1 Foreman
(with truck), 1 Grader, 1 Equipment Operator
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Herman Reyes Calderon
Stormy Phanco
Beach - Remove trash and regrade
Beach - Remove trash and regrade
11/14/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Sergio Mantilla Sanchez
Richard Sena
Page 5282 of 6355
6180 Federal Court
Ft Myers, FL 33905
239-774-1223
Additional Work Report: Collier County
LOCATION:
Foreman Name
Date of Work
(ONE FOR EACH DAY)
Quantity Units
Employee Time
Date Hours Equipment#
11/15/2024 4 #7 Equipment Operator
11/15/2024 4 #6 Grader 12017
11/15/2024 4 #1 Large Excavator 11066
11/15/2024 4 NC Large Off Road Haul Truck
11/15/2024 4 #8 Foreman (with truck)Morgan Gehring
Equipment on-site. 1 Large Off Road Haul Truck, 1 Large Excavator, 1 Foreman
(with truck), 1 Grader, 1 Equipment Operator
Material
Beach - Remove trash and regrade
Beach - Remove trash and regrade
Task
ADDITIONAL INFORMATION:
Pelican Bay Beach Milton Cleanup
Morgan Gehring
Vendor
Herman Reyes Calderon
Stormy Phanco
Beach - Remove trash and regrade
Beach - Remove trash and regrade
11/15/2024
Subcontractors
Beach - Remove trash and regrade
Employee
Sergio Mantilla Sanchez
Richard Sena
Page 5283 of 6355
MULTI-CONTRACTOR AWARD AGREEMENT
21-7885
for
Beach Maintenance Related Activities
THIS AGREEMENT, made and entered into on this `6 day of MgrCh 20 22 , by and
between Earth Tech Enterprises, Inc.
authorized to do business in the State of Florida, whose business address is
6180 Federal Court, Ft. Myers, Florida 33905 the "Contractor")
and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner"):
WITNESSETH:
1. AGREEMENT TERM. The Agreement shall be for a three 3 ) year period, commencing
upon the date of Board approval; or non and terminating three
3 year(s) from that date or until all outstanding * Purchase Order(s) Work 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 I—Purchase Order *Notice to Proceed.
3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms
and conditions of n Request for Proposal (RFP)
Other: Invitation of Qualification IFQ ) # 21-7885
including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to
herein and made an integral part of this Agreement. I 1 The Contractor shall also provide services
in accordance with Exhibit A — Scope of Services attached hereto.
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.
Page 1 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5284 of 6355
3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any
minimum or maximum amount. The County shall order items/services as required but makes no
guarantee as to the quantity, number, type or distribution of items/services that will be ordered or
required by this Agreement.
3.3 I1 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope
of Services attached hereto.
The procedure for obtaining Work under this Agreement is outlined in Other
Exhibit/Attachment:
3:-4
4. THE AGREEMENT SUM.
I The County shall pay the Contractor for the performance of this Agreement based on Work
performed pursuant to the quoted price offered by the Contractor in response to a specific Request
for Quotations and pursuant to the Price Methodology in Section 4.1. II•I Contractor's quoted
prices for time and materials shall be based on Exhibit B- Fee Schedule. 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".
II
maximum amount of
per County fiscal year, based on Work performed ptifsidaRt to the quoted price offered by the
Contractor in response to a specific Req
in Section 4.1. Contractor's quoted prices shall be based on Exhibit B Fee Schedule.
otherwise known
4.1 Price Methodology (as selected below):
Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred
from the County to the contractor; and, as a business practice there are no hourly or material
invoices presented, rather, the contractor must perform to the satisfaction of the County's project
manager before payment for the fixed price contract is authorized.
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 not company (or subcontractor) timekeeping or payroll records), material or
equipment invoices, and other reimbursable documentation for the project.
Page 2 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5285 of 6355
n
labor, materials, equipment, overh ad, 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).
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"laches" 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 n
as per
t4Aileage 44-5-pe ike
Breakfast 6700
Lunch 11.00
Dinner 1-9.00
Airfare Actual ticket cost limited to tourist or coach class fare
vehicles
Actual cost of lodging at single occupancy rate with a
cap of no more than $150.00 per night
Actual cost of parking
Taxi or Airport Limousine Actual cost of either taxi or airport limousine
Agreement
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 #
85-8015966531 C.
Page 3 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5286 of 6355
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: Earth Tech Enterprises, Inc.
Address: 6180 Federal Court
Fort Myers, Florida 33905
Authorized Agent:Christopher Gehring
Attention Name & Title:
Telephone: 239) 774-1223
E-Mail(s): Butch@earthtechenterprises.com
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: Trinity Scott, Interim Director
Division Name: Capital Project Planning, Impact Fees, and Program Management
Address: 2685 South Horseshoe Drive, Unit 103
Naples, Florida 34104
Administrative Agent/PM: Andrew Miller, P.E.
Telephone: 239) 252-2922
E-Mail(s): Andrew.Miller@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 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5287 of 6355
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.
12. INSURANCE. The Contractor shall provide insurance as follows:
A. 10 Commercial General Liability: Coverage shall have minimum limits of$ 1,000.000
Per Occurrence, $2,000.000 aggregate for Bodily Injury Liability and Property Damage
Liability. 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 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 for each
accident.
D. Watercraft: $ 1,000.000 Per Occurrence.
E. United States Longshoreman's and Harborworker's Act: Coverage shall be maintained
where applicable to the completion of the work $ 1.000,000 Per Occurrence.
F. I l Maritime Coverage (Jones Act): Coverage shall have minimum limits of$ 1.000.000
Per Occurrence.
Page 5 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5288 of 6355
F. •01i Pollution Coverage shall have
minimum limits of$ 1,000,000 per claim.
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 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 Capital Project Planning, Impact Fee & Program Management
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
Page 6 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5289 of 6355
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, n Exhibit B Fee
Schedule, REP/ Other Invitation of Qualification (IFQ) 21-7885
including Exhibits, Attachments and Addenda/Addendum, n subsequent quotes and
corresponding contract documents, n Exhibit C-1 Public Payment Bond, I I Exhibit C-2 Public
Performance Bond, Exhibit D - Release and Affidavit Form, n Exhibit E — Form of Contract
Application for Payment, I] Exhibit F - Change Order, Exhibit G - Certificate of Substantial
Completion, Exhibit H -Certificate of Final Completion, n and 'MI Other
Exhibit/Attachment: Federal Contract Provisions and Assurances
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, 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; 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:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
Division of Communications, Government and Public Affairs
3299 Tamiami Trail East, Suite 102
Page 7 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5290 of 6355
Naples, FL 34112-5746
Telephone: (239) 252-8999
Email: PublicRecordRe uest colliercount ov
The Contractor must specifically comply with the Florida Public Records Law to:
1. Keep and maintain public records required by the public agency to perform the service.
2. Upon request from the public agency's custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in this chapter
or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of
the contract term and following completion of the contract if the Contractor does not
transfer the records to the public agency.
4. Upon completion of the contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required by
the public agency to perform the service. If the Contractor transfers all public records to
the public agency upon completion of the contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency's custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
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. IEI BONDS.
A. When a construction project is in excess of $200,000, the Contractor(s) shall be required to
provide Payment and Performance Bonds.
B. When required by Owner, the Contractor shall furnish a Performance and/or Payment Bond
prior to commencing performance, for the full amount of the Work, which shall act as a
security guaranteeing the performance of the Contractor's work and the payment by the
Contractor to any other party(ies) providing labor and/or materials in connection with each
construction or renovation project performed by the Contractor. The bonds shall be
furnished using the forms prescribed in Exhibit "C-1" and Exhibit "C-2".
C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent,
its right to do business in the State of Florida, terminates or it ceases to meet the
requirements imposed by the Contract Documents, the Contractor shall, within five (5)
Page 8 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5291 of 6355
calendar days thereafter, substitute another bond and surety, both of which shall be subject
to the Owner's approval.
23. • LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to
Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar
days from the Commencement Date. No Work shall be performed at the Project site prior to the
Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall
be at the sole risk of Contractor.
The Work shall be substantially completed within the time specified in the Request for
Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions
thereof) is the date certified by the Owner when construction is sufficiently complete, in
accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated
portions thereof) for the use for which it is intended. The Work shall reach final completion and
be ready for final acceptance by Owner within the time specified in the Request for
Quotation/Scope of Work.
Owner and Contractor recognize that since time is of the essence for any work under this
Agreement, Owner will suffer financial loss if the Work is not substantially completed within the
time specified in the Request for Quotation. Should Contractor fail to substantially complete the
Work within the specified time period, Owner shall be entitled to assess as liquidated damages,
but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each
calendar day thereafter until substantial completion is achieved.
The Project shall be deemed to be substantially completed on the date the Owner issues a
Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly
waives and relinquishes any right which it may have to seek to characterize the above noted
liquidated damages as a penalty, which the parties agree represents a fair and reasonable
estimate of the Owner's actual damages at the time of contracting if Contractor fails to
substantially complete the Work in a timely manner.
