Loading...
#24-8296 (Quality Enterprises USA, Inc.) MULTI-CONTRACTOR AWARD AGREEMENT #24-8296 for Wastewater Pump Station Repairs and Renovations THIS AGREEMENT, made and entered into on this day of N%y,k S* 20 ZS, by and between Quality Enterprises USA,Inc. authorized to do business in the State of Florida, whose business address is 3494 Shearwater Street,Naples Florida 34117 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the"County" or "Owner"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing upon the datc of Board approval; or • on October 25,2025 , and terminating three ( 3 ) year(s) from that date or until all outstanding 10 Purchase Order(s) ❑ Work Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a *Purchase Order *Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of Rcqucst for Proposal (RFP) ❑ (ITB) �■I Other: Invitation for Qualification ( IFQ )# 24-8296 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. • The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in Page 1 of 37 Multi-Contractor Award Agreement [2025_ver.2] compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 ❑■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ❑ Thc proccdurc for obtaining Work under this Agreement is outlincd in ❑ Othcr Exhibit/Attachment: 3.4 ❑■ The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. ❑■ The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1. 0 Contractor's quoted prices shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". ❑Thc County shall pay the Contractor for the performance of this Agreement an estimated maximum amount of ($ ), per County fiscal year, based-en Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and the Price Methodology as defined in Section 4.1. ❑ Contractor's quoted prices shall be based on Exhibit B Foe Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the"Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): n Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. ❑I Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in Page 2 of 37 Multi-Contractor Award Agreement [2025_ver.2] which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. ❑■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4.5 ❑ Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be roimb1 4rcorl o r- Sontien 1 12 061 Fla Stot Reimbursements shall be at the following rates: Mileage $0.11.5 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Page 3 of 37 Multi-Contractor Award Agreement [2025_ver.2] Reimbursable itcms othcr than travel expenses shall be limited to the following: telephone long distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Quality Enterprises USA, Inc. Address: 3494 Shearwater Street, Naples, Florida,34117 Authorized Agent: Louis Gaudio Attention Name & Title: Vice President Telephone: 239-435-7200 E-Mail(s): LGaudio@QEUSA.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Name: Public Utilities Engineering and Project Management Division Division Director: Matthew McLean Address: 3339 Tamiami Trail East, Naples,Florida,34112 Administrative Agent/PM: Zamira Deltoro Telephone: 239-252-6279 E-Mail(s): Zamira.Deltoro@colliercountyf.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. Page 4 of 37 Multi-Contractor Award Agreement [2025_ver.2] 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty(30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ■❑ Commercial General Liability: Coverage shall have minimum limits of $1,000,000.00 Per Occurrence, $1,000,000.00 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply Page 5 of 37 Multi-Contractor Award Agreement [2025_ver.2] per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of$1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. ❑■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000.00 for each accident. D. E Professional Liabilityj Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not Iesc than $ each claim and aggregate. E. ❑ Cyb L' bTty: Coverage shall have minimum limits of$ per claim. F. ❑■ Pollution : Coverage shall have minimum limits of$1,000,000.00 per claim/occurrence. G. ❑ minimum limits of$ per claim/occurrence. H. ❑ : Coverage shall have minimum limits of$ per claim/occurrence. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Page 6 of 37 Multi-Contractor Award Agreement [2025_ver.2] CAO Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Engineering and Project Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Q Exhibit B Fee Schedule, ❑ RFP/ ❑ ITB/. Other Invitation for Qualification(IFQ) #24-8296 , including Exhibits, Attachments and Addenda/Addendum, 0 subsequent quotes and corresponding contract documents, 0 Exhibit C-1 Public Payment Bond, 0 Exhibit C-2 Public Performance Bond, 0 Exhibit D - Release and Affidavit Form, 0 Exhibit E — Form of Contract Application for Payment, ❑■ Exhibit F - Change Order, 0 Exhibit G - Certificate of Substantial Completion, Exhibit H -Certificate of Final Completion, ❑■ Exhibit I - Warranty, n Exhibit J — Affidavit regarding Labor and Services and 0 Other Exhibit/Attachment: Federal Contract Provisions and Assurances Page 7 of 37 Multi-Contractor Award Agreement [2025_ver.2] 17. APPLICABILITY. Sections corresponding to any checked box (1111) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statute, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)- (b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(c�colliercountvfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. Page 8 of 37 Multi-Contractor Award Agreement [2025_ver.2 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. 0 BONDS. A. When a construction project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. B. When required by Owner, the Contractor shall furnish a Performance and/or Payment Bond prior to commencing performance, for the full amount of the Work, which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party(ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. The bonds shall be furnished using the forms prescribed in Exhibit "C-1" and Exhibit "C-2". C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business in the State of Florida, terminates or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. Page 9 of 37 Multi-Contractor Award Agreement [2025_ver.2] 23. LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement Page 10 of 37 Multi-Contractor Award Agreement [2025_ver.2] between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or a Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. ❑■ CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no Page 11 of 37 Multi-Contractor Award Agreement [2025_ver2] damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 28. ❑■ CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. ❑■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 30. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. ❑■ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. Page 12 of 37 Multi-Contractor Award Agreement [2025_ver.2] CAO 32. ❑■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. E■ COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Page 13 of 37 Multi-Contractor Award Agreement [2025_ver.2] Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof)after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 35. ❑■ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. Page 14 of 37 Multi-Contractor Award Agreement [2025_ver.2] 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 39. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 40. ❑ KEY PERSONNEL. Thc Contractor's perseeecl and management to be utilized for this project shall be knowledgeable in thcir areas of expertise. Thc County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned chall be available for an amount of time adequate to meet the required service dates. The experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. ■0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. Page 15 of 37 Multi-Contractor Award Agreement [2025_ver.2] 41. ❑ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. • ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(a colliercountvfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. Page 16 of 37 Multi-Contractor Award Agreement [2025_ver.2] 44. (i SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. [Signature page to follow] Page 17 of 37 Multi-Contractor Award Agreement [2025_ver.2] IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Crystal k inzel;.Cli k of the Circuit Court artci Comptroller-`.. By: By: ,',— • Dated: ,r\ y. • ' Burt L. Saunders, Chairman (SE ,Attas as'io C s slgriature only Contractor's Witnesses: Quality Enterprises USA,Inc Contractor By: Co ractor's First Witness Signature Louis J. Gaudio, Vice President Jeffery Masters ?'Type/print signature and titleT TType/print witness name Contractor's Second Witness Marcie Cohen tType/print witness name • ed s to k/ 4L_ an Legality: •��/County Attorney Print Na a Page 18 of 37 Multi-Contractor Award Agreement [2025_ver.21 Exhibit A Scope of Services n following this page (pages through 6 ) ❑ this exhibit is not applicable Page 19 of 37 Multi-Contractor Award Agreement [2025_ver.2] Exhibit A—Scope of Work 24-8296"Wastewater Pump Station Repairs and Renovations" 1.1. The intent of this solicitation is to qualify multiple contractors to complete various repairs and renovations of wastewater 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 wastewater 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 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. 1.1. 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. 1.2. 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. 24-8296 Wastewater Pump Station Repairs and Renovations Page 1 of 6 CAO 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 Lump Sum 1 Inserted by Contractor System 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 and NTP 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 and NTP by County. 2.1.5.All work assignments that exceed$200,000 will require performance and payment bonds. 2.1.6.Projects that exceed$500,000 will require Board approval. 2.1.7.Once a contractor is selected for a work assignment,the County's Project Manager will issue a Purchase Order and NTP. 2.1.5. All work assignments that exceed$200,000 will require performance and payment bonds. 2.1.6.Projects that exceed$500,000 will require Board approval. 2.1.7. 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. 24-8296 Wastewater Pump Station Repairs and Renovations Page 2 of 6 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 and NTP.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 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 and NTP to one of the qualified Contractors under the resultant agreement to perform the work necessary to address the E&E circumstances 24-8296 Wastewater Pump Station Repairs and Renovations Page 3 of 6 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 and NTP 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 24-8296 Wastewater Pump Station Repairs and Renovations Page 4 of 6 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 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. 4.10Maintenance 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. 4.12Defective 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. 4.14Coordination 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: 24-8296 Wastewater Pump Station Repairs and Renovations Page 5 of 6 CAO 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 TBD Upon expiration of 5-day period remove bypass pumps Delivery of used control panels and pumps TBD 48 hours Emergency requiring Wastewater Collections Call Emergency Number Immediately upon learning of the equipment or resources 239-252-2600 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. 4.16Bypass 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 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. 4.17Pumper 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. 4.18Minimum 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. 24-8296 Wastewater Pump Station Repairs and Renovations Page 6 of 6 C�� Exhibit B Fee Schedule ■❑ following this page (pages through ) ❑ this exhibit is not applicable Page 20 of 37 Multi-Contractor Award Agreement [2025_ver.2] Exhibit B-Fee Schedule #24-8296 Wastewater Pump Station Repairs and Renovations ST HOURLY OT HOURLY UNIT RATE RATE Personnel Corporate Officer HR $160.00 $208.00 Project Manager HR $135.00 $175.50 Superintendent HR $90.00 $117.00 Foreman HR $90.00 $117.00 Mechanic,Equipment&Truck Operator HR $80.00 $104.00 Laborer HR $60.00 $78.00 Administrative HR $80.00 $104.00 Equipment(Without Operators) Excavator>Cat 349 HR $265.00 Excavator>Cat 320 HR $210.00 Excavator<Cat 320 HR $160.00 Excavator w/hammer/Epiroc HR $370.00 Excavator w/side grip vibratory hammer HR $370.00 Wheel Loader>Cat 962 HR $240.00 Wheel Loader>Cat 938 HR $175.00 Wheel Loader<Cat 938 HR $160.00 Bull Dozer HR $185.00 Motor Grader HR $185.00 Soil/Stone Roller HR $135.00 Telehandler HR $135.00 Manlift HR $135.00 Forklift HR $105.00 _ Broom Tractor HR $100.00 Milling Machine HR $720.00 Skid steer with milling head(bump grinder) HR $160.00 Asphalt/Mat.Shuttle Buggy HR $395.00 Asphalt Paver Weiler 385 HR $395.00 Asphalt Paver Cat 1055 HR $605.00 Asphalt Roller HR $135.00 Off Road Dump HR $265.00 Crane>130ton HR $1,575.00 Crane>30 ton HR S525.00 Crane<30 ton HR $265.00 Vibratory Hammer HR $420.00 Concrete Crusher HR $720.00 Screener HR $395.00 Push Boat HR $290.00 Sectional/HopperBarge FIR $185.00 Drone Lidar Photogrammetry HR S370.00 Directional Drill JT 100 FIR S2.100.00 Directional Drill AA 440 HR S4,200.00 Lowboy/Tractor HR S185.00 • Dump Truck/Roll Off HR S100.00 Water Truck/Trailer HR $135.00 Tack/Prime Truck/Trailer HR $160.00 Lube/Mechanics Truck HR $135.00 Truck with Hand Tools HR $100.00 Pickup HR $45.00 Camera Truck HR $420.00 Vacuum Truck HR $500.00 Small Equipment Air Compressor with Hammer HR $65.00 Concrete Saw HR $65.00 Plate Compactor FIR $65.00 Trench Box 16'x 10' HR $55.00 Stone Box HR $55.00 Steel(Road)Plate HR $55.00 Wellpoint System FIR $265.00 3"Trash/Submersible Pump HR $55.00 6"Hydraulic Pump FIR $160.00 12"Hydraulic Pump HR $210.00 Cut Off Saw HR $25.00 Light Set HR $55.00 Generator/Welder HR $55.00 Generator 70kw HR $135.00 Generator 125kw HR $160.00 MOT FIR $160.00 Fusing Machine 2-16" HR , $160.00 Fusing Machine 18"-42" HR $315.00 Tap Machine-small(3/4"-3") each lap EA $790.00 Tap Machine-large(4"-12") each tap EA $1,050.00 Pipe Trenchless Piercing tool HR $265.00 Pipe Ramming HR $660.00 Materials and Subs Disposal Fee(concrete,asphalt,debris,etc) LD $750.00 Limerock Base/Crushed Concrete TN $35.00 #57 Stone TN $50.00 Rip Rap TN $75.00 Fill TN $30.00 Topsoil TN $50.00 Bahia Sod SY $7.50 Floratam Sod SY $9.00 Diesel Fuel GAL $6.00 Bag of Cement EA $15.00 Concrete/flowable fill(minimum 4 CY-$500 charge for orders less than 4 CY) CY $300.00 A Asphalt(minimum 8 tons-$500 charge for orders less than 8 tons) TN $250.00 OC'O Prime/rack(minimum 30 gal) GAL $15.00 Exhibit C-1 ❑ this exhibit is not applicable PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of , 20 with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties' obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of under-signed representative, pursuant to authority of its governing body. Page 21 of 37 Multi-Contractor Award Agreement [2025_ver.2] Signed, sealed and delivered in the presence of: PRINCIPAL: By: Witnesses as to Principal Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced _ as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary Public-State of Florida) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) Page 22 of 37 Multi-Contractor Award Agreement [2025_ver2] OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of❑ physical presence or ❑ online notarization, this _of 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary Public-State of Florida) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Page 23 of 37 Multi-Contractor Award Agreement [2025_ver.2] ❑ this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Page 24 of 37 Multi-Contractor Award Agreement [2025_ver.2] This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of : PRINCIPAL: By: Witnesses as to Principal Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of❑ physical presence or ❑ online notarization, this _of 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced _ as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary Public-State of Florida) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Page 25 of 37 Multi-Contractor Award Agreement [2025_ver.2] , ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not)take an oath. My Commission Expires: (Signature of Notary Public-State of Florida) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Page 26 of 37 Multi-Contractor Award Agreement [2025_ver.2] • this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( STATE OF ( Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material-men, successors and assigns,all claims demands,damages,costs and expenses,whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns,that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's[monthly/final]Application for Payment No. CONTRACTOR BY: Witness ITS: DATE: Witness [Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of❑ physical presence or❑ online notarization, this of 20 , by , as of , a corporation,on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not)take an oath. (Signature of Notary Public-State of Florida) (Legibly Printed) Notary Public, State of (AFFIX OFFICIAL SEAL) Commissioner No.: Page 27 of 37 Multi-Contractor Award Agreement [2025_ver.2] C4,0 ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Proj ect Name) Original Contract Time: Original Contract Amount: Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru [insert date] $ and stored to Date Retainage @ % after [insert date] $ Less previous payment (s) Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: Liquidated Damages to be Accrued $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1)all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, Page 28 of 37 Multi-Contractor Award Agreement [2025_ver.2] security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) Page 29 of 37 Multi-Contractor Award Agreement [2025_ver.2] n this exhibit is not applicable EXHIBIT F CHANGE ORDER ❑Contract Modification El Work Order Modification Contract#: Change#: Purchase Order#: Project#: Contractor/Firm Name: Project Name: Project Manager Name: Department: Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #DIV/0! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #DIV/0! Change from Current BCC Approved Amount Cumulative Changes $ 0.00 #DIV/0! Change from Current Amount Completion Date, Description of the Task(s)Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date Includes this change) #of Days Added Select Tasks ❑Add new task(s) El Delete task(s) ❑Change task(s) ❑ Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and /or the additional days added(if requested); 2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: Date: (Project Manager Name and Division) Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above,as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant/Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: (Contractor/Vendor/Consultant/Design Professional and Name of Firm, if project applicable) Approved by: Date: (Design Professional and Name of Firm, if project applicable) Approved by: Date: (Procurement Professional Page 30 of 37 Multi-Contractor Award Agreement [2025_ver.2] ❑ this exhibit is not applicable EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: Page 31 of 37 Multi-Contractor Award Agreement [2025_ver.2] RESPONSIBILITIES: OWNER: CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on 20 OWNER By: Type Name and Title Page 32 of 37 Multi-Contractor Award Agreement [2025_ver.2] this exhibit is not applicable EXHIBIT H CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 33 of 37 Multi-Contractor Award Agreement [2025_ver.2] Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on , 20_ CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on , 20_ OWNER By: Type Name and Title Page 34 of 37 Multi-Contractor Award Agreement [2025_ver.2] n this exhibit is not applicable EXHIBIT I WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Page 35 of 37 Multi-Contractor Award Agreement [2025_ver.2] CAC) EXHIBIT J AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed,or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the ►ongovernmental entity does not use coercion for labor or services. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity is owned by the government of a foreign country of concern; (b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§287.138,Florida Statutes. Nongovernmental Entity's Name: Quality Enterprises USA, Inc. Address: 3494 Shearwater Street, Naples, FL 34117_. Phone Number: 239-435-7200 Authorized Representative's Name: _ Louis J. Gaudio Authorized Representative's Title: Vice President ........ ...._....... Email Address: LGAUDIO@QEUSA.COM 1, l ouis .1 C-lal►din (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Quality Enter rises SA..Inc._ (Name of Nongovernmental Entity)does not: (1) use coercion for labor or services as defined in§787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(h)that a foreign country of concern does not have a controlling interest in the entity,and(e)that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited under§287.138,Florida Statutes. tinder penalty of perjury,I declare that 1 have read the foregoing Affidavit and that the facts stated in it are true. 7/18/25 (Signature of authorized representative) I):ste STATE OF Florida COUNTY of-a4 -Collier Sworn to(or affirmed)and subscribed before me,by means of®physical presence or 0 online notarization this 18th day of _July __,2tJ25 ,by-lou1S J. Gaudio_(Name of Affiant),who produced his Florida Driver's License as identification. / 1111/4. MARCIE L.COHEN Notary Public :'' ,., MY COMMISSION#HH 196569 EXPIRES:February 11,2026 February 11, 2026 '' ° Boaded Thru Notary Public undenrtite►s Commission Expires Personally Known ®OR Produced Identification❑ Type of Identification Produced: N/A - Known • Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances ■❑ following this page (pages through 13 ) ❑ this exhibit is not applicable Page 37 of 37 Multi-Contractor Award Agreement [2025_ver.2] EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract,the Supplemental Conditions shall govern.This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract/ Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient(County)agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the County harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. O 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards O 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide EXHIBIT I-1 11/24 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Access to Records: 1)The contractor agrees to provide the County,the Florida Department of Emergency Management, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2)The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Buy Clean: The County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, the County encourages that the performance of this agreement includes considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration. Changes: To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allowable, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable. DHS Seal, Logo, and Flags: The County must obtain written permission from Department of Homeland Security prior to using the DHS seals, logos, crests, or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses of component officials. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Domestic Preference for Procurements: The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. For purposes of this section: "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Build America, Buy America Act (BABAA): FEMA Public Assistance Funding is not subject to Buy America preference pursuant the following guidance: Programs and Definitions: Build America, Buy America Act I FEMA.gov License and Delivery of Works Subject to Copyright and Data Rights: The Contractor grants to the County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images,graphics,sculptures,videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract,the Contractor will deliver to the County data first produced in the performance of this contract and data EXHIBIT I-2 11/24 - EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES required by the contract but not first produced in the performance of this contract in formats acceptable by the County. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. Prohibition on Covered Telecommunications Equipment or Services: (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy,#405-143-1 Prohibitions on Expending FEMA Award Funds forcovered Telecommunications Equipment or Services As used in this clause— (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1)This clause does not prohibit contractors from providing—(i).A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii). Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i). Covered telecommunications equipment or services that: a. Are not used as a substantial or essential component of any system; and b. Are not used as critical technology of any system. (ii). Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (3) Reporting requirement. EXHIBIT I-3 11/24 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.(ii)Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services,and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph(e), in all subcontracts and other contractual instruments. Providing Good, Safe Job to Workers: Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable. Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Socioeconomic Contracting: The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure small businesses, minority businesses, women's business enterprises,veteran owned businesses, and labor surplus area firms are considered when possible. Such consideration means: (1) These business types are included on solicitation lists; (2) These business types are solicited whenever they are deemed eligible as potential sources; (3) Dividing procurement transactions into separate procurements to permit maximum participation by these business types; (4) Establishing delivery schedules (for example, the percentage of an order to be delivered by a given date of each month) that encourage participation by these business types; (5) Utilizing organizations such as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring a contractor under a Federal award to apply this section to subcontracts. Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract EXHIBIT I-4 11/24 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractors must sign and submit a debarment certification to the County with each bid or offer. See Certifications and Assurances and the end of this document. Procurement of Recovered Materials (§200.323) (Over $10,000): In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired —a) Competitively within a timeframe providing for compliance with the contract performance schedule; b) Meeting contract performance requirements; or c)At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines webpage: Comprehensive Procurement Guideline(CPG)Program I US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. The Contactor should, to the greatest extent practicable and consistent with the law, purchase, acquire, or use products and services that can be reused, refurbished, or recycled; contain recycled content, are biobased, or are energy and water efficient; and are sustainable. Termination for Cause and Convenience(over$10,000): See Standard Purchase Order and/or Contract Terms and Conditions Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the County who in turn will forward the certification(s)to the federal agency. Contractors must sign and submit a lobbying certification to the County with each bid or offer exceeding $100,000. See Certifications and Assurances and the end of this document. Contract Work Hours and Safety Standards Act (CWHSSA) (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the EXHIBIT I-5 11/24 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $32 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1). (3)Withholding for unpaid wages and liquidated damages— (i) Withholding Process. The County may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this paragraph (b)on this contract, any other federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor,regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph (a)(2)(i) or (b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D)A contractor's assignee(s); (E)A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs (b)(1) through (5) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through (5). In the event of any violations of these clauses,the prime contractor, and any subcontractor(s)responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5)Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass,or in any other manner discriminate against, or to cause any person to discharge,demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: EXHIBIT I-6 11/24 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part." Further Compliance with the Contract Work Hours and Safety Standards Act. (1)The contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of three years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each worker's correct classification(s) of work performed; hourly rates of wages paid; daily and weekly number of hours actually worked;deductions made; and actual wages paid. (2) Records to be maintained under this provision must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job." Clean Air Act (over$150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act,as amended,42 U.S.C.§7401 et seq. 2.The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency,and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it,will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. EXHIBIT I-7 11/24 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CONSTRUCTION ACTIVITIES Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. §60- 1.4. During the performance of this contract, the contractor agrees as follows: (1)The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin.The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3)The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant.This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1)through (8) in every subcontract or purchase order unless exempted by rules, EXHIBIT I-8 11/24 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti-Kickback Act: Exempt under FEMA Public Assistance Funding EXHIBIT I-9 11/24 REQUIRED FORMS EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Compliance with Federal Law, Regulations,And Executive Orders and Acknowledgement of Federal Funding Certification This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. If the Contractor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the County for review and approval. The Contractor agrees to include in the subcontract that(1)the subcontractor is bound by the terms of this Agreement, (ii)the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the County and the Grantor Agency harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law.The County may document in the quarterly report the Contractor's progress in performing its work under this agreement. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Quality Enterprises USA, Inc. Date 1/21/25 Authorized Signature Louis J. Gaudio, Vice President EXHIBIT I-10 CEO 11/24 QEUSA.COM 72 (239) 435-7200 REQUIRED FORMS EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT,SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub-recipient's subcontractor is unable to certify to the above statement,the prospective contract shall attach an explanation to this form. CONTRACTOR Quality Enterprises USA. Inc. By: Signature Louis J. Gaudio, Vice President Name and Title 3494 Shearwater Street Street Address Naples, Florida 34117-8414 City, State, Zip D3DLBQJ7N6X8 UEI Unique Entity Identifier(for SAM.gov verification) 1/21/25 Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: TBD FEMA Project Number: TBD CAO EXHIBIT I-11 QEUSA.COM 73 (239) 435-7200 REQUIRED FORMS EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY,WOMEN OR VETERAN PARTICIPATION STATEMENT Stator wilt be verified. Unverrfaoie statuses will requ:re tie PR ME to either pre+vde a reatsed statement or provide sc urce documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FED NUMBER CONTRACT DOLLAR AMOUNT Quality Enterprises USA, Inc. 54-0947002 TBD IS THE PRIMEEAFