Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 08/12/2025 Item #16C 7 (ITB #24-8296 to Douglas N. Higgins, Inc, Quality Enterprises U.S. Water Services, and Kyle Construction, Inc.)
8/12/2025 Item # 16.C.7 ID# 2025-2503 Executive Summary Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation for Qualification No. 24-8296, Wastewater Pump Station Repairs and Renovations to Douglas N. Higgins, Inc., Quality Enterprises USA, Inc., U.S. Water Services Corporation, and Kyle Construction, Inc., and authorize the Chairman to sign the attached Agreements. OBJECTIVE: The public purpose is to provide repair, renovation, and replacement services for wastewater pump stations to stay in regulatory compliance and meet demand. This action is to award contracts to qualified contractors to provide repair and renovation for wastewater pump stations. CONSIDERATIONS: The Collier County Water-Sewer District Wastewater Division is responsible for operating and maintaining approximately 950 wastewater pump stations. To maintain the integrity and reliability of the pump stations, staff has qualified a pool of contractors to repair and renovate pump stations, including the provision of labor, materials, and equipment to perform these services. Projects may range from simple mechanical and electrical repairs to complete replacement of the station. On December 11, 2024, the Procurement Services Division issued Invitation for Qualification No. 24-8296, Wastewater Pump Station Repairs and Renovations. The County received four proposals by the January 21, 2025, deadline. A selection committee met on April 15, 2025, to score and rank each proposal objectively using weighted criteria and arrived at the following ranking: Proposers City County Final Ranking Responsive/Responsible Quality Enterprises USA, Inc. Naples Collier 1 Yes / Yes U.S. Water Services Corporation New Port Richey Pasco 2 Yes / Yes Douglas N. Higgins, Inc. Naples Collier 3 Yes / Yes Kyle Construction, Inc. Naples Collier 4 Yes / Yes Staff reviewed the proposals and found all contractors to be responsive and responsible. All four contractors are being recommended for award: Quality Enterprises USA, Inc. (“QE”), U.S. Water Services Corporation (“USWSC”), Douglas N. Higgins Inc. (“Higgins”), and Kyle Construction, Inc. (“Kyle”). QE is a Naples corporation authorized to conduct business in Florida since 1995. USWSC is a New Port Richey corporation authorized to conduct business in Florida since 2003. Higgins is a Michigan corporation authorized to conduct business in Florida since 1973, with offices in Naples. Kyle is a Naples corporation authorized to conduct business in Florida since 1993. QE, Higgins, and Kyle are all currently approved contractors on the County’s annual underground contractor services agreement, and have performed work on many of the County’s Public Utilities projects. USWSC is currently active on the Facilities Water Treatment Services agreement and Lift Station Preventative Maintenance agreement. Attached Agreement No. 24-8296 will replace Agreement No. 19-7622, which expires on October 24, 2025. This item is consistent with the Collier County strategic plan objective to maintain public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It further is in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance. This item is aligned with the Annual Update and Inventory Page 1581 of 3949 8/12/2025 Item # 16.C.7 ID# 2025-2503 Report (AUIR) and other planning tools that establish and implement plans for availability and adequacy of public facilities and remain in compliance with all regulatory requirements. FISCAL IMPACT: The sources of funding are the Water-Sewer District Operating Fund (4008) and the Wastewater User Fee Capital Project Fund (4014). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities and to remain in compliance with all regulatory requirements. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation for Qualification No. 24-8296, Wastewater Pump Station Repairs and Renovations to Douglas N. Higgins, Inc., Quality Enterprises USA, Inc., U.S. Water Services Corporation, and Kyle Construction, Inc., and authorize the Chairman to sign the attached Agreements. PREPARED BY: Zamira Deltoro, CSM, Project Manager III, Public Utilities Department, Engineering and Project Management Division. ATTACHMENTS: 1. 24-8296 DN Higgins Contract VS 2. 24-8296 DN Higgins COI in Compliance 3. 24-8296 Kyle Construction Contract VS 4. 24-8296 Quality Enterprises COI in Compliance Packet 5. 24-8296 Quality Enterprises Contract VS 6. 24-8296 US Water Contract VS 7. 24-8296 NORA 8. 24-8296 Solicitation 9. 24-8296 Score sheet and Final Ranking 10. [Quality Enterprises USA, Inc.] Response Document Report 11. [Douglas N. Higgins, Inc.] Response Document Report (1) 12. [US Water Services Corporation] Response Document Report 13. [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT 14. 24-8296 Kyle Construction COI in Compliance 15. 24-8296 US Water COI in Compliance Page 1582 of 3949 Page 1583 of 3949 Page 1584 of 3949 Page 1585 of 3949 Page 1586 of 3949 Page 1587 of 3949 Page 1588 of 3949 Page 1589 of 3949 Page 1590 of 3949 Page 1591 of 3949 Page 1592 of 3949 Page 1593 of 3949 Page 1594 of 3949 Page 1595 of 3949 Page 1596 of 3949 Page 1597 of 3949 Page 1598 of 3949 Page 1599 of 3949 Page 1600 of 3949 Page 1601 of 3949 Page 1602 of 3949 Page 1603 of 3949 Page 1604 of 3949 Page 1605 of 3949 Page 1606 of 3949 Page 1607 of 3949 Page 1608 of 3949 Page 1609 of 3949 Page 1610 of 3949 Page 1611 of 3949 Page 1612 of 3949 Page 1613 of 3949 Page 1614 of 3949 Page 1615 of 3949 Page 1616 of 3949 Page 1617 of 3949 Page 1618 of 3949 Page 1619 of 3949 Page 1620 of 3949 Page 1621 of 3949 Page 1622 of 3949 Page 1623 of 3949 Page 1624 of 3949 Page 1625 of 3949 Page 1626 of 3949 Page 1627 of 3949 Page 1628 of 3949 Page 1629 of 3949 Page 1630 of 3949 Page 1631 of 3949 Page 1632 of 3949 Page 1633 of 3949 Page 1634 of 3949 Page 1635 of 3949 Page 1636 of 3949 Page 1637 of 3949 Page 1638 of 3949 Page 1639 of 3949 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 1640 of 3949 Page 1641 of 3949 Page 1642 of 3949 Page 1643 of 3949 Page 1644 of 3949 Page 1645 of 3949 Page 1646 of 3949 Page 1647 of 3949 Page 1648 of 3949 Page 1649 of 3949 Page 1650 of 3949 Page 1651 of 3949 Page 1652 of 3949 Page 1653 of 3949 Page 1654 of 3949 Page 1655 of 3949 Page 1656 of 3949 Page 1657 of 3949 Page 1658 of 3949 Page 1659 of 3949 Page 1660 of 3949 Page 1661 of 3949 Page 1662 of 3949 Page 1663 of 3949 Page 1664 of 3949 Page 1665 of 3949 Page 1666 of 3949 Page 1667 of 3949 Page 1668 of 3949 Page 1669 of 3949 Page 1670 of 3949 Page 1671 of 3949 Page 1672 of 3949 Page 1673 of 3949 Page 1674 of 3949 Page 1675 of 3949 Page 1676 of 3949 Page 1677 of 3949 Page 1678 of 3949 Page 1679 of 3949 Page 1680 of 3949 Page 1681 of 3949 Page 1682 of 3949 Page 1683 of 3949 Page 1684 of 3949 Page 1685 of 3949 Page 1686 of 3949 Page 1687 of 3949 Page 1688 of 3949 Page 1689 of 3949 Page 1690 of 3949 Page 1691 of 3949 Page 1692 of 3949 Page 1693 of 3949 Page 1694 of 3949 Page 1695 of 3949 Page 1696 of 3949 Page 1697 of 3949 Page 1698 of 3949 Page 1699 of 3949 Page 1700 of 3949 Page 1701 of 3949 06/27/2025 Brown & Brown Insurance Services, Inc. 9617 Gulf Research Ln Suite 202 Ft. Myers FL 33912 Lorie Frost (239) 261-3000 (239) 261-8265 Lorie.Frost@bbrown.com Quality Enterprises USA, Inc 3494 Shearwater St Naples FL 34117 The Phoenix Insurance Company 25623 Travelers Property Casualty Company of America 25674 Bridgefield Casualty Insurance Company Ascot Insurance Company 23752 7/1/25 -10/1/25 Quality A Y Y DT-CO-5Y263932-PHX-25 07/01/2025 10/01/2025 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 Employee Benefits 2,000,000 B Y Y 810-5Y316801-25-26-G 07/01/2025 10/01/2025 1,000,000 Medical payments 5,000 B 10,000 CUP-5Y325127-25-26 07/01/2025 10/01/2025 2,000,000 2,000,000 C N Y 0196-61226 07/01/2025 07/01/2026 1,000,000 1,000,000 1,000,000 D Inland Marine/Contractors Equip Leased/Rented (Incl Cranes)IMMA2410001746-03 07/01/2025 07/01/2026 Blkt limit / Ded: 2%$50,000,000 Ded: 2% / 5% Cranes $500,000 Install Floater Project Lmt $200,000 RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is Additional Insured under the General Liability and Automobile Liability policy with respects to work performed by insured, as required by written contract, prior to a loss. Coverage is primary and non-contributory where required by written contract or written agreement executed prior to any "accident", in no event will this coverage extend beyond the terms and conditions of the coverage form. As provided for in section 320.02(5)(e), Florida Statutes, the listed insurance policy may not be cancelled on less than 30 days written notice by the insurer to the Department of Highway Safety and Motor Vehicles, such 30 day’s notice to commence from the date notice is received by the department. Collier County Board of County Commissioners 3295 Tamiami Trial East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 1702 of 3949 Quality Enterprises USA, Inc 00642837 Brown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes Additional Coverage Lines: E: Lexington Insurance Co - Pollution Liability / Professional Liabililty: $2MIL Each Occurrence / $4MIL Aggregate Limit $25K Ded. #015136706 Eff: 07/01/2025-07/01/2026 F: Indemnity National Ins - Secondary Excess Liability: $3MIL Occurrence and $3MIL Aggregate Excess of $2MIL #XS0001651 24 Eff: 07/01/2025-10/01/2025 G: Ascot Specialty - Third Excess Liabililty layer: $5MIL Occurrence $5MIL Aggregate Excess of $5MIL #ESXS2410003621-01 Eff: 07/01/2025-10/01/2025 H: Homsite Assurance -Fourth Excess Liabillity layer: $5MIL Occurence $5MIL Aggregate Excess of $10MIL #CXP-036064-00 Eff: 07/01/2025-10/01/2025 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 1703 of 3949 Page 1704 of 3949 Page 1705 of 3949 Page 1706 of 3949 Page 1707 of 3949 Page 1708 of 3949 Page 1709 of 3949 Page 1710 of 3949 Page 1711 of 3949 Page 1712 of 3949 Page 1713 of 3949 Page 1714 of 3949 Page 1715 of 3949 Page 1716 of 3949 Page 1717 of 3949 Page 1718 of 3949 Page 1719 of 3949 Page 1720 of 3949 Page 1721 of 3949 Page 1722 of 3949 Page 1723 of 3949 Page 1724 of 3949 Page 1725 of 3949 Page 1726 of 3949 Page 1727 of 3949 Page 1728 of 3949 Page 1729 of 3949 Page 1730 of 3949 Page 1731 of 3949 Page 1732 of 3949 Page 1733 of 3949 Page 1734 of 3949 Page 1735 of 3949 Page 1736 of 3949 Page 1737 of 3949 Page 1738 of 3949 Page 1739 of 3949 Page 1740 of 3949 Page 1741 of 3949 Page 1742 of 3949 Page 1743 of 3949 Page 1744 of 3949 Page 1745 of 3949 Page 1746 of 3949 Page 1747 of 3949 Page 1748 of 3949 Page 1749 of 3949 Page 1750 of 3949 Page 1751 of 3949 Page 1752 of 3949 Page 1753 of 3949 Page 1754 of 3949 Page 1755 of 3949 Page 1756 of 3949 Page 1757 of 3949 Page 1758 of 3949 Page 1759 of 3949 Page 1760 of 3949 Page 1761 of 3949 Page 1762 of 3949 Page 1763 of 3949 Page 1764 of 3949 Page 1765 of 3949 Page 1766 of 3949 Page 1767 of 3949 Page 1768 of 3949 Page 1769 of 3949 Page 1770 of 3949 Page 1771 of 3949 Page 1772 of 3949 Page 1773 of 3949 Page 1774 of 3949 Page 1775 of 3949 Page 1776 of 3949 Page 1777 of 3949 Page 1778 of 3949 Page 1779 of 3949 Page 1780 of 3949 Page 1781 of 3949 Page 1782 of 3949 Page 1783 of 3949 Page 1784 of 3949 Page 1785 of 3949 Page 1786 of 3949 Page 1787 of 3949 Page 1788 of 3949 Page 1789 of 3949 Page 1790 of 3949 Page 1791 of 3949 Page 1792 of 3949 Page 1793 of 3949 Page 1794 of 3949 Page 1795 of 3949 Page 1796 of 3949 Page 1797 of 3949 Page 1798 of 3949 Page 1799 of 3949 Page 1800 of 3949 Page 1801 of 3949 Page 1802 of 3949 Page 1803 of 3949 Page 1804 of 3949 Page 1805 of 3949 Page 1806 of 3949 Page 1807 of 3949 Page 1808 of 3949 Page 1809 of 3949 Page 1810 of 3949 Page 1811 of 3949 Page 1812 of 3949 Page 1813 of 3949 Page 1814 of 3949 Page 1815 of 3949 NANANANANANANAPage 1816 of 3949 Page 1817 of 3949 Notice of Recommended Award Solicitation: 24-8296 Title: Wastewater Pump Station Repairs and Renovations Due Date and Time: January 21, 2025 @ 3:00 PM EST Respondents: Company Name City County State Final Ranking Responsive/ Responsible Quality Enterprises USA, Inc. Naples Collier FL 1 Y/Y U.S. Water Services Corporation New Port Richey FL 2 Y/Y Douglas N. Higgins Inc. Naples Collier FL 3 Y/Y Kyle Construction, Inc. Naples Collier FL 4 Y/Y Collier Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On December 11, 2024 o. 24- 8296, Wastewater Pump Station Repairs and Renovations, two thousand five hundred ninety-five (2,595) firms were notified. Five hundred seventy-nine (579) firms viewed the solicitation information, and four (4) proposal were received by the January 21, 2025, deadline. Quality Enterprises USA, Inc., U. S. Water Services Corporation, Douglas N. Higgins Inc. and Kyle Construction, Inc. were deemed responsive and responsible with Kyle Construction, Inc. having a minor irregularity. The Selection Committee convened on April 15, 2025, and after review of the proposals and deliberation the Committee scored the proposals and ranked the firms needed additional information that was deemed a minor irregularity to sufficiently score one of the vendors. On May 5, 2025, the Selection Committee reconvened to score the one vendor and provide a final ranking as noted above. The solicitation will be awarded to a pool of firms. Staff is recommending awards to Quality Enterprises USA, Inc., U.S. Water Services Corporation, Douglas N. Higgins Inc., and Kyle Construction, Inc. the four highest ranked responsive and responsible vendors. Contract Driven Purchase Order Driven Required Signatures Project Manager: Page 1818 of 3949 Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Page 1819 of 3949 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR WASTEWATER PUMP STATION REPAIRS AND RENOVATIONS SOLICITATION NO.: 24-8296 LISA OIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Lisa.Oien@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 1820 of 3949 SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION (IFQ) NUMBER: 24-8296 PROJECT TITLE: Wastewater Pump Station Repairs and Renovations IFQ OPENING DAY/DATE/TIME: January 21, 2024, at 3:00 PM EST PLACE OF IFQ OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Public Utilities Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation for Qualification (hereinafter, “IFQ”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $3,000,000; however, this may not be indicative of future buying patterns. BACKGROUND The County is responsible for operating and maintaining approximately 950 wastewater pump stations. To maintain their integrity and reliability, the County intends to qualify a pool of contractors to repair and renovate these pump stations, including the provision of labor, materials and equipment to perform these services. The County may elect to direct-purchase some, or all, of the utility parts for these projects on a case-by-case basis, where it has favorable commercial arrangements with suppliers. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for current needs only OR three (3) years with two (2) one (1) year renewal option. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Vendor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. FEMA funding may be used, in part, in support of this procurement. DETAILED SCOPE OF WORK 1. Scope of Work 1.1. The intent of this solicitation is to qualify multiple contractors to complete various repairs and renovations of waste water pump stations, and any other utilities impacted by the work. Projects may range from simple mechanical or electrical repairs to complete replacement of the station. Renovation of wet wells at the stations will be typically surface preparation and relining with an approved material. However, there may be exceptions when complete wet well replacement would be part of the scope. When necessary, the Contractor may retain specialized subcontractors to perform portions of the work. 1.2. Collier County is requesting statements of qualifications from contractors capable of furnishing all labor, materials, tools, equipment, and supervision for repair, renovation of waste water pump stations, and any utilities impacted by the work. These will range in size from small neighborhood duplex pump stations up to Community pump stations, typically the last pump stations within Page 1821 of 3949 a planned unit development which take flow from several upstream pump stations. Amounts for individual assignments will be limited to less than $1,000,000. 1.3. The intent is that all work will be scheduled in advance on an as needed basis, in other words no urgent or emergency work requiring immediate response. Urgent or emergency work will continue to be handled by contractors under the County’s existing Underground Utility Contract and its successor contract. 1.4. Work will be in accordance with the latest version of the Collier County Utility Standards Manual. Plans and specifications will be provided for each project under this Contract. Location of the Collier County Utility Standards Manual: https://www.colliercountyfl.gov/government/public-utilities/water-sewer-district/engineering-and-project-management/resources 2. Procedures for Obtaining Work Assignments 2.1. For all projects, the County’s Project Manager will follow the procedure outlined below to receive quotes from the selected Contractors. 2.1.1. A description of work will be provided, including location plan, site survey, demolition plan and a plan of proposed improvements and project duration. Special Conditions, beyond those outlined in the Utility Standards Manual will also be provided as well as a quote schedule. Liquidated damages may be specified. 2.1.2. The County Project Manager will establish the required response time for each project, but in no case will this be less than 10 business days. 2.1.3. A non-mandatory pre-quote meeting may be scheduled at least 5 business days in advance of receipt of quotes. 2.1.4 Contractors will provide a lump sum quote using the quote schedule provided. A sample quote schedule is shown below. SAMPLE QUOTE SCHEDULE Item Number Description Unit Amount Item Cost 1 Mobilization/Demobilization Lump Sum 1 Inserted by Contractor 2 Establish/Operate Bypass System Lump Sum 1 Inserted by Contractor 3 Demolition and Disposal Lump Sum 1 Inserted by Contractor 4 Wet Well Concrete Repair Lump Sum 1 Inserted by Contractor 5 Piping, Valving, and Pumps Lump Sum 1 Inserted by Contractor 6 Manhole repair/replacement Lump Sum 1 Inserted by Contractor 7 Sitework Lump Sum 1 Inserted by Contractor 8 Stormwater system repair Lump Sum 1 Inserted by Contractor 9 Telemetry Antenna Lump Sum 1 Inserted by Contractor 10 Concrete Pads Lump Sum 1 Inserted by Contractor 11 Wet Well Lid and Hatch Lump Sum 1 Inserted by Contractor 12 Electrical and Controls Lump Sum 1 Inserted by Contractor 13 Startup and Testing Lump Sum 1 Inserted by Contractor 14 Record Drawings Lump Sum 1 Inserted by Contractor 15 Allowance for Pumper Trucks T & M Inserted by County Total Totaled by Contractor 2.1.5. The procedure for projects with a value of $50,000 or less is outlined below: A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of the work. Contractor shall respond with the information and/or proposal sought within seven (7) calendar days. Issuance of a Purchase Order by County. 2.1.6. Procedures for projects with a value over $50,000 to $1,000,000 are as follows: 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. Contractor shall 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. Issuance of a Purchase Order by County. Page 1822 of 3949 2.1.7. All work assignments that exceed $200,000 will require performance and payment bonds. 2.1.8. Projects that exceed $500,000 will require Board approval. 2.1.9. Once a contractor is selected for a work assignment, the County’s Project Manager will issue a Purchase Order. 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. 3. Procedures for Obtaining Work Assignments when FEMA financial assistance will be used to fund all or a portion of the work under a resultant Purchase Order: 3.1 The County’s Project Manager will follow the procedure outlined below for obtaining quotes for projects with a value of $10,000 or less: A quote will be requested from one (1) of the awarded Contractors on a basis that ensures a relatively even distribution of the work over the term of the contract. Previous experience working on a facility or with a particular specialty may be considered in selection provided the overall goal of a relatively even distribution of the work is still maintained. The Contractor shall respond with the information and/or proposal sought within seven (7) calendar days. Contractor will commence work upon the County’s issuance of a Purchase Order. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work 3.2 For projects with a value over $10,000 and up to $250,000, or a project not exceeding the simplified acquisition threshold amount in place at the time of the disaster, and as set forth by the Federal Acquisition Regulation at 48 CFR subpart 2.1, whichever amount is greater: Bid documents such as a Summary of Work, Plans and/or Technical Specifications, etc. will be provided to all of the selected contractors, along with a bid schedule for providing price. Project timeline and the collection of liquidated damages may be specified in the Request for Quotation. The County’s Project Manager will set the required response time for each project, but contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. Some projects, urgent in nature, may require a shorter response schedule at the Project Manager’s discretion. This period may also include a pre-bid meeting. The Contractor shall provide a completed bid schedule based on the quote schedule provided, including any identified unit prices and add/deduct alternates. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on sales tax, consumer fees or taxes, use and other similar taxes, or fees associated with any work under this Agreement. The County’s Project Manager will review all quotes received, and if a minimum of three responsive quotes are not received, or if the lowest quote is outside the budget, the County may re-quote the project or formally solicit. Payment and Performance Bonds will be required for projects over $200,000 and shall be provided in accordance with F.S. § 255.05. Contractor will commence work upon the County’s issuance of a Purchase Order and Notice to Proceed. The Contractor agrees that any Purchase Order that extends beyond the expiration date of the resultant contract will survive and remain subject to the terms and conditions of the resultant contract until the completion or termination of work. The County reserves the right to waive any or all of these requirements and to separately solicit any job if it’s in the best interest of the County. The County reserved the right to supply all necessary parts for selected projects and repairs. Projects exceeding $250,000 will be formally solicited and publicly advertised by the County, in accordance with Procurement Ordinance, as amended. The bid opportunity will be open to qualified bidders beyond Page 1823 of 3949 the pool of vendors awarded under the resultant agreement for this solicitation. The above quoting procedures and thresholds may not apply during Exigent or Emergency (E&E) Circumstances, as determined by the County. In such a situation, the County reserves the right to forego quoting procedures and issue a Purchase Order to one of the qualified Contractors under the resultant agreement to perform the work necessary to address the E&E circumstances. 4. General Requirements The Contractor shall comply with the following General Requirements and Department-specific requirements, including but not limited to: 4.1. Work Hours. Construction work is allowed Monday through Saturday from 7 am to 7 pm, except on County holidays (list of holidays available at www.colliercountyfl.gov). Work outside of these hours requires written approval from the County. No sewer bypasses or shutdowns may be initiated on Fridays or the day before a County holiday. Specific projects may have more restrictive work hours due to local conditions. Should this be the case, it will be reflected in the Request for Quotes for that specific project. 4.2. Technical Requirements (if applicable). Included with each request for quote will be a set of plans and specifications outlining the technical requirements for the projects. This is a compilation of information from the County’s Utility Standard’s Manual. All work shall be in accordance with these plans and specifications. If there is a conflict between the Utility Standards Manual and the Contract’s plans and specifications, the more stringent requirement shall pertain. 4.3. Request for Quotes. The County will issue Request for Quotations for projects it wishes to undertake. Site-specific considerations will be defined in this Request for Quotations. These may include: pump selection, equipment elevations, equipment orientation and spacing, access requirements, fencing, landscaping, any other utilities impacted by the work, etc. Contractors shall submit lump sum quotes broken down into categories as specified in the quote form accompanying the Request for Quotations. Award will be to the Contractor submitting the lowest responsive quote. 4.4. Owner-Directed Allowances. An Allowance will be established by the County on each project to cover unforeseen conditions or contingencies. The basis of payment for allowances will be time and materials not to exceed (T&M NTE). Therefore, Contractors will be requested to submit standard rate sheets for labor and equipment to be negotiated before contract award to be used for Allowance work. These rates will remain fixed for the initial term of the Contract. These rates may be subject to escalation during any renewal periods, if approved by the County. All T&M NTE work will utilize a fee schedule. 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 the Contractor’s time and proof of the subcontractor services and/or parts/materials/ equipment/rental equipment by providing invoices and receipts at the time of invoice submission. Subcontractor and material markup shall not exceed 10%. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed. Mark-ups will not be allowed on freight, sales tax, consumer fees or taxes, use, and other similar taxes or fees associated with any work under the resultant contract. 4.5. Site Visits. At least five (5) days prior to quotes being due, the County and its consulting engineer may conduct a non-mandatory site visit to proposed projects to clarify the design intent and address any Contractor questions. Failure of a Contractor to attend such a site visit shall not excuse it for omitting any items from its quote. 4.6. Subcontractors. The Contractor’s scope may include mechanical, electrical, civil, structural, and instrumentation work. The Contractor may subcontract portions of the work as appropriate, while retaining full responsibility for all the work. 4.7. Surveying and Record Drawings. To the extent that easements are required to execute the work, these will be acquired by the County prior to issuing a purchase order for specific projects. The County will provide a vertical control elevation near each site for the contractor to use as a datum. The vertical datum used on this Contract will be NAVD 88. Contractor to provide its own surveyor to ensure that all work, including fences, is within the established easements or rights-of-way. At the completion of each project, Contractor shall submit record drawings signed and sealed by a Florida Professional Surveyor licensed in the State of Florida. These shall incorporate any red-line markups done by the Contractor or the County’s inspector during the project. 4.8. Permits. The County will secure necessary approvals from FDEP for “Constructing a Domestic Wastewater Collection and Transmission System”. The County will also secure Site Development Plan approval from the Growth Management Department, if needed for any site. The Contractor will be responsible for acquiring: building and electrical permits, right-of-way permits, dewatering permits (FDEP and SFWMD) if necessary, and any other permits and approvals customarily the responsibility of contractors. The Page 1824 of 3949 County will pay the permit fees for any permits issued by Collier County. The Contractor shall be responsible for payment of all other permit fees and proper closeout of all permits, including those obtained by the County. 4.9. Safety and Security. The Contractor and subcontractors are required to comply with County Ordinance 2004-52, as amended. At all times, Contractor and subcontractors must wear the assigned Contractor badge while conducting work on County property. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. Contractor may be asked to submit a Safety Plan for specific assignments. Contractor shall be responsible for securing work sites outside of work hours. 4.10. Maintenance of Traffic (MOT). Contractor shall be responsible for submitting a maintenance of traffic plan to obtain Right- of-Way Permits. There may be situations where a right-of-way permit is not required (e.g. within a gated community) however, Contractor shall still be responsible for submitting and implementing an MOT plan. 4.11. Utility Parts. The County intends to direct-purchase as much of the equipment and materials as practical for the projects covered by this Contract. Ferguson is the current supplier for utility parts. Xylem is the current primary supplier for submersible wastewater pumps and accessories, including pump controls. Contractor shall coordinate closely with the County’s equipment suppliers, including picking up equipment from local warehouses, as necessary. The division of responsibilities for supplying equipment for each project will be clearly defined in each Request for Quotation. Contractor shall deliver used equipment removed from existing pump stations to a County facility to be identified. 4.12. Defective Work. Any work not meeting the project’s plans and specifications, in the sole opinion of the County, will be brought to Contractor’s attention. The Contractor shall remedy the problem within seven (7) business days by repair, replacement, or new installation to the satisfaction of the County at no additional cost. 4.13. Sanitary Sewer Overflows Prohibited. Contractor shall exercise extreme care to prevent Sanitary Sewer Overflows (SSOs). If an SSO occurs due to the actions or inactions of the Contractor, the Contractor shall be responsible for all associated fines and penalties. The County will have the right to respond to a Contractor causing an SSO by limiting its work under this Contract to low risk assignments or, if circumstances warrant, to remove the Contractor from this Contract. The following paragraphs discuss methods to be used in this Contract to prevent SSOs. 4.14. Coordination with Wastewater Collections. Coordination with the Wastewater Collections staff is of utmost importance under this Contract. If the work on any project involves shutting down a pump station, initiating a bypass, or any other event that could compromise the reliability of the sewer collection system, then Contractor shall initiate a contingency meeting with the Wastewater Collections Section. The Contractor shall present a work plan during the submittal process and obtain an approved contingency work plan at least ten (10) business days before planned shutdown. The Plan shall include identification of any potential risks of sanitary sewer overflows and how these risks will be mitigated. A table outlining necessary notifications of Wastewater Collections by Contractor prior to initiating certain operations will be provided to Contractor. A preliminary version is shown below: PUMP STATION PROJECTS - KEY EVENTS FOR NOTIFICATIONS Event Whom to Notify Minimum Notice Requirement Contingency meeting prior to working on PS TBD Ten (10) business days before planned shutdown Isolate pumping station to initiate bypass TBD 24 hours in advance of event Disconnect electrical power to PS TBD Between 8 and 9 a.m. day of event Restore electrical power to PS (FPL) TBD ---- Pump Station Start Up/Testing TBD 48 in advance of event Completion of 5-day test and authorization to remove bypass pumps TBD Upon expiration of 5-day period Delivery of used control panels and pumps TBD 48 hours Emergency requiring Wastewater Collections equipment or resources Call Emergency Number 239-252-2600 Immediately upon learning of the emergency. 4.15. Coordination with Other Utilities. In developing each Request for Quotations, the County and the Engineer of Record will use best efforts to identify other utilities. Contractor shall call for Utility Locates (Sunshine State One Call – 811) no less than two business days prior to any excavations. The County will coordinate with FPL to adjust FPL equipment, if needed, in advance of projects. The Contractor shall coordinate directly with FPL for purposes of temporary disconnect and reconnect the electrical service to pump stations. 4.16. Bypass Pumping. Certain projects will require bypass pumping to allow work on the pump station. Contractor shall be responsible for submitting a written bypass plan for each such project. These will be discussed at the earlier-mentioned contingency Page 1825 of 3949 meetings, and subject to the approval of the County. Redundant bypass pumps will be required. If adjacent manholes are to be used as temporary wet wells during the bypass, they shall be equipped with floats and a dial-up system monitored by the Contractor 24/7/365. Contractor shall be able to respond to an alarm by having a representative on site within 30 minutes of alarm initiation (this may be a representative of the bypass pump supplier). Each bypass shall operate satisfactorily for at least 48 hours before turning off the associated pump station. Similarly, once a pump station is returned to operation, the bypass shall remain in standby status for at least 48 hours prior to disconnecting the bypass. As long as a bypass is operating, the Contractor shall be responsible for the monitoring, control and operation of that pump station. 4.17. Pumper Trucks. It may be necessary or desirable to have pumper trucks available during certain operations. A bid item, with a Time and Material (T&M) price, will be established by the County for pumper trucks on each assignment where they may be needed. 4.18. Minimum Qualifications Certified Underground Utility and Excavation Contractor or General Contractor’s License. Electrical Contractor’s License or identify proposed electrical subcontractor and provide evidence of the electrical subcontractor’s license. INVITATION FOR QUALIFICATION (IFQ) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Invitation for Qualification selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Firms Qualifications and Resources 30 Points 3. Relevant Experience 30 Points 4. Project Approach 35 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact Page 1826 of 3949 person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this IFQ. EVALUATION CRITERIA NO. 2: FIRMS QUALIFICATIONS AND RESOURCES (30 Total Points Available) Provide information on the staff and equipment resources available for this project. Confirm ability to obtain performance and payment bonds and any relevant limits to bonding ability. Identify any customer that has provided 20 percent or more of your annual revenue in the past 3 years. For the following work elements, indicate if you will self-perform or retain a subcontractor for installation. Establish/Operate Bypass System Demolition and Disposal Wet Well Concrete Repair Piping, Valving, and Pumps Manhole repair/replacement Sitework Stormwater system repair Telemetry Antenna Concrete Pads Wet Well Lid and Hatch Electrical and Controls Startup and Testing Record Drawings Pumper Trucks Provide the names and resumes of the proposed project manager and field superintendents. Describe, and provide copies of, any licenses or certifications relevant to this assignment. Indicate if the current firm or a predecessor firm has ever been debarred or failed to complete a project. Provide address of the office or yard from which the project will be served. Provide evidence of the company’s or its subcontractor’s ability to perform High Density Polyethylene High Density Polyethylene (HDPE) butt fusion for pump station discharge piping. Demonstrate that personnel operating the butt fusion machine are HDPE butt fusion certified. Provide evidence of your Certified Underground Utility and Excavation Contractor or General Contractor’s License. Provide evidence of your Electrical Contractor’s License or identify proposed electrical subcontractor and provide evidence of the electrical subcontractor’s license. Provide any other information relevant to the firm’s qualifications and resources to undertake this project. EVALUATION CRITERIA NO. 3: RELEVANT EXPERIENCE (30 Total Points Available) Provide five (5) valid project examples of your firm’s pump station rehabilitation work within the last 5 years. A valid project example shall meet the following requirements: Rehabilitation of an existing pump station Rehabilitation/replacement of the electrical panel and equipment Included bypass pumping Installed butt-fused HDPE discharge piping at the pump station At least two of these projects must be located within the State of Florida. For each project example, provide: Project name Project location Project description with start and end dates Identify subcontractors performing 20 percent or more of the work Project construction cost* Contact information (Name, title, organization, phone, email) * If the referenced project was part of a larger construction contract, please specify this and estimate the costs of the pump station rehabilitation portion. For each of the five project examples cited above, submit a completed reference form from the client using the form provided : Collier County Form 4 Reference Questionnaire. Page 1827 of 3949 EVALUATION CRITERIA NO. 4: PROJECT APPROACH (35 Total Points Available) In this criteria, include but not limited to: Sample schedule, showing milestones, of a typical duplex pump station full renovation project. Based on your experience, identify the three most important factors the contractor controls in meeting schedules for projects of this nature. Based on your experience, identify the three most important factors the Owner controls in meeting schedules for projects of this nature. Describe how your company typically prioritizes projects when multiple requests for your services arrive simultaneously. Based on your experience, describe your strategy for procuring long lead time items, including items that may require the Contractor to pay advance submittal payments (the County will not make advanced payments for submittals). Describe how your company typically manages project workloads when demand exceeds current capacity to execute. Discuss the details of how you will have a representative on site within 30 minutes of an alarm during a bypass. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 1828 of 3949 Selection Committee IFQ #: 24-8296 Title: Wastewater Pump Station Repairs and Renovations Name of Firm Raymond Sancho Matthew Fortune Storm Gewirtz Matthew Collins Damian Cuadrado Total Scores Final Ranking Quality Enterprises USA, Inc.100 100 98 100 100 498.00 1 U.S. Water Services Corporation 98 99 94 90 99 480.00 2 Douglas N. Higgins Inc.100 97 91 95 90 473.00 3 Kyle Construction, Inc.93 72 73 82 67 387.00 4 Procurement Professional Lisa Oien 5/5/2025 Scoring Sheet and Final Ranking Page 1829 of 3949 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations RESPONSE DEADLINE: January 21, 2025 at 3:00 pm Report Generated: Tuesday, January 21, 2025 Quality Enterprises USA, Inc. Response CONTACT INFORMATION Company: Quality Enterprises USA, Inc. Email: lgaudio@qeusa.com Contact: Louis Gaudio Address: 3494 Shearwater Street Naples, FL 34117 Phone: N/A Website: www.qeusa.com Submission Date: Jan 21, 2025 12:11 PM (Eastern Time) Page 1830 of 3949 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jan 16, 2025 3:03 PM by Louis Gaudio QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Page 1831 of 3949 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 3 QE_IFQ-24-8296.pdf 6. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Conflict_of_Interest_Certification_Affidavit.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Immigration_Affivadit_Certification.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE No response submitted REFERENCE QUESTIONNAIRE (FORM 5)* The vendor submits no fewer than three (3) and no more than five (5) completed reference forms from clients during a period of the past 5 years whose assignments are of a similar nature to this solicitation as a part of their proposal. PS_300.06_Reference_Form.pdf PS_305.01_Reference_Form.pdf Reference_Form_-_Marco_Shores_MPS.pdf Reference_Form_-_Marco_Shores_PS_Rehab.pdf Reference_Form_PS_109.05.pdf W-9 FORM* W9.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Page 1832 of 3949 [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [QUALITY ENTERPRISES USA, INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 4 Proof_of_Status_from_Division_of_Corp.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E_Verify.pdf CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. No response submitted SIGNED ADDENDA 24-8296_Addendum_#1.pdf MISCELLANEOUS DOCUMENTS COI_-_July_1,_2024_-_July_1,_2025.pdf Federal_Contracting_Provisions.pdf 7. Local Vendor Preference Certification LOCAL VENDOR PREFERENCE (IF APPLICABLE) Please provide a business tax receipt. Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a perm anent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. No response submitted Page 1833 of 3949 IFQ No. 24-8296 | COLLIER COUNTY, FLORIDA JAN. 21 2025 QUALIFICATIONS PACKAGE WASTEWATER PUMP STATION REPAIRS AND RENOVATIONS 3494 Shearwater St. Naples, FL 34117 Phone (239) 435-7200 Fax (239) 435-7202 Contact@qeusa.com Page 1834 of 3949 I. Cover Letter & Management Summary ..............................................p. 2 II. Firm’s Qualifications & Resources ..................................................p. 4 III. Relevant Experience ...........................................................p. 49 IV. Project Approach. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . p. 60 V. Required Forms ...............................................................p. 64 QEUSA.COM 1 (239) 435-7200 TABLE OF CONTENTS Page 1835 of 3949 Quality Enterprises will work to provide Collier County with the most cost-effective and successful construction services. Quality Enterprises will: • Work closely with the County to identify and meet goals • Provide industry-proven, construction, and management expertise • Use local resources to meet the County’s desired schedule • Identify and mitigate risks to avoid delay • Be available to the County at all times QEUSA.COM 2 (239) 435-7200 COVER LETTER January 21, 2025 Dear Mrs. Oien And Committee Members Mrs. Lisa Oien, Procurement Strategist Procurement Services Division 3295 Tamiami Trl. E, Bldg C-2 Naples, FL 34112 Quality Enterprises USA, Inc. is pleased to submit this Qualification Package for IFQ #24-8296, Wastewater Pump Station Repairs and Renovations, to the Collier County Board of County Commissioners. We have received, reviewed, and understand the requirements of IFQ #24-8296 and are confident in our abilities to perform all work on time, within budget, and at high levels of quality. Quality Enterprises USA, Inc. (QE) has successfully completed over forty lift station rehabilitation projects for various local government agencies, and self performed over 90% of each respective project. QE has a thorough understanding of Wastewater Pump Station Repairs and Renovations; from bonds and contracts, submittals and procurement of materials, to bypass plans and pipe installation, QE has the staff and resources to ensure project success. Quality Enterprises has the ability to obtain performance and payment bonds, prioritizes the use of advanced construction technology, maintains a large equipment fleet, holds the required licenses and certifications for work under this IFQ, and has extensive project experience in the local area. More information on the Firm’s Qualifications and Resources is presented in Section 2 of this IFQ. SELF-PERFORMANCE Quality Enterprises USA, Inc. is proud of their versatility as a contractor, self-performing over 90% of all projects. This cost-saving practice allows for flexibility in scheduling, adaptability to rapid project changes, and guarantees that a diverse and skilled workforce is available throughout the entire project. QE’s leading services include: • Asphalt utilizing: 3D Paving Technology • Aviation Construction • Bridge Construction • Concrete Recycling • Earthwork utilizing: 3D Grading Technology • Horizontal Directional Drilling • Pipe Bursting • Pipe Ramming • Storm Piping • Structural Concrete • Underground Utilities • Wastewater Pump Station Repairs and Renovations STRUCTURE & CONSTRUCTION RESOURCES QE’s management team is efficiently structured and is focused on strong communication, coordination, and decision making. With over 350 local employees and 700+ pieces of modern heavy construction equipment, QE has the resources of large competitors but an attentive and responsive management structure characteristic of a small firm. Our philosophy is to create a long term relationship with our customers to provide repeat services into the future. Quality Enterprises is prepared for the upcoming Wastewater Pump Station Repairs and Renovations and is hopeful for the opportunity to team with Collier County to meet the goals of this project. I, Louis J. Gaudio, will be the authorized contact concerning this proposal. Respectfully, Louis J. Gaudio Vice President lgaudio@qeusa.com Page 1836 of 3949 QEUSA.COM 3 (239) 435-7200 COVER LETTER Page 1837 of 3949 II. FIRM’S QUALIFICATIONS & RESOURCES Page 1838 of 3949 AT A GLANCE 1997 $36M $90M 2002 2003 First project in Southwest Florida Revenue from Collier County in 2024 Total revenue in 2024 First job with Collier County Collier Co. Underground Utility Annual Contract begins A Trusted, Local Leader Quality Enterprises USA, Inc. (QE) is a construction firm based in Southwest Florida known for major civil, building, and specialized construction in both private and public sectors. With over 50 years of service, QE prides itself on completing projects on time, within budget, and at high levels of quality. Backed by experienced personnel and a fleet of modern, heavy equipment, QE is prepared to complete a wide range of multidisciplinary construction projects including: Aviation Roads & Bridges Heavy Highway Underground Utilities & Storm Piping Water Treatment & Storage Many other types of specialized construction Quality Enterprises has worked in Collier County since 2002 on a variety of infrastructure projects and has a dynamic knowledge and understanding of SWFL construction and regulatory conditions, directly pertaining to dewatering, sandy soils, rock excavation, traffic control, erosion control, and wildlife sensitivities. With the ability to self- perform over 90% of each project, QE maintains job site control and has never been assessed liquidated damages for project delays. QE has successfully completed hundreds of projects for Collier County and has held both the Collier County School Board Contract and Collier County Utility Emergency Contract since 2007 and 2008, respectively. Additionally, QE has maintained an Annual Contract for Bridge Repairs and Maintenance with Collier County since 2014. With key players from QE and Collier County involved on many of the same projects, a strong relationship ha been formed. This shared understanding of work structure will prove advantageous for all projects under RFQ #24-8296. Page 1839 of 3949 QEUSA.COM 6 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES | A National Firm QE’s Unique Ability | Self-Performance Quality Enterprises (QE) understands the importance of meeting project deadlines and adhering to strict regulations. Exemplified in 2008 when QE was called to assist with post Hurricane Katrina relief work, the team mobilized resources to Mississippi and New Orleans and was instrumental in completing over $100 Million worth of projects for the US Army Corps of Engineers. Rehabilitation efforts included the installation of steel sheet piles, battered H Piles, and concrete for over 10 miles worth of flood walls. QE’s attentiveness and punctuality will prove beneficial for projects under the Annual Wastewater Pump Station Repair and Renovation Agreement. With over 350 employees and a 700-piece heavy equipment fleet, Quality Enterprises is confident in their ability to successfully complete any project under RFQ #24-8296. QE’s utility crews have extensive experience in Wastewater Pump Station Repairs and Renovations and have a strong understanding of local environmental and regulatory conditions. Quality Enterprises has in-house capabilities to self perform: survey, site, concrete, pumps, ductile iron pipe and valves, HDPE pipe fusing, and bypass pumping. While QE does hold a valid Electrical Contractor’s License, the company would most likely subcontract this item out, along with instrumentation and wet well lining, to ensure that all projects are completed on time, within budget, and at high levels of quality. Page 1840 of 3949 QEUSA.COM 7 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES QE’s Preparation for the Job Quality Enterprises USA, Inc. (QE) is prepared for Collier County’s Wastewater Pump Station Repairs and Renovations Project. With ample manpower, equipment, office resources and the experience to back it up, Collier County can be assured that QE is the right choice for this job. QE has experienced significant growth over the past few years, increasing in total number of pieces of equipment owned, personnel employed, and number of jobs completed. The company has come to find that as their resources increase, so does their number of successfully completed jobs. It is because of this that QE will continue to invest in the newest equipment for enhanced job performance. Since its founding, Quality Enterprises has been cautious about over exerting their materials and personnel, leading to the completion of all jobs on time, within budget, and at high levels of quality. QE has never been debarred or failed to complete a project and has the ability to obtain performance and payment bonds. It is important for Collier County to know that QE has successfully completed all of their previous wastewater pump station repair and renovation projects. QE has taken the necessary steps to create an unparalleled, state of the art equipment fleet and maintains premiere management and support staff to ensure that all projects are performed to the highest degree. QE is a trusted, versatile contractor and will not disappoint. A list of QE’s Heavy Equipment Available for Service can be found on the following two pages, followed by QE’s Confirmed Bonding Letter with relevant limits to bonding ability. Page 1841 of 3949 QEUSA.COM 8 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Equipment Code Description Make Model Year 01-022 Volvo ECR58D Excavator Volvo ECR58D 2014 01-023 Volvo ECR88D Excavator Volvo ECR88D 2013 01-025 Volvo ECR58D Excavator Volvo ECR58D 2014 01-026 CAT 336EL Excavator CAT CAT336EL 2014 01-029 Volvo ECR58D Compact Excavator Volvo ECR58D 2014 01-030 CAT 349FL Hydraulic Excavator CAT 349FL 2014 01-033 CAT 321DLCR Hydraulic Excavator CAT 321DLCR 2014 01-035 CAT 335FLCR Hydraulic Excavator CAT 335FLCR 2015 01-036 Volvo ECR88D Excavator Volvo ECR88D 2014 01-037 Volvo ECR58D Excavator Volvo ECR58D 2015 01-038 Kubota KX057 Excavator Kubota KX057-4R3A 2015 01-039 Volvo ECR235EL Crawler Excavator Volvo ECR235EL 2015 01-040 CAT 326FL Super Long Reach Excavator CAT CAT326FL 2015 01-041 Volvo ECR88D Excavator Volvo ECR88D 2016 01-042 CAT 315FLCR Excavator CAT 315FLCR 2017 01-043 Volvo ECR88D Excavator Volvo ECR88D 2016 01-044 Volvo ECR88D Excavator Volvo ECR88D 2016 01-045 CAT 336FL Excavator CAT CAT 336FL 2018 01-046 CAT 335FLCR Hydraulic Excavator CAT CAT 335FLCR 2018 01-047 CAT 335FLCR Hydraulic Excavator CAT CAT 335FLCR 2018 01-048 CAT 325FLCR Track Excavator CAT CAT 325FLCR 2018 01-049 CAT 323 Hydraulic Excavator CAT CAT 323 2018 01-050 CAT 335FLCR Compact Excavator CAT CAT 335FLCR 2018 01-051 Kubota KX080 Excavator Kubota KX080-4SR3 2018 01-052 Kubota KX080 Excavator Kubota KX080-4SR3 2018 01-053 CAT 330F Hydraulic Excavator CAT 330F 2019 01-054 CAT 335FLCR Excavator CAT 335FLCR 2019 01-055 Kubota KX080 Excavator Kubota KX080-4SR3A 2019 01-056 CAT 323 Hydraulic Excavator CAT 323-07 2019 01-057 CAT 336 Hydraulic Excavator CAT 336-07 2019 01-058 CAT 308 Hydraulic Excavator CAT CAT 308E2CRSB 2019 01-059 CAT 336 Hydraulic Excavator CAT 336-07A 2020 01-060 CAT 320 Excavator CAT 320 2019 01-061 CAT 320 Excavator CAT 320 2019 01-062 CAT 320 Excavator CAT 320 2020 01-063 CAT 320 Excavator CAT 320 2020 01-064 CAT 352 Excavator CAT 352 2020 01-065 CAT 320 Excavator CAT 320 2020 01-066 CAT 395 Excavator CAT 395-07 2021 01-067 CAT 395 Excavator CAT 395 2021 01-068 CAT 335 Excavator CAT 335-07 2021 QE Heavy Equipment List Page 1842 of 3949 QEUSA.COM 9 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 01-069 Kubota KX080 Excavator Kubota KX080-4S2R3 2021 01-070 Kubota KX080 Excavator Kubota KX080-4S2R3 2022 01-071 Kubota KX080 Excavator Kubota KX080-4S2R3 2022 01-072 Kubota KX080 Excavator Kubota KX080-4S2R3 2022 02-007 JD4120 Farm Tractor John Deere JD4120 2012 02-016 Volvo L70E Loader Volvo L70E 2006 02-017 CAT 930 Loader CAT 930K 2013 02-018 Volvo L70 Loader Volvo L70G 2013 02-020 Volvo L30GS Loader Volvo L30GS 2014 02-021 Volvo L70G Wheel Loader Volvo L70G 2014 02-025 Volvo L30GS Loader Volvo L30GS 2014 02-026 CAT 938 Loader CAT 938 2014 02-028 CAT 938K Wheel Loader CAT 938K 2014 02-029 CAT 938K Wheel Loader CAT 938K 2014 02-031 Volvo L120H Wheel Loader Volvo L120H 2014 02-032 CAT 938K Wheel Loader CAT 938K 2015 02-033 Volvo L30GS Loader Volvo L30GS 2017 02-034 Volvo L30GS Loader Volvo L30GS 2017 02-035 CAT 980M Wheel Loader CAT 980M 2018 02-036 CAT 938M Wheel Loader CAT 938M 2018 02-037 CAT 938M Wheel Loader CAT 938M 2018 02-038 Volvo L30GS Wheel Loader Volvo L30GS 2018 02-039 Volvo L30GS Wheel Loader Volvo L30GS 2018 02-040 CAT 962M Wheel Loader CAT 962M 2019 02-041 CAT 962M Wheel Loader CAT 962M 2019 02-042 CAT 982M Wheel Loader CAT 982M 2018 02-043 Kubota SVL95 Skid Steer Kubota SVL95-2SHFC 2018 02-045 CAT 950GC Wheel Loader CAT 950GC 2019 02-046 Kubota SVL95 Skid Steer Kubota SVL95-2SHFC 2019 02-047 Kubota SVL95 Skid Steer Kubota SVL95-2SHFC 2019 02-048 CAT 918 Wheel Loader CAT 918 M 2018 02-049 Kubota SVL95 Skid Steer Kubota SVL95-2SHFC 2020 02-050 Kubota SVL95 Skid Steer Kubota SVL95-2SHFC 2020 02-051 CAT 908M Wheel Loader CAT 908M 2019 02-052 CAT 908M Wheel Loader CAT 908M 2019 02-053 Kubota SVL97-2HFC Loader Kubota SVL97-2HFC 2021 02-054 Kubota SVL97-2HFC Loader Kubota SVL97-2HFC 2021 03-005 CAT D6NLGP Dozer CAT D6NLGP 2016 03-006 CAT D6KLGP Dozer CAT D6KLGP 2017 03-007 CAT D6NLGP Dozer CAT D6NLGP 2018 03-008 CAT D6-20XEVP Dozer CAT D6-20XEVP 2021 FIRM’S QUALIFICATIONS & RESOURCES Page 1843 of 3949 QEUSA.COM 10 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 04-003 CAT 12M3 Motor Grader CAT 12M3 2015 04-004 CAT 160 Motor Grader CAT 160-15AWD 2021 04-005 CAT 160 Motor Grader CAT 160-15AWD 2021 05-002 Bomag Vibratory Roller Bomag BW213-D 2005 05-008 Hypac 9 Wheel Roller Hypac C-530AH 2002 05-009 Bomag 138 Roller Bomag 138 2014 05-010 Bomag 211D Roller Bomag 211D 2014 05-011 CAT CS54B Vibratory Compactor Roller CAT CS54B 2016 05-012 CAT CS54B Vibratory Compactor Roller CAT CS54B 2016 05-013 CAT CB22B Asphalt Compactor Roller CAT CB22B 2017 05-014 CAT CB22B Asphalt Compactor Roller CAT CB22B 2017 05-015 CAT CW34 Pneumatic Tire Compactor CAT CW34 2018 05-016 CAT CB13 Double Drum Asphalt Roller CAT CB13 2018 05-017 CAT CB10 Asphalt Compactor CAT CB10 2018 05-018 HAMM Tandem Roller Linder HAMM 2018 05-019 HAMM H13i VIO Roller Hamm H13i VIO 2018 05-020 HAMM GRW 180 Pneumatic Roller Hamm GRW 180 2018 05-021 HAMM HD120 iVO Roller Hamm HD120 iVO 2016 05-022 H13I-VIO Roller Hamm H13I-VIO 2022 05-023 H13I-VIO Roller Hamm H13I-VIO 2022 06-002 Manitowoc Crawler Crane Manitowac 999 2009 06-003 Mantis Crawler Crane Mantis GTC1200 2015 06-050 Ice Vibratory Hammer Power Unit ICE 44B 2014 07-001 CAT 745 Articulated Off Road Truck CAT 745 2019 07-002 CAT Hydrema 912FHM Off-Road Dump Truck CAT 912FHM 2019 07-003 CAT 745 Articulated Off Road Truck CAT 745 2020 07-004 CAT Hydrema 912HM Articulated Truck CAT 912HM 2021 07-005 CAT 745 Articulated Off Road Truck CAT 745-04 2021 08-001 Ditch Witch JT100 Drill Ditch Witch JT100 2016 08-002 American Auger DD-440T Track-Mounted Directional Drill American Auger DD-440T 2018 08-003 American Auger DD-440T American Auger DD-440T 2020 08-004 American Auger DD1100RS American Auger DD1100RS 2019 09-001 Grundoram Pipe Ramming System Grundoram Pipe Ramming 2016 09-002 618 Fusing Machine McElroy 618 2016 09-003 Grundomat Piercing Tool Grundomat Piercing Tool 2017 09-004 12"-36" T900 Fusing Machine McElroy T900 (AT9028001)2018 09-005 McElroy T1200 Fusing Machine 16"-48"McElroy T1200 2020 09-006 McElroy Poly Horse System McElroy ECCN EAR99 12-003 Toro 36" Walk-Behind Broom Toro Walk-Behind Broom 2014 12-004 Broce CT350 Broom Tractor Broce CT350 2015 FIRM’S QUALIFICATIONS & RESOURCES Page 1844 of 3949 QEUSA.COM 11 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 12-005 Massey Ferguson Broom Ferguson 4608 2015 12-006 Massey Ferguson Broom Tractor Ferguson MF4607M 2015 13-001 Skyjack Scissor Lift Skyjack SJ3220 1997 13-003 JLG 80' Manlift JLG 800AJ 2006 13-004 JLG 40-46' Manlift JLG E400AJP Narrow 2020 20-007 Doosan 185 Air Compressor Doosan CL185WKUB-EX- T2 2013 21-001 CAT 25 Forklift CAT GC25 1997 21-003 CAT 50 Forklift CAT P5000D 2004 21-005 CAT 560 Telehandler Forklift CAT TH5560B 2004 21-007 CAT 1255D Telehandler CAT TL 1255D 2021 25-001 Holland Hydraulic Submersible Pump Holland 1104-11-1051 2004 25-002 Holland Hydraulic Submersible Pump Holland 08-1104-44-1069 2005 25-004 Godwin 12" Dri Prime Diesel Pump Godwin CD300M 2010 25-006 Thompson 8" Well Point Pump Thompson 801-C/ V.1138 TYPE 2006 25-007 Thompson 8" Well Point Pump Thompson 801-C/ V.1112 TYPE 2006 25-008 Thompson 8" Well Point Pump Thompson 801-C/ V.1143 TYPE 2006 25-010 Skid-Mounted Power Pack Unit D&D Machine&Hydraul 800D 2014 25-011 Thompson Hydraulic Pump Thompson Hydraulic Pump 2014 25-012 Thompson Hydraulic Pump Thompson Hydraulic Pump 2014 25-014 Thompson 6" Hydraulic Submersible Pump Thompson 32HPU 2016 25-015 Thompson 6" Hydraulic Submersible Pump Thompson 32HPU 2016 25-016 Godwin 6" Dri-Prime Diesel Pump Godwin CD150M 2017 25-017 Godwin 6" Dri-Prime Diesel Pump Godwin CD150M 2017 25-018 Godwin Pump Godwin CD100M 2014 25-019 P-750 Mud Pump American Auger P-750 2018 25-020 Godwin 6" Dri-Prime Diesel Godwin CD150S 2020 25-021 Godwin 6" Dri-Prime Diesel Godwin CD150S 2020 25-022 MAC Pump PPSI 400 MAC PPSI 400 2021 25-023 MAC Pump PPSI 400 MAC PPSI 400 2021 25-024 MAC Pump PPSI 400 MAC PPSI 400 2021 33-003 Gravely 250 Z-Turn Lawn Mower Gravely 260 2014 33-004 Kubota Utility Vehicle Kubota RTV-X1140WL-H 2020 33-005 Kubota Utility Vehicle Kubota RTV-X1120WL-H 2021 33-006 Kubota Utility Vehicle RTV Kubota RTVX1140WLH 2021 33-007 Kubota Utility Vehicle RTV Kubota RTV-X1140WL-H 2021 33-009 Gravely Z-Turn Lawn Mower Gravely PRO TURN 252 2012 34-029 Tommy Silt Fence Machine Tommy N/A 35-005 Curb-Tec Concrete Curb Machine Curb-Tec CT3000C 2004 FIRM’S QUALIFICATIONS & RESOURCES Page 1845 of 3949 QEUSA.COM 12 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 35-006 MQ Super Screed MQ WRS-3200 2007 35-007 Gomaco Work Bridge Machine Gomaco 4000 SERIES/ SPAINT 2006 35-008 MQ 8HP Concrete Finisher MQ B-4-8H 35-009 MQ 8HP Concrete Finisher MQ B-4-8H 35-010 Multi Quip Finishing Machine Multiquip BA4-8H 2006 35-011 Terramite Roller Finisher - No Drum Terramite SCREED 35-013 Concrete Vibre Strike Tool Lindley LINDLEY MFG 35-016 Powerscreen MGLEX1 Handyscreen Powerscreen MGLEX1 2014 35-017 Terex-Bidwell 4800 Bridge Deck Paver Terex-Bidwell 4800 2015 35-018 Metso LT1213 Lokotrack Crusher Metso LT1213 2018 35-019 Metso Lokotrack Mobile Screener Metso ST3.8 2018 35-020 Metso LT1213S Lokotrack Crusher Metso LT1213s 2018 35-021 Sandvik Screener Sandvik QE441 2018 35-022 Powerscreen M85 Stacker/Conveyor - 65'Powerscreen M85 2010 35-023 McCloskey ST80T Track Stacker/Conveyor - 80'McCloskey ST80T 2019 35-024 Sandvik Screener Sandvik QA441 2019 35-025 Powerscreen MGLEX1 Screen Powerscreen MGLEX1 2016 35-026 Superior 36"x18' Coarse Material Washer Mellott Superior Washer 2019 35-027 Fastway 210 Portable Silo Fastway 210 2019 35-028 Kleemann KT80 80' Stacker Kleemann KT80 2019 35-029 Holcombe Silo Holcombe 350BBL 35-030 Wirtgen SP25I Concrete Paver Wirtgen SP25I 2021 35-031 Sandvik Screener Sandvik QE442 2021 35-032 Fairbanks Scale 36-002 Husqavarna Concrete Saw Husqavarna FS8400-48 2008 36-003 Husqavarna Concrete Saw Husqavarna FS4800D-FP-3S 36"2011 36-004 Soft Cut Prowler Saw Prowler X150 2008 36-006 Norton Diamond Cut Walk Behind Saw Norton CC2500 36-007 Husqavarna Concrete Saw 40-49HP Self Propelled Husqavarna FS5000D 36-008 Husqavarna Concrete Saw Husqavarna FS400LV 2019 38-001 Blaw-Knox Hot Tack Wagon Blaw-Knox HT-540 2002 38-003 Wirtgen W150 Milling Machine Wirtgen W150 2012 38-004 CAT 1055F Asphalt Paver CAT AP1055F 2018 38-005 Weiler E2850A Shuttle Buggy Weiler E2850A 2018 38-006 Weiler P385B Asphalt Paver Weiler P385B 2019 38-007 Wirtgen W200i Milling Machine Wirtgen W200i 2018 38-008 Weiler P385B Asphalt Paver Weiler P385 B 2019 38-009 Wirtgen WR 200XLi Soil Stabilizer Wirtgen WR 200 XLi 2020 39-008 Hopper Barge Hopper Barge 2014 39-009 Hopper Barge Hopper Barge 2014 FIRM’S QUALIFICATIONS & RESOURCES Page 1846 of 3949 QEUSA.COM 13 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 40-005 Oquawka Flat Bottom Boat Oquawka 1660 2009 40-007 Premier Pontoor Boat Premier VA-7911BA 2003 40-008 Tracker Boat Tracker Boat 2015 40-009 PUSH BOAT MADISON BOAT & BARGE PUSH BOAT 2019 40-010 Barge MADISON BOAT & BARGE SECTIONAL BARGE 2020 51-001 Md4-3000 Drone Microdrones MDR-3000 2021 51-002 Mavic 2 Pro Drone Mavic 2021 90-004 Chevrolet 2500 LT Chevrolet Suburban 4X4 2002 90-006 Ford Explorer FORD Explorer 2002 90-027 GMC 2500 Crewcab GMC 2500 Sierra 4X4 2008 90-029 GMC 2500 Crewcab GMC 2500 Sierra 4X4 2008 90-031 Mercedes Sprinter Van Mercedes 2500 2010 90-033 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2014 90-034 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2014 90-035 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2014 90-036 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2014 90-040 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2014 90-043 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2015 90-046 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2015 90-049 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2016 90-050 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2016 90-051 Dodge Ram 1500 Dodge 1500 SLT Crewcab 2016 90-052 Dodge Ram Promaster 2500 Dodge 2500 High Roof 136WB 2016 90-053 Dodge Ram Promaster 2500 Dodge 2500 High Roof 136WB 2016 90-054 Ford F250 Pickup Ford F-250 2017 90-055 Honda Ridgeline Honda Ridgeline 2018 90-056 Honda Ridgeline Honda Ridgeline 2018 90-057 Honda Ridgeline Honda Ridgeline 2018 90-058 Honda Ridgeline Honda Ridgeline RTL-T 2019 90-059 Honda Ridgeline Honda Ridgeline 2019 90-060 Honda Ridgeline Honda Ridgeline 2019 90-061 Camera Truck Mercedes Sprinter Van Mercedes Sprinter Van 2019 90-062 Mercedes Sprinter Van Mercedes Sprinter Van 2020 90-063 Honda Ridgeline Honda Ridgeline 2021 90-064 Honda Ridgeline Honda Ridgeline 2021 90-065 Honda Ridgeline Honda Ridgeline 2022 90-066 Honda Ridgeline Honda Ridgeline 2022 90-067 Honda Ridgeline Honda Ridgeline 2022 90-068 Honda Ridgeline Honda Ridgeline 2022 90-069 Hoda Ridgeline Honda Ridgeline 2022 FIRM’S QUALIFICATIONS & RESOURCES Page 1847 of 3949 QEUSA.COM 14 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 90-070 Honda Ridgeline Honda Ridgeline 2022 90-071 Honda Ridgeline Honda Ridgeline 2022 90-072 Honda Ridgeline Honda Ridgeline 2022 90-073 Honda Ridgeline Honda Ridgeline 2022 90-074 Honda Ridgeline Honda Ridgeline 2022 91-003 Dodge Ram 3500 Crewcab Dodge Dually 2014 91-019 Dodge Ram 5500 Dodge Utility Body w/ Lift 2014 91-020 Dodge Ram 5500 Dodge Utility Body w/ Lift 2014 91-021 Dodge Ram 5500 Dodge Utility Body w/ Lift 2015 91-022 Dodge Ram 3500 Dodge Utility Body 2015 91-023 Isuzu NPR XD Isuzu Flatbed Concrete 2015 91-024 Dodge Ram 5500 Dodge Flat Bed 2016 91-025 Dodge Ram 3500 Dodge Utility Body 4x4 2016 91-026 Dodge Ram 3500 Dodge Utility Body w/ Lift 2016 91-027 Dodge Ram 5500 Dodge Utility Body w/ Lift 2016 91-031 Dodge Ram 5500 Dodge Utility Body w/ Lift 2016 91-032 Dodge Ram 5500 Dodge 4X4 2016 91-033 Dodge Ram 5500 Dodge Utility Body w/ Lift 2017 91-034 Dodge Ram 5500 Dodge Utility Body w/ Lift 2017 91-035 Dodge Ram 5500 Dodge 4x4 2017 91-036 Dodge Ram 5500 Dodge Flat Bed 2017 91-037 Dodge Ram 5500 w/ Scelzi Dodge Utility Body 2018 91-038 Dodge Ram 5500 w/ Scelzi Dodge Utility Body 2018 91-039 Dodge Ram 5500 Dodge Utility Body 2018 91-040 ADodge Ram 5500 Dodge Utility Body 2018 91-041 Dodge Ram 3500 Dodge Utility Body 4x4 2018 91-042 Dodge Ram 3500 Dodge Utility Body 2018 91-043 Dodge Ram 3500 Dodge 3500 2019 91-044 Dodge Ram 3500 Dodge 3500 2019 91-045 Dodge Ram 3500 Dodge 3500 2019 91-046 Dodge Ram 3500 Dodge 3500 CREW 2019 91-047 Dodge Ram 3500 Dodge 3500 CREW 2019 91-048 Dodge Ram 5500 Dodge 5500 2019 91-049 Dodge Ram 5500 Grout Truck Dodge 5500 2021 92-004 Ford F-750 Water Truck Ford F-750 2007 92-006 Ford F-750 Water Truck Ford F-750 2007 92-008 Ford F-750 Water Truck Ford F-750 2007 92-009 Ford F-750 Water Truck Ford F-750 2007 92-010 Sterling Acterra Water Truck Sterling Water Truck 2008 92-011 Kenworth T370 Truck Kenworth Mechanic Truck 2016 92-012 Kenworth T370 Lube Truck Kenworth Fuel & Lube Truck 2018 FIRM’S QUALIFICATIONS & RESOURCES Page 1848 of 3949 QEUSA.COM 15 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 92-013 Ford F-650 Truck Ford F-650 2017 92-014 Kenworth T370 Etnyre Centennial Tack Truck Kenworth Etnyre Centennial 2018 92-015 Kenworth T370 Mechanics Truck Kenworth T370 2019 92-017 Kenworth T370 Maintainer Mechanics Truck Kenworth T370 2020 92-018 Kenworth T370 SWP Fuel & Lube Truck Kenworth T370 2020 92-019 Kenworth Water Truck Kenworth / Curry T880 2022 92-020 Kenworth T370 Mini Dump Truck Kenworth T370 2022 92-021 Peterbilt Elgin Crosswind Sweeper Peterbilt J1 2020 93-004 Mack Tractor Mack CHU613 2008 93-010 Mack Service Fuel Truck Mack CV713 Granite 2006 93-011 Kenworth T880 Tractor Kenworth T880 2016 93-012 Kenworth T880 Dump Truck Kenworth T880 2016 93-013 Kenworth T880 Dump Truck Kenworth T880 2016 93-014 Kenworth T880 Dump Truck Kenworth T880 2016 93-015 Kenworth T470 Boom Truck Kenworth T470 2013 93-016 Vactor Vacuum Truck Kenworth T880 2017 93-017 Kenworth T880 Dump Truck Kenworth T880 2018 93-018 Kenworth T880 Dump Truck Kenworth T880 2018 93-019 Kenworth T880 Tractor Kenworth T880 2018 93-020 Kenworth T880 Tractor Kenworth T880 2020 93-021 Kenworth T880 Dump Truck Kenworth T880 2020 93-022 Kenworth T880 Dump Truck Kenworth T880 2020 93-023 Kenworth T880 Tractor Kenworth T880 2020 93-024 Kenworth Concrete Mixer Truck Kenworth / Holcombe T880 2020 93-025 Kenworth Concrete Mixer Truck Kenworth / Holcombe T880 2020 93-026 Kenworth T880 Tractor Kenworth T880 2020 93-027 Kenworth Concrete Mixer Truck Kenworth / Holcombe T880 2022 93-028 Kenworth Concrete Mixer Truck Kenworth / Holcombe T880 2022 93-029 Vactor Vacuum Truck Kenworth T880 2022 93-030 Kenworth Concrete Mixer Truck Kenworth T880 2022 93-031 Western Star Concrete Mixer Truck Western Star 4700 2021 93-032 Western Star Concrete Mixer Truck Western Star 4700 2021 93-033 Freightliner Cascadia Freightliner Cascadia 2012 93-034 Kenworth Concrete Mixer Truck Kenworth / Holcombe T880 2022 93-035 Kenworth T880 Fuel & Lube Truck Kenworth T880 2022 95-012 Wells Cargo Trailer Wells MC162-7 ME 2009 95-021 Performance Utility Trailer Performance 6X12 PUT612E 2003 95-023 Etnyre Lowboy Trailer Etnyre PRTN55TD3 2005 95-023A Nitrogen Stinger Nitrogen 2016 95-027 Texas Pride Dump Trailer Texas Pride DT71414KBP 2013 95-028 Texas Pride Dump Trailer Texas Pride DT71414KBP 2013 FIRM’S QUALIFICATIONS & RESOURCES Page 1849 of 3949 QEUSA.COM 16 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 95-032 Texas Pride Trailer Texas Pride Bumper Pull Dump Trl 2014 95-033 Texas Pride Trailer Texas Pride Goose Neck Dump Trl 2014 95-034 20' Connex Box Connex Box 20'2014 95-037 20' Connex Box Connex Box 20'2014 95-038 20' Connex Box Connex Box 20'2014 95-039 20' Connex Box Connex Box 20'2014 95-040 20' Connex Box Connex Box 20'2014 95-042 20' Connex Box Connex Box 20'2014 95-043 20' Connex Box Connex Box 20'2014 95-044 20' Connex Box Connex Box 20'2014 95-045 20' Connex Box Connex Box 20'2014 95-046 20' Connex Box Connex Box 20'2014 95-047 20' Connex Box Connex Box 20'2014 95-048 800 Gallon Wylie Water Wagon Wylie EXP-800-S 2015 95-050 Doonan Trailer Doonan 50' x 102'2006 95-051 Landoll Trailer Landoll 440A-53 2016 95-052 20' Connex Box Connex Box 20'2016 95-053 20' Connex Box Connex Box 20'2016 95-054 20' Connex Box Connex Box 20'2016 95-055 20' Connex Box Connex Box 20'2016 95-057 Bloomer Gooseneck Trailer Bloomer BSTKGS207 2016 95-058 Eager Beaver Trailer Eager Beaver 2017 95-059 20' Connex Box Connex Box 20'2016 95-060 20' Connex Box Connex Box 20'2016 95-061 20' Connex Box Connex Box 20'2016 95-062 20' Connex Box Connex Box 20'2016 95-063 20' Connex Box Connex Box 20'2016 95-064 20' Connex Box Connex Box 20'2016 95-065 20' Connex Box Connex Box 20'2016 95-066 20' Connex Box Connex Box 20'2016 95-067 Elgin/Ameritrail Mud Recycling Trailer Ameritrail GN27-30EHJ 2017 95-068 Big Tex 20' Dump Trailer Big Tex 20'2018 95-069 Big Tex 18' Dump Trailer Big Tex 18'2017 95-070 Big Tex 20' Dump Trailer Big Tex 20'2018 95-071 Fontaine Step Deck Trailer Fontaine 50'2019 95-072 Fontaine Step Deck Trailer Fontaine 50'2019 95-073 Fontaine Step Deck Trailer Fontaine 50'2019 95-074 Fontaine Step Deck Trailer Fontaine 50'2019 95-075 Fontaine Step Deck Trailer Fontaine 50'2019 95-076 Fontaine Step Deck Trailer Fontaine 50'2019 FIRM’S QUALIFICATIONS & RESOURCES Page 1850 of 3949 QEUSA.COM 17 (239) 435-7200 Equipment Code Description Make Model Year QE Heavy Equipment List 95-077 Trail King Lowboy Trailer Trail King 50'2019 95-077A Trail King Jeep Trailer Trail King Jeep 2019 95-077B Trail King Booster Trailer Trail King Booster 2019 95-077C Trail King Pin on Axle Trailer Trail King Pin On Axle 2019 95-078 American Auger MCD-1000 Drilling Fluid Cleaning System American Auger MCD-1000 2018 95-079 Dragon 130BBL Tanker Trailer Dragon Products, LLC 130BBL 2019 95-080 Dragon 130BBL Tanker Trailer Dragon Products, LLC 130BBL 2019 95-081 Trail King Lowboy Trailer Trail King TK110HDG 2018 95-081A Trail King Pin on Axle Trailer Trail King Pin on Axle 2018 95-083 Fontaine Step Deck Trailer Fontaine 50'2020 95-084 Fontaine Step Deck Trailer Fontaine 50'2020 95-085 Fontaine Step Deck Trailer Fontaine 50'2020 95-086 Big Tex Covered Wagon Trailer for Line Striping Big Tex Covered Wago CWG85X18TA 2019 95-087 Aldura Aluminum Pneumatic DryBulk Trailer Aldura Pneumatic 2020 95-088 Aldura Aluminum Pneumatic DryBulk Trailer Aldura Pneumatic 2019 95-089 Fontaine Step Deck Trailer Fontaine 50'2020 95-090 Fontaine Step Deck Trailer Fontaine 50'2020 95-091 Fontaine Step Deck Trailer Fontaine 50'2020 95-092 Fontaine Step Deck Trailer Fontaine 50'2020 95-093 Fontaine Step Deck Trailer Fontaine 50'2020 95-094 Fontaine Step Deck Trailer Fontaine 50'2020 95-095 Dragon 130BBL Tanker Trailer Dragon Products, LLC 130BBL SD Vac 2020 95-096 Dragon 130BBL Tanker Trailer Dragon Products, LLC 130BBL SD Vac 2020 95-097 American Auger M-500PD Mud Cleaning Unit American Auger M-500PD 2020 95-098 PL6000 Receiving Trailer for Buoyancy Pipe Spool Trailer PL6000 2020 95-099 Econoline 31' Tiltbed Trailer Econoline DG1031TE 2020 95-100 Econoline 31' Tiltbed Trailer Econoline DG1031TE 2020 95-101 Manac Trailer Manac 2022 95-102 American Auger M-500PDH Mud Cleaning Unit American Auger M500PDH 95-103 Freightliner Cascadia and Clements Trailer Freightliner Cascadia 2012 95-104 Trail King TK120HDG Lowboy Trailer Trail King TK120HDG 2022 95-105 Fontaine Step Deck Trailer Fontaine 50'2023 95-106 Fontaine Step Deck Trailer Fontaine 50'2023 95-107 Fontaine Step Deck Trailer Fontaine 50'2023 95-108 Fontaine Step Deck Trailer Fontaine 50'2023 95-109 Fontaine Step Deck Trailer Fontaine 50'2023 95-110 Fontaine Step Deck Trailer Fontaine 50'2023 95-111 Felling 16LF Trailer Felling 16'2022 95-112 Felling 16LF Trailer Felling 16'2022 FIRM’S QUALIFICATIONS & RESOURCES Page 1851 of 3949 QEUSA.COM 18 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1852 of 3949 QEUSA.COM 19 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Key Resources Location Quality Enterprises’ corporate office and equipment yard are both located in Naples’ White Lake Corporate Park; therefore, personnel can be on location quickly for Collier County’s Wastewater Pump Station Repairs and Renovations Project. QE’s corporate office can serve as a central meeting place between QE and Collier County staff, and meetings can be easily followed by visits to the project site if requested. Additionally, QE’s central location allows for prompt equipment mobilization, resulting in significant cost savings for Collier County. A map has been provided to show the location of QE’s corporate office and equipment yard from which projects under IFQ #24-8296 will be served. As one of the largest local utility contractors, Quality Enterprises is prepared for all aspects of the Wastewater Pump Station Repairs and Renovations Project. With over 350 employees, including nine utility crews, the company has a large and skilled workforce and is proud to celebrate over fifty-five years of service this year. QE is knowledgeable of local conditions, can acquire materials in a timely fashion, and can provide machinery from the company’s 700-piece heavy equipment fleet for all phases of RFQ #24-8296. 1. Corporate Headquarters 3494 Shearwater St. Naples FL, 34117 2. 846 Mine 16000 Immokalee Rd. Naples, FL 34120 3. Sunniland Mine 8406 SR-29 Naples, FL 34142 4. Sabal Palm Yard 5670 Sanders Blvd. Naples, FL 34114 Category QTY Broom Tractors 5 Crawler Cranes 2 Crushing & Screening Equipment 10 Dozers 3 Dump Trucks 8 Epi Rock Drum Cutters 1 Excavators 35 Excavators with Hammers 3 Fusing Machine 3 Graders 2 Horizontal Directional Drilling Rigs 2 Lowboys 5 Category QTY Loaders 30 Milling Machines 2 Articulated Truck 1 Asphalt Pavers 3 Rollers 14 Rubber Tire Excavators 1 Skid Steer 4 Sheet Pile Vibratory Hammer 2 Trailers 38 Tractors 5 VAC Trucks, Tankers, Mud Reclaimers 6 QE Mechanic & Lube Trucks 6 Page 1853 of 3949 QEUSA.COM 20 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Key Personnel LOU GAUDIO VICE PRESIDENT • Over 35 years of industry experience • Maintains a long-standing relationship with Collier County and is familiar with local conditions, regulations, personnel, etc. • Experienced in managing a wide variety of projects ranging up to $90M • Oversees all QE Horizontal directional drilling, roadway, bridge and stormwater projects MATT MURPHY PROJECT MANGER • Over 14 years of industry experience • Specializes in managing heavy civil, underground utilities, and stormwater systems projects • Successfully completed a $40M underground utilities and stormwater systems project for Cape Coral ADRIAN REID PROJECT MANGER • Over 7 years of industry experience • Experienced in managing HDD, underground utilities, roadway, and excavation projects across Southwest Florida • Has successfully completed projects for local, state, and federal entities • Is familiar with repairs for pump stations, lift stations, wastewater treatment plants, etc. PANCHO GRESS SUPERINTENDENT • Over 24 years of industry experience • Has played a vital role in completing several Collier County pump station repair projects • Specializes in underground utilities, sewer systems, and stormwater drainage projects • Pancho will oversee the daily construction activities for the Wastewater Pump Station Repairs and Renovations Project ISA CARRERAS PROJECT ADMINISTRATOR & EEO OFFICER • Over 9 years of industry experience with QE • Responsible for submitting project permits and revisions • Facilitates all EEO compliance and training for QE personnel • Assists with continued safety education for construction crews Page 1854 of 3949 PROFILE Louis Gaudio serves as Vice President where he oversees all business development efforts and project estimation/management. He brings over thirty five years of experience and has managed large-scale utility projects including the $90M Reverse Osmosis Water Treatment Plant Wellfield Production Expansion for the City of Fort Myers. EDUCATION B.S. Civil Engineering, Florida Polytechnic University CERTIFICATIONS OSHA 30 | Erosion Control LOUIS J. GAUDIO VICE PRESIDENT I-75 & COLLIER BLVD. UTILITY RELOCATION Naples, FL Collier County Board of County Commissioners $14,962,500.00 This Design-Build project involved the installation of over 20,000 linear feet of watermain piping ranging from 24” to 36” in diameter. Installation was performed by open cut and horizontal directional drill and required the removal of over two feet of rock underwater using Epicroc Cutters. PINEDA CAUSEWAY WATER TRANSMISSION MAINS Melbourne, FL City of Melbourne $22,878,281.01 The project involved the installation of over 40,000 linear feet of water transmission main, 16” FPVC, 18” HDPE and 16” DIP. Approximately 31,000 linear feet was installed by horizontal directional drill. Two of the drills were in excess of 6,300 linear feet and were installed by Intersect HDD. This project also included seven jack and bores. MARCO SHORES WATER & SEWER Marco Island, FL City of Marco Island $9,089,175.00 This project involved the installation of over 23,000 linear feet of pipe for water and sewer mains, utilizing open cut and horizontal directional drill. 2,400 linear feet of 20” HDPE Subaqueous Force Main was drilled and installed along with over 2,300 linear feet of 16” HDPE Subaqueous Water Main. LOGAN BLVD., IMMOKALEE RD., & VANDERBILT BEACH RD. 24” FORCEMAIN Naples, FL Collier County Board of County Commissioners $6,618,548.54 This project included the installation of approximately 20,000 linear feet of 24” HDPE wastewater forcemain piping and approximately 1,400 linear feet of 12” HDPE forcemain piping in four segments. Installation methods included both open cut and HDD, and one of the drills included a 5,200 LF drill of 24” HDPE pipe using the intersect method and a subaqeous drill. QEUSA.COM 21 (239) 435-7200Page 1855 of 3949 QEUSA.COM 22 (239) 435-7200 PROFILE Matt Murphy serves as a Project Manager at Quality Enterprises USA, Inc. (QE) where he manages multiple, multi-million dollar utility and roadway projects, and Design-Build projects. Matt brings 14 years of industry experience in the state of Florida, specializing in heavy civil, underground utilities and stormwater systems. Notably, he managed UEP Contracts 8 & 9 in Cape Coral, overseeing the $40 million extension of underground utilities and stormwater systems. As project manager, Matt is responsible for QE’s compliance with project plans & specifications, budget control, and project scheduling. EDUCATION B.S. Civil Engineering, Polytechnic Institute of NYU CERTIFICATIONS OSHA 30 | American Red Cross Adult & Pediatric First Aid, CPR, AED | Certified Construction Manager MATT MURPHY PROJECT MANAGER DESIGN BUILD: IMMOKALEE AREA IMPROVEMENTS Immokalee, FL Collier County Board of County Commissioners $22,869,280.20 This is a large-scale street design build project that included the design, permitting, and construction of twenty miles of concrete sidewalks, one mile of multi-use path, twenty miles of drainage swales, and thirty-two intersection and signalization improvements. It also included the construction of a bus transfer station and the installation of street lighting. The project was funded by a grant obtained by Collier County. All work was self-performed by QE except for street lighting. COMMERCIAL APRON EXPANSION, TAXIWAY R5, R&R, TAXIWAY A8 Sarasota, FL Sarasota Manatee Airport Authority $10,029,895.25 This aviation construction project consists of modifying drainage systems, removing and reconstructing a segment of an existing airside service road, removing existing taxiways, and the construction of a new taxiway in a revised alignment. The pouring of approximately 17,500 square yards of Portland Cement Concrete was required for this project. The project also included the expansion of an existing apron by 17,500 square yards, constructed alongside the expansion of a new terminal building. QE self- performed all work except for placement of concrete for the apron. CARSON RD. STORMWATER TREATMENT AREA Immokalee, FL Collier County Board of County Commissioners $5,865,783.20 The scope of this project was the construction of five lakes to provide storm water storage and treatment of off-site runoff from surrounding residential and commercial land use. QE excavated and hauled off site over 100,000 cubic yards of material. The five lakes were designed with interconnecting culverts of ADS HDPE pipe ranging in diameter from 42” to 60”. Littoral plantings were installed at each lake and asphalt paved pathways were constructed throughout the site for future maintenance access. All work was self-performed by QE except for littoral plantings HENRY ST. FORCEMAIN & GRAVITY SEWER IMPROVEMENTS Punta Gorda, FL City of Punta Gorda $2,350,966.08 This project involved the installation of approximately 1,300 linear feet of gravity sewer and 1,500 linear feet of forcemain, the abandonment of 1,200 linear feet of gravity sewer and 1,600 linear feet of forcemain. Depths of excavation varied from 6 feet to 18 feet which required the installation of well points for dewatering. Extensive Maintenance of Traffic was required for roadway and pedestrian detours, along with close coordination with local residences to maintain access to driveways. QE self-performed all work. Page 1856 of 3949 QEUSA.COM 23 (239) 435-7200 PROFILE In his seven years of industry experience and four years with Quality Enterprises, Adrian has demonstrated his abilities as a capable leader. At QE, his focus has been on HDD drills, underground utilities, roadway, and excavation projects, as well as wastewater treatment plants and lift station repairs. Projects involved subaqueous drills, HDD or open cuts, and drills across state highways adjacent to bridge structures. Majority of the projects are for government entities at the local, state and federal level. EDUCATION B.S. Civil Engineering, Florida Gulf Coast University CERTIFICATIONS Advanced MOT | OSHA 10 | American Red Cross Adult & Pediatric First Aid, CPR, AED | Qualified Stormwater Management Inspector ADRIAN REID PROJECT MANAGER VENETIAN CAUSEWAY WATERMAIN & FORCEMAIN REPLACEMENT PHASE II Miami, FL City of Miami Beach $18,132,386.40 This underground utilities project consisted of 6 HDD drills of watermain and forcemain totaling approx. 8,000 LF under 7 bridges owned by Miami Dade County (MDC). The work is to be completed prior to MDC upgrading a total of 12 bridges along Venetian Way. The project includes several hundred feet of open cut Ductile Iron Pipe installations ranging from 4” up to 30” at each island. QE worked closely with MDC to obtain the permitting necessary to haul the overweight items over the bridges. Additionally, QE’s 440 HDD rig was transported by barge to the site. GUMBO LIMBO NATURE CENTER SEAWATER INTAKE REPLACEMENT Boca Raton, FL City of Boca Raton $3,244,290.00 This project involved the installation of a new pump station to provide a higher flow of ocean water to the nature center for the treatment of wildlife. The pump station was installed after drilling 2-18” lines into the ocean and intersecting them at about 30 feet below grade. Heavy equipment was used on a raised barge to complete the project. Careful coordination with different entities (FDOT, Boca Raton Building Department, Palm Beach County, Nature Center) was required. 41ST STREET 20” WATERMAIN REPLACEMENT Miami, FL City of Miami Beach $2,272,554.90 This project involved the installation of a 20” water main replacing existing 16” aerial crossing in order to abandon pipe in place for an FDOT bridge rehabilitation project. The project consisted of one 930 LF directional drill under a bridge, and approximately 350 LF of DIP installation via open cut. Close coordination with FDOT, City ROW, City Building Dept, DERM and City’s Mayor Office was required to address citizen’s comments as well as nearby contractors on a constrained area. SOLANA RD. FORCEMAIN IMPROVEMENTS Naples, FL City of Naples $1,071,575.00 For this project, Quality Enterprises installed a 12” and 20” forcemain line using horizontal directional drill and open cut along 14th St. N crossing Solana Rd. Both lines were tied into an existing pump station requiring the use of Vac Trucks and close coordination with City of Naples staff. Page 1857 of 3949 QEUSA.COM 24 (239) 435-7200 PROFILE Pancho brings twenty-four years of industry experience and twenty years experience with QE to every job. He specializes in overseeing underground utilities, sewer and storm water pipe projects. He is also experienced in grading and planning for utilities. EDUCATION A.S. Drafting, Florida Southwestern State College CERTIFICATIONS OSHA 10 | Confined Space PANCHO GRESS SUPERINTENDENT I-75 & COLLIER BLVD. UTILITY RELOCATION Naples, FL Collier County Board of County Commissioners $14,962,500.00 This Design-Build project involved the installation of over 20,000 linear feet of watermain piping ranging from 24” to 36” in diameter. Installation was performed by open cut and horizontal directional drilling and required the removal of over two feet of rock underwater using Epicroc Cutters. MARCO SHORES WATER & SEWER Marco Island, FL City of Marco Island $9,089,175.00 This project involved the installation of over 23,000 linear feet of pipe for water and sewer mains, utilizing open cut and horizontal directional drill. 2,400 linear feet of 20” HDPE Subaqueous Force Main was drilled and installed along with over 2,300 linear feet of 16” HDPE Subaqueous Water Main. PUMP STATION 305.01 REPAIRS AND RENOVATIONS Collier County, FL Collier County Board of County Commissioners $416,810.71 The rehabilitation of existing Pump Station 305.01 involved the removal and replacement of pumps, new interior liner, new piping including aboveground butt-fused HDPE piping with valves, installation of new electrical panel and piping, and a new antenna. To complete the project, bypass piping was used to maintain existing flows. Maintenance of Traffic and restoration of site were also included in the scope of the project. PUMP STATION 109.05 REPAIRS AND RENOVATIONS Collier County, FL Collier County Board of County Commissioners $807,381.78 For this project, Quality Enterprises completed the rehabilitation of the existing Pump Station including the removal and replacement of pumps, new interior liner, new piping including aboveground butt fused HDPE piping with valves, installation of new electrical panel and piping, and new antenna. Bypass piping was utilized during the project to maintain existing flows. The scope of the project also included maintenance of traffic and site restoration. Page 1858 of 3949 QEUSA.COM 25 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Quality Enterprises’ Tech | A Cut Above the Rest Tech Advances in Heavy Equipment Standard 2D E-Fence Technology Technology plays an integral role in Quality Enterprises’ operations. From investing in high-tech components used in our heavy equipment, to implementing the newest and most advance software for fleet or bid tracking, to simply managing job sites from an iPad, QE prioritizes the use of cutting-edge technology to assist with daily activities. As a result, QE’s job performance is faster and smarter, yet completed with accuracy and great attention to detail. Contractors can easily overlook one of the most vital aspects of a well-run job site... the need to invest in top of the line heavy construction equipment. Construction Equipment is costly, however, the investment leads to greater employee and customer satisfaction, a fact that QE has come to realize firsthand. There is no denying that QE’s well-maintained equipment fleet stands out from the rest, as the company commits to choosing machines, options, and features needed to create and sustain a high quality equipment fleet. QE machines are fully equipped with site positioning systems for machine grading and 3D technology. QE has also invested in Trimble sitework technology, a site modeling program that leads to savings in material usage and manpower and improves accuracy from the ability to perform “as-built checks” or changes on the fly. Trimble technology allows QE to achieve millimeter accuracy with fewer passes and no manual staking, and 3D site models yield detailed progress and material movement reports. Within QE’s advanced equipment fleet is the Caterpillar NEXT Generation Excavator with built in CAT grade and slope technology. This machine was further upgraded to utilize a Trimble Total Station,ensuring the highest level of accuracy on projects like roadways, or airport grading and paving, and provides images when satellites (GPS) are not available due to overhead obstruction. Many of QE’s machines (CAT dozers, excavators and pavers) are GPS enabled. The integrated GPS receivers communicate with the base site station and can control blade or bucket movement. Additionally, all of QE’s mid to large excavators are equipped with the Cat Pin Grabber Coupler System. This upgraded feature increases machine performance and versatility and helps to ensure jobsite safety. By removing the bucket and using the coupler’s rated lifting eye to move needed items, the operator can increase the machine’s lift capacity and improves visibility. PROTECTION INALL DIRECTIONS E-Wall Swing E-Wall Forward E-Wall Cab Protection E-Wall CeilingE-Wall Floor The standard 2D E-fence feature automatically stops excavator motion using boundaries you set in the monitor for the entire working envelope—above, below, sides and front. E-fence features protect equipment from damage and reduce fines related to zoning or underground utility damage. Automatic boundaries even help prevent operator fatigue by reducing over-swinging and over-digging. Page 1859 of 3949 QEUSA.COM 26 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Furthermore, Quality Enterprises utilizes the industry-leading construction ERP solution, Vista by Viewpoint, to manage all areas of the business. From the office to the field, this multi-faceted cloud- based construction accounting suite is used throughout all phases of a project. For example, Project Managers and Superintendents can easily review AP invoices, request Purchase Orders, complete daily reports and job billing information in the field from the Viewpoint iPad application. This allows for real-time collaboration between the accounting and operations teams. Additionally, the software is used to capture labor time and production units, and helps facilitate safety training and weekly safety toolbox talks. An added benefit, the Viewpoint Team portal allows the customer, engineer, and contractor to track and collaborate on submittals and RFI’s throughout a project, as the web-based application provides all parties with the current status of each document. Tech in Project Management QE also utilizes Viewpoint Field Management, an application that allows Superintendents to submit equipment maintenance work orders and also request heavy equipment and vehicles from their iPad and/or iPhone directly to the jobsite. When the equipment arrives, the Superintendent confirms delivery on the application, automatically updating the Dispatch board. QE’s dispatcher also verifies the location of all equipment using GPS units tracked in HCSS Telematics. This direct line of communication between the office and field reduces the need for Superintendents and crews to continually visit the office, thus allowing a project to be completed on time, within budget and at the high levels of quality that have come to characterize QE. OFFICE Powerful accounting, financial, and operations software for transaction processing and reporting In-House or Cloud • Accounting • Payroll & HR • Estimating & Pre-Con- struction • Project Financials • Equipment Management • Services Management TEAM Cloud-based collaborative solutions to power communications and document control for the entire project team Browser/Mobile Cloud • Submittal Management • RFI’s • Document Control • Invoice Approval • Dashboards FIELD All-in-one mobile solution for real-time field data capture and management Browser/Mobile Cloud • Time Card Capture • Field Defects Management • Site Diaries/ Daily Reporting Page 1860 of 3949 QEUSA.COM 27 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Quality Enterprises and Florida | A Proven Partnership As evidenced by Quality Enterprises’ top clients, QE is thoroughly prepared and experienced in the special considerations of projects based in Florida. In addition to many successfully-completed pump station projects for the County, QE is known to execute at the highest level of quality other waterworks projects including utility relocation, forcemain repairs, forcemain tie-ins, lift stations, water treatment, sewage, and more. With many years of experience in pump station installation, demolition, and restoration projects around Naples, Marco Island, and the County, QE is uniquely-suited to address the needs specific to Collier County’s Wastewater Pump Station Repairs and Renovations Project. QE’s longstanding relationships with multiple entities across the State of Florida stand as proof the company’s knowledge and experience in water management projects. 1. Collier County 2. City of Naples 3. City of Marco Island 4. City of Fort Myers 5. City of Fort Myers Beach 6. City of Melbourne 7. Marion County Top Clients 2024 “ We build Quality infrastructure to provide Quality lives for our families, customers, and community. ” Page 1861 of 3949 QEUSA.COM 28 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1862 of 3949 QEUSA.COM 29 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1863 of 3949 QEUSA.COM 30 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1864 of 3949 QEUSA.COM 31 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1865 of 3949 QEUSA.COM 32 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1866 of 3949 QEUSA.COM 33 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1867 of 3949 QEUSA.COM 34 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1868 of 3949 QEUSA.COM 35 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov May 15,2024 QUALITY ENTERPRISES USA, INC. 3494 SHEARWATER STREET NAPLES, FLORIDA 34117 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY), DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, R&R MINOR BRIDGES, SIDEWALK, CURB & GUTTER, DRIVEWAYS, UNDERGROUND UTILITIES (WATER, SEWER & FORCE MAIN) AND PUMP STATION. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2025. In accordance with Section 337.14(4), Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable). In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant’s audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwp1.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Page 1869 of 3949 QEUSA.COM 36 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Ability to Self-Perform | HDPE Butt Fusion Quality Enterprises USA, Inc. is confident in their ability to perform HDPE Butt Fusion for pump station discharge piping. For the past fifteen years, QE’s nine experienced and certified utility crews have butt fused HDPE piping in sizes ranging from 4” to 36” for projects in the City of Naples, Collier County, Marco Island, Lee County, City of Venice and South Carolina. These projects were for pump stations, sanitary force mains, IQ water mains, and municipal water mains. Earth View, LLC, QE’s in-house directional drilling sister company, provides utility fusing services for pump station repairs. This is a cost saving practice for Collier County and allows for flexibility in scheduling and adaptability to rapid project changes. Earth View, LLC has the ability to provide Butt Fusion and Electro Fusing with Couplings, and owns a McElroy T900 1236 Fusing Machine, McElroy Pitbull 618 HF Fusing Machine, McElroy Pitbull 26 Fusing Machine, and an Electro Fusion Machine. The crews understand the importance of correctly installing and clamping pipe in the fusion machine; this allows pipe to be properly faced (machined) to ensure clean, parallel pipe ends for the heating process. Once pipe fusing is complete, the pipe is pressure tested and accepted. QE prioritizes job site safety and supports crew member trainings throughout the year. QE + EV HDPE Butt Fusion machine operators are HDPE Butt Fusion certified and have successfully completed training for the safe handling and operation of MMI McElroy Fusion Equipment and Fusion Procedures for pipe up to 65”. The certifications, presented by ISCO Industries, Inc., are valid for two-years upon issuance and will be renewed prior to expiration. The chart below lists crew members who have successfully completed HDPE Butt Fusion Training and hold valid certifications, followed by their respective certifications. Name Certifications Andre Rodriguez Medium Diameter Hydraulic Butt Fusion Large Diameter Hydraulic Butt Fusion Everton Cunningham Medium Diameter Hydraulic Butt Fusion Large Diameter Hydraulic Butt Fusion Jaimie Silva Medium Diameter Hydraulic Butt Fusion Large Diameter Hydraulic Butt Fusion Leuis Quintana Medium Diameter Hydraulic Butt Fusion Large Diameter Hydraulic Butt Fusion Luis SIlva Medium Diameter Hydraulic Butt Fusion Large Diameter Hydraulic Butt Fusion Ramon Mendoza Medium Diameter Hydraulic Butt Fusion Large Diameter Hydraulic Butt Fusion Thomas Crider Medium Diameter Hydraulic Butt Fusion Large Diameter Hydraulic Butt Fusion Certification Pipe Size Medium Diameter Hydrau- lic Butt Fusion 2”–20” IPS Pipe Large Diameter Hydraulic Butt Fusion 8”–36” IPS Pipe Fusing Machine Pipe Size Mc Elroy T900 1236 12”–36” IPS Pipe Mc Elroy Pitbull 618 HF 6”–18” IPS Pipe Mc Elroy Pitbull 26 2”–6” IPS Pipe Page 1870 of 3949 QEUSA.COM 37 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1871 of 3949 QEUSA.COM 38 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1872 of 3949 QEUSA.COM 39 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1873 of 3949 QEUSA.COM 40 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1874 of 3949 QEUSA.COM 41 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1875 of 3949 QEUSA.COM 42 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1876 of 3949 QEUSA.COM 43 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Page 1877 of 3949 QEUSA.COM 44 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Mark S. Grant Jr. 6130 Neal Road, Fort Myers, FL 33905 Cell: 239-841-3122 Email: mgelectricaldevelopers@gmail.com Lic: EC13005553 Januarary 2, 2025 Project: Collier County Annual Wastewater Pump Station Repairs MG Electrical Developers, Inc. is a state certified electrical contractor that has been privately owned and operated for 43 plus years. We specialize in sewer lift station installation, WTP & WWTP modifications, well-fields, generators, M.O.V.'s, as well as a variety of other industrial electrical related services. Our team has performed thousands of both rehabilitation and new construction installations of municipal sewer lift stations throughout SW Florida. Within the last few years, we are averaging approximately 200 completed lift stations annually. Our team has installed large scale lift stations (quad-plex 100Hp), as well as large scale storm and irrigation pump stations (tri-plex 75Hp) that have included ATS's, generators, Odor Control Units and/or Diesel Bypass Pumps. We take a systematic and thorough approach to perform quality, high level workmanship in a timely, safe, and efficient manner. We strive to be the best in our field and we maintain close relationships with our clients and friends in the underground utilities profession. As owner and president of MG Electrical Developers, Inc., I (Mark S. Grant Jr.) will be performing and coordinating as the licensed direct staff and Project Manager on all aspects of electrical work assigned under this County Agreement. I'm confident that I am qualified to fulfill any project requirement necessary. With years of field work and experience in electrical contracting, specializing in lift station and underground utility development, I have encountered and obtained countless opportunities for growth of knowledge in this field. I have had the pleasure of pursuing and completing numerous lift stations, well- fields, batch plants, generator and automatic transfer switch connections, underground wiring, irrigation projects, and extensive grounding systems. As owner/operator of this company, I have had the opportunity to head and work with numerous crews and maintain colleague relationships on a daily basis. As a well established company with a long history of successful projects, we are confident that we have the experience needed and meet all of the necessary criteria to qualify for this work. Thank you for taking the time to review our qualifications statement, and we hope to have the opportunity to serve you. Sincerely, Mark S. Grant Jr. President MG Electrical Developers, Inc. Page 1878 of 3949 QEUSA.COM 45 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS' LICENSING BOARDTHE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGRANT, MARK SAMUEL JRDo not alter this document in any form.MG ELECTRICAL DEVELOPERS, INC.LICENSE NUMBER: EC13005553EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.6130 NEAL RDFORT MYERS FL 33905Always verify licenses online at MyFloridaLicense.comISSUED: 08/07/2024Page 1879 of 3949 QEUSA.COM 46 (239) 435-7200 FIRM’S QUALIFICATIONS AND RESOURCES Page 1880 of 3949 QEUSA.COM 47 (239) 435-7200 FIRM’S QUALIFICATIONS AND RESOURCES Page 1881 of 3949 QEUSA.COM 48 (239) 435-7200 FIRM’S QUALIFICATIONS & RESOURCES Self-Perform vs. Contract Work Project Work Assignee Establish/Operate Bypass System Self-perform Demolition and Disposal Self-perform Wet Well Concrete Repair Self-perform Piping, Valving, and Pumps Self-perform Manhole Repair/Replacement Self-perform Manhole Repair/Replacement Self-perform Stormwater System Repair Self-perform Telemetry Antenna Subcontractor: Data Flow Systems Concrete Pads Self-perform Wet Well Lid and Hatch Self-perform Electrical and Controls Subcontractor: MG Electric Startup and Testing Self-perform Record Drawings Subcontractor: GradyMinor Pumper Trucks Self-perform By self-performing over three quarters of the work items listed above, Quality Enterprises is poised to provide cost-effective services on schedule at the highest levels of quality. Page 1882 of 3949 III. RELEVANT EXPERIENCE Page 1883 of 3949 QEUSA.COM (239) 435-720050 PUMP STATION 109.05 REPAIRS AND RENOVATIONS COLLIER COUNTY, FL CONTRACT VALUE: $869,101.78 Owner Collier County Board of County Commissioners Shon Fandrich shon.fandrich@colliercountyfl.gov Engineer Johnson Engineering Billy Saum Contractor Quality Enterprises USA Inc. Louis J. Gaudio, Vice President (239) 207-0660 Key Dates Start:12/13/2022 Completion: 7/22/2024 Key Personnel Adrian Reid, Project Manager Pancho Gress, Superintendent For this project, Quality Enterprises completed the rehabilitation of the existing Pump Station including the removal and replacement of pumps, new interior liner, new piping including aboveground butt fused HDPE piping with valves, installation of new electrical panel and piping, and new antenna. Bypass piping was utilized during the project to maintain existing flows. The scope of the project also included maintenance of traffic and site restoration. Page 1884 of 3949 QEUSA.COM 51 (239) 435-7200 RELEVANT EXPERIENCE Page 1885 of 3949 QEUSA.COM (239) 435-720052 PUMP STATION 300.06 REPAIRS AND RENOVATIONS COLLIER COUNTY, FL CONTRACT VALUE: $278,511.53 Owner Collier County Board of County Commissioners Zamira Deltoro zamira.deltoro@colliercountyfl.gov Engineer Johnson Engineering Billy Saum Contractor Quality Enterprises USA Inc. Louis J. Gaudio, Vice President (239) 207-0660 Key Dates Start: 8/5/2020 Completion: 12/3/2021 Key Personnel Greg Painter, Project Manager This Pump Station rehabilitation project involved the removal and replacement of pumps, new interior liner, new piping including aboveground butt -fused HDPE piping with valves, installation of new electrical panel and piping, new antenna and new Generator. Project involved bypass piping to maintain existing flow. Maintenance of Traffic and restoration of site were also included in the scope of the project. Page 1886 of 3949 QEUSA.COM 53 (239) 435-7200 RELEVANT EXPERIENCE DeltoroZamira Digitally signed by DeltoroZamiraDN: E=Zamira.Deltoro@colliercountyfl.gov, CN=DeltoroZamira, OU=General, OU=PPM User Accounts, OU=PUD Planning and Project Management, OU=PUD, OU=Divisions, DC=bcc, DC=colliergov, DC=netDate: 2025.01.08 11:48:42-05'00' Page 1887 of 3949 QEUSA.COM (239) 435-720054 PUMP STATION 305.01 REPAIRS AND RENOVATIONS COLLIER COUNTY, FL CONTRACT VALUE: $458,686.47 Owner Collier County Board of County Commissioners Zamira Deltoro zamira.deltoro@colliercountyfl.gov Engineer Hole Montes Jared Mellein Contractor Quality Enterprises USA Inc. Louis J. Gaudio, Vice President (239) 207-0660 Key Dates Start: 1/10/2022 Completion: 11/3/2022 Key Personnel Greg Painter, Project Manager The rehabilitation of existing Pump Station 305.01 involved the removal and replacement of pumps, new interior liner, new piping including aboveground butt-fused HDPE piping with valves, installation of new electrical panel and piping, and a new antenna. To complete the project, bypass piping was used to maintain existing flows. Maintenance of Traffic and restoration of site were also included in the scope of the project. Page 1888 of 3949 QEUSA.COM 55 (239) 435-7200 RELEVANT EXPERIENCE DeltoroZamira Digitally signed by DeltoroZamiraDN: E=Zamira.Deltoro@colliercountyfl.gov, CN=DeltoroZamira, OU=General, OU=PPM User Accounts, OU=PUD Planning and Project Management, OU=PUD, OU=Divisions, DC=bcc, DC=colliergov, DC=netDate: 2025.01.08 11:59:02-05'00' Page 1889 of 3949 QEUSA.COM (239) 435-720056 MARCO SHORES PUMP STATION REHABILITATION MARCO ISLAND, FL CONTRACT VALUE: $242,146.00 Owner City of Marco Island Mike Daniel mdaniel@cityofmarcoisland.com Engineer AECOM Dawn Jakiela (203) 809-9527 Contractor Quality Enterprises USA Inc. Louis J. Gaudio, Vice President (239) 207-0660 Key Dates Start: 9/21/2018 Completion: 1/15/2021 Key Personnel Lou Gaudio, Project Manager Eric Blair, Superintendent This project involved the rehabilitation of existing Pump Station, and included the removal and replacement of pumps, installation of new interior liner, new piping including aboveground butt-fused HDPE piping with valves, installation of new electrical panel and piping, and a new antenna. Bypass piping was utilized to maintain existing flows. The project also included Maintenance of Traffic, and restoration of site. Page 1890 of 3949 QEUSA.COM 57 (239) 435-7200 RELEVANT EXPERIENCE Page 1891 of 3949 QEUSA.COM (239) 435-720058 MARCO SHORES MASTER PUMP STATION INSTALLATION MARCO ISLAND, FL CONTRACT VALUE: $9,142,146.00 Owner City of Marco Island Mike Daniel mdaniel@cityofmarcoisland.com Engineer AECOM Dawn Jakiela (203) 809-9527 Contractor Quality Enterprises USA Inc. Louis J. Gaudio, Vice President (239) 207-0660 Key Dates Start: 9/21/2018 Completion: 1/1/2024 Key Personnel Lou Gaudio, Project Manager Eric Blair, Superintendent For this project, Quality Enterprises completed the installation of a tri-plex pump station including all piping, pumps, interior linings, aboveground butt fused HDPE piping with valves, installation of new electrical panel and piping, a new antenna and new generator. Bypass piping was utilized for the duration of the project to maintain existing flows. Maintenance of Traffic and restoration of site were also included in the scope of the project. Page 1892 of 3949 QEUSA.COM 59 (239) 435-7200 RELEVANT EXPERIENCE Page 1893 of 3949 IV. PROJECT APPROACH Page 1894 of 3949 QEUSA.COM 61 (239) 435-7200 PROJECT APPROACH Sample ProjectIDTask Task NameDuration1NTP1 day2Pre Construction Meeting1 day3Submittal/Review Process (By County - Direct Purchase)4Procurement of Materials (Piping/Pumps/New Bypass Pumps - By County)5Bypass Contingency Meeting with Collier County Collections and EPMD1 day6Mobilize Pumps, Set up Bypass, Conduct 72-hour Bypass System Test5 days7Remove Station Piping and Pumps. Complete site demolition activities5 days8Clean and Apply Coating (Supercoat) to Wetwell3 days9Electrical Conduit Installation (underground inspection)5 days10Form and Pour Concrete Pads5 days11Station Piping Bulldout, Wetwell Rail and Pump Installation6 days12Set and Connect Diesel Bypass Pump2 days13Set Electrical Control Panles and Accessories. Install Floats and Transducers8 days14Install New Site Fencing2 days15FPL Electrical Service Change1 day16Restoration of Site (Sod and Grading)5 days17Startup and Testing of Station. Perform 72-Hour Test4 days18Submit Substantial Completion Form1 day19Remove Bypass Pumping System and Complete Site Restoration3 days20Final Walkthrough with Collier County EPMD1 day21Punch List Items for Station7 days22Submit Final Completion Checklist and Closeout Materials1 day23Contract Final Completion Date1 dayMonth 1Month 2Month 3Month 4TaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineProgressManual ProgressQQuuaalliittyy EEnntteerrpprriisseess UUSSAA,, IInncc..CCoolllliieerr CCoouunnttyy AAnnnnuuaall AAggrreeeemmeenntt FFoorr WWaasstteewwaatteerr PPuummpp SSttaattiioonn RReeppaaiirr aanndd RReennoovvaattiioonn SSaammppllee PPrroojjeecctt SScchheedduulleePage 1Project: Project Schedule ReviewDate: Wed 01/15/25Page 1895 of 3949 QEUSA.COM 62 (239) 435-7200 PROJECT APPROACH Quality Enterprises | An Experienced & Local Firm Quality Enterprises USA, Inc. is well- established in Collier County, having successfully completed hundreds of projects in the local area over the past twenty-five years. QE is the right company for Collier County’s Wastewater Pump Station Repairs and Renovations project, evidenced by continual project success. THREE MOST IMPORTANT FACTORS THE CONTRACTOR CONTROLS IN MEETING PROJECT SCHEDULES:1. Communication with Collier County Public Utilities EPMD (PM, Automated Systems Team, IT, and Inspection), the Engineer of Record (EOR), FPL, as well as the Wastewater Collections team. Coordination with Collier County stakeholders is paramount in meeting project milestones and providing the best value renovation and repair of each pump station. Bypass installation and coordination, equipment testing and startup, material testing, permitting, and electrical service changes are all examples of project milestones that are directly affected by coordinating with County Personnel.2. Coordination with all subcontractors and Suppliers to ensure that all submittals are provided/approved in a timely manner and materials/equipment meet contract specifications and ensuring that owner supplied materials/ equipment orders are complete and built/provided to contract drawings and specifications.3. Providing seamless on-site presence of contractor crew and management to complete each task in sequence and in a timely manner. THREE MOST IMPORTANT FACTORS THE OWNER CONTROLS IN MEETING PROJECT SCHEDULES: 1. Providing timely communication and support to the contractor during pre/post- construction periods to prepare for and close out the project. Additionally, providing leadership between the contractor and EOR during construction to correct potential problems or to improve the project design so that the project meets Collier County Technical Specifications is of great importance.2. Coordinating with Collier County stakeholders to provide services as required to meet project specifications, timely review and approval of submittals, RFI’s and changes, as well as communication with surrounding properties, homeowners and businesses.3. Coordinating with other Collier County Stakeholders (Collections, IT, Automated Systems Team) to provide support for Bypass Plan Approval, SCADA Integration, and Station Startup. DESCRIBE HOW YOUR COMPANY TYPICALLY PRIORITIZES PROJECTS WHEN MULTIPLE REQUESTS FOR YOUR SERVICES ARRIVE SIMULTANEOUSLY: Quality Enterprises has experienced significant growth over the past few years (in number of pieces of equipment owned, personnel hired, and successfully completed jobs) to ensure that the company has the capacity to perform multiple projects simultaneously. QE currently maintains nine utility crews, all capable of performing the utility portion of the Wastwater Pump Station Renovations and Repairs Project. Page 1896 of 3949 QEUSA.COM 63 (239) 435-7200 PROJECT APPROACH However, should several projects require multiple crews at the same time, QE’s management team reviews project schedules and moves crews to the highest priority project as needed. This is where QE’s ability to self-perform and versatility as a contractor comes into play. In order to keep projects moving and meet the pre-assigned schedule, QE has the ability to shift crews of different disciplines (sitework, grading, concrete work, asphalt paving, etc.) from one project to another to ensure that all projects are completed on time, within budget, and at high levels of quality. DESCRIBE HOW YOUR COMPANY TYPICALLY MANAGES PROJECT WORKLOADS WHEN DEMAND EXCEEDS CURRENT CAPACITY TO EXECUTE: Quality Enterprises schedules all projects to meet contract requirements. QE’s crews are assigned based on the technical needs and schedule demands of each project. When a project approaches a milestone that requires specialized/ additional crews, QE management arranges the schedule to ensure that the appropriate crew is dispatched to that respective job. Should the need arise, QE also has the ability to pull crews from its South Carolina regional office to assist in covering higher demands. Finally, QE has forged strong relationships with other firms who can be retained as a subcontractor if needed. DISCUSS THE DETAILS OF HOW YOU WILL HAVE A REPRESENTATIVE ON SITE WITHIN 30 MINUTES OF AN ALARM DURING A BYPASS: Quality Enterprises will work with the Engineer and Collier County during each pump station renovation/ repair to determine the best bypass technology to fit existing station parameters. The bypass system will consist of a minimum of two high pressure sewage pumps (primary and backup) capable of handling the maximum flows of the station. Operation of these pumps shall either be monitored on-site twenty-four hours per day by staff or during non-work hours via an Auto- Dialing Remote Notification System. The Auto- Dialing Remote System shall have high level floats placed in an approved structure (manhole, temporary holding tank, wet well) that shall trigger the system alarm to notify preselected personnel if the bypass system is not operating correctly. A minimum of three personnel will be assigned to receive the alarm notifications, with a minimum of one of the designated personnel able to physically respond on-site within thirty minutes of an alarm during a bypass. QE has Project Supervisors who live throughout Collier County (Golden Gate, North Naples and East Naples,) along with an Equipment Dispatcher who lives minutes from QE’s Corporate Office and equipment yard in Golden Gate and can easily dispatch equipment. This is evident in the multiple emergency utility projects that QE responds to throughout the year at all hours of the day. BASED ON YOUR EXPERIENCE, DESCRIBE YOUR STRATEGY FOR PROCURING LONG LEAD TIME ITEMS, INCLUDING ITEMS THAT MAY REQUIRE THE CONTRACTOR TO PAY ADVANCE SUBMITTAL PAYMENTS (THE COUNTY WILL NOT MAKE ADVANCED PAYMENTS FOR SUBMITTALS). QE has performed work for Collier County for over twenty years and has completed thousands of projects requiring us to procure long lead items and in some cases pay in advance for submittals. Upon notification of award on a project, QE Project Management Team will review all necessary items to be procured for the project. Items with long lead times will be prioritized and we will work closely with our vendors to expedite shop drawings/submittals for review and approval by Collier County and their Engineer. QE has a long standing relationship with all of our vendors and for the majority, pay in advance for submittals is not required. However, in the case that advanced payment is requested, QE will pay vendors and understands that the County will not make advanced payment for these submittals. Page 1897 of 3949 V. REQUIRED FORMS Page 1898 of 3949 QEUSA.COM 65 (239) 435-7200 REQUIRED FORMS Addendum #1 Date: January 10, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 24-8296 Wastewater Pump Station Repairs and Renovations This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: Replacement: Attachment - 24-8296 Solicitation is being replaced by Attachment - 24-8296 Solicitation Rev. 1 In this new attachment, the following language in blue has been added to Section 3.2: 3.2 “For projects with a value over $10,000 and up to $250,000, or a project not exceeding the simplified acquisition threshold amount in place at the time of the disaster, and as set forth by the Federal Acquisition Regulation at 48 CFR subpart 2.1, whichever amount is greater:” If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Matthew.Webster@colliercountyfl.gov Telephone: (239) 252-8491 1/16/2025 Quality Enterprises USA, Inc. Page 1899 of 3949 QEUSA.COM 66 (239) 435-7200 REQUIRED FORMS Page 1900 of 3949 QEUSA.COM 67 (239) 435-7200 REQUIRED FORMS Page 1901 of 3949 QEUSA.COM 68 (239) 435-7200 REQUIRED FORMS Page 1902 of 3949 QEUSA.COM 69 (239) 435-7200 REQUIRED FORMS Page 1903 of 3949 QEUSA.COM 70 (239) 435-7200 REQUIRED FORMS Page 1904 of 3949 QEUSA.COM 71 (239) 435-7200 REQUIRED FORMS Page 1905 of 3949 QEUSA.COM 72 (239) 435-7200 REQUIRED FORMS Page 1906 of 3949 QEUSA.COM 73 (239) 435-7200 REQUIRED FORMS Page 1907 of 3949 QEUSA.COM 74 (239) 435-7200 REQUIRED FORMS Page 1908 of 3949 QEUSA.COM 75 (239) 435-7200 REQUIRED FORMS Page 1909 of 3949 QEUSA.COM 76 (239) 435-7200 REQUIRED FORMS 01/14/2025 Brown & Brown Insurance Services, Inc. 1421 Pine Ridge Road Suite 200 Naples FL 34109 Courtney Barnett (239) 274-1401 (239) 278-0278 Courtney.Barnett@bbrown.com Quality Enterprises USA Inc Quality Environment Co Inc. 3494 Shearwater St Naples FL 34117 The Phoenix Insurance Company 25623 Travelers Property Casualty Company of America 25674 Bridgefield Casualty Insurance Company 10335 Ascot Insurance Company 23752 Texas Insurance 16543 Indemnity National 18468 24-25 Quality Enterprises A Y Y DT-CO-5Y263932-PHX-24 07/01/2024 07/01/2025 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B Y Y 810-5Y316801-24-26-G 07/01/2024 07/01/2025 1,000,000 PIP 10,000 B 10,000 CUP-5Y325127-24-26 07/01/2024 07/01/2025 2,000,000 2,000,000 C N Y 0196-61226 07/01/2024 07/01/2025 1,000,000 1,000,000 1,000,000 D Inland Marine/Contractors Equip Leased/Rented (incl Cranes)IMMA2310001746-02 07/01/2024 07/01/2025 Blkt Limit / Ded: 2%$56,121,803 Ded: 2% / 5% Cranes $500,000 RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is Additional Insured under the General Liability and Automobile Liability policy with respects to work performed by insured, as required by written contract, prior to a loss. Coverage is primary and non-contributory where required by written contract or written agreement executed prior to any "accident", in no event will this coverage extend beyond the terms and conditions of the coverage form. As provided for in section 320.02(5)(e), Florida Statutes, the listed insurance policy may not be cancelled on less than 30 days written notice by the insurer to the Department of Highway Safety and Motor Vehicles, such 30 day’s notice to commence from the date notice is received by the department. $10,000 PIP Collier County Board of County Commissioners 3295 Tamiami Trial East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Page 1910 of 3949 QEUSA.COM 77 (239) 435-7200 REQUIRED FORMS Quality Enterprises USA IncBrown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes Additional Coverage Lines: E: Texas Insurance Co - Pollution Liability / Professional Liabililty: $2MIL Each Occurrence / $4MIL Aggregate Limit $25K Ded. #BFLPMLTFL011400_022306_01 Eff: 07/01/2024-07/01/2025 F: Indemnity National Ins - Excess Liability: $3MIL Excess of $2MIL #XS0001651 24 Eff: 07/01/2024-07/01/2025 G: Ascot Specialty - Excess Liabililty: $5MIL Excess of $5MIL #ESXS2410003621-01 Eff: 07/01/2024-07/01/2025 H: Homsite Assurance - Excess Liabillity: $5MIL Excess of $10MIL #CXP-036064-00 Eff: 07/01/2024-07/01/2025 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 1911 of 3949 QEUSA.COM 78 (239) 435-7200 REQUIRED FORMS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT – FLORIDA This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE – This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. CA F2 19 03 21 © 2021 The Travelers Indemnity Company. All rights reserved.Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS F. HIRED AUTO – LIMITED WORLDWIDE COVERAGE – INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE – GLASS H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured,of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form during the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured,of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1.The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. 2.The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV – BUSINESS AUTO CONDITIONS: b.For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: Page 1912 of 3949 QEUSA.COM 79 (239) 435-7200 REQUIRED FORMS (1)Any covered "auto" you lease, hire, rent or borrow; and (2)Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS 1.The following replaces Paragraph A.2.a.(2), of SECTION II – COVERED AUTOS LIABILITY COVERAGE: (2)Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. 2.The following replaces Paragraph A.2.a.(4), of SECTION II – COVERED AUTOS LIABILITY COVERAGE: (4)All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. HIRED AUTO – LIMITED WORLDWIDE COVERAGE – INDEMNITY BASIS The following replaces Subparagraph (5) in Paragraph B.7., Policy Period, Coverage Territory, of SECTION IV – BUSINESS AUTO CONDITIONS: (5)Anywhere in the world, except any country or jurisdiction while any trade sanction, embargo, or similar regulation imposed by the United States of America applies to and prohibits the transaction of business with or within such country or jurisdiction, for Covered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a)With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i)You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all proceedings and actions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii)We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv)We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE. (v)We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Paragraph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b)This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. Page 2 of 4 © 2021 The Travelers Indemnity Company. All rights reserved.CA F2 19 03 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 1913 of 3949 QEUSA.COM 80 (239) 435-7200 REQUIRED FORMS (c)This insurance is not a substitute for required or compulsory insurance in any country outside the United States, its territories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such country up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory insurance requirements. (d)It is understood that we are not an admitted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Canada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE – GLASS The following is added to Paragraph D., Deductible, of SECTION III – PHYSICAL DAMAGE COVERAGE: No deductible applies under Specified Causes of Loss or Comprehensive coverage for "loss" to glass used in the windshield. H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT The following replaces the last sentence of Paragraph A.4.b., Loss Of Use Expenses,of SECTION III – PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III – PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Coverage Extensions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing apparel and other personal property which is: (1)Owned by an "insured"; and (2)In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclusions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that inflate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a.If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b.The airbags are not covered under any warranty; and c.The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV – BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is known to: (a)You (if you are an individual); (b)A partner (if you are a partnership); (c)A member (if you are a limited liability company); (d)An executive officer, director or insurance manager (if you are a corporation or other organization); or (e)Any "employee" authorized by you to give notice of the "accident" or "loss". CA F2 19 03 21 © 2021 The Travelers Indemnity Company. All rights reserved.Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 1914 of 3949 QEUSA.COM 81 (239) 435-7200 REQUIRED FORMS M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV – BUSINESS AUTO CONDITIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Concealment, Misrepresentation, Or Fraud, of SECTION IV – BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non–renewal. Page 4 of 4 © 2021 The Travelers Indemnity Company. All rights reserved.CA F2 19 03 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 1915 of 3949 QEUSA.COM 82 (239) 435-7200 REQUIRED FORMS COMM RCI L G NERAL IAB LI YEAEL IT T IS ENDORSEMENT CHANGES T E POLICY. PL ASE READ IT CAREFULLY.H H E XTEND ENDORSEMENT FOR CONTRACTORS Thi e dorseme t m d fie i surance prov ded under he f l o ing:sn n oi sn i t ol w COMM RCI L G NERAL IAB LI Y COVERAG PA TEAEL IT ER GE ERAL D SCRIP ION O CO ERAGE –N E T FV Thi endorsem nt broadens cov rage. Howev r cov rage fo anyseee, e r i ju y, dama e o me i al ex ense descri ed in any o the provnrg r dc p s b f i ion o th s e dorseme t may bs sf i n n e ex luded orc l m ted by anothe endorsem n to this Cov rage Pa t, and the e ciireters ov rage broadening prov sions do no ap ly toeitp the ex en tha cov rage is ex l ded or lim ted by such an entt t e cu i dorsem n . The fo lo ing li ti g i a getlwsn s eneral cov rage de cript on only Read al the prov sions o thi endorsesi.l i fs em nt and the re t o y ur pol cy ca e ulles fo i r f y to de erm ne r gh s, dut es, and wha i and s not cov red.t i it i ts i e A.Wh I An Insured – Unnam d Subsid arieoseis C.In i ental Med cal Mal racti ecdipc B.Bla ket Addit onal Insured – Gov rnme talnien D.Bla ket Wa v r f Sub ogationnieOr En it e – Pe m t Or Au ho iza ions Re ati g Totisr is trt ln E.Co tra tua Liab l ty – Rai roadn c l ii lsOpe atio srn F.Da a e To Prem se Ren ed o YoumgistT P O ISION a.RV S An o ganizat on o he than a pa tnership, jo ntri tr r i v nture or l m ted liab l ty company; oreiiiiA. WH IS AN INSU ED – UNNAMEDOR b.A rust;tSUBS DIARIESI The fol owing is ad ed told SE TION II – WHO ISC a indi a ed in i s nam o the docum n s thas ct t er et t AN INSU EDR :gov rn it stru ture.es c Any o yo r sub idiar e , o her than a pa tnershi ,fu s is t r p B B ANKET ADD TIONA INSURED –.L I L jo n v nture o lim ted liabil ty com any, that iit e ri i p s GO E N ENT L EN IT ES – P RMIT OVRMATIESR no shown as a Nam d Insured in thete AU H R ZA I N R L TI G T O E AT O STOI TOS EAN O PR IN i a am d In ured f:sN e s i The fol owing is ad ed told SE TION II – WHO ISCa.Yo are the so e owner o , o ma ntai anulfr i n AN INSU EDR :ownership intere t o mo e than 50% in, suchsf r Any gov r men al enti y tha ha issued a perm ten t t ts isubsidia y on the fi st day o the pol cy perio ;r r f i d or authoriza ion wit re pe t to ope ationsth sc rand pe fo med by yo or on your behal and that yourrufb.Su h subsidiary i not an in ured undecssr are required by any o dinance, law, buil ing coderdsi ila o her n urance.m r t is or written cont act or agreeme t to incl de a anrnus No such subsidiary i a insured fo "bodily inju ysnrr"addi ional i sured on thi Cov rage Pa t is atnsern or "property dama e" tha o curred, o "perso al i sured, but only wi h re pgtcrnnt s e t to liabi i y fo "bodilyclt r i ju y", "prope ty dam ge" or "perso al andnrranand a v rt sing i ju y" caused by an o fe sedeinrfn adv rti ing inj ry" ari ing ou o uch operatio s.es u s t fs ncom i ted:mt The in uran e prov ded to such gov r men alscien ta.Be o e you ma ntai ed an ownership intere tfrins en ity doe not apply o:t s to mo e than 50% i such ub idiary; orfrnss a.Any "bodi y inju y , "property dama e olr"g" rb.Af e the date, i any duri g the poli y periotrf,n c d "pe sonal and adv rti ing injury" a i ing o t oresrsufthat yo no longer ma ntain a ownershiuinp operatio s perfo m d fo the gov r men alnre r en ti tere t o ore han 50% n such subsi ia y.n s fm t i dr en ity ort;Fo purpose o Pa agraphrsf r 1.o Se tionfc II – Who b.Any "bodily inj ry or "property dam geu"a"Is An Insured, ea h such subsidiary wil becl i clu ed in the "products-co ple edndmtdeem d to e de ignated in the Declarat on a :ebs i ss operatio s hazard".n CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company. All rightsry reserved.Pa e 1 o 3gf Includes copyrighted material of Insurance Services Of ice, Inc., with its permission.f Declarations Page 1916 of 3949 QEUSA.COM 83 (239) 435-7200 REQUIRED FORMS COMM RCI L G NERAL IAB LI YEAEL IT C. IN IDEN AL ED CAL ALPRACTI ECT MI M C pharma eut cal co m t ed by o wi h thec i s m it ,r t k owledge o co sent o , the n urednrnf is .1.The fo lo i g repla e Pa agraphl wn cs r b.o thef de i i ion o "o cur en e in thefntfc r c"5.The fol owing i a ded to thelsd D FIN TIONEIS D FIN TIONEIS Se tion:c Se tio :cn b.An a t o om ssio com i ted i prov dincr i n mt n ig "In i ental m d cal se v ce " m a s:cd ei ri s en or fa l ng to prov de "incidental me icaiiidl a.Med cal surgi al dental laborato y, x rayi,c,,r-se v ce ", fi st a d o "Good Sam rtanri s r i r ai or nur ing se vce or treatm n , advce osriet i rse v ce " to a person, unle s yo are iri s su n i struction o the related fur i hi g on,r ns n fthe busine s or o cupat on o prov dinscifig fo d or bev rages; oroepro e sional hea th a e se vce .fs l cr ri s b.The furni hing o di pensing o dru s osrsf gr2.The fo lowi g rep a es the la t paragraph olnlcsf m d cal dental o surgi al supplie oei ,,r c srPa ag aphrr 2. .(1)a of SECTI N II – WHO ISO appl a ce .in sAN INSU EDR : 6.The fol o ing i added to Parag aphlwsr 4.b.,Unle s yo a e in the business or o cupatios ur c n Ex ess In urancecs , of SE TION IV –Co prov di g pro e sional healt ca e se v ce ,f in fs h r ri s Pa ag aphsrr (1) a)(,(b),(c)and (d)abov doe CO MERCIAL GENE AL LIABI ITMRLY COND T ONII Snot apply to :"bodily injury" arising out of prov din o ai ing o rov de:i g rf l t p i Thi i surance i ex e s ov r any v li ansns cs e ad d (a)"In i ental me ica se v ce " by any ocdd l ri s f col e ti le othe in urance whether prim ry,lcb rs ,a y ur "em loyee " who is a nu se, nurseopsr ex e s, conti gent o on any other ba is, thatcsnrs a sistant, em rgen y me i al techni iasecdccn i av ilab e to any o your "em loy es" fosalfper or arame ic; orpd "bo ily injury that ari e ou o prov ding od"ss t f i r fa l n to prov de "i cidental medi al servce "ii g in c is(b)F rst ai or "Good Sama itan se v ce " byidrri s ay o yu "emloyee"o "to any perso to the ex ent notn f or p sr n t subje t tocv lunteero Pa ag aphrr 2.a. 1)(o Se t onf ci II – Who Is Anworkers", other than an employed or v lunteer do tor. Any such "em loyee "o c p s In ured.s or "v lu teer wo kers" prov ding o fa l ngonrir ii D B ANKET WAIVER O SUB O ATION.L F RGto prov de fi st aid or "Good Sama i anirrt The fo lowing is a ded to Paragraphld 8.,Tra sfenrse v ce " during thei work hou s fo youri s r rr O Righ s O Reco ery Agai st O hers To Usftfvnt,wil be deem d to be a t ng wi hin thelecit of SE TION IV – CO MERCIAL GENERALCMsco e o thei em loym nt by yo opf r p e ur pe fo m n dutie rela ed to the co du tr r ig s t nc L ABI I Y CO D T ONI LT NII S: o yo r busine s.fu s If the insured has a ree in a cont act ogdrr 3.The fo lo i g repla e the la t se tence ol wn cs sn f ag ee ent to waiv that i sured' righ ormenstf Pa ag aphrr 5.of SE TION III – LIMITS OCF re ov ry against any person o o gan zat on, wecerr i i INSU AN ERC:waiv our right o e ov ry again t uch pe son oefr c e ss r r organi ation, but only fo pay ents we ma ezrmkFo the purpo e o dete m nin therss f ri g be ause o :c fappl cable Ea h Occurrence Lim t, al relatedicil a t or om ssions com i ted i prov di g ocsimt n in r a."Bo ily i ju y" o "property dam ge" thatd nr r a fa l n to prov de "inci ental me icaii g i d dl o curs; ocrse v ce ", fi st a d o "Good Sam rtanri s r ir ai b."Pe so al and adv rti ing inj ry" ca sed byrnesuuse v ce " to any one perso wil be deeme tori s nl d an o fe se hat i com it edfn t s mt ;be one "o currence".c 4.The fo lowi g ex lu ion i added to subsequent to the ex cution o thelncssef cont a t orc r Pa ag aphrr 2.,Exclus onis, of SE TION I –C ag ee ent.rm CO ERAGES – CO ERAGE A – BODI YVVL E. CON RACTUAL IABILIT – RAIL OADTLYRSINJU Y AND P OP RT DAMAGERREY LABIIYI LT :1.The fol o ing repla e Pa agraphlwcs r c.o thef de i i ion o "insured cont act" i thefntfrnSa e O Ph rmaceu icalslfat D FIN TIONEIS Se tion:c"Bo ily inju y or "property dama e" ari ingdr"g s ou o the v ola ion o a penal stat te otfitfur c.Any ea em nt or l cense agreem nt;se i e ordi ance rela i g to the sale ontnf Pa e 2 o 3gf © 2017 The T avelers Indemnit Company. All rightsry reserved.CG 3 16 02 9D1 Includes copyrighted material of nsurance Services Of iceIf , Inc., with its permission. Page 1917 of 3949 QEUSA.COM 84 (239) 435-7200 REQUIRED FORMS COMM RCI L G NERAL IAB LITYEAELI 2.Pa ag aphrr f. 1)(o the de init o o "i suredff in f n a.Any prem se whi e rented to yo oislur cont a t i ther c" n D FIN TIONEIS Se tion is tem ora i y o cupied by you wi h pe m ssioncp rl c t ri de eted.o he owne ; orlftr F DAMAGE TO P EMISE EN ED TO YOU b.R SR T .The co tent o any premi e whi e suchn sf ss l prem se i rented to yo , i y u rent suchi ss ufoThe fol owing repla e the de i ition o "prem selcsfnfis prem se fo a period o sev n or feweis r fe rdama e in heg" t DEF NIT ONSII Se tionc:conse utiv day .ce s"Pre i e dama e m a s "property dama e" to:ms s g" en g CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company. All righ sryt reserved.Pa e 3 o 3gf Includes copyrighted material of nsurance Services Of iceIf , Inc., with its permission. Page 1918 of 3949 QEUSA.COM 85 (239) 435-7200 REQUIRED FORMS Page 1919 of 3949 QEUSA.COM 86 (239) 435-7200 REQUIRED FORMS Page 1920 of 3949 QEUSA.COM 87 (239) 435-7200 REQUIRED FORMS COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED – AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II – WHO IS AN (a)The Additional Insured – Owners, Les- INSURED:sees or Contractors – Scheduled Person or Organization endorsement CG 20 10Any person or organization that:07 04 or CG 20 10 04 13, the Additionala.You agree in a written contract or agreement to Insured – Owners, Lessees or Contrac-include as an additional insured on this Coverage tors – Completed Operations endorse-Part; and ment CG 20 37 07 04 or CG 20 37 04 13, b.Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse-of those edition dates; orment under this Coverage Part which includes (b)Either or both of the following: the Addi-such person or organization in the endorsement's tional Insured – Owners, Lessees or Con-schedule;tractors – Scheduled Person Or Organi-is an insured, but:zation endorsement CG 20 10, or the Ad- ditional Insured – Owners, Lessees ora.Only with respect to liability for "bodily injury" or Contractors – Completed Operations en-"property damage" that occurs, or for "personal dorsement CG 20 37, without an editioninjury" caused by an offense that is committed, date of such endorsement specified;subsequent to the signing of that contract or agreement and while that part of the contract or the person or organization is an additional in-agreement is in effect; and sured only if the injury or damage is caused, in whole or in part, by acts or omissions ofb.Only as described in Paragraph (1),(2)or (3)be- you or your subcontractor in the performancelow, whichever applies: of "your work" to which the written contract or(1)If the written contract or agreement specifical-agreement applies; orly requires you to provide additional insured (3)If neither Paragraph (1)nor (2)above applies:coverage to that person or organization by the use of:(a)The person or organization is an addi- tional insured only if, and to the extent(a)The Additional Insured – Owners, Les- that, the injury or damage is caused bysees or Contractors – (Form B) endorse- acts or omissions of you or your subcon-ment CG 20 10 11 85; or tractor in the performance of "your work"(b)Either or both of the following: the Addi-to which the written contract or agree-tional Insured – Owners, Lessees or Con-ment applies; andtractors – Scheduled Person Or Organi- (b)Such person or organization does notzation endorsement CG 20 10 10 01, or qualify as an additional insured with re-the Additional Insured – Owners, Lessees spect to the independent acts or omis-or Contractors – Completed Operations sions of such person or organization.endorsement CG 20 37 10 01; The insurance provided to such additional insured isthe person or organization is an additional in- subject to the following provisions:sured only if the injury or damage arises out of "your work" to which the written contract or a.If the Limits of Insurance of this Coverage Partagreement applies;shown in the Declarations exceed the minimum (2)If the written contract or agreement specifical-limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in- coverage to that person or organization by sured will be limited to such minimum required the use of:limits. For the purposes of determining whether CG D6 04 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 2 Page 1921 of 3949 QEUSA.COM 88 (239) 435-7200 REQUIRED FORMS COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required result in a claim. To the extent possible, such by the written contract or agreement will be con- notice should include: sidered to include the minimum limits of any Um-(a)How, when and where the "occurrence"brella or Excess liability coverage required for the or offense took place; additional insured by that written contract or (b)The names and addresses of any injuredagreement. This provision will not increase the persons and witnesses; andlimits of insurance described in Section III – Limits (c)The nature and location of any injury orOf Insurance.damage arising out of the "occurrence" orb.The insurance provided to such additional insured offense.does not apply to: (2)If a claim is made or "suit" is brought against(1)Any "bodily injury", "property damage" or the additional insured:"personal injury" arising out of the providing, (a)Immediately record the specifics of theor failure to provide, any professional archi- claim or "suit" and the date received; andtectural, engineering or surveying services, including:(b)Notify us as soon as practicable and see to it that we receive written notice of the(a)The preparing, approving, or failing to claim or "suit" as soon as practicable.prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or-(3)Immediately send us copies of all legal pa- ders or change orders, or the preparing, pers received in connection with the claim or approving, or failing to prepare or ap- "suit", cooperate with us in the investigation prove, drawings and specifications; and or settlement of the claim or defense against the "suit", and otherwise comply with all policy(b)Supervisory, inspection, architectural or conditions.engineering activities. (4)Tender the defense and indemnity of any(2)Any "bodily injury" or "property damage" claim or "suit" to any provider of other insur-caused by "your work" and included in the ance which would cover such additional in-"products-completed operations hazard" un- sured for a loss we cover. However, this con-less the written contract or agreement specifi- cally requires you to provide such coverage dition does not affect whether the insurance for that additional insured during the policy provided to such additional insured is primary period.to other insurance available to such additional insured which covers that person or organiza-c.The additional insured must comply with the fol- tion as a named insured as described in Par-lowing duties: agraph 4., Other Insurance, of Section IV –(1)Give us written notice as soon as practicable Commercial General Liability Conditions.of an "occurrence" or an offense which may Page 2 of 2 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D6 04 02 19 Page 1922 of 3949 QEUSA.COM 89 (239) 435-7200 REQUIRED FORMS Page 1923 of 3949 Page 1924 of 3949 Page 1925 of 3949 Page 1926 of 3949 Page 1927 of 3949 Page 1928 of 3949 Page 1929 of 3949 Page 1930 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Quality Enterprises USA, Inc. 24-8296 WASTEWATER PUMP STATION REPAIRS AND RENOVATIONS Louis J Gaudio Mike Daniel City of Marco Island mdaniel@cityofmarcoisland.com (239) 825-9554 Installation of new tri plex master pump station using HDPE piping and installation of new generator 12/15/20 $ 9,142,146.00 420 - MPS installation was part of a larger project Page 1931 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Quality Enterprises USA, Inc. 24-8296 WASTEWATER PUMP STATION REPAIRS AND RENOVATIONS Louis J Gaudio Mike Daniel City of Marco Island mdaniel@cityofmarcoisland.com (239) 825-9554 1/15/21 $ 242,146.00 140 Rehab of existing PS with HDPE Piping and by passing Page 1932 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Quality Enterprises USA, Inc. 24-8296 WASTEWATER PUMP STATION REPAIRS AND RENOVATIONS 07/22/2024 $869,101.78 210 PS 109.05 Repair and Renovations using HDPE piping and involved by pass pumping Adrian Reid - Project Manager Shon Fandrich Collier County Public Utilities Department shon.fandrich@colliercountyfl.gov 239-315-2181 Page 1933 of 3949 Page 1934 of 3949 Page 1935 of 3949 Page 1936 of 3949 Page 1937 of 3949 Page 1938 of 3949 Page 1939 of 3949 Page 1940 of 3949 Addendum #1 Date: January 10, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 24-8296 Wastewater Pump Station Repairs and Renovations This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: Replacement: Attachment - 24-8296 Solicitation is being replaced by Attachment - 24-8296 Solicitation Rev. 1 In this new attachment, the following language in blue has been added to Section 3.2: 3.2 “For projects with a value over $10,000 and up to $250,000, or a project not exceeding the simplified acquisition threshold amount in place at the time of the disaster, and as set forth by the Federal Acquisition Regulation at 48 CFR subpart 2.1, whichever amount is greater:” If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Matthew.Webster@colliercountyfl.gov Telephone: (239) 252-8491 1/16/2025 Quality Enterprises USA, Inc. Page 1941 of 3949 01/14/2025 Brown & Brown Insurance Services, Inc. 1421 Pine Ridge Road Suite 200 Naples FL 34109 Courtney Barnett (239) 274-1401 (239) 278-0278 Courtney.Barnett@bbrown.com Quality Enterprises USA Inc Quality Environment Co Inc. 3494 Shearwater St Naples FL 34117 The Phoenix Insurance Company 25623 Travelers Property Casualty Company of America 25674 Bridgefield Casualty Insurance Company 10335 Ascot Insurance Company 23752 Texas Insurance 16543 Indemnity National 18468 24-25 Quality Enterprises A Y Y DT-CO-5Y263932-PHX-24 07/01/2024 07/01/2025 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 B Y Y 810-5Y316801-24-26-G 07/01/2024 07/01/2025 1,000,000 PIP 10,000 B 10,000 CUP-5Y325127-24-26 07/01/2024 07/01/2025 2,000,000 2,000,000 C N Y 0196-61226 07/01/2024 07/01/2025 1,000,000 1,000,000 1,000,000 D Inland Marine/Contractors Equip Leased/Rented (incl Cranes)IMMA2310001746-02 07/01/2024 07/01/2025 Blkt Limit / Ded: 2%$56,121,803 Ded: 2% / 5% Cranes $500,000 RE: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners is Additional Insured under the General Liability and Automobile Liability policy with respects to work performed by insured, as required by written contract, prior to a loss. Coverage is primary and non-contributory where required by written contract or written agreement executed prior to any "accident", in no event will this coverage extend beyond the terms and conditions of the coverage form. As provided for in section 320.02(5)(e), Florida Statutes, the listed insurance policy may not be cancelled on less than 30 days written notice by the insurer to the Department of Highway Safety and Motor Vehicles, such 30 day’s notice to commence from the date notice is received by the department. $10,000 PIP Collier County Board of County Commissioners 3295 Tamiami Trial East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Page 1942 of 3949 Quality Enterprises USA IncBrown & Brown Insurance Services, Inc. 25 Certificate of Liability Insurance: Notes Additional Coverage Lines: E: Texas Insurance Co - Pollution Liability / Professional Liabililty: $2MIL Each Occurrence / $4MIL Aggregate Limit $25K Ded. #BFLPMLTFL011400_022306_01 Eff: 07/01/2024-07/01/2025 F: Indemnity National Ins - Excess Liability: $3MIL Excess of $2MIL #XS0001651 24 Eff: 07/01/2024-07/01/2025 G: Ascot Specialty - Excess Liabililty: $5MIL Excess of $5MIL #ESXS2410003621-01 Eff: 07/01/2024-07/01/2025 H: Homsite Assurance - Excess Liabillity: $5MIL Excess of $10MIL #CXP-036064-00 Eff: 07/01/2024-07/01/2025 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Page 1943 of 3949 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT – FLORIDA This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE – This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. CA F2 19 03 21 © 2021 The Travelers Indemnity Company. All rights reserved.Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS F. HIRED AUTO – LIMITED WORLDWIDE COVERAGE – INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE – GLASS H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured,of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form during the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured,of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1.The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. 2.The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV – BUSINESS AUTO CONDITIONS: b.For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: Page 1944 of 3949 (1)Any covered "auto" you lease, hire, rent or borrow; and (2)Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS 1.The following replaces Paragraph A.2.a.(2), of SECTION II – COVERED AUTOS LIABILITY COVERAGE: (2)Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. 2.The following replaces Paragraph A.2.a.(4), of SECTION II – COVERED AUTOS LIABILITY COVERAGE: (4)All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. F. HIRED AUTO – LIMITED WORLDWIDE COVERAGE – INDEMNITY BASIS The following replaces Subparagraph (5) in Paragraph B.7., Policy Period, Coverage Territory, of SECTION IV – BUSINESS AUTO CONDITIONS: (5)Anywhere in the world, except any country or jurisdiction while any trade sanction, embargo, or similar regulation imposed by the United States of America applies to and prohibits the transaction of business with or within such country or jurisdiction, for Covered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a)With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i)You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all proceedings and actions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii)We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv)We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE. (v)We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Paragraph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b)This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. Page 2 of 4 © 2021 The Travelers Indemnity Company. All rights reserved.CA F2 19 03 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 1945 of 3949 (c)This insurance is not a substitute for required or compulsory insurance in any country outside the United States, its territories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such country up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory insurance requirements. (d)It is understood that we are not an admitted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Canada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE – GLASS The following is added to Paragraph D., Deductible, of SECTION III – PHYSICAL DAMAGE COVERAGE: No deductible applies under Specified Causes of Loss or Comprehensive coverage for "loss" to glass used in the windshield. H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT The following replaces the last sentence of Paragraph A.4.b., Loss Of Use Expenses,of SECTION III – PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT The following replaces the first sentence in Paragraph A.4.a., Transportation Expenses, of SECTION III – PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Coverage Extensions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing apparel and other personal property which is: (1)Owned by an "insured"; and (2)In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclusions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that inflate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a.If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b.The airbags are not covered under any warranty; and c.The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV – BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representative prompt notice of the "accident" or "loss" applies only when the "accident" or "loss" is known to: (a)You (if you are an individual); (b)A partner (if you are a partnership); (c)A member (if you are a limited liability company); (d)An executive officer, director or insurance manager (if you are a corporation or other organization); or (e)Any "employee" authorized by you to give notice of the "accident" or "loss". CA F2 19 03 21 © 2021 The Travelers Indemnity Company. All rights reserved.Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 1946 of 3949 M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV – BUSINESS AUTO CONDITIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Concealment, Misrepresentation, Or Fraud, of SECTION IV – BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. However this provision does not affect our right to collect additional premium or exercise our right of cancellation or non–renewal. Page 4 of 4 © 2021 The Travelers Indemnity Company. All rights reserved.CA F2 19 03 21 Includes copyrighted material of Insurance Services Office, Inc. with its permission COMMERCIAL AUTO Page 1947 of 3949 COMM RCI L G NERAL IAB LI YE A E L I T T IS ENDORSEMENT CHANGES T E POLICY. PL ASE READ IT CAREFULLY.H H E XTEND ENDORSEMENT FOR CONTRACTORS Thi e dorseme t m d fie i surance prov ded under he f l o ing:s n n o i s n i t o l w COMM RCI L G NERAL IAB LI Y COVERAG PA TE A E L I T E R GE ERAL D SCRIP ION O CO ERAGE –N E T F V Thi endorsem nt broadens cov rage. Howev r cov rage fo anyseee , e r i ju y, dama e o me i al ex ense descri ed in any o the provn r g r d c p s b f i ion o th s e dorseme t may bs s f i n n e ex luded orc l m ted by anothe endorsem n to this Cov rage Pa t, and the e ci i r e t e r s ov rage broadening prov sions do no ap ly toeit p the ex en tha cov rage is ex l ded or lim ted by such an ent t t e c u i dorsem n . The fo lo ing li ti g i a ge t l w s n s eneral cov rage de cript on only Read al the prov sions o thi endorses i .l i f s em nt and the re t o y ur pol cy ca e ulles f o i r f y to de erm ne r gh s, dut es, and wha i and s not cov red.t i i t i t s i e A.Wh I An Insured – Unnam d Subsid arieo s e i s C.In i ental Med cal Mal racti ec d i p c B.Bla ket Addit onal Insured – Gov rnme talnien D.Bla ket Wa v r f Sub ogationni e O r En it e – Pe m t Or Au ho iza ions Re ati g Tot i s r i s t r t l n E.Co tra tua Liab l ty – Rai roadn c l i i l sOpe atio sr n F.Da a e To Prem se Ren ed o Youm g i s t T P O ISION a.R V S An o ganizat on o he than a pa tnership, jo ntri t r r i v nture or l m ted liab l ty company; orei i i iA. WH IS AN INSU ED – UNNAMEDOR b.A rust;tSUBS DIARIESI The fol owing is ad ed told SE TION II – WHO ISC a indi a ed in i s nam o the docum n s thas c t t e r e t t AN INSU EDR :gov rn it stru ture.e s c Any o yo r sub idiar e , o her than a pa tnershi ,f u s i s t r p B B ANKET ADD TIONA INSURED –. L I L jo n v nture o lim ted liabil ty com any, that ii t e r i i p s GO E N ENT L EN IT ES – P RMIT OV R M A T I E S R no shown as a Nam d Insured in thete AU H R ZA I N R L TI G T O E AT O ST O I T O S E A N O P R I N i a am d In ured f:s N e s i The fol owing is ad ed told SE TION II – WHO ISCa.Yo are the so e owner o , o ma ntai anulf r i n AN INSU EDR :ownership intere t o mo e than 50% in, suchs f r Any gov r men al enti y tha ha issued a perm te n t t t s isubsidia y on the fi st day o the pol cy perio ;r r f i d or authoriza ion wit re pe t to ope ationsth s c rand pe fo med by yo or on your behal and that your r u fb.Su h subsidiary i not an in ured undecssr are required by any o dinance, law, buil ing coderdsi ila o her n urance.m r t i s or written cont act or agreeme t to incl de a anrnu s No such subsidiary i a insured fo "bodily inju ys n r r "addi ional i sured on thi Cov rage Pa t is atnsern or "property dama e" tha o curred, o "perso al i sured, but only wi h re pgt c r n n t s e t to liabi i y fo "bodilycl t r i ju y", "prope ty dam ge" or "perso al andn r r a nand a v rt sing i ju y" caused by an o fe sed e i n r f n adv rti ing inj ry" ari ing ou o uch operatio s.e s u s t f s ncom i ted:m t The in uran e prov ded to such gov r men als c i e n ta.Be o e you ma ntai ed an ownership intere tf r i n s en ity doe not apply o:t s to mo e than 50% i such ub idiary; orf r n s s a.Any "bodi y inju y , "property dama e olr "g " rb.Af e the date, i any duri g the poli y periot r f , n c d "pe sonal and adv rti ing injury" a i ing o t ore s r s u fthat yo no longer ma ntain a ownershiuinp operatio s perfo m d fo the gov r men alnr e r e n ti tere t o ore han 50% n such subsi ia y.n s f m t i d r en ity ort ;Fo purpose o Pa agraphrs f r 1.o Se tionf c II – Who b.Any "bodily inj ry or "property dam geu "a "Is An Insured, ea h such subsidiary wil becl i clu ed in the "products-co ple edn d m tdeem d to e de ignated in the Declarat on a :e b s i s s operatio s hazard".n CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company. All rightsry reserved.Pa e 1 o 3gf Includes copyrighted material of Insurance Services Of ice, Inc., with its permission.f Declarations Page 1948 of 3949 COMM RCI L G NERAL IAB LI YE A E L I T C. IN IDEN AL ED CAL ALPRACTI ECT M I M C pharma eut cal co m t ed by o wi h thec i s m i t , r t k owledge o co sent o , the n urednr n f i s .1.The fo lo i g repla e Pa agraphl w n c s r b.o thef de i i ion o "o cur en e in thef n t f c r c "5.The fol owing i a ded to thels d D FIN TIONE I S D FIN TIONE I S Se tion:c Se tio :c n b.An a t o om ssio com i ted i prov dinc r i n mt n i g "In i ental m d cal se v ce " m a s:c d e i r i s e n or fa l ng to prov de "incidental me icai i i d l a.Med cal surgi al dental laborato y, x rayi ,c ,,r -se v ce ", fi st a d o "Good Sam rtanr i s r i r a i or nur ing se vce or treatm n , advce osr i e t i rse v ce " to a person, unle s yo are ir i s s u n i struction o the related fur i hi g on, r n s n fthe busine s or o cupat on o prov dinsci f i g fo d or bev rages; oroepro e sional hea th a e se vce .f s l c r r i s b.The furni hing o di pensing o dru s osr s f g r2.The fo lowi g rep a es the la t paragraph ol n l c s f m d cal dental o surgi al supplie oe i ,, r c s rPa ag aphr r 2. .(1)a of SECTI N II – WHO ISO appl a ce .i n sAN INSU EDR : 6.The fol o ing i added to Parag aphl w s r 4.b.,Unle s yo a e in the business or o cupatios u r c n Ex ess In urancecs , of SE TION IV –Co prov di g pro e sional healt ca e se v ce ,f i n f s h r r i s Pa ag aphsr r (1) a)(,(b),(c)and (d)abov doe CO MERCIAL GENE AL LIABI ITMRL Y COND T ONI I Snot apply to :"bodily injury" arising out of prov din o ai ing o rov de:i g r f l t p i Thi i surance i ex e s ov r any v li ans n s c s e a d d (a)"In i ental me ica se v ce " by any oc d d l r i s f col e ti le othe in urance whether prim ry,l c b r s ,a y ur "em loyee " who is a nu se, nurseopsr ex e s, conti gent o on any other ba is, thatc s n r s a sistant, em rgen y me i al techni iase c d c c n i av ilab e to any o your "em loy es" fos a l f p e r or arame ic; orpd "bo ily injury that ari e ou o prov ding od"s s t f i r fa l n to prov de "i cidental medi al servce "i i g i n c i s(b)F rst ai or "Good Sama itan se v ce " byi d r r i s a y o y u "em loyee " o "to any perso to the ex ent notn f o r p s r n t subje t tocv lunteero Pa ag aphr r 2.a. 1)(o Se t onf c i II – Who Is Anworkers", other than an employed or v lunteer do tor. Any such "em loyee "o c p s In ured.s or "v lu teer wo kers" prov ding o fa l ngo n r i r i i D B ANKET WAIVER O SUB O ATION. L F R Gto prov de fi st aid or "Good Sama i ani r r t The fo lowing is a ded to Paragraphld 8.,Tra sfen rse v ce " during thei work hou s fo your i s r r r O Righ s O Reco ery Agai st O hers To Usft f v n t ,wil be deem d to be a t ng wi hin thelec i t of SE TION IV – CO MERCIAL GENERALCMsco e o thei em loym nt by yo op f r p e u r pe fo m n dutie rela ed to the co du tr r i g s t n c L ABI I Y CO D T ONI L T N I I S : o yo r busine s.f u s If the insured has a ree in a cont act og d r r 3.The fo lo i g repla e the la t se tence ol w n c s s n f ag ee ent to waiv that i sured' righ or m e n s t f Pa ag aphr r 5.of SE TION III – LIMITS OCF re ov ry against any person o o gan zat on, wec e r r i i INSU AN ER C :waiv our right o e ov ry again t uch pe son oef r c e s s r r organi ation, but only fo pay ents we ma ezrmkFo the purpo e o dete m nin thers s f r i g be ause o :c fappl cable Ea h Occurrence Lim t, al relatedici l a t or om ssions com i ted i prov di g oc s i mt n i n r a."Bo ily i ju y" o "property dam ge" thatd n r r a fa l n to prov de "inci ental me icai i g i d d l o curs; ocrse v ce ", fi st a d o "Good Sam rtanr i s r i r a i b."Pe so al and adv rti ing inj ry" ca sed byr n e s u use v ce " to any one perso wil be deeme tor i s n l d an o fe se hat i com it edf n t s m t ;be one "o currence".c 4.The fo lowi g ex lu ion i added to subsequent to the ex cution o thel n c s s e f cont a t or c r Pa ag aphr r 2.,Exclus oni s , of SE TION I –C ag ee ent.r m CO ERAGES – CO ERAGE A – BODI YVVL E. CON RACTUAL IABILIT – RAIL OADTLYRSINJU Y AND P OP RT DAMAGERR E Y L ABI I YI L T :1.The fol o ing repla e Pa agraphl w c s r c.o thef de i i ion o "insured cont act" i thef n t f r nSa e O Ph rmaceu icalsl f a t D FIN TIONE I S Se tion:c"Bo ily inju y or "property dama e" ari ingdr "g s ou o the v ola ion o a penal stat te ot f i t f u r c.Any ea em nt or l cense agreem nt;s e i e ordi ance rela i g to the sale ont n f Pa e 2 o 3gf © 2017 The T avelers Indemnit Company. All rightsry reserved.CG 3 16 02 9D1 Includes copyrighted material of nsurance Services Of iceIf , Inc., with its permission. Page 1949 of 3949 COMM RCI L G NERAL IAB LITYE A E L I 2.Pa ag aphr r f. 1)(o the de init o o "i suredff i n f n a.Any prem se whi e rented to yo oi s l u r cont a t i ther c " n D FIN TIONE I S Se tion is tem ora i y o cupied by you wi h pe m ssioncp r l c t r i de eted.o he owne ; orlf t r F DAMAGE TO P EMISE EN ED TO YOU b.R S R T .The co tent o any premi e whi e suchn s f s s l prem se i rented to yo , i y u rent suchi s s u f oThe fol owing repla e the de i ition o "prem selc s f n f i s prem se fo a period o sev n or fewei s r f e rdama e in heg " t DEF NIT ONSI I Se tionc :conse utiv day .c e s"Pre i e dama e m a s "property dama e" to:m s s g " e n g CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company. All righ sryt reserved.Pa e 3 o 3gf Includes copyrighted material of nsurance Services Of iceIf , Inc., with its permission. Page 1950 of 3949 Page 1951 of 3949 Page 1952 of 3949 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED – AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II – WHO IS AN (a)The Additional Insured – Owners, Les- INSURED:sees or Contractors – Scheduled Person or Organization endorsement CG 20 10Any person or organization that:07 04 or CG 20 10 04 13, the Additionala.You agree in a written contract or agreement to Insured – Owners, Lessees or Contrac-include as an additional insured on this Coverage tors – Completed Operations endorse-Part; and ment CG 20 37 07 04 or CG 20 37 04 13, b.Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse-of those edition dates; orment under this Coverage Part which includes (b)Either or both of the following: the Addi-such person or organization in the endorsement's tional Insured – Owners, Lessees or Con-schedule;tractors – Scheduled Person Or Organi-is an insured, but:zation endorsement CG 20 10, or the Ad- ditional Insured – Owners, Lessees ora.Only with respect to liability for "bodily injury" or Contractors – Completed Operations en-"property damage" that occurs, or for "personal dorsement CG 20 37, without an editioninjury" caused by an offense that is committed, date of such endorsement specified;subsequent to the signing of that contract or agreement and while that part of the contract or the person or organization is an additional in-agreement is in effect; and sured only if the injury or damage is caused, in whole or in part, by acts or omissions ofb.Only as described in Paragraph (1),(2)or (3)be- you or your subcontractor in the performancelow, whichever applies: of "your work" to which the written contract or(1)If the written contract or agreement specifical-agreement applies; orly requires you to provide additional insured (3)If neither Paragraph (1)nor (2)above applies:coverage to that person or organization by the use of:(a)The person or organization is an addi- tional insured only if, and to the extent(a)The Additional Insured – Owners, Les- that, the injury or damage is caused bysees or Contractors – (Form B) endorse- acts or omissions of you or your subcon-ment CG 20 10 11 85; or tractor in the performance of "your work"(b)Either or both of the following: the Addi-to which the written contract or agree-tional Insured – Owners, Lessees or Con-ment applies; andtractors – Scheduled Person Or Organi- (b)Such person or organization does notzation endorsement CG 20 10 10 01, or qualify as an additional insured with re-the Additional Insured – Owners, Lessees spect to the independent acts or omis-or Contractors – Completed Operations sions of such person or organization.endorsement CG 20 37 10 01; The insurance provided to such additional insured isthe person or organization is an additional in- subject to the following provisions:sured only if the injury or damage arises out of "your work" to which the written contract or a.If the Limits of Insurance of this Coverage Partagreement applies;shown in the Declarations exceed the minimum (2)If the written contract or agreement specifical-limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in- coverage to that person or organization by sured will be limited to such minimum required the use of:limits. For the purposes of determining whether CG D6 04 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 2 Page 1953 of 3949 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required result in a claim. To the extent possible, such by the written contract or agreement will be con- notice should include: sidered to include the minimum limits of any Um-(a)How, when and where the "occurrence"brella or Excess liability coverage required for the or offense took place; additional insured by that written contract or (b)The names and addresses of any injuredagreement. This provision will not increase the persons and witnesses; andlimits of insurance described in Section III – Limits (c)The nature and location of any injury orOf Insurance.damage arising out of the "occurrence" orb.The insurance provided to such additional insured offense.does not apply to: (2)If a claim is made or "suit" is brought against(1)Any "bodily injury", "property damage" or the additional insured:"personal injury" arising out of the providing, (a)Immediately record the specifics of theor failure to provide, any professional archi- claim or "suit" and the date received; andtectural, engineering or surveying services, including:(b)Notify us as soon as practicable and see to it that we receive written notice of the(a)The preparing, approving, or failing to claim or "suit" as soon as practicable.prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or-(3)Immediately send us copies of all legal pa- ders or change orders, or the preparing, pers received in connection with the claim or approving, or failing to prepare or ap- "suit", cooperate with us in the investigation prove, drawings and specifications; and or settlement of the claim or defense against the "suit", and otherwise comply with all policy(b)Supervisory, inspection, architectural or conditions.engineering activities. (4)Tender the defense and indemnity of any(2)Any "bodily injury" or "property damage" claim or "suit" to any provider of other insur-caused by "your work" and included in the ance which would cover such additional in-"products-completed operations hazard" un- sured for a loss we cover. However, this con-less the written contract or agreement specifi- cally requires you to provide such coverage dition does not affect whether the insurance for that additional insured during the policy provided to such additional insured is primary period.to other insurance available to such additional insured which covers that person or organiza-c.The additional insured must comply with the fol- tion as a named insured as described in Par-lowing duties: agraph 4., Other Insurance, of Section IV –(1)Give us written notice as soon as practicable Commercial General Liability Conditions.of an "occurrence" or an offense which may Page 2 of 2 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D6 04 02 19 Page 1954 of 3949 Page 1955 of 3949 Page 1956 of 3949 Page 1957 of 3949 Page 1958 of 3949 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [DOUGLAS N. HIGGINS, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations RESPONSE DEADLINE: January 21, 2025 at 3:00 pm Report Generated: Tuesday, January 21, 2025 Douglas N. Higgins, Inc. Response CONTACT INFORMATION Company: Douglas N. Higgins, Inc. Email: tammyl@dnhiggins.com Contact: Tammy Ludwig Address: 4485 Enterprise Ave. Naples, FL 34104 Phone: N/A Website: www.dnhiggins.com Submission Date: Jan 21, 2025 11:49 AM (Eastern Time) Page 1959 of 3949 [DOUGLAS N. HIGGINS, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [DOUGLAS N. HIGGINS, INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jan 21, 2025 4:37 PM by Tammy Ludwig QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Page 1960 of 3949 [DOUGLAS N. HIGGINS, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [DOUGLAS N. HIGGINS, INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 3 24-8296_Proposal.pdf 6. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* 24-8296_Form_1.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* 24-8296_Form_2.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* 24-8296_Form_3.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE 24-8296_Business_Tax_Receipt.pdf REFERENCE QUESTIONNAIRE (FORM 5)* The vendor submits no fewer than three (3) and no more than five (5) completed reference forms from clients during a period of the past 5 years whose assignments are of a similar nature to this solicitation as a part of their proposal. 24-8296_Reference_Questionnaires.pdf W-9 FORM* 24-8296_W-9.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. 24-8296_Sunbiz.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Page 1961 of 3949 [DOUGLAS N. HIGGINS, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [DOUGLAS N. HIGGINS, INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 4 Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. 24-8296_E-Verify.pdf CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. 24-8296_DBE_Information.pdf SIGNED ADDENDA 24-8296_Addendum.pdf MISCELLANEOUS DOCUMENTS 24-8296_Misc._Documents_-_Federal_Provisions.pdf 7. Local Vendor Preference Certification LOCAL VENDOR PREFERENCE (IF APPLICABLE) Please provide a business tax receipt. Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a perm anent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. 24-8296_Business_Tax_Receipt.pdf Page 1962 of 3949 Page 1963 of 3949 Page 1964 of 3949 Page 1965 of 3949 Page 1966 of 3949 Page 1967 of 3949 Page 1968 of 3949 Page 1969 of 3949 Page 1970 of 3949 Page 1971 of 3949 Page 1972 of 3949 Page 1973 of 3949 Page 1974 of 3949 Page 1975 of 3949 Page 1976 of 3949 Page 1977 of 3949 Page 1978 of 3949 Page 1979 of 3949 Page 1980 of 3949 Page 1981 of 3949 Page 1982 of 3949 Page 1983 of 3949 Page 1984 of 3949 Page 1985 of 3949 Page 1986 of 3949 Page 1987 of 3949 Page 1988 of 3949 Page 1989 of 3949 Page 1990 of 3949 Page 1991 of 3949 Page 1992 of 3949 Page 1993 of 3949 Page 1994 of 3949 Page 1995 of 3949 Page 1996 of 3949 Page 1997 of 3949 Page 1998 of 3949 Page 1999 of 3949 Page 2000 of 3949 Page 2001 of 3949 Page 2002 of 3949 Page 2003 of 3949 Page 2004 of 3949 Page 2005 of 3949 Page 2006 of 3949 Page 2007 of 3949 Page 2008 of 3949 Page 2009 of 3949 Page 2010 of 3949 Page 2011 of 3949 Page 2012 of 3949 Page 2013 of 3949 Page 2014 of 3949 Page 2015 of 3949 Page 2016 of 3949 Page 2017 of 3949 Page 2018 of 3949 Page 2019 of 3949 Page 2020 of 3949 Page 2021 of 3949 Page 2022 of 3949 Page 2023 of 3949 Page 2024 of 3949 Page 2025 of 3949 Page 2026 of 3949 Page 2027 of 3949 Page 2028 of 3949 Page 2029 of 3949 Page 2030 of 3949 Page 2031 of 3949 Page 2032 of 3949 Page 2033 of 3949 Page 2034 of 3949 Page 2035 of 3949 Page 2036 of 3949 Page 2037 of 3949 Page 2038 of 3949 Page 2039 of 3949 Page 2040 of 3949 Page 2041 of 3949 Page 2042 of 3949 Page 2043 of 3949 Page 2044 of 3949 Page 2045 of 3949 Page 2046 of 3949 Page 2047 of 3949 Page 2048 of 3949 Page 2049 of 3949 Page 2050 of 3949 Page 2051 of 3949 Page 2052 of 3949 Page 2053 of 3949 Page 2054 of 3949 Page 2055 of 3949 Page 2056 of 3949 Page 2057 of 3949 Page 2058 of 3949 Page 2059 of 3949 Page 2060 of 3949 Page 2061 of 3949 Page 2062 of 3949 Page 2063 of 3949 Page 2064 of 3949 Page 2065 of 3949 Page 2066 of 3949 Page 2067 of 3949 Page 2068 of 3949 Page 2069 of 3949 Page 2070 of 3949 Page 2071 of 3949 Page 2072 of 3949 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [US WATER SERVICES CORPORATION] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations RESPONSE DEADLINE: January 21, 2025 at 3:00 pm Report Generated: Tuesday, January 21, 2025 US Water Services Corporation Response CONTACT INFORMATION Company: US Water Services Corporation Email: ccrego@uswatercorp.net Contact: Christina Crego Address: 4939 CROSS BAYOU BOULEVARD New Port Richey FL 34652 NEW PORT RICHEY, FL 34652 Phone: (727) 848-8292 Ext: 222 Website: www.uswatercorp.com Submission Date: Jan 20, 2025 4:12 PM (Eastern Time) Page 2073 of 3949 [US WATER SERVICES CORPORATION] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [US WATER SERVICES CORPORATION] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jan 17, 2025 8:29 PM by Christina Crego QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) da ys of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Page 2074 of 3949 [US WATER SERVICES CORPORATION] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [US WATER SERVICES CORPORATION] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 3 24-8296_Collier_IFQ_Cover_Letter_and_Proposal_Package_Final_1_21_25.pdf 6. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* 6.1_Form_1_Vendor_Declaration_Statement_Signed.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* 6.2_Form_2_Conflict_of_Interest_Certification_Affidavit_Signed.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* 6.3_Form_3_Immigration_Affidavit_Certification_Signed.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE No response submitted REFERENCE QUESTIONNAIRE (FORM 5)* The vendor submits no fewer than three (3) and no more than five (5) completed reference forms from clients during a period of the past 5 years whose assignments are of a similar nature to this solicitation as a part of their proposal. 6.5_Reference_Form_-_Cape_Coral.docx 6.5_Reference_Form_-_Collier_County_LS_302.25.pdf 6.5_Reference_Form_-_Collier_County_LS_308.10.docx 6.5_Reference_Form_-_Nassau_tib.docx Reference_Form_-_South_Seas_LS_3.docx W-9 FORM* W-9_FORM_(03-2024)_signed.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Page 2075 of 3949 [US WATER SERVICES CORPORATION] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [US WATER SERVICES CORPORATION] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 4 Detail_by_Entity_Name_P030000047833_USWSC.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E-Verify_MOU-_USWSC_(12.2024).pdf CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. No response submitted SIGNED ADDENDA 6.10_Addenda_#1_Signed.pdf MISCELLANEOUS DOCUMENTS Form_5_Grant_Provisions_and_Assurances_package_Signed.pdf 7. Local Vendor Preference Certification LOCAL VENDOR PREFERENCE (IF APPLICABLE) Please provide a business tax receipt. Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. No response submitted Page 2076 of 3949 Page 2077 of 3949 Page 2078 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 3 Section 2: Firms Qualifications and Resources U.S. Water Services Corporation (US Water) was established and incorporated in the State of Florida in 2003 by seasoned industry professionals experienced particularly in the unique Florida Water and Wastewater Utility Operating Environment. Each Client of US Water benefits from the Unique Qualifications of the local Management Team which brings hundreds of years of cumulative experience particular to the Florida Water and Wastewater Utility Industry. US Water is locally owned and operated within the State of Florida. Our shareholders are practicing professionals, actively involved in projects, personally at-risk and committed to client-oriented solutions. US Water employs the largest maintenance department in the State of Florida specific to water, wastewater, maintenance and management. Over the past 21 years, US Water has continued to grow by recognition of positive impact to the water and wastewater industry, and often called by regulatory agencies to problem solve an operating dilemma experienced by a Florida community. Within the Lee and Collier County areas US Water has a well established presence providing water and wastewater operations, maintenance and construction activities. We employ 64 Employees 24 of which are maintenance/construction personnel. Because of size and close proximity to regions to the north and east we are able to share resources and equipment when needed. We are able to call on an additional 24 maintenance/construction personnel along with additional equipment. U.S. Water Services Corporation holds a General Contractor, Underground Utility Contractor, Plumbing and Electrical Licenses. We are a licensed Engineering Firm and employ several PE's within the organization. We work with many clients and other Engineering Firms providing dedicated water utility support, assisting in design, as well as the modification of treatment systems to improve performance. Provide information on the staff and equipment resources available for this project. Our Project Manager selected for the successful application of this IFQ will be Steve Stanton our Construction Manager. Steve will be your primary point of contact and will be responsible for the day-to -day activity. Our dedicated field Superintendent will be Travis Ruble. His role will be to oversee field construction activities and implement actions necessary to track the schedule. Steve Stanton and Travis Ruble's resumes and certifications are located in Section 6 of the "Supporting Documents.” In addition to our company owned equipment; we have national and local vendors that are able to supply any additional equipment or specialty equipment on an as needed basis. We have provided a list of equipment in Section 6. of the "Supporting Documents.” Confirm ability to obtain performance and payment bonds and any relevant limits to bonding ability. US Water is quite capable of obtaining performance and payment bonds. The current surety facility is Swiss Re Corporate Solutions America Insurance Corporation, which is AM Best rated A+, XV, is on the 2024 United States Department of the Treasury List at $113,827,000 single job without reinsurance. Although maximum limits for bonding have not been established, we would consider jobs in the $40,000,000.00 single range and $200,000,000.00 aggregate to be within the “normal” standard operating area for U.S. Water Services Page 2079 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 4 Corporation. Current bond usage is in the $60,000,000 range, and U.S. Water Services Corporation has over $140,000,000 in available bonding capacity. Should you award them a contract we would be pleased to provide any required performance and payment bonds. This letter stating our bonding capabilities is located in Section 6. of the "Supporting Documents." Identify any customer that has provided 20 percent or more of your annual revenue in the past 3 years. The Florida Governmental Utility Authority (FGUA) is our largest client and has provided for 20 percent or more of our annual revenue in the last three years. For the following work elements; indicate if you will self-perform or retain a subcontractor for installation. Listed in the table below are the work elements that will either be self-performed or will retain a subcontractor for installation. Work Element Self-Perform Subcontract Establish/Operate Bypass System X Demolition and Disposal X Wet Well Concrete Repair X Piping, Valving, and Pumps X Manhole repair/replacement X Sitework X Stormwater system repair X Telemetry Antenna X Concrete Pads X Wet Well Lid and Hatch X Electrical and Controls X Startup and Testing X Record Drawings X Pumper Trucks X Page 2080 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 5 Provide names and resumes of the proposed project manager and field superintendent. The resumes of Steve Stanton (Project Manager) and Travis Ruble (Field Superintendent) are located in Section 6. of the "Supporting Documents." Describe and provide copies of any licenses or certifications relevant to this assignment. Licenses and certificates are located in Section 6. of the "Supporting Documents." Indicate if the current firm or a predecessor firm has ever been debarred or failed to complete a project. US Water has never been debarred or failed to complete a project. Provide the address of the office or yard from which the project will be served. We will direct all activities for the operations of this project from our Construction Office located at 13891 Jetport Loop Suite 11, Fort Myers, FL 33913. This is a secure location that we use to stage materials and personnel. Provide evidence of the company’s or its subcontractors ability to perform HDPE butt fusion for pump station discharge piping. One of the services we contract with our vendors is the butt fusion of select HDPE components. We do business with ISCO pipe and Pasco Pipe on a regular basis; wherein they are able to fabricate HDPE components for lift stations according to field measurements. These components are then shipped to the site for installation by US Water. We have found that this process managed correctly is more timely and efficient than the fusion of HDPE lift station components onsite. Any onsite constraints that would require field fusion is then done by US Water or its subcontractor. A copy of the certificate for our subcontractor is located in Section 6. of the" Supporting Documents." Demonstrate that the personnel operating the butt fused machine are HDPE butt fused certified. US Water staff have been thoroughly trained but have not been certified at this time. Provide evidence of your Certified Underground Utility and Excavation Contractor or General Contractor’s License. Provide Evidence of your Electrical Contractor’s License or identify proposed electrical subcontractor and provide evidence of the electrical subcontractor’s license. Copies of our General Contractor's, Underground Contractor's, Plumbing, Electrical and Engineering Licenses are located in Section 6. of the "Supporting Documents." Page 2081 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 6 Section 3: Relevant Experience Listed below are the 5 project examples of pump station rehabilitation work within the last 5 years. The 5 references are located in Section 6, "Supporting Documents.” Reference #1: City of Cape Coral Project Name: City of Cape Coral Duplex Lift Station Rebuilds M103, 116, 118 & 119 Project Location: Various locations in Cape Coral Project Description: The rehabilitation of 4 existing lift stations including demolition of the existing wet well and valve vault piping, and control panel and equipment. Installation of new HDPE butt fusion piping, wet well coating, core boring, site work and tie in to existing forcemain. Start date: May 8th 2023 Stop date: March 3rd 2024 Subcontractors performing 20 percent or more of the work: MG Electrical Developers Inc. installed new control panels at each of the lift stations. Project construction cost: $755,371.50 Contact Name: Jody Daubenberger Contact Title: Senior Project Manager Contact Organization: City of Cape Coral Contact Phone: Tel: (239) 242-3440 EXT: 3440 Contact Email: jdaubenb@capecoral.gov Reference #2: Collier County Project Name: Collier County Pump Station 302.25 Rehabilitation Project Location: 5666 Whitaker Rd. Naples FL 34112 Project Description: The rehabilitation of the existing Pump Station 302.25 consisted of: • Installation of new black vinyl chain-link fence and stone ground cover within the County Utility Easement • Removal of the existing valve vault and components. • Installation of a new above grade piping assembly. • Removal and installation of the Pump Control Panel (PCP). • Installation of a precast concrete wet well riser section, new wet well lid and hatch. • Removal and installation of new submersible pumps. • Removal and installation of the wet well coating. • Installation of a backup diesel generator. • Installation of new concrete driveway. Start date: April 7, 2023 Stop date: March 3rd, 2024 Page 2082 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 7 Subcontractors performing 20 percent or more of the work: MG Electrical Developers Inc. installed new control panels at each of the lift stations. Project construction cost: $435,105.01 Contact Name: Corinne Trtan Contact Title: Project Manager II Contact Organization: Collier County Public Utilities Engineering & Project Management Contact Phone: 239-252-4233 Contact Email: Corinne.Trtan@colliercountyfl.gov Reference #3: Collier County Project Name: Collier County Pump Station 308.10 Repair and Renovations Project Location: 2500 Airport-Pulling Rd Naples, Florida 34104 Project Description: • Mobilization/Demobilization • Pre-construction video • S=Survey layout and as-built drawings • Establish and maintain bypass pumping system • Furnish and install construction project sign • Demolish, remove, and dispose of concrete lid, hooks, rails, riser pipes, valve vault, discharge piping and valves, and other wet well components • Install Two (2) FLYGT NP 3085 463-Impeller 4-HP Submersible Pumps • Furnish and Install 4” Discharge and Suction Piping and Valves • Furnish and Install 8” Thick Concrete Wet Well Lid and Access Hatches • Furnish and Install 6” Thick Concrete Equipment Pad • Furnish and Install Protective Liner on Interior Surface of Wet Well • Furnish and Install Protective Liner on Interior Surface of Manhole • Connect to Existing 6” Force Main • Raise Existing East Manhole Rim 6” Start date: May 10th, 2021 Stop date: August 8th, 2021 Subcontractors performing 20 percent or more of the work: N/A Project construction cost: $138,582.73 Contact Name: Lourdes Santiago Contact Title: Project Manager III Contact Organization: Collier County Public Utilities Engineering & Project Management Page 2083 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 8 Contact Phone: 239-252-8838 Contact Email: Lourdes.santiago@colliercountyfl.gov Reference #4: Florida Governmental Utility Authority (FGUA) Nassau Amelia Utilities Project Name: Nassau Amelia Utilities (NAU) Lift Station No. 27 Rehabilitation Project Location: 6 Marsh Point Rd, Ferdandina Beach, FL 32034 Project Description: Replacement of LS No. 27 with a duplex submersible pump station, including lining of the wetwell, bypass pumping, new pumps, bases, rails, valves, piping, new concrete top slab, new electrical rack and control panel, valve vault, and landscaping and restoration. Start date: June 22nd, 2023 Stop date: May 23rd, 2024 Subcontractors performing 20 percent or more of the work: N/A Project construction cost: $407,500.00 Contact Name: Teresa Irby-Butler, PE, CGC Contact Title: Capital Project Manager Contact Organization: Florida Governmental Utility Authority Contact Phone: 407-399-8233 Contact Email: teresa.irby-butler@fgua.com Reference #5: Florida Governmental Utility Authority (FGUA) South Seas Plantation Utilities Project Name: South Seas Planation Lift Station 3 Rehabilitation Project Location: 513 South Seas Plantation Road, Captiva FL 33924 Project Description: Rehabilitation of a submersible pump station, including bypass pumping, new pumps, bases, rails, valves, piping, new concrete top slab, landscaping, and restoration. Start date: May 10th, 2023 Stop date: January 1st, 2024 Subcontractors performing 20 percent or more of the work: N/A Project construction cost: $64,265.66 Contact Name: Michael Currier Contact Title: South Region Area Manager Contact Organization: Florida Governmental Utility Authority Page 2084 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 9 Contact Phone: 321-246-4642 Contact Email: michael.currier@fgua.com Section 4: Project Approach US Water is keenly aware of the financial pressures that municipalities are under to bring projects in on or below budget. We have a reputation and proven track record of providing quality services while providing our clients savings. The initial planning stage is the most critical component of any Project. Best Management Practices for facility evaluation, design, permitting, construction and project management are the keys to effectively scheduling and meeting Contract scope and budget objectives. Another key tool is the ability to provide clear and conscience scopes for vendors to ensure competitive pricing. Listed below are the typical critical items associated with having a successful project. During the Permitting and Design phase • Develop a Communication Plan with the County • Meet with Regulatory Agencies for pre-application meetings • Review Facilities Records • Design project to ensure that all regulatory requirements are met • Provide review and input opportunities from operations staff • Joint meetings with County staff and local Home Owners Associations if necessary to make the resident aware of construction activities • Obtain Permits • Develop a sound construction schedule and update it on a regular basis During the Construction phase • Before Construction begins, conduct a Kickoff Meeting with all the stake holders outlining the construction plan and timeline • Update the construction schedule on a regular basis • Continuous communications with fill County staff involved with this project and sub contractors on the day-to-day progress and issues through unscheduled and scheduled progress meeting as necessary to keep all parties informed • Ensure that the established safety plan is in place and followed • Schedule progress meetings as necessary to keep all staff informed Page 2085 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 10 A sample schedule, showing milestones, of a typical duplex pump station full renovation. Assume that Collier County will direct- purchase all materials and equipment, including the pump control panel and your company will do all the installation. Below we have created the following milestone schedule outlining the major activities. Task Name Duration Start Finish Collier County Wastewater Pump Station Rehabilitation Timeline 123 days Wed 1/1/25 Fri 6/20/25 FDEP Approval (County Provided) 1 day Wed 1/1/25 Wed 1/1/25 SDP Approval (County Provided) 1 day Wed 1/1/25 Wed 1/1/25 Request for Quotations 1 day Wed 1/1/25 Wed 1/1/25 Initiate Sunshine One-Call Utility Locates 7 days Wed 1/1/25 Thu 1/9/25 Non-Mandatory Pre-Quote Meeting 1 day Fri 1/10/25 Fri 1/10/25 Receipt of Quotations 10 days Mon 1/13/25 Fri 1/24/25 Notice of Award 1 day Wed 1/29/25 Wed 1/29/25 Collier County Permits - (Building, Electrical, Plumbing, ROW) 30 days Wed 1/29/25 Tue 3/11/25 FDEP Permit Procurement 30 days Wed 1/29/25 Tue 3/11/25 SWFMD Un-Contaminated Dewatering Permit 30 days Wed 1/29/25 Tue 3/11/25 Contractor Background Checks - As Applicable 7 days Thu 1/30/25 Fri 2/7/25 Assignment of Contractor Badges (County) 7 days Mon 2/10/25 Tue 2/18/25 Purchase Order - Notice of Proceed 1 day Wed 2/19/25 Wed 2/19/25 Arc Flash Study (Project Specific) 7 days Thu 2/20/25 Fri 2/28/25 US Water Safety Plan Submission to County for Review as needed 1 day Mon 3/3/25 Mon 3/3/25 US Water MOT Plan Submission to County for Review 1 day Mon 3/3/25 Mon 3/3/25 US Water Wastewater Management Plan Submission to County 1 day Mon 3/3/25 Mon 3/3/25 Notice of Commencement 1 day Wed 3/12/25 Wed 3/12/25 RECALL Utility Locates 1 day Wed 3/12/25 Wed 3/12/25 Site Based Pre-Construction Meeting 1 day Mon 3/17/25 Mon 3/17/25 Construction Activities 69 days Tue 3/18/25 Fri 6/20/25 Utility Verification - Potholing 2 days Tue 3/18/25 Wed 3/19/25 Site Containment (Fencing, Security) 1 day Thu 3/20/25 Thu 3/20/25 Procurement of County Supplied Equipment and Materials 2 days Fri 3/21/25 Mon 3/24/25 Bypass Operations - Commencement of Wastewater Bypass 1 day Tue 3/25/25 Tue 3/25/25 Commencement of 48 Hour Bypass Test 2 days Wed 3/26/25 Thu 3/27/25 Disconnect of FPL Electrical Power to Site 1 day Tue 4/1/25 Tue 4/1/25 Commencement of Pump Station Demolition 7 days Wed 4/2/25 Thu 4/10/25 Removal and Delivery of Used Control Panels and Pumps to County 1 day Fri 4/11/25 Fri 4/11/25 Commencement of Wet Well Rehabilitation / Lining 10 days Wed 4/16/25 Tue 4/29/25 Commencement of Electrical Modifications 10 days Wed 4/30/25 Tue 5/13/25 Page 2086 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 11 Notice of Intent to Transition Station from Bypass 1 day Wed 5/14/25 Wed 5/14/25 Pump Station Start-Up and Performance Testing 1 day Thu 5/15/25 Thu 5/15/25 3-Day Validation Test Commencement 3 days Fri 5/16/25 Tue 5/20/25 Transitional Operations - Removal of Bypass Equipment 1 day Wed 5/21/25 Wed 5/21/25 Substantial Completion - Pump Station Operational 1 day Thu 5/22/25 Thu 5/22/25 Completion of Site Modifications 8 days Fri 5/23/25 Tue 6/3/25 Completion of Aesthetic Enhancements 10 days Wed 6/4/25 Tue 6/17/25 DRAFT Record Drawing / Redline Submission 10 days Wed 6/4/25 Tue 6/17/25 Permit Closeout - ALL 1 day Wed 6/18/25 Wed 6/18/25 Lein Release - All 1 day Thu 6/19/25 Thu 6/19/25 Final Completion 1 day Fri 6/20/25 Fri 6/20/25 Based on our experience the three most important factors the Contractor controls in meeting schedules for projects of this nature. • Accessibility - maintaining a healthy line of communication with County Representatives. • Labor Force - availability of skilled personnel able to perform • Control of Work - timely Scheduling of Subcontractor work et al. Ex. (Coating Contractor) Based on our experience the three most important factors the Owner controls in meeting schedules for projects of this nature. • Accessibility - maintaining a healthy line of communication with US Water Representatives • Availability of Inventory- accurate and timely transfer of Materials and Equipment to US Water. • Change in Work Management - In achieving the best results sometimes a change in work is needed. Proper management of this task is paramount to maintaining schedule efficiency. Describe how your company typically prioritizes projects when multiple requests for your services arise simultaneously. US Water employs over 500 personnel in the State of Florida. Our depth chart is almost unmatched when it comes to the ability to provide skilled personnel to complete the type of work outlined in this solicitation. Due to our breadth, we have the ability to supplement additional personnel from our surrounding regions and meet project goals. We also maintain near exclusive relationships with electricians and underground contractors. These relationships allow us to call in additional assistance on short notice. Lastly, we maintain a large staff dedicated to our Human Resources. We maintain a healthy hiring regimen and are able to add skilled personnel as labor force requirements trend upward. Based on experience, describe the strategy for procuring long lead time items that may require the Contractor to pay advance submittal payments (the County will not make advanced payments for submittals). Whenever possible, US Water will create a schedule with critical path items to determine if any portions of the project can be completed while longer lead time items are still in procurement. US Water understands Page 2087 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 12 that completing a lift station rehabilitation project in an efficient and timely manner is of the utmost importance and we are willing to pay advance submittal payments in order to expedite the process. Describe how your company typically manages project workloads when demand exceeds current capacity to execute. In the immediate area including Collier County, US Water employs managers and superintendents tasked with management of contractual construction work. US Water maintains a large staff across Florida wherein we employ over 80 project management personnel. We are a diverse business. When compared with most construction companies, US Water Is management heavy. As part of this management staff we employ system management personnel tasked with maintenance and construction of collection and distribution assets within their area. Although it has never happened, if the need would arise US Water has those resources at our availability. Discuss the details of how you will have a representative on site within 30 minutes of on alarm during a bypass. During the bypass pumping stage of the project US Water provides and puts into place safeguards (Wireless autodialers, high level bypass floats) to ensure that the bypass pumping system is set up to provide early high-level detection. Based on our experience, and our ability to be electronically connected to the equipment, we are able to respond quickly to any situation that may arise. Collier County is quite expansive. While most of the time US Water could meet the response time of 30 minutes, it would be unlikely for a representative from our organization to be able to satisfy the 30-minute requirement in all applications. Each rehabilitation project would have to be looked at separately. As an option, US Water has employed the use of temporary onsite living quarters in critical applications involving master lift stations. A more realistic response time would be between 45 to 60 minutes to all areas of the County. We do have 24 hours a day 7 day a week answering service with service technicians on call. We would always dispatch the closest technician able to perform remediation of the alarm; as well as alerting the project team on call for immediate mobilization to the site. Section 5: Required Forms • Vendor Non-Response Form • Vendor Checklist • Conflict of Interest Affidavit • Vendor Declaration Statement • Immigration Affidavit Certification • Vendor Substitute W-9 • Insurance Form • Instructions to Bidder • Exhibit 1 Federal Emergency Management Agency Public Assistance • E-Verify/Immigration Affidavit (Memorandum of Understanding Page 2088 of 3949 IFQ 24-8296 Wastewater Pump Station Repairs and Renovations January 21, 2025 PAGE 13 Section 6: Supporting Documents • Resumes • Equipment List • Bond Letter • Certificate of Personnel • Copies of Company’s licenses • HDPE Fusion Training Certificate • Reference Questionnaires Page 2089 of 3949 STEVE STANTON PAGE ϣ STEVE STANTON Project Director With over 27 years of experience, Mr. Stanton is the Regional Maintenance Manager overseeing the collections and distribution system maintenance and construction for over 70 clients. He oversees more than 30 personnel who provide maintenance and construction services to the water distribution, wastewater collection, and management of over 200 lift stations. His primary responsibilities are focused on providing maintenance, R&R, and assistance in capital planning for US Water’s clients. Mr. Stanton is also a recognized expert in underground utility locating using advanced techniques and is well experienced in the operation of heavy equipment, excavation and trenching equipment. Mr. Stanton was awarded the Raymond Bordner Award by the FWPCOA in 2021 for systems operators in both distribution and collection with more than 10 years of experience whose outstanding personal performance is deserving of special recognition by the Board of Directors. EXPERIENCE Florida Governmental Utility Association (FGUA), Treatment Systems Across FGUA South Region, Maintenance and Construction Manager- Oversees nearly 25 maintenance personnel who provide maintenance services to the water distribution, wastewater collection, and management of over 200 lift stations. Also oversees large meter maintenance and the repair and replacement of water mains up to 30 inches in diameter. Acts as CMMS manager for the South FGUA systems, managing and monitoring the closure and completion of thousands of work orders annually. FGUA South Area Accomplishments include the following: Instrumental in managing assets during the Hurricane Irma (2017) and Hurricane Ian (2022) response including generators, by-pass pumps, water and force man repairs, establishing pressure zones to restore service to critical infrastructure immediately following the storm. Managed recovery projects in the weeks following the storm. Pivotal in the proper selection of replacement lift station pumps for the Lee Boulevard Lift stations to accommodate for the new headworks at the WWTP that inadvertently increased the operating pressures of the force main. South Region US Water Construction Projects and Plant Builds, Project Director- Managed and greatly influenced the design and build of a brand new 20,000 gal/day wastewater treatment plant for Bocilla Island Club on Pine Island. Managed the successful completion of the Lee County Pine Island WWTP Effluent Pump Station Project Successfully completed numerous lift station rehabilitation projects for the City of Cape Coral, City of North Port, Collier County, Charlotte County, and Highlands County. PROJECT ROLE Project Director YEARS OF EXPERIENCE 27 (13 with US Water) EXPERTISE Water and wastewater facility operations & maintenance Collection and distribution systems maintenance CMMS management Underground Utility location Operation of heavy equipment, and excavation and trenching equipment CERTIFICATIONS Level 1 Water Distribution System License Class A Wastewater Collection Class A CDL License Holder FDEP Stormwater Inspector Certified Backflow Tester Chlorine First Responder Technician Permit Required Confined Space Entry Supervisor Page 2090 of 3949 TRAVIS RUBLE PAGE 1 TRAVIS RUBLE Project Superintendent Mr. Ruble has been with US Water Services Corporation for 12 years and has worked his way up to a Project Superintendent. He is a professional distribution system and utility technician with construction experience. He has performed numerous lift station rehabilitations and built the Bocilla Island WWTP and C&B Farms WTP, both US Water design-build projects. Additionally, Mr. Ruble was instrumental in the successful completion of the Lee County Pine Island WWTP Effluent Pump Station Rehabilitation. As a project superintendent, Mr. Ruble schedules and coordinates subcontractors to perform work on behalf of the company. He oversees ordering materials for scheduled work, monitoring priorities and is the liaison between the construction team and management. Mr. Ruble obtains information from various vendors, customers, and departments, as well as delegates tasks to selected employees. He oversees daily operations, including employee performance, preventative maintenance, and safety. EXPERIENCE Mr. Ruble is an extremely knowledgeable project superintendent with a background in plumbing, electrical, hydraulic dynamics, planning, coordinating, and warehouse management. He is a reliable worker with strong mechanical aptitude. Mr. Ruble has conducted force main studies, determined correct sizes of pumps, pump protection and other components, and repaired service leaks, main breaks, fire hydrants, valves, air release valves, auto flushers, and lift stations. He scheduled and coordinated with maintenance and subcontractors to complete corrective work on assists, monitored priorities and liaised between maintenance team and management, delegated tasks to selected employees, and documented protocols for preventative maintenance procedures. PROJECT ROLE Project Superintendent YEARS OF EXPERIENCE 12 years EXPERTISE Collection and distribution systems maintenance Lift station rehabilitation Crane and heavy equipment operation Job site safe practices CERTIFICATIONS Confined Space Training Certified Backflow Tester OSHA 10 Training Page 2091 of 3949 U.S. Water Services Corporation Available Equipment List Equipment Location 3" mudhog pump Fort Myers Office 5000W Portable generator Fort Myers Office 2500 psi pressure washer Fort Myers Office Electric pole saw Fort Myers Office 14" Stihl concrete/ demo saw Fort Myers Office weed eater Fort Myers Office (2) 14" Stihl concrete/ demo saw Fort Myers Office 5000w Portable generator Fort Myers Office 15000w portable generator Fort Myers Office 30 gal air compressor (electric) Fort Myers Office 4 gal portable air compressor (electric) Fort Myers Office 5 gal portable air compressor (electric) Fort Myers Office 10 gal truck mounted air compressor (gas) Fort Myers Office 2500psi pressure washer Fort Myers Office smoke tester Fort Myers Office 10 ton pipe spreader Fort Myers Office (3) air blowers for confined space Fort Myers Office (3) shop vacs Fort Myers Office 325 Bobcat mini ex Fort Myers Office 16' Utility trailer (for mini ex) Fort Myers Office (2) 3" trash pumps Fort Myers Office (2) leaf blowers Fort Myers Office (2) 6" Godwin bypass pumps (tow behind) Fort Myers Office 4" Godwin bypass pump(tow behind) Fort Myers Office Fork Lift Fort Myers Office 2 ton Cherry picker Fort Myers Office Crane truck Fort Myers Office Page 2092 of 3949 1904 Boothe Circle I Longwood, FL 32750 December 4, 2024 M.Gary Francis, Contract Bond Specialist To Whom it May Concern, Re: U.S. Water Services Corporation Please be advised that M. Gary Francis of Guignard Company is the agent of record for construction performance and payment bonds for U. S. Water Services Corporation and has had the privilege of providing them with surety bonds since 2004. They have an excellent reputation and have completed all bonded projects without incident. The current surety facility is Swiss Re Corporate Solutions America Insurance Corporation, which is AM Best rated A+, XV, is on the 2024 United States Department of the Treasury List at $113,827,000 single job without reinsurance. Although maximum limits for bonding have not been established, we would consider jobs in the $40,000,000.00 single range and $200,000,000.00 aggregate to be within the “normal” standard operating area for U.S. Water Services Corporation. Current bond usage is in the $60,000,000 range, and U.S. Water Services Corporation has over $140,000,000 in available bonding capacity. Should you award them a contract we would be pleased to provide any required performance and payment bonds. Should additional information be required, please feel free to contact me at (407) 834-0022 or via email at Gary@GuignardCompany.com. Best regards, Page 2093 of 3949 Page 2094 of 3949 Page 2095 of 3949 Page 2096 of 3949 State of Florida Department of State I certify from the records of this office that U.S.WATER SERVICES CORPORATION is a corporation organized under the laws of the State of Florida,filed on April 30,2003,effective April 28,2003. The document number of this corporation is P03000047833. I further certify that said corporation has paid all fees due this office through December 31,2024,that its most recent annual report/uniform business report was filed on February 2,2024,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Eighteenth day of June,2024 Tracking Number:2102501516CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Page 2097 of 3949 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESDELCHER, CECIL RDo not alter this document in any form.U S WATER SERVICES CORPORATIONLICENSE NUMBER: CGC003307EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.4939 CROSS BAYOU BOULEVARDNEW PORT RICHEY FL 34652Always verify licenses online at MyFloridaLicense.comISSUED: 07/23/2024Page 2098 of 3949 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESDEREMER, GARY ANDREWDo not alter this document in any form.US WATER SERVICES CORPORATIONLICENSE NUMBER: CUC1223914EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.4939 CROSS BAYOU BOULEVARDNEW PORT RICHEY FL 34652Always verify licenses online at MyFloridaLicense.comISSUED: 07/23/2024Page 2099 of 3949 Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation U.S. WATER SERVICES CORPORATION Filing Information P03000047833 20-0008821 04/30/2003 04/28/2003 FL ACTIVE AMENDMENT 05/13/2024 NONE Principal Address 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Changed: 03/31/2004 Mailing Address 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Changed: 05/09/2005 Registered Agent Name & Address NORTHWEST REGISTERED AGENT LLC 7901 4TH ST N STE 300 ST. PETERSBURG, FL 33702 Name Changed: 11/04/2024 Address Changed: 11/04/2024 Officer/Director Detail Name & Address Title CEO D C Florida Department of State 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…1/4Page 2100 of 3949 DEREMER, GARY 4939 CROSS BAYOU BLVD. NEW PORT RICHEY, FL 34652 Title VP DELCHER, CECIL 4939 CROSS BAYOU BLVD. NEW PORT RICHEY, FL 34652 Title VP AMIOTT, RALPH 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP KADER, MOHAMMED 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP, Secretary Mitchell, Edward 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title CFO RUPE, KAYCEE 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP SALIBA, CHRIS 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP RENDELL, WILLIAM TROY 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP DUPONT, JEFFREY 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…2/4Page 2101 of 3949 Title VP VOSS, AARON 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title SVP Elias, Dan 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title SVP Jones, Kenneth 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP Benderski, Ron 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP SCHULTZ, DAVID, Jr. 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Annual Reports Report Year Filed Date 2022 01/24/2022 2023 01/11/2023 2024 02/02/2024 Document Images 11/04/2024 -- Reg. Agent Change View image in PDF format 05/13/2024 -- Amendment View image in PDF format 02/02/2024 -- ANNUAL REPORT View image in PDF format 01/11/2023 -- ANNUAL REPORT View image in PDF format 01/24/2022 -- ANNUAL REPORT View image in PDF format 01/20/2021 -- ANNUAL REPORT View image in PDF format 03/31/2020 -- Amended and Restated Articles View image in PDF format 01/16/2020 -- ANNUAL REPORT View image in PDF format 09/25/2019 -- Amendment View image in PDF format 04/04/2019 -- ANNUAL REPORT View image in PDF format 03/02/2018 -- ANNUAL REPORT View image in PDF format 04/24/2017 -- ANNUAL REPORT View image in PDF format 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…3/4Page 2102 of 3949 04/15/2016 -- ANNUAL REPORT View image in PDF format 02/19/2015 -- ANNUAL REPORT View image in PDF format 02/26/2014 -- ANNUAL REPORT View image in PDF format 03/18/2013 -- ANNUAL REPORT View image in PDF format 04/19/2012 -- ANNUAL REPORT View image in PDF format 04/13/2011 -- ANNUAL REPORT View image in PDF format 04/02/2010 -- ANNUAL REPORT View image in PDF format 04/29/2009 -- ANNUAL REPORT View image in PDF format 03/31/2008 -- ANNUAL REPORT View image in PDF format 04/30/2007 -- ANNUAL REPORT View image in PDF format 04/30/2006 -- ANNUAL REPORT View image in PDF format 05/09/2005 -- ANNUAL REPORT View image in PDF format 03/31/2004 -- ANNUAL REPORT View image in PDF format 08/07/2003 -- Amendment View image in PDF format 06/09/2003 -- Off/Dir Resignation View image in PDF format 04/30/2003 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…4/4Page 2103 of 3949 An o icial website of the United States government Here’s how you know Home Search Data Bank Data Services Help Core Data Business Information Entity Types Financial Information Points of Contact Assertions Reps and Certs (FAR/DFARS) Reps and Certs (Financial Assistance) Exclusions Responsibility / Qualification Entity Registration Core Data Active Registration Expiration Date U.S. WATER SERVICES CORPORATION Entity Information Unique Entity ID WNDSGSBPHBK8 CAGE/NCAGE 3PLB2 Dec 31, 2025 1/8/25, 7:57 AM SAM.gov https://sam.gov/entities/view/WNDSGSBPHBK8/coreData?status=Active&emrKeyValue=1580380~1735658084617039 1/6Page 2104 of 3949 BUSINESS INFORMATION Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration in SAM demonstrates the registrant responded to the questions. Physical Address 4939 Cross Bayou BLVD New Port Richey, Florida 34652-3434, United States Mailing Address 4939 Cross Bayou Boulevard New Port Richey, Florida 34652-3434, United States Purpose of Registration All Awards Version Current Record Doing Business As (blank) URL http://www.uswaterco rp.com Division Name (blank) Division Number (blank) Congressional District Florida 12 State/Country of Incorporation Florida, United States Owner CAGE Legal Business Name Immediate Owner (blank)(blank) Highest Level Owner (blank)(blank) Registration Dates Entity Dates Activation Date Jan 2, 2025 Submission Date Dec 31, 2024 Initial Registration Date Jan 12, 2004 Entity Start Date Apr 28, 2003 Fiscal Year End Close Date Dec 31 1/8/25, 7:57 AM SAM.gov https://sam.gov/entities/view/WNDSGSBPHBK8/coreData?status=Active&emrKeyValue=1580380~1735658084617039 2/6Page 2105 of 3949 SAM SEARCH AUTHORIZATION Yes ENTITY TYPES FINANCIAL INFORMATION ACCOUNT DETAILS I authorize my entity's non-sensitive information to be displayed in SAM public search results: Business Types Entity Structure Corporate Entity (Not Tax Exempt) Entity Type Business or Organization Profit Structure For Profit Organization Organization Factors Subchapter S Corporation Socio-Economic Types Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA-certified HUBZone small business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pages during registration. Payments Accepts Credit Card Payments No Debt Subject To O set No 1/8/25, 7:57 AM SAM.gov https://sam.gov/entities/view/WNDSGSBPHBK8/coreData?status=Active&emrKeyValue=1580380~1735658084617039 3/6Page 2106 of 3949 EFT Indicator 0000 CAGE Code 3PLB2 POINTS OF CONTACT Electronic Business Government Business Primary Point of Contact David Schultz Jr., Vice President Address 4939 Cross Bayou Boulevard New Port Richey, Florida 34652-4259 United States Alternate Point of Contact Irene Moats, Contract Administrator Address 4939 Cross Bayou Boulevard New Port Richey, Florida 34652 United States Primary Point of Contact David Schultz Jr., Vice President Address 1/8/25, 7:57 AM SAM.gov https://sam.gov/entities/view/WNDSGSBPHBK8/coreData?status=Active&emrKeyValue=1580380~1735658084617039 4/6Page 2107 of 3949 Past Performance 4939 Cross Bayou Boulevard New Port Richey, Florida 34652-4259 United States Alternate Point of Contact Irene Moats, Contract Administrator Address 4939 Cross Bayou Boulevard New Port Richey, Florida 34652 United States Primary Point of Contact Ed Mitchell Address 4939 Cross Bayou Boulevard New Port Richey, Florida 34652-4259 United States Our Website About This Site Our Community Release Notes System Alerts Our Partners Acquisition.gov USASpending.gov Grants.gov More Partners 1/8/25, 7:57 AM SAM.gov https://sam.gov/entities/view/WNDSGSBPHBK8/coreData?status=Active&emrKeyValue=1580380~1735658084617039 5/6Page 2108 of 3949 WARNING SAM.gov An o icial website of the U.S. General Services Administration Policies Terms of Use Privacy Policy Restricted Data Use Freedom of Information Act Accessibility Customer Service Help Check Entity Status Federal Ser vice Desk External Resources Contact This is a U.S. General Ser vices Administration Federal Government computer system that is "FOR OFFICIAL USE ONLY." This system is subject to monitoring. Individuals found performing unauthorized activities are subject to disciplinar y action including criminal prosecution. This system contains Controlled Unclassified Information (CUI). All individuals viewing, reproducing or disposing of this information are required to protect it in accordance with 32 CFR Part 2002 and GSA Order CIO 2103.2 CUI Policy. 1/8/25, 7:57 AM SAM.gov https://sam.gov/entities/view/WNDSGSBPHBK8/coreData?status=Active&emrKeyValue=1580380~1735658084617039 6/6Page 2109 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name: Corinne Trtan (Evaluator completing reference questionnaire) Company: Collier County Public Utilities EPMD (Evaluator’s Company completing reference) Email: corinne.trtan@colliercountyfl.gov FAX: Telephone: 239-252-4233 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the item or form will be scored “0.” Project Description: Collier County Pump Station 302.25 Rehabilitation Completion Date: March 3rd 2024 Project Budget: $435,105.01_____ Project Number of Days: 330_______________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 2110 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name: Lourdes Santiago (Evaluator completing reference questionnaire) Company: Collier County (Evaluator’s Company completing reference) Email: Lourdes.santiago@colliercountyfl.gov FAX: Telephone: 239-252-8838 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Collier County Pump Station 308.10 Repair and Renovations Completion Date: August 8th 2021 Project Budget: $138,582.73__________ Project Number of Days: 90 ________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 2111 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name:Teresa Irby-Butler, PE, CGC (Evaluator completing reference questionnaire) Company:Florida Governmentel Utility Authority (Evaluator’s Company completing reference) Email: teresa.irby-butler@fgua.com FAX: N/A Telephone: 407.399.8233 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Nassau Amelia Utiitiies (NAU) Lift Station No. 27 Rehabilitation Completion Date: May 23rd 2024 Project Budget: $407,500.00 Project Number of Days: 336______ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 9 4 Quality of consultative advice provided on the project. N/A 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 Page 2112 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name:Jody Daubenberger (Evaluator completing reference questionnaire) Company:City of Cape Coral (Evaluator’s Company completing reference) Email: jdaubenb@capecoral.gov FAX: Telephone: 239-242-3440 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: City of Cape Coral Duplex Lif t Station Rebuilds M103, 116, 118 & 119 Completion Date: March 3rd 2024 Project Budget: $755,371.50___________________ Project Number of Days:_300____________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 2113 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name: Michael Currier (Evaluator completing reference questionnaire) Company: Florida Governmental Utility Authority (Evaluator’s Company completing reference) Email: michael.currier@fgua.com FAX: Telephone: 321-246-4642 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: South Seas Plantation Lift Station 3 Rehabilitation Completion Date: January 1st, 2024 Project Budget: $64,265.66__________________ Project Number of Days:_237 days___________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 Page 2114 of 3949 Page 2115 of 3949 Page 2116 of 3949 Page 2117 of 3949 Page 2118 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name:Jody Daubenberger (Evaluator completing reference questionnaire) Company:City of Cape Coral (Evaluator’s Company completing reference) Email: jdaubenb@capecoral.gov FAX: Telephone: 239-242-3440 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: City of Cape Coral Duplex Lif t Station Rebuilds M103, 116, 118 & 119 Completion Date: March 3rd 2024 Project Budget: $755,371.50___________________ Project Number of Days:_300____________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 2119 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name: Corinne Trtan (Evaluator completing reference questionnaire) Company: Collier County Public Utilities EPMD (Evaluator’s Company completing reference) Email: corinne.trtan@colliercountyfl.gov FAX: Telephone: 239-252-4233 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the item or form will be scored “0.” Project Description: Collier County Pump Station 302.25 Rehabilitation Completion Date: March 3rd 2024 Project Budget: $435,105.01_____ Project Number of Days: 330_______________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 2120 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name: Lourdes Santiago (Evaluator completing reference questionnaire) Company: Collier County (Evaluator’s Company completing reference) Email: Lourdes.santiago@colliercountyfl.gov FAX: Telephone: 239-252-8838 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Collier County Pump Station 308.10 Repair and Renovations Completion Date: August 8th 2021 Project Budget: $138,582.73__________ Project Number of Days: 90 ________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Page 2121 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name:Teresa Irby-Butler, PE, CGC (Evaluator completing reference questionnaire) Company:Florida Governmentel Utility Authority (Evaluator’s Company completing reference) Email: teresa.irby-butler@fgua.com FAX: N/A Telephone: 407.399.8233 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the item or form will be scored “0.” Project Description: Nassau Amelia Utiitiies (NAU) Lift Station No. 27 Rehabilitation Completion Date: May 23rd 2024 Project Budget: $407,500.00 Project Number of Days: 336______ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 9 4 Quality of consultative advice provided on the project. N/A 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 Page 2122 of 3949 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: IFQ 24-8296 Wastewater Pump Station Repairs and Renovations Reference Questionnaire for: US Water Services Corporation (Name of Company Requesting Reference Information) Steve Stanton (Name of Individuals Requesting Reference Information) Name: Michael Currier (Evaluator completing reference questionnaire) Company: Florida Governmental Utility Authority (Evaluator’s Company completing reference) Email: michael.currier@fgua.com FAX: Telephone: 321-246-4642 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: South Seas Plantation Lift Station 3 Rehabilitation Completion Date: January 1st, 2024 Project Budget: $64,265.66__________________ Project Number of Days:_237 days___________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 Page 2123 of 3949 Page 2124 of 3949 Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation U.S. WATER SERVICES CORPORATION Filing Information P03000047833 20-0008821 04/30/2003 04/28/2003 FL ACTIVE AMENDMENT 05/13/2024 NONE Principal Address 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Changed: 03/31/2004 Mailing Address 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Changed: 05/09/2005 Registered Agent Name & Address NORTHWEST REGISTERED AGENT LLC 7901 4TH ST N STE 300 ST. PETERSBURG, FL 33702 Name Changed: 11/04/2024 Address Changed: 11/04/2024 Officer/Director Detail Name & Address Title CEO D C Florida Department of State 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…1/4Page 2125 of 3949 DEREMER, GARY 4939 CROSS BAYOU BLVD. NEW PORT RICHEY, FL 34652 Title VP DELCHER, CECIL 4939 CROSS BAYOU BLVD. NEW PORT RICHEY, FL 34652 Title VP AMIOTT, RALPH 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP KADER, MOHAMMED 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP, Secretary Mitchell, Edward 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title CFO RUPE, KAYCEE 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP SALIBA, CHRIS 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP RENDELL, WILLIAM TROY 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP DUPONT, JEFFREY 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…2/4Page 2126 of 3949 Title VP VOSS, AARON 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title SVP Elias, Dan 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title SVP Jones, Kenneth 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP Benderski, Ron 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Title VP SCHULTZ, DAVID, Jr. 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 Annual Reports Report Year Filed Date 2022 01/24/2022 2023 01/11/2023 2024 02/02/2024 Document Images 11/04/2024 -- Reg. Agent Change View image in PDF format 05/13/2024 -- Amendment View image in PDF format 02/02/2024 -- ANNUAL REPORT View image in PDF format 01/11/2023 -- ANNUAL REPORT View image in PDF format 01/24/2022 -- ANNUAL REPORT View image in PDF format 01/20/2021 -- ANNUAL REPORT View image in PDF format 03/31/2020 -- Amended and Restated Articles View image in PDF format 01/16/2020 -- ANNUAL REPORT View image in PDF format 09/25/2019 -- Amendment View image in PDF format 04/04/2019 -- ANNUAL REPORT View image in PDF format 03/02/2018 -- ANNUAL REPORT View image in PDF format 04/24/2017 -- ANNUAL REPORT View image in PDF format 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…3/4Page 2127 of 3949 04/15/2016 -- ANNUAL REPORT View image in PDF format 02/19/2015 -- ANNUAL REPORT View image in PDF format 02/26/2014 -- ANNUAL REPORT View image in PDF format 03/18/2013 -- ANNUAL REPORT View image in PDF format 04/19/2012 -- ANNUAL REPORT View image in PDF format 04/13/2011 -- ANNUAL REPORT View image in PDF format 04/02/2010 -- ANNUAL REPORT View image in PDF format 04/29/2009 -- ANNUAL REPORT View image in PDF format 03/31/2008 -- ANNUAL REPORT View image in PDF format 04/30/2007 -- ANNUAL REPORT View image in PDF format 04/30/2006 -- ANNUAL REPORT View image in PDF format 05/09/2005 -- ANNUAL REPORT View image in PDF format 03/31/2004 -- ANNUAL REPORT View image in PDF format 08/07/2003 -- Amendment View image in PDF format 06/09/2003 -- Off/Dir Resignation View image in PDF format 04/30/2003 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations 1/6/25, 10:52 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=USWATE…4/4Page 2128 of 3949 Page 2129 of 3949 Page 2130 of 3949 Page 2131 of 3949 Page 2132 of 3949 Page 2133 of 3949 Page 2134 of 3949 Page 2135 of 3949 Page 2136 of 3949 Page 2137 of 3949 Page 2138 of 3949 Page 2139 of 3949 Page 2140 of 3949 Page 2141 of 3949 Page 2142 of 3949 Page 2143 of 3949 Page 2144 of 3949 Page 2145 of 3949 Page 2146 of 3949 Page 2147 of 3949 Page 2148 of 3949 Page 2149 of 3949 Page 2150 of 3949 Page 2151 of 3949 Page 2152 of 3949 Page 2153 of 3949 Page 2154 of 3949 Page 2155 of 3949 Page 2156 of 3949 Page 2157 of 3949 Page 2158 of 3949 Page 2159 of 3949 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations RESPONSE DEADLINE: January 21, 2025 at 3:00 pm Report Generated: Tuesday, January 21, 2025 Kyle Construction Inc. Response CONTACT INFORMATION Company: Kyle Construction Inc. Email: kyleconstinc@aol.com Contact: Kyle Abraham Address: 3636 Prospect Ave Naples, FL 34104-3752 Phone: N/A Website: N/A Submission Date: Jan 21, 2025 1:51 PM (Eastern Time) Page 2160 of 3949 [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jan 21, 2025 5:41 PM by Kyle Abraham QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Invitation for Qualification (IFQ) Instructions Form* Invitation for Qualification (IFQ) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Page 2161 of 3949 [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 3 RFI_Part_1.pdf RFI_Part_1.pdf 6. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* Form_1.pdf CONFLICT OF INTEREST CERTIFICATION AFFIDAVIT (FORM 2)* Form_2.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3.pdf CERTIFICATION FOR CLAIMING STATUS AS A LOCAL BUSINESS (FORM 4) IF APPLICABLE Business_Tax_.pdf REFERENCE QUESTIONNAIRE (FORM 5)* The vendor submits no fewer than three (3) and no more than five (5) completed reference forms from clients during a period of the past 5 years whose assignments are of a similar nature to this solicitation as a part of their proposal. Form_4.pdf W-9 FORM* W9.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sun_Biz.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Page 2162 of 3949 [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8296 Wastewater Pump Station Repairs and Renovations [KYLE CONSTRUCTION INC.] RESPONSE DOCUMENT REPORT undefined - Wastewater Pump Station Repairs and Renovations Page 4 Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. E_Verify_.pdf CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. No response submitted SIGNED ADDENDA Signed_Addendum.pdf MISCELLANEOUS DOCUMENTS RFI_Pictures.docx 7. Local Vendor Preference Certification LOCAL VENDOR PREFERENCE (IF APPLICABLE) Please provide a business tax receipt. Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. Business_Tax_.pdf Page 2163 of 3949 Page 2164 of 3949 Page 2165 of 3949 Page 2166 of 3949 Page 2167 of 3949 Page 2168 of 3949 Page 2169 of 3949 Page 2170 of 3949 Page 2171 of 3949 Page 2172 of 3949 Page 2173 of 3949 Page 2174 of 3949 Page 2175 of 3949 Page 2176 of 3949 Page 2177 of 3949 Page 2178 of 3949 Page 2179 of 3949 Page 2180 of 3949 Page 2181 of 3949 Page 2182 of 3949 Page 2183 of 3949 Page 2184 of 3949 Page 2185 of 3949 Page 2186 of 3949 Page 2187 of 3949 Page 2188 of 3949 Page 2189 of 3949 Page 2190 of 3949 Page 2191 of 3949 Page 2192 of 3949 Page 2193 of 3949 Page 2194 of 3949 Page 2195 of 3949 Newly rehabbed wet well Coating installed on master manhole Page 2196 of 3949 Newly installed above ground pipping and electronical panel Progress photo of 8” HDPE above ground piping Page 2197 of 3949 Page 2198 of 3949 Page 2199 of 3949 Page 2200 of 3949 Page 2201 of 3949 Page 2202 of 3949 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONELECTRICAL CONTRACTORS' LICENSING BOARDTHE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGRANT, MARK SAMUEL JRDo not alter this document in any form.MG ELECTRICAL DEVELOPERS, INC.LICENSE NUMBER: EC13005553EXPIRATION DATE: AUGUST 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.6130 NEAL RDFORT MYERS FL 33905Always verify licenses online at MyFloridaLicense.comISSUED: 08/07/2024Page 2203 of 3949 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2204 of 3949 Page 2205 of 3949 Page 2206 of 3949 Page 2207 of 3949 Page 2208 of 3949 Page 2209 of 3949 Page 2210 of 3949 Page 2211 of 3949 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2212 of 3949 Page 2213 of 3949 Page 2214 of 3949 1 Deidra DeLaCruz From:Christina Crego <ccrego@uswatercorp.net> Sent:Tuesday, July 29, 2025 11:50 AM To:Deidra DeLaCruz; Contracts Cc:Natalie Harvey; Steve Stanton; Lina Quintero; Ed Mitchell; Sullivan, Tasha L.; Tru Pray; Yolanda Postell; Juliette Bachalany; Janice Dawkins; James Doyle Subject:RE: Signature Required: #24-8296 'Wastewater Pump Repairs and Renovations (US Water Services Corporation) Attachments:CollierCountyBoardofCountyCommissioners_W39856235.pdf EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Deidra, Per Jim with WTW see response below and his contact information should you need to contact him. “The per location aggregate provide more aggregate coverage than a per project aggregate. The US Water policy is on a per location agg basis. The reason is that a per project agg would be one agg per project, so that if a project took place a few different locations there would only be one applicable agg per policy year. If there were multiple location under one project, you would have an agg for each location. The GL policy covers any location within the USA where the insured has a contract for works. The Bodily Injury and Property Damage Aggregate Limit of Insurance applies separately to each location owned by you, rented to you, or occupied by you with the permission of the owner. If it makes sense I would be happy to speak to the folks at Collier Co. Let me know.” James Doyle Executive Vice President WTW Brookfield Place | 200 Liberty Street | 7th Floor | New York | NY 10281 United States Mobile: +1 516 455 2286 Direct: +1 212 915 8043 Fax: 212 519 5437 jamesj.doyle@willistowerswatson.com wtwco.com Follow Willis Towers Watson on social media Christina Crego Project Administrator Page 2215 of 3949 Willis Towers Watson Southeast, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA U.S. Water Services Corporation 4939 Cross Bayou Blvd New Port Richey, FL 34652 Ref: #24-8296 Wastewater Pump Station Repairs and Renovations SEE ATTACHED Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 07/22/2025 1-877-945-7378 1-888-467-2378 certificates@wtwco.com Philadelphia Indemnity Insurance Company 18058 Great American Alliance Insurance Company Westfield Specialty Insurance Company 26832 16992 Homeland Insurance Company of New York 34452 Federal Insurance Company 20281 Endurance American Specialty Insurance Com 41718 W39856235 A 1,000,000 1,000,000 10,000Commercial General Liability Occurrence 1,000,000 3,000,000 3,000,000 Y PHPK2629384-007 11/30/2024 11/30/2025 A 1,000,000 11/30/202511/30/2024YPHPK2629391-007 A 5,000,000 PHUB891163-007 11/30/2024 11/30/2025 5,000,000 WC E546162-05B 1,000,000No10/31/2024 10/31/2025 1,000,000 1,000,000 C Env Contractors Pollution & Professional Liability Each ClaimCPP-455074Q-00 11/30/2024 11/30/2025 Aggregate Retention 405410128128870SR ID:BATCH: $25,000 $5,000,000 $5,000,000 WTW Certificate Center Page 1 of 2 Page 2216 of 3949 U.S. Water Services Corporation 4939 Cross Bayou Blvd New Port Richey, FL 34652 Collier county board of county commissioners, or, board of county commissioners in collier county, or collier county government, or, collier county are included as Additional Insureds as respects to General Liability and Auto Liability. General Liability and Auto Liability policies shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by Additional Insureds. INSURER AFFORDING COVERAGE: Homeland Insurance Company of New York NAIC#: 34452 POLICY NUMBER: 720002942-0000 EFF DATE: 06/21/2025 EXP DATE: 05/24/2026 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Cyber Aggregate $3,000,000 INSURER AFFORDING COVERAGE: Federal Insurance Company NAIC#: 20281 POLICY NUMBER: J06560453 EFF DATE: 05/24/2025 EXP DATE: 05/24/2026 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Employee Theft Coverage Limit $1,000,000 Deductible $5,000 INSURER AFFORDING COVERAGE: Endurance American Specialty Insurance Company NAIC#: 41718 POLICY NUMBER: EXN30049064701 EFF DATE: 11/30/2024 EXP DATE: 11/30/2025 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Excess Liability (1st Layer) Limit $5M xs $5M 2 2 Willis Towers Watson Southeast, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance W39856235CERT:4054101BATCH:28128870SR ID:Page 2217 of 3949