When any period of time is referenced by days herein, it shall be computed to exclude the first
day and include the last day of such period. If the last day of any such period falls on a Saturday
or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day
shall be omitted from the computation, and the last day shall become the next succeeding day
which is not a Saturday, Sunday or legal holiday.
24. If PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in
excess of thirty (30) days, the Contractor may request to receive Progress Payments.
Subsequent to the first payment, Contractor must provide Owner with a fully executed Release
and Affidavit in the form attached hereto as Exhibit"D" as a condition precedent to release of each
progress payment. All applications for payment, whether for full payment or a progress payment
shall be in writing, and in substantially the form attached hereto as Exhibit "E."
25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions
thereof, because of defective or incomplete work, outstanding punchlist items, subsequently
discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of
any approval for payment previously issued and Owner may withhold any payments otherwise
due to Contractor under this Agreement or any other Agreement between Owner and Contractor,
Page 9 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5292 of 6355
to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a)
defective Work not remedied; (b) third party claims 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, Owner may, after three (3) days
written notice, rectify the same at Contractor's expense. Owner also may offset against any sums
due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner,
whether relating to or arising out of this Agreement or any other Agreement between Contractor
and Owner.
26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from
specifications shall be approved in writing by Owner in advance.
27. • CONTRACT TIME AND TIME EXTENSIONS.
A. Time is of the essence in the performance of any Work under this Agreement and
Contractor shall diligently pursue the completion of the Work and coordinate the Work
being done on the Project by its subcontractors and materialmen, as well as coordinating
its Work with all work of others at the Project Site, so that its Work or the work of others
shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be
solely responsible for all construction means, methods, techniques, sequences, and
procedures as well as coordination of all portions of the Work under the Contract
Documents, and the coordination of Owner's supplies and contractors.
B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work
as a result of unforeseeable causes beyond the control of Contractor, and not due to its
fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts
of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts,
Contractor shall notify the Owner in writing within forty-eight (48) hours after the
commencement of such delay, stating the cause or causes thereof, or be deemed to have
waived any right which Contractor may have had to request a time extension.
C. No interruption, interference, inefficiency, suspension or delay in the commencement or
progress of the Work from any cause whatever, including those for which Owner may be
responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise
to any right to damages or additional compensation from Owner. Contractor expressly
acknowledges and agrees that it shall receive no damages for delay. Contractor's sole
remedy, if any, against Owner will be the right to seek an extension to the Contract Time;
provided, however, the granting of any such time extension shall not be a condition
precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall
expressly apply to claims for early completion, as well as to claims based on late
completion.
28. n CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the
Work to increase or decrease the Work. Promptly after being notified of a change, Contractor
shall submit an itemized estimate of any cost or time increases or savings it foresees as a result
of the change. Except in an emergency endangering life or property, or as expressly set forth
herein, no addition or changes to the Work shall be made except upon written order of Owner,
Page 10 of 33
Multi-Contractor Award Agreement[2021_ver.1]]
fire.
Page 5293 of 6355
and Owner shall not be liable to the Contractor for any increased compensation without such
written order. No officer, employee or agent of Owner is authorized to direct any extra or changed
work orally. Any modifications to this Agreement shall be in compliance with the County's
Procurement Ordinance and Procurement Procedures in effect at the time such modifications are
authorized.
A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and
executed promptly after an Agreement is reached between Contractor and Owner concerning the
requested changes. Contractor shall promptly perform changes authorized by duly executed
Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order
in the manner as Owner and Contractor shall mutually agree.
29. 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 site, as well as all tools,
appliances, construction equipment and machinery and surplus materials, and shall leave the
Project site clean.
30. 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.
31. n 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.
32. 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 to replace such loss or damage shall be deducted
from any amounts due 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.
Page 11 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5294 of 6355
33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or
the Work or property at the Project site or adjacent thereto, Contractor, without special instruction
or authorization from Owner is obligated to act to prevent threatened damage, injury or loss.
Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of
the emergency, if Contractor believes that any significant changes in the Work or variations from
the Contract Documents have been caused thereby.
If the Owner determines that a change in the Contract Documents is required because of the
action taken in response to an emergency, a Change Order shall be issued to document the
consequences of the changes or variations.
If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor
shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the
Contract Amount or an extension to the Contract Time.
34. n COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner)
is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such
designated portion) is substantially complete and request that Owner issue a Certificate of
Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make
an inspection of the Work (or designated portion thereof) to determine the status of completion.
If Owner does not consider the Work (or designated portion) substantially complete, the Owner
shall notify Contractor in writing giving the reasons therefor.
If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare
and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the
date of Substantial Completion for the entire Work (or designated portion thereof) and include a
tentative punchlist of items to be completed or corrected by Contractor before final payment.
Owner shall have the right to exclude Contractor from the Work and Project site (or designated
portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor
reasonable access to complete or correct items on the tentative punchlist.
Upon receipt of written certification by Contractor that the Work is completed in accordance with
the Contract Documents and is ready for final inspection and acceptance, Owner will make such
inspection and, if Owner finds the Work acceptable and fully performed under the Contract
Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H,
recommending that on the basis of Owner's observations and inspections, and the Contractor's
certification that the Work has been completed in accordance with the terms and conditions of
the Contract Documents, that the entire balance found to be due Contractor is due and payable.
Final payment shall not become due and payable until Contractor submits:
A. The Release and Affidavit in the form attached as Exhibit "D."
B. Consent of Surety (if applicable) to final payment.
C. If required by Owner, other data establishing payment or satisfaction of all obligations, such
as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent
and in such form as may be designated by Owner.
D. The warranty in the form attached as Exhibit "I".
Page 12 of 33
Multi-Contractor Award Agreement[2021_ver.1]
AO
Page 5295 of 6355
Owner reserves the right to inspect the Work and make an independent determination as to the
acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment
shall not become due and payable.
35. U Ltifimefit
material and quality production, frcc 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
i-n„pection, acceptance, pascagc of title and payment by the County.
URtYmis
36. 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.
37. 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.
38. 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.
39. 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.
Page 13 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5296 of 6355
40. n KEY PERSONNE nd-manage
complete the services on a timely basis, and each person assigned shall be available for an
the same or better qualifications and/or experience. (2) that thc County is notified in writing as far
in advance as possible. Thc Contractor shall make commercially r asonablc efforts to notify
Collier County within seven (7) days of the change. Thc County retains final approval of proposed
replacement personnel.
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.
41.ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any
of the Contract Documents, thc terms of solicitation the Contractor's Proposal, and/or the County's
Board approved Executive Summary, the Contract Documents shall takc precedence.
ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among
the terms of any of the Contract Documents and/or the County's Board approved Executive
Summary, the terms of the Agreement shall take precedence over the terms of all other Contract
Documents, except the terms of any Supplemental Conditions shall take precedence over the
Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved
by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be
resolved by imposing the more strict or costly obligation under the Contract Documents upon the
Contractor at County's discretion.
42. 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 assignee be bound to it and to
assume toward Contractor all of the obligations and responsibilities that Contractor has assumed
toward the County.
43. 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
Page 14 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5297 of 6355
and can be renewed each year at no cost to the Contractor during the time period in which their
background check is valid, as discussed below. All technicians shall have on their shirts the name
of the contractor's business.
The Contractor shall immediately notify the Collier County Facilities Management Division via e-
mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates
from their employment. This notification is critical to ensure the continued security of Collier
County facilities and systems. Failure to notify within four (4) hours of separation may result in a
deduction of$500 per incident.
44. n 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 shall only be made by Collier County's Risk Management
Division Safety Manager and/or Safety Engineer.
Intentionally left blank -signature page to follow)
Page 15 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5298 of 6355
IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this
Agreement on the date and year first written abot ,
i
ATTEST. BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
Crystal K. Kinzel, Clerk of Court&
Comptroller ,
6,(--)A601 OA
By;
Dated: Wiliam L. McDaniel, Jr., Chairman
SEAS.) s as
signature only.
Corltracty itnesses: Earth Tech Ente rises, Inc.
Contractor
By
Contractor s First Witness Signature
CHtitsioPHE.il.. GE WJ(stDENT"
s E2nJ AM M t Go i Giz-,. TTypetprint signature and titlel`
tType/print witness name`
is WitnessContractoSecond
5. @ -t"—s e--,
tTypeiprfrit witness narnet
r tit to Fo, nd Legality.
kJ .0
Co A rney
Print Na
Page 1e of 33
Munk-GontrectarAvratd.greener t2O21 11
Page 5299 of 6355
Exhibit A
Scope of Services
I following this page (pages through
3
n this exhibit is not applicable
Page 17 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5300 of 6355
Invitation for Qualification (IFQ) # 21-7885 "Beach Maintenance Related Activities"
EXHIBIT A
SCOPE OF SERVICES
BACKGROUND
The purpose of this solicitation is to provide cleaning and other various beach and waterway services to County
beaches and grounds in various nuisance situations such as seaweed, red tide, or fish kill events, and inlet
sedimentation shoaling buildups that are beyond the capacity of County staff The maintenance activities associated
with this contract will include but not be limited to escarpment removal, beach tilling, debris removal, waterway
channel cleanups,beach grading and"urgent"mechanical dredging events to shoaling channel inlets.
DETAILED SCOPE OF WORK
This Scope of Services is intended to provide the information by which Contractors may understand the
requirements of Collier County relative to one(1) or more Contractors providing labor and equipment to perform
maintenance activities on the beaches and waterways in Collier County including, but not limited to, Vanderbilt
Beach, Park Shore,the City of Naples,and the City of Marco Island.
The County's intent is to award to a pool of Contractors who meet the minimum criteria and qualifications. At a
minimum awarded Contractor must possess a State of Florida General Contractor or Marine Contractor license.All
work performed will meet or exceed County Utility Technical Standards,see link below:
https://www.colliercountyfl.gov/your-government/divisions-f-r/public-utilities-planning-and-pro iect-
management/utilities-standards-manual
The Contractor will provide beach maintenance consisting of,but not be limited to,the following:
1. ESCARPMENT REMOVAL:
The formation of ridges which interfere with marine turtle nesting or which exceed eighteen (18") inches in
height for a distance of one hundred (100') feet or more shall be mechanically leveled to the natural beach
contour. The use of a road grader is the preferred method for performing this function.
2. BEACH TILLING:
The Contractor may till the beach in preparation for sea turtle nesting seasons,and beach renourishment related
project areas between the seaward edge of vegetation/seawall line and the mean high water line (approximate
elevation, 1.7 NGVD) with equipment operated so as to penetrate and loosen beach sand (a) to a depth of
twenty-four(24)to thirty-six(36")inches and(b)laterally without leaving unloosened compacted sand between
the adjacent paths of tines or penetrating part of the equipment. (Suitable equipment is Caterpillar D9L/No. 9
Adjustable Parallelogram Multishank Ripper,or equal or a combination of suitable equipment for the intended
work.) Upon completion of any tilling, the beach shall be evenly dragged to remove any ruts created by the
tilling process for a uniformed surface.
3. DEBRIS REMOVAL:
After certain storm events,it may be necessary to remove excess debris which cannot be removed by the routine
beach cleaning operation. Debris removal will also include red-tide (fish kill) events. Such may involve the
use of front-end loaders(w/root rake),backhoes,skidders, dump trucks and labor as required.
4. BEACH GRADING:
Following activities such as debris removal, it may be necessary to perform certain beach grading to remove
tire ruts and restore changes to the natural beach contour as a result of those activities. The use of a large box
blade(minimum width of twelve(12)feet)or other similar equipment is preferred for performing this function.
5. CHANNEL&WATERWAYS:
Page 1 of 3
Exhibit A—Scope of Services 1",hi
Page 5301 of 6355
Invitation for Qualification (IFQ) # 21-7885 "Beach Maintenance Related Activities"
In storm related events, such as red tide(fish kills)or other related catastrophes of any sort,there are instances
where county staff cannot provide the level of required services to remove debris,the Contractor shall provide
the required labor and equipment to assist as needed to remove debris and dead fish kill.
6. MECHANICAL"URGENT"DREDGING:
There are occasions when large accumulation of sedimentation buildup and shoaling will occur during storm
events at the mouth of channel inlets causing restricted navigational conditions and boats running aground; in
such conditions the Division will need to mechanically dredge the channel inlet as a matter of life and safety
conditions. In such instances the Contractor will utilize a barge and extended long-reach excavator to remove
the sand accumulation and place in an approved permitted nearshore or upland disposal area.
7. 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.
8. PILE INSTALLATIONS:
The Contractor may install specified pilings in the designated location of the channel ways situated throughout
Collier County for navigational signage as required. The piles will be provided by the County consisting of
either fiberglass grade materials or marine grade timber. The pilings shall be jetted at a minimal depth of
embedment to support navigational aide and signage as required and provided by the county.
9. PROCEDURES FOR DISTRIBUTION OF WORK:
All awarded Contractors are expected to submit quotes for each Request of Quotation that will be issued under
the resultant contract, for the duration of the contract. Repeatedly failing to submit a quote, when requested,
may result in the removal of the awardee from the contract pool.
Procedures for protects with a value of up to$1,000,000 are as follows:
1. Quotations shall be solicited from all the awarded Contractors. Completion time and the collection of
liquidated damages may be specified in the request for quotation.
2. Contractor may respond with the quote within ten (10)business days. The County's Project Manager
or designee will review all quotes received by the given due date and may negotiate with the Contractor
who submits the lowest quote,if outside the budget.
3. Performance and Payment Bonds are applicable for projects over$200,000.
4. Any project over$500, 000 must be presented to the Board of County Commissioners for approval.
10. ON-CALL URGENT SERVICES:
Urgent work shall be defined as any work that is not scheduled.
Urgent work will be completed on a rotating schedule with one (1) Contractor designated for a one (1) week
period. Each awarded Contractor shall supply all County departments utilizing the resultant contract with a
minimum of two(2)twenty-four(24)hour urgent contact phone numbers. All Contractors must participate in
the urgent work rotation, which will be equally divided among the awarded Contractors. The annual schedule
will be developed at a meeting with all awarded Contractors at the beginning of the contract term,and annually
thereafter. The Contract Administrator or designee will manage and maintain rotation schedules on a basis that
ensures a relatively even distribution of the work.
Urgent requests must be acknowledged and on site with a County designee within twenty-four (24) hours to
evaluate the job, crews and equipment. Contractor must provide a Time and Materials Not to Exceed (T&M
NTE)quote within 24 hours of the visit and also provide a schedule to complete required repairs.If maintenance
Page 2 of 3
Exhibit A—Scope of Services
Page 5302 of 6355
Invitation for Qualification (IFQ) # 21-7885 "Beach Maintenance Related Activities"
of traffic (MOT) is needed,the contractor shall have three(3)hours from the quote submittal to set up MOT.
The County may require the Contractor to secure work area via a temporary repair. Should a Contractor fail to
respond to an urgent call the next Contractor in rotation shall be contacted. Any failure to provide coverage by
a Contractor,may be subject to termination.
Urgent services may be required after a hurricane or other natural disaster event.They County reserves the right
to request services from contractors outside of the awarded contract,during a declared local state of emergency.
11. INVOICES:
All T&M NTE work assignments will utilize a fee schedule for labor/parts/equipment. Fee schedule rates,
which are subject to additions or deletions,will be negotiated with the awarded Contractors and will be added
to the contract for utilization. For all T&M NTE work, Contractor(s) shall be required to provide backup
documentation of Contractor's time and proof of the subcontractor services and/or
parts/materials/supplies/equipment by providing invoices and receipts at the time of invoice submission.
Ancillary charges may be transferred to the County in the actual amount,mark-ups will not be allowed.Mark-
ups will not be allowed on sales tax.
Awarded Contractors agree to the following,as it pertains to markups and labor rates on T&M NTE work:
1.The mark-up on rental equipment shall not exceed 10%.
2.The mark-up on materials shall not exceed 10%.
3.The mark-up on subcontractors shall not exceed 15%. A copy of the Subcontractor invoice must be provided.
4.The labor rates provided by the Contractor are to be fully burdened to include overhead,insurance,profit and
use of company owned small tools and equipment.
12. RATE INCREASES:
The Contractor may request a rate increase annually (Three hundred sixty-five (365) calendar days from
contract commencement month/day). Retroactive rate adjustments are not authorized.
1. Submit rate increase requests in writing via email to the Division Contract Administrator for
consideration. Rate increase requests review and approval may take up to thirty(30)days to complete.
2. The Contractor shall provide supporting documentation justifying rate increases (examples: supplier
material agreements,proof of fuel increases, etc.).
3. The Contract Administrator shall conduct a rate analysis to determine if rate increases are fair and
reasonable.
4. During the review process,the Contractor shall continue to fill all purchase orders received at the current
contract rates
5. The Procurement Director has the authority to approve or deny rate increases.
6. Rate increase requests are not guaranteed. If approved, the Contract Administrator or designee will
notify the Contractor in writing with the effective date of any approved rate increases and in accordance
Procurement Ordinance,as amended.
13. GRANT COMPLAINCE:
The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of
Florida,or any other public or private foundations shall be subject to the compliance and reporting requirements
of the granting agency.
The County reserves the right to waive any or all of these requirements if in the best interest of the County and
to separately solicit any job. The County reserves the right to supply all necessary parts for selected projects
and repairs.
Page 3 of 3
Exhibit A—Scope of Services
Page 5303 of 6355
Exhibit B
Fee Schedule
n following this page (pages
1
through
1
n this exhibit is not applicable
Page 18 of 33
Multi-Contractor Award Agreement[2021_ver.1]
CAC
Page 5304 of 6355
EARTH TECH ENTERPRISES, INC.
T& M RATES FOR EMERGENCY WORK ONLY
Description (All rates are inclusive of
Line# equipment with operator and Unit of Measure Total
mobilization)
1 Backhoe ( mini excavator) Hourly 95. 00
Backhoe ( mid size excavator) Hourly 135.00
Backhoe ( large excavator) Hourly 195.00
2 Dump Truck ( with driver) Hourly 85. 00
3 Tractor with Box Blade Hourly 95. 00
4 Loader Hourly 115.00
5 Tilling ACRE 800.00
6 Grader Hourly 125.00
Additonal T& M Rates and Equipment for Emergency Work Only
7 Equipment Operator Hourly 35.00
8 Foreman (with truck) Hourly 45. 00
9 Project Manager Hourly 85. 00
10
11 Equipment Mobilization EACH 500.00
12 Equipment Mobilization -tilling EACH 1,500.00
13
14
15
16
17
18
19
20
21
22
Page 5305 of 6355
01/04/2022
Collier County Procurement Services Division
3295 Tamiami Trail E, C-2
Naples, FL 34112
Principal: Earth Tech Enterprises, Inc.
Bond #:
Project:
Please accept this letter as authorization to date the referenced bonds and
power of attorney concurrent with the contract date. Please forward a copy of
the dated bonds and power of attorney to our office via email to
Info@FLSuretyBonds.com.
Please call our office with any questions.
Respectfully,
Smith Insurance & Bonds
ie
Matthew T. Smith
Attorney in Fact for Surety
11111 SURETY BOND & C_OMMERCiAL 1NSUkANCE EXPE R S
INSURANCE tSur$t xrira t 239.24.9729 1 E166-976.2185SBONDS5260Sxrt <in CDrrrms My,SJt'!tt 3D2 I:;For}Myers,FL:33907 11100121111
Page 5306 of 6355
Exhibit C-1
this exhibit is not applicable
PUBLIC PAYMENT BOND
Bond No.
Contract No.
KNOW ALL MEN BY THESE PRESENTS: That as
Principal, and as Surety, located at
Business Address) are held and firmly bound
to as Oblige in the sum of
for the payment whereof we bind ourselves, our heirs, executors, personal
representatives, successors and assigns, jointly and severally.
WHEREAS, Principal has entered into a contract dated as of the _day of 20_
with Oblige for
in accordance with
drawings and specifications, which contract is incorporated by reference and made a part hereof, and
is referred to as the Contract.
THE CONDITION OF THIS BOND is that if Principal:
Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes,
supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the
prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full
force.
Any changes in or under the Contract and compliance or noncompliance with any formalities
connected with the Contract or the changes do not affect sureties' obligation under this Bond.
The provisions of this bond are subject to the time limitations of Section 255.0592. In no event
will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment
Bond, regardless of the number of suits that may be filed by claimants.
IN WITNESS WHEREOF, the above parties have executed this instrument this day of
20_, the name of under-signed representative, pursuant to authority of its governing
body.
Page 19 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5307 of 6355
Signed, sealed and delivered
in the presence of: PRINCIPAL:
By:
Witnesses as to Principal Name:
Its:
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of physical presence or online
notarization, this of 20 , by as
of a corporation, on behalf of the corporation.
He/she is personally known to me OR has produced
as identification and did (did not) take an oath.
My Commission Expires:
Signature of Notary Public-State of Florida)
Name:
Legibly Printed)
AFFIX OFFICIAL SEAL) Notary Public, State of
Commission No.:
ATTEST:SURETY:
Printed Name)
Business Address)
Authorized Signature)
Witness as to Surety
Printed Name)
OR
Page 20 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5308 of 6355
As Attorney in Fact
Attach Power of Attorney)
Witnesses
Business Address)
Printed Name)
Telephone Number)
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of D physical presence or online
notarization, this of 20 , by as
of a corporation, on behalf of the corporation.
He/she is personally known to me OR has produced
as identification and did ( did not) take an oath.
My Commission Expires:
Signature of Notary Public-State of Florida)
Name:
Legibly Printed)
AFFIX OFFICIAL SEAL)
Notary Public, State of
Commission No.:
Page 21 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5309 of 6355
n this exhibit is not applicable
EXHIBIT C-2
PUBLIC PERFORMANCE BOND
Bond No.
Contract No.
KNOW ALL MEN BY THESE PRESENTS: That
as Principal, and
as Surety, located at
Business Address) are held and firmly bound to
as Oblige in the sum of
for the payment whereof we bond ourselves, our heirs, executors,
personal representatives, successors and assigns,jointly and severally.
WHEREAS, Principal has entered into a contract dated as of the_day of
20 , with Oblige for
in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat
hereof, and is referred to as the Contract.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs the Contract at the times and in the manner prescribed in the Contract, and
2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of
any default by Principal under the Contract, including, but not limited to, all delay damages, whether
liquidated or actual, incurred by Oblige; and
3. Performs the guarantee of all work and materials furnished under the Contract for the time specified
in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the
Contract and compliance or noncompliance with any formalities connected with the Contract or the
changes do not affect Sureties obligation under this bond.
The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time,
alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications
referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any
such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the
specifications.
Page 22 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5310 of 6355
This instrument shall be construed in all respects as a common law bond. It is expressly understood that
the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond.
In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this
Performance bond regardless of the number of suits that may be filed by Oblige.
IN WITNESS WHEREOF, the above parties have executed this instrument this day of
20_, the name of each party being affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
Signed, sealed and delivered
in the presence of: PRINCIPAL:
By:
Witnesses as to Principal Name:
Its:
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of physical presence or online
notarization, this of 20 , by as
of a corporation, on behalf of the corporation.
He/she is personally known to me OR has produced
as identification and did (did not) take an oath.
My Commission Expires:
Signature of Notary Public-State of Florida)
Name:
Legibly Printed)
AFFIX OFFICIAL SEAL)
Notary Public, State of
Commission No.:
Page 23 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5311 of 6355
ATTEST:SURETY:
Printed Name)
Business Address)
Authorized Signature)
Witness as to Surety
Printed Name)
OR
As Attorney in Fact
Attach Power of Attorney)
Witnesses
Business Address)
Printed Name)
Telephone Number)
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of D physical presence or online
notarization, this of 20 , by as
of a corporation, on behalf of the corporation.
He/she is personally known to me OR has produced
as identification and did (did not) take an oath.
My Commission Expires:
Signature of Notary Public-State of Florida)
Name:
Legibly Printed)
AFFIX OFFICIAL SEAL)
Notary Public, State of
Commission No.:
Page 24 of 33
Multi-Contractor Award Agreement[2021_ver.I]
Page 5312 of 6355
n this exhibit is not applicable
EXHIBIT D
RELEASE AND AFFIDAVIT FORM
COUNTY OF (
STATE OF (
Before me, the undersigned authority, personally appeared who after
being duly sworn, deposes and says:
1) In accordance with the Contract Documents and in consideration of $to be received,
Contractor") releases and waives for itself and it's subcontractors,
material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort,
against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the
Agreement between Contractor and Owner, dated 20 for the period from
to This partial waiver and release is conditioned upon payment of
the consideration described above. It is not effective until said payment is received in paid funds.
2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor,
materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand
against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor.
3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or
other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this
Release and Affidavit.
4) This Release and Affidavit is given in connection with Contractor's [monthly/final]Application for Payment No.
CONTRACTOR
BY:
Witness ITS:
DATE:
Witness
Corporate Seal]
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of physical presence or 0 online
notarization, this of 20 , by as
of a corporation, on behalf of the corporation.
He/she is personally known to me OR has produced
as identification and did ( did not) take an oath.
My Commission Expires:
Signature of Notary Public-State of Florida)
NAME:
Legibly Printed)
Notary Public, State of
AFFIX OFFICIAL SEAL)
Commissioner No.:
Page 25 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5313 of 6355
n this exhibit is not applicable
EXHIBIT E
FORM OF CONTRACT APPLICATION FOR PAYMENT
County Project Manager)Bid No.
County Department) Project No.
Collier County Board of County Commissioners (the OWNER) or
Collier County Water-Sewer District (the OWNER) Application Date
FROM: Contractor's Representative) Payment Application No.
Contractor's Name)for Work accomplished through the Date:
Contractor's Address)
RE: Project Name)
Original Contract Time: Original Contract Amount:
Revised Contract Time: Total Change Orders to Date $
Revised Contract Amount
Total value of Work Completed
Retainage @ 10% thru [insert date] and stored to Date
Retainage @ _% after [insert date] Less previous payment (s) $
Percent Work completed to Date: AMOUNT DUE THIS
Percent Contract Time completed to Date APPLICATION:
Liquidated Damages to be Accrued
ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION
CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments
received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in
full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered
1 through inclusive; (2)title to all materials and equipment incorporated in said Work or otherwise listed in or covered
by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests
and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work
which previous payments were issued and received from the OWNER and that current payment is now due; (4) and
CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised
contract and shall be incorporated into a future Change Order:
By CONTRACTOR: Contractor's Name)
Signature)
DATE:
Type Name&Title)
shall be signed by a duly authorized representative of CONTRACTOR)
Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended:
By Design Professional : DP's Name)
Signature)
DATE:
Type Name &Title)
Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved:
By OWNER'S Project Manager: Signature) DATE:
Type Name and Title)
Page 26 of 33
Multi-Contractor Award Agreement[2021_ver.1]
CAO
Page 5314 of 6355
this exhibit is not applicable
EXHIBIT F
CHANGE ORDER
Contract Modification Work Order Modification
Contract#: Change#: Purchase Order#: Project#:
Contractor/Firm Name:Project Name:
Project Manager Name: Department:
Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item #
Current BCC Approved Amount Last BCC Approval Date; Agenda Item #
Current Contract/Work Order Amount SAP Contract Expiration Date (Master)
Dollar Amount of this Change DIV/0! Total Change from Original Amount
Revised Contract/Work Order Total 0.00 DIV/0! Change from Current BCC Approved Amount
Cumulative Changes 0.00 DIV/0! Change from Current Amount
Completion Date, Description of the Task(s)Change,and Rationale for the Change
Notice to Proceed Original Last Approved Revised Date
Date Completion Date Date Includes this change)
of Days Added Select Tasks Add new task(s) Delete task(s) Change task(s) El Other(see
below)
Provide a response to the following:1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and
or the additional days added(if requested);2.)why this change was not included in the original contract;and,3.) describe the
impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed.
Prepared by: Date:
Project Manager Name and Division)
Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the
same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance.
The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor/
Consultant/Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs.
Accepted by: Date:
Contractor/Vendor/Consultant/Design Professional and Name of Firm, if project applicable)
Approved by: Date:
Design Professional and Name of Firm, if project applicable)
Approved by: Date:
Procurement Professional
Page 27 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5315 of 6355
n this exhibit is not applicable
EXHIBIT G
CERTIFICATE OF SUBSTANTIAL COMPLETION
OWNER'S Project No. ENGINEER'S Project No.
PROJECT:
CONTRACTOR
Contract For
Contract Date
This Certificate of Substantial completion applies to all Work under the Contract documents or to the
following specified parts thereof:
To
OWNER
And
To
The Work to which this Certificate applies has been inspected by authorized representatives of
OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be
substantially complete in accordance with the contract documents on:
DATE OF SUBSTANTIAL COMPLETION
A tentative list of items to be completed or corrected is attached hereto. This list may not be all-
inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to
complete all the Work in accordance with the Contract Documents. The items in the tentative list shall
be completed or corrected by CONTRACTOR within days of the above date of Substantial
Completion.
Page 28 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5316 of 6355
The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance,
heat, utilities, insurance and warranties shall be as follows:
RESPONSIBILITIES:
OWNER:
CONTRACT OR:
The following documents are attached to and made a part of this Certificate:
This certificate does not constitute an acceptance of Work not in accordance with the Contract
Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with
the Contract Documents.
Executed by Design Professional on 20_
Design Professional
By:
Type Name and Title
CONTRACTOR accepts this Certificate of Substantial Completion on
20
CONTRACTOR
By:
Type Name and Title
OWNER accepts this Certificate of Substantial Completion on
20
OWNER
By:
Type Name and Title
Page 29 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5317 of 6355
n this exhibit is not applicable
EXHIBIT H
CERTIFICATE OF FINAL COMPLETION
OWNER'S Project No. ENGINEER'S Project No.
PROJECT:
CONTRACTOR
Contract For
Contract Date
This Certificate of Final completion applies to all Work under the Contract documents.
To
OWNER
And
To
The Work to which this Certificate applies has been inspected by authorized representatives of
OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be
finally complete in accordance with the contract documents on:
DATE OF FINAL COMPLETION
The warranty in Exhibit I is attached to and made a part of this Certificate:
Page 30 of 33
Multi-Contractor Award Agreement[2021_ver.1]
4
Page 5318 of 6355
Executed by Design Professional on 20_
Design Professional
By:
Type Name and Title
CONTRACTOR accepts this Certificate of Final Completion on
20
CONTRACTOR
By:
Type Name and Title
OWNER accepts this Certificate of Final Completion on
20
OWNER
By:
Type Name and Title
Page 31 of 33
Multi-Contractor Award Agreement[2021_ver.1]
Page 5319 of 6355
this exhibit is not applicable
EXHIBIT I
WARRANTY
In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the
undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and
executed under the contract either directly performed by the CONTRACTOR or at the express
request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT.
Project Name:
Date of Final Completion:
Name and Address of CONTRACTOR:
CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be
free of all defects of materials and workmanship for a period of one year from the DATE OF
FINAL COMPLETION.
The undersigned party further agrees that it will, at its own expense, replace and/or repair all
defective work and materials and all other work damaged by any defective work upon written
demand by the COUNTY. It is further understood that further consideration for this warranty
and guaranty is the consideration given for the requirement pursuant to the general conditions
and specifications under which the contract was let that such warranty and guaranty would be
given.
This warranty and guaranty is in addition to any other warranties or guaranties for the work
performed under the contract and does not constitute a waiver of any rights provided pursuant
to Florida Statutes, Chapter 95, et seq.
DATE:
CONTRACTOR
BY:
Attest:
Page 32 of 33
Multi-Award Agreement 2017.006 Ver.1
Page 5320 of 6355
Other Exhibit/Attachment
Description:
Federal Contract Provisions and Assurances
following this page (pages through
15 )
n this exhibit is not applicable
Page 33 of 33
Multi-Award Agreement 2017.006 Ver.1
Page 5321 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
FEDERAL EMERGENCY MANAGEMENT AGENCY
PUBLIC ASSISTANCE
The supplemental conditions contained in this section are intended to cooperate with, to supplement, and
to modify the general conditions and other specifications. In cases of disagreement with any other section
of this contract,the Supplemental Conditions shall govern.This is an acknowledgement that FEMA financial
assistance will be used to fund all or a portion of the contract.
Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is
an entity that receives a Contract/ Purchase Order.
Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient(County)agrees
to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded
Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws
and regulations, and (iii) the subcontractor shall hold the Division and Sub-Recipient harmless against all
claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to
the extent allowed and required by law.
Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all
services under this contract in accordance with the following governing regulations along with all applicable
Federal law, regulations, executive orders, FEMA policies, procedures, and directives.
O 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards
O 44 C.F.R. Part 206
o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93-
288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities
o FEMA Public Assistance Program and Policy Guide (Version 4, most recent update,
Effective June 1, 2020)
EXHIBIT I-1
Page 5322 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the
Comptroller General of the United States, or any of their authorized representative's access to any books,
documents, papers, and records of the Contractor which are directly pertinent to this contract for the
purposes of making audits, examinations, excerpts, and transcriptions. (2)The Contractor agrees to permit
any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions
as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized
representatives' access to construction or other work sites pertaining to the work being completed under
the contract. (4) In compliance with the Disaster Recovery Act of 2018, the County and the Contractor
acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews
by the FEMA Administrator or the Comptroller General of the United States.
Changes: To be eligible for FEMA assistance under the non-Federal entity's FEMA grant or cooperative
agreement, the cost of the change, modification, change order, or constructive change must be allowable,
allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of
project scope.
DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions
of flags or likenesses of DHS agency officials without specific FEMA pre- approval.
No Obligation by Federal Government: The Federal Government is not a party to this contract and is not
subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to
any matter resulting from the contract.
Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges
that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the
Contractor's actions pertaining to this contract.
Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this
contract, all claims, counter-claims, disputes and other matters in question between the local
government and the contractor, arising out of or relating to this contract, or the breach of it,will be decided
by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction.
Termination: See Standard Purchase Order and/or Contract Terms and Conditions
Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where
applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of
mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as
supplemented by Department of Labor regulations (29 CFR Part 5).
1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work
which may require or involve the employment of laborers or mechanics shall require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of
forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such
workweek.
2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause
set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be
liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United
States (in the case of work done under contract for the District of Columbia or a territory, to such District
or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to
each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause
set forth in paragraph (1) of this section, in the sum of$27 for each calendar day on which such individual
was required or permitted to work in excess of the standard workweek of forty hours without payment of
the overtime wages required by the clause set forth in paragraph (1) of this section.
EXHIBIT I-2
Page 5323 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
3) Withholding for unpaid wages and liquidated damages. The County or FEMA shall upon its own
action or upon written request of an authorized representative of the Department of Labor withhold or cause
to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor
under any such contract or any other Federal contract with the same prime contractor, or any other
federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by
the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of
such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (2) of this section.
4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth
in paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this
section."
Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance
Funding
Clean Air Act(over$150,000): 1. The contractor agrees to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
2.The contractor agrees to report each violation to the County and understands and agrees that the County
will, in turn, report each violation as required to assure notification to the Federal Emergency Management
Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees
to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with
Federal assistance provided by FEMA.
Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all
applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and
understands and agrees that the County will, in turn, report each violation as required to assure notification
to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding
150,000 financed in whole or in part with Federal assistance provided by FEMA.
Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180
and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals
defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2
C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2
C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with
these regulations in any lower tier covered transaction it enters into. (3) This certification is a material
representation of fact relied upon by the County. If it is later determined that the contractor did not comply
with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the
County, the Federal Government may pursue available remedies, including but not limited to suspension
and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180,
subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such
compliance in its lower tier covered transactions.
Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who
apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the
tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer
or employee of Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any
EXHIBIT I-3
Page 5324 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the recipient."
Procurement of Recovered Materials (§200. 323) (Over$10,000): 1. In the performance of this contract,
the Contractor shall make maximum use of products containing recovered materials that are EPA-
designated items unless the product cannot be acquired— a. Competitively within a timeframe providing
for compliance with the contract performance schedule; b. Meeting contract performance requirements; or
c.At a reasonable price. 2. Information about this requirement, along with the list of EPA-designated items,
is available at EPA's Comprehensive Procurement Guidelines web site,
https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program 3. The Contractor also
agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act."
Contracting with small and minority businesses,women's business enterprises, and labor surplus
area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority
businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b)
Affirmative steps must include:
1) Placing qualified small and minority businesses and women's business enterprises on
solicitation lists;
2)Assuring that small and minority businesses, and women's business enterprises are
solicited whenever they are potential sources;
3) Dividing total requirements, when economically feasible, into smaller tasks or quantities
to permit maximum participation by small and minority businesses, and women's
business enterprises;
4) Establishing delivery schedules, where the requirement permits, which encourage
participation by small and minority businesses, and women's business enterprises;
5) Using the services and assistance, as appropriate, of such organizations as the Small
Business Administration and the Minority Business Development Agency of the
Department of Commerce; and
6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps
listed in paragraphs (1) through (5) of this section.
Domestic Preference for Procurements 200.322 (a)As appropriate and to the extent consistent
with law, the non-Federal entity should, to the greatest extent practicable under a Federal award,
provide a preference for the purchase,acquisition, or use of goods, products,or materials produced
in the United States (including but not limited to iron, aluminum, steel, cement, and other
manufactured products). The requirements of this section must be included in all subawards
including all contracts and purchase orders for work or products under this award. (b) For purposes
of this section: (1) "Produced in the United States" means, for iron and steel products, that all
manufacturing processes, from the initial melting stage through the application of coatings,
occurred in the United States. (2)"Manufactured products"means items and construction materials
composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based
products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical
fiber; and lumber.
EXHIBIT I-4
Page 5325 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
TELECOMMUNICATIONS EQUIPMENT OR SERVICES
Prohibition on Covered Telecommunications Equipment or Services
a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered
telecommunications equipment or services; interconnection arrangements; roaming; substantial or
essential component; and telecommunications equipment or services have the meaning as defined in
FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications
Equipment or Services As used in this clause—
b) Prohibitions.
1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L.
No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020,
from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain
telecommunications products or from certain entities for national security reasons.
2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may
not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency
Management Agency to:
i) Procure or obtain any equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any system, or as critical technology
of any system;
ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that
uses covered telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology of any system;
iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment
or services as a substantial or essential component of any system, or as critical technology as part of
any system; or
iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument,
any equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system.
c) Exceptions.
1) This clause does not prohibit contractors from providing —a. A service that connects to the facilities of
a third-party, such as backhaul, roaming, or interconnection arrangements; or b. Telecommunications
equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that
such equipment transmits or otherwise handles.
2) By necessary implication and regulation, the prohibitions also do not apply to: a. Covered
telecommunications equipment or services that: I. Are not used as a substantial or essential component of
any system; and ii. Are not used as critical technology of any system. b. Other telecommunications
equipment or services that are not considered covered telecommunications equipment or services.
d)Reporting requirement.
1) In the event the contractor identifies covered telecommunications equipment or services used as a
substantial or essential component of any system, or as critical technology as part of any system, during
contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other
source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or
subrecipient, unless elsewhere in this contract are established procedures for reporting the information.
2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i)
Within one business day from the date of such identification or notification: The contract number; the order
EXHIBIT I-5
Page 5326 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial
and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer
number, manufacturer part number, or wholesaler number); item description; and any readily available
information about mitigation actions undertaken or recommended. (ii)Within 10 business days of submitting
the information in paragraph (d)( 2)(i) of this clause: Any further available information about mitigation
actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to
prevent use or submission of covered telecommunications equipment or services,and any additional efforts
that will be incorporated to prevent future use or submission of covered telecommunications equipment or
services.
e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in
all subcontracts and other contractual instruments.
f) Definitions
Backhaul means intermediate links between the core network, or backbone network, and the small
subnetworks at the edge of the network(e.g.,connecting cell phones/towers to the core telephone network).
Backhaul can be wireless (e. g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet)
Covered foreign country means the People's Republic of China.
Covered telecommunications equipment or services means—a.Telecommunications equipment produced
by Huawei Technologies Company or ZTE Corporation, (or any subsidiary or affiliate of such entities); b.
For the purpose of public safety, security of Government facilities, physical security surveillance of critical
infrastructure, and other national security purposes,video surveillance and telecommunications equipment
produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or
Dahua Technology Company(or any subsidiary or affiliate of such entities);c.Telecommunications or video
surveillance services provided by such entities or using such equipment;or d.Telecommunications or video
surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in
consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation,
reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of
a covered foreign country.
Interconnection arrangements means arrangements governing the physical connection of two or more
networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g.,
connection of a customer of telephone provider A to a customer of telephone company B) or sharing data
and other information resources.
Roaming means cellular communications services(e.g.,voice, video, data) received from a visited network
when unable to connect to the facilities of the home network either because signal coverage is too weak or
because traffic is too high.
Substantial or essential component means any component necessary for the proper function or
performance of a piece of equipment, system, or service.
Telecommunications equipment or services means telecommunications or video surveillance equipment or
services, such as, but not limited to, mobile phones, land lines, internet, video surveillance, and cloud
servers.
EXHIBIT I-6
Page 5327 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
CONSTRUCTION ACTIVITIES
Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part
60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60-1.3
must include the equal opportunity clause provided under 41 C.F.R. §60- 1.4.
During the performance of this contract, the contractor agrees as follows:
1)The contractor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex, sexual orientation, gender identity, or national origin.The contractor will take affirmative
action to ensure that applicants are employed, and that employees are treated during employment without
regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action
shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination;
rates of pay or other forms of compensation; and selection for training, including apprenticeship. The
contractor agrees to post in conspicuous places, available to employees and applicants for employment,
notices to be provided setting forth the provisions of this nondiscrimination clause.
2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that all qualified applicants will receive consideration for employment without regard to
race, color, religion, sex, sexual orientation, gender identity, or national origin.
3)The contractor will not discharge or in any other manner discriminate against any employee or applicant
for employment because such employee or applicant has inquired about, discussed, or disclosed the
compensation of the employee or applicant or another employee or applicant.This provision shall not apply
to instances in which an employee who has access to the compensation information of other employees or
applicants as a part of such employee's essential job functions discloses the compensation of such other
employees or applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding,
hearing, or action, including an investigation conducted by the employer, or is consistent with the
contractor's legal duty to furnish information.
4)The contractor will send to each labor union or representative of workers with which he has a collective
bargaining agreement or other contract or understanding, a notice to be provided advising the said labor
union or workers'representatives of the contractor's commitments under this section, and shall post copies
of the notice in conspicuous places available to employees and applicants for employment.
5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of
the rules, regulations, and relevant orders of the Secretary of Labor.
6)The contractor will furnish all information and reports required by Executive Order 11246 of September
24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by the administering agency and the Secretary of Labor
for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with
any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in
whole or in part an the contractor may be declared ineligible for further Government contracts or federally
assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in
Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or
as otherwise provided by law.
8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the
provisions of paragraphs (1)through (8) in every subcontract or purchase order unless exempted by rules,
EXHIBIT I-7
Page 5328 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246
of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The
contractor will take such action with respect to any subcontract or purchase order as the administering
agency may direct as a means of enforcing such provisions, including sanctions for noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with
a subcontractor or vendor as a result of such direction by the administering agency, the contractor may
request the United States to enter into such litigation to protect the interests of the United States.
Davis Bacon Act: Exempt under FEMA Public Assistance Funding
Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding
STATE PROVISIONS
Equal Employment Opportunity: No person on the ground of race, creed,color, religion, national origin,
age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits
of, otherwise subjected to discrimination.
Discriminatory Vendor List: In accordance with Section 287.134, Florida Statutes, an entity or affiliate
who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide
any goods or services to a public entity, may not submit a bid on a contract with a public entity
for the construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor,
or consultant under a contract with any public entity, and may not transact business with any public entity.
Notification: The Contractor shall notify the County if it has been placed on the convicted vendor list or
the discriminatory vendor list during the life of the Agreement. The Florida Department of Management
Services is responsible for maintaining the discriminatory vendor list and posts the list on its website.
Questions regarding the discriminatory vendor list may be directed to the Florida Department of
Management Services, Office of Supplier Diversity, at (850)487-0915.
Interest of Members of Congress: No member of or delegate to the Congress of the United States shall
be admitted to any share or part of this contract or to any benefit arising there from.
Interest of Public Officials: No member, officer, or employee of the public body or of a local public body
during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or
the proceeds thereof. For purposes of this provision, public body shall include municipalities and other
political subdivisions of States; and public corporations, boards, and commissions established under
the laws of any State.
Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature,
the judicial branch or a state agency.
Record Retention: A. The contractor shall maintain and retain sufficient records demonstrating its
compliance with the terms of the Agreement for a period of at least five (5) years after final payment
is made and shall allow the County, the State, or its authorized representatives access to such records
for audit purposes upon request.
Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes,
for the inspector general to have access to any records, data and other information deemed necessary to
carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section
20.055(5), Florida Statutes.
EXHIBIT I-8
Page 5329 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
Conflict of Interest: This Contract/Work Order is subject to chapter 112, F.S. The vendor shall disclose
the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee
shall also disclose the name of any State employee who owns, directly or indirectly, more than a five
percent(5%) interest in the Contractor's company or its affiliates.
In order to comply with Florida Auditor General report 201 4-064 regarding conflicts of interest
and to be consistent with Section 287, 057(17)(a)(I), F.S., all monitoring data and statistical
analysis must be provided directly and concurrently from the monitor to the FDEP, County,
permittee and engineering consultant.
Data Collection: All data collection and processing, and the resulting product deliverables, shall comply
with the standards and technical specifications contained in the Department's Monitoring Standards for
Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise
specified in the approved scope of work for an eligible Project item. The monitoring standards may be
found at: https://floridadep.gov/water/beaches-inlets-ports/documents/monitoring-overview-physical-
monitoring.
Diversity: All contracting and subcontracting opportunities afforded by this solicitation/contract embrace
diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of
the State of Florida. Firms qualifying under this solicitation are encouraged to submit bids/proposals.
Award of this contract will be conditioned upon satisfying the requirements of this bid specification.
These requirements apply to all bidders/offerors, including those who qualify as a Minority Business
vendor. A list of minority owned firms that could be offered subcontracting opportunities may be obtained
by contacting the Office of Supplier Diversity at(850)487-0915.
Applicable Laws: The contractor shall comply with all applicable federal, state and local rules and
regulations in providing services to the County. The contractor acknowledges that this requirement
includes, but is not limited to, compliance with all applicable federal, state and local health and safety
rules and regulations.
Local Preference: Pursuant to Section 255.0991, F.S. local vendor preference is not applicable.
EXHIBIT I-9
Page 5330 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
PAGE LEFT INTENTIALLY BLANK
EXHIBIT I-10
Page 5331 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
Acknowledgement of Terms,Conditions, and Grant Clauses
Certification
This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the
contract. The contractor will comply with all applicable Federal law, regulations. executive orders, FEMA
policies, procedures, and directives.
If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed
subcontract must be available to the County for review and approval. The Contractor agrees to include in
the subcontract that(1)the subcontractor is bound by the terms of this Agreement, (ii)the subcontractor is
bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the
County and the Grantor Agency harmless against all claims of whatever nature arising out of the
subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The
County may document in the quarterly report the Contractor's progress in performing its work under this
agreement.
On behalf of my firm, I acknowledge, the grant requirements identified in this document.
Vendor/Contractor Name Earth Tech Enterprises. Inc
Date June 7. 2021
Authorized Signature
Chnstoph r ring-President
EXHIBIT I - 11
Page 5332 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY
and VOLUNTARY EXCLUSION
Contractor Covered Transactions
l) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this
document, that neither it nor its principals is presently debarred, suspended, proposed for debarment,
declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department
or agency.
2) Where the Sub-recipient's subcontractor is unable to certify to the above statement,the prospective
contract shall attach an explanation to this form.
CONTRACTOR
Earth Tech Enterpri 4, Inc.
By:
Signature
Christopher Gehring-President
Name and Title
6180 Federal Court
Street Address
Fort Myers, Florida 33905
City, State, Zip
171511137
DUNS Number
June 7,2021
Date
Sub-Recipient Name: Collier County Board of County Commissioners
DEM Contract Number: TBD
FEMA Project Number: TBD
EXHIBIT I-12
Page 5333 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
COWER COUNTY
ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT
Status Keil be,enfxed Urcerrfable statuses v f i requite L4e PRIME to either won/de a rennet statement or provide source tbcuntentation that tiaOOarest a
status.
A. PRIME VENDOR/CONTRACTOR INFORMATION
PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR A MOUF T
Earth Tech Enterpries, Inc. 59-3679652 TBD
tS THE PR il£A FLORIDA-CERTIFIED DISAOLA TAGEC. ut'MAN r rt iS THE ACTIVI"r Of TH1..CONTRACT..
MINORITY OK WOMEN 8US1 NESS ENT/FPRISE' OBE' Y CONSTRUCTION? (r)NNLDE,ABErle/BEl OP r4AVE A SMALL b, D AtKTAGED
BilatifSS SA CERTIFICATION fRORtTHE SMALL EUSihrESS
Mar? t a COtt`-.3'LTAh ON? a.«
ADMINISTRATION? A SERVICED.ABLEO'ETERAN, INBE, y N OTHER? Y
SDB SA, Y d
IS TTi?S SUBMISS-Ot4 A K EV1SION, Y N IF YES,RE'A)SION NUMBER
B. IF PRIME HAS SUBCONTRACTOR OR SUPPUER WHO IS A DISADVANTAGED MINORITY,WOMEN O N-ED,SMALL
BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THISNO4T SECTION
DBE tilfWsE SUBCONTRACTOR OR SUPPUER TYPE OF WORM OR ETHNICITY CODE SUB/SUPPLIER PERCENT Of CONTRACT
VETERAN NAME ....__ SPECIALTY 1See Below) DOLLAR AMOUNT . . ._.DOLLARS
TBD
TOTALS
C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONIRACTOR
NAME OF SEIBMrTTER DATE TITLE OF SUBMrTTEA
Earth Tech Enterprises, Inc.June 7. 2021 President
EMAILADDRESS OR PRIME(sown TER) TELEPHONE NUMBER . .._ FAX NUMBER
butch@earthiechen:erprises.comearthtechenterprises.com 239-774-1223 239-774-1227
NOTE:Thu infar:nation is us d to track and wort antiepated DBE or MBE participation in federaihy-`unded contracts.The antiapated OBE or
MBE amount is vcl>:aetar,'and will rot become.Dart of the contractual terms This form mites be submitted at hew of responnseto a
sW ritataon. t and when ai4arded a County contract the prime Aiil Ge asked to update the nidormaaicn for the grant comp lance f.-es.
l6i3TI'1 t:L20E
Edacit American BA
Hispanic Amencan rtA
Natee Antenna NA
Subccnt.Asian American >4A
Aisan-Pacfrr American AGES
Non4,1 nor ly women NMww
Other trot of any other group listed 0
D, SECTION TO BE COMPLETED BY COLLIER COUNTY
DEPARTMENT NAME COWERCONTRACra(.FE RFPo,'PO;-xo,,GRANT PROGKW/CONTRACT
ACCEPTED BY:
DATE
EXHIBIT(- 13
Page 5334 of 6355
COWER CC;;NTY GRANT COM",,i.lA";C.[ FORM
BID OPPORTUNITY LIST FOR COMMODITIES,CONTRACTUAL SERVICES OR
PROFESSIONAL CONSULTANT SERVICES
It is the policy of Collier County that disadvantaged businesses and minority vendors,as defined in the Code of Federal Regulations(CFR)or
Florida Statutes(FS),must have the opportunity to participate on contracts with federal and/or state grant assistance.
Prime Contractor/Prime Consultant: Earth Tech Enterprises, Inc.
6180 Federal Court Fort Myers, Florida 33905
Address and Phone Number:
IFQ 21-7885 Beach Maintenance Related Activities
Procurement Number/Advertisement Number:
The list below is intended to be a listing of firms that are,or attempting to,participate on the project numbered above. The list must
include the firm bidding or quoting as prime,as well as subs and suppliers quoting for participation. Prime contractors and consultants must
provide information for Numbers 1,2,3,and 4;and,should provide any information they have for Numbers 5,6,7,and 8. This form must
be submitted with the bid package.
1. Federal Tax ID Number: 59-3679652 6.Ei DBE 8. Annual Gross Receipts
2. Firm Name: Earth Tech Enterprises,Inc. Non DBE Less than$1 million
3. Phone Number: 239-774-1223 Between$1-5 million
4. Address 6180 Federal Court Between$5-10 million
Fort Myers, Florida 33905 7. Subcontractor Between$10-15 million
ram..
Subconsultant 7'More than$15 million
S. Year Firm Established, 2000
1, Federal Tax ID Number: 6.E DBE 8. Annual Gross Receipts
2. Firm Name: Non-DBE Less than$1 million
3. Phone Number: Between$1-5 million
4. Address Between$5-10 million
7.r Subcontractor •Between$20 15 million
MINOIMMO
C Subconsultant More than$15 million
5. Year Firm Established:
1. Federal Tax ID Number: 6. ORE 8. Annual Gross Receipts
2. Firm Name: Non-DRE Less than$1 million
3. Phone Number: Between$1-5 million
4. Address Between$5-10 million
7. Subcontractor Between S 10- 15 million
meowed
Subconsultant More than$15 million
5. Year Firm Established:
1, Federal Tax ID Number: 6. — OBE 8. Annual Gross Receipts
2. Firm Name: Non-DBE Less than$1 million
3. Phone Number:
Between$1-5 million
4. Address
W
Between$5-10 million
7.r Subcontractor - Between$10- 15 million
Subconsultant More than$15 million
5. Year Firm Established:
r
Page 5335 of 6355
EXHIBIT I
FEDERAL CONTRACT PROVISIONS AND ASSURANCES
LOBBYING CERTIFICATION
To be submitted with each bid or offer exceeding$100,000)
The undersigned [Contractor) certifies,to the best of his or her knowledge, that:
1. No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person
for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer
or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation. renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, 'Disclosure Form to
Report Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for all
subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative
agreements)and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction
imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10;000 and not more than $100,000
for each such failure.
The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and
disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et
seq., apply to this certification and disclosure, if any.
1
Earth Tech Enterprises,lnd
Contractor (Firm Name)
4
I 4/ nv
Signature of Contractor'A prized Official
President
Name and Title of Contractor's Authorized Official
June 7,2021
Date
EXHIBIT 1-15
Page 5336 of 6355
A CCPREA DATE(MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 1/13/2022
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.
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).
PRODUCER CONTACT.
AWA Insurance Agency PHONE Jennifer Alf
FAX
13700 Six Mile Cypress Pkwy rm.No.Ext):239-418-1100 A/c,No):239-418-1164
Suite#1 ADDRESS: jennifer@awainsurance.com
Ft.Myers FL 33912 INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A:Allied World Insurance Company 22730
INSURED EARTTEC-01
INSURER B:Travelers Property Casualty Company of America 25674
EarthTech Enterprises Inc
6180 Federal Ct INSURER C:Allied World Specialty Insurance Company 16624
6180
Fort Myers FL 33905 INSURER D:Allied World National Assurance Company 10690
INSURER E:Bridgefield Casualty Insurance 10335
INSURER F: Markel American Ins Co 9933
COVERAGES CERTIFICATE NUMBER:1104473196 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. 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.
INSR
TYPE OF INSURANCE
ADDL SUBR POLICY EFF POLICY EXP
LIMITSLTRINSDWVDPOLICYNUMBERMMIDD/YYYY) (MM/DD/YYYY)
A X COMMERCIAL GENERAL LIABILITY Y V 60040954 10/1/2021 10/1/2022 EACH OCCURRENCE 1,000, 000
B ZOH-71N44196-21-ND 10/1/2021 10/1/2022 DAMAGE TO RENTED
CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $100,000
X HULL&P&I MED EXP(Any one person) $15,000
X Maritime PERSONAL&ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000, 000
POLICY X JECT LOC PRODUCTS-COMP/OP AGG $2,000, 000
OTHER:
C AUTOMOBILEUABILITY 60001235 10/1/2021 10/1/2022 COMBINED SINGLE LIMIT $1,000,000
Ea accident)
X ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
X HIRED X NON-OWNED PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY Per accident)
PIP BASIC 10,000
D X UMBRELLA UAB X OCCUR 03130864 10/1/2021 10/1/2022 EACH OCCURRENCE 5,000,000
B ZOX-41N43760-21-ND 10/1/2021 10/1/2022
EXCESS UAB I CLAIMS-MADE AGGREGATE 5,000,000
DED RETENTION$ XS over HULL&P&I 5,000,000
E WORKERS COMPENSATION 0196-53784 10/1/2021 10/1/2022 X PER
TE I ERHANDEMPLOYERS'LIABILITY STATU
Y/N
ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED? N NIA
Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
F Inland Marine MKLM2IM0000380 10/1/2021 10/1/2022 Rented/Leased 800,000
E United States Longshoreman's and 0196-53784 10/1/2021 10/1/2022 Per Occurrence 1,000,000
Per Occurrence 1,000,000
DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Pollution coverage-2,000,000 Aggregate Evanston Insurance Co.
21-7885 Beach Maintenance Related Activities
Collier County Board of County Commissioners,OR Board of County Commissioners in Collier County,OR Collier County Government OR Collier County
Included as an Additional Insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis
and to the extent required by written contract.30 Day notice of cancellation applies
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POUCY PROVISIONS.
Collier County Board of County Commissioners
3295 Tamiami Trail East
AUTHORIZE REPRESENTATIVE
Naples FL 34112
1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
Page 5337 of 6355
POLICY NUMBER: 6004-0954 COMMERCIAL GENERAL LIABILITY
CG 20 37 12 19
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) Location And Description Of Completed Operations
Any owner, lessee, or contractor whom All Locations of the Named Insured
you have agreed to include as an
additional insured under a fully
executed written contract or written
agreement, provided that such was
executed prior to an "occurrence", loss,
injury or damage.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following is added to
organization(s) shown in the Schedule, but only Section III—Limits Of Insurance:
with respect to liability for "bodily injury" or If coverage provided to the additional insured is
property damage" caused, in whole or in part, by required by a contract or agreement, the most we
your work" at the location designated and will pay on behalf of the additional insured is thedescribedintheScheduleofthisendorsementamountofinsurance:
performed for that additional insured and included
in the"products-completed operations hazard". 1. Required by the contract or agreement;or
However: 2. Available under the applicable limits of
1. The insurance afforded to such additional
insurance;
insured only applies to the extent permitted by whichever is less.
law;and This endorsement shall not increase the
2. If coverage provided to the additional insured is applicable limits of insurance.
required by a contract or agreement, the
insurance afforded to such additional Insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
CG 20 37 12 19 Insurance Services Office, Inc., 2018 Page 1 of 1
Page 5338 of 6355
POLICY NUMBER: 6004-0954 COMMERCIAL GENERAL LIABILITY
CG 20 10 1219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or OrganIzation(s) Location(s) Of Covered Operations
Any owner, lessee, or contractor whom you All Locations of the Named Insured
have agreed to include as an additional
insured under a fully executed written
contract or written agreement, provided that
such was executed prior to an "occurrence",
loss, injury or damage.
Information required to complete this Schedule, if not shown above,will be shown in the Declarations.
A. Section II - Who Is An Insured is amended to 1. The insurance afforded to such additional
include as an additional insured the person(s) or insured only applies to the extent permitted by
organization(s) shown in the Schedule, but only law; and
with respect to liability for "bodily injury", "property 2. If coverage provided to the additional insured isdamage" or "personal and advertising injury" required by a contract or agreement, the
caused, in whole or in part, by: insurance afforded to such additional insured
1. Your acts or omissions;or will not be broader than that which you are
2. The acts or omissions of those acting on your required by the contract or agreement to
behalf;provide for such additional insured,
in the performance of your ongoing operations for
the additional insured(s) at the location(s)
designated above.
However:
CG 20 10 12 19 Insurance Services Office, Inc., 2018 Page 1 of 2
Page 5339 of 6355
B. With respect to the insurance afforded to these C. With respect to the insurance afforded to these
additional insureds, the following additional additional insureds, the following is added toexclusionsapply: Section III—Limits Of Insurance:
This insurance does not apply to "bodily injury" or If coverage provided to the additional insured is
property damage"occurring after: required by a contract or agreement, the most we
1. All work, including materials, parts or will pay on behalf of the additional insured Is the
equipment furnished in connection with such amount of insurance:
work, on the project (other than service, 1. Required by-the contract or agreement; or
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the 2. Available under the applicable limits of
location of the covered operations has been insurance;
completed; or whichever is less.
2. That portion of "your work" out of which the This endorsement shall not increase the
injury or damage arises has been put to its applicable limits of insurance.
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
Page 2 of 2 Insurance Services Office, Inc., 2018 CG 20 10 12 19
Page 5340 of 6355
i
POLICY NUMBER: 6004-0954 COMMERCIAL GENERAL LIABILITY
CG 24 0412 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ELECTRONIC DATA LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES
POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS
SCHEDULE
Name Of Person(s) Or OrganIzation(s):
Any person or organization against whom you have agreed to waive your right of
recovery in a fully executed written contract or written agreement, provided such
contract or agreement was executed prior to the date of the "occurrence", loss,
injury or damage.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV-Conditions:
We waive any right of recovery against the person(s)
or organization(s) shown in the Schedule above
because of payments we make under this Coverage
Part. Such waiver by us applies only to the extent that
the insured has waived its right of recovery against
such person(s) or organization(s) prior to loss. This
endorsement applies only to the person(s) or
organization(s)shown in the Schedule above.
CG 24 04 12 19 CO Insurance Services Office, Inc., 2018 Page 1 of 1
Page 5341 of 6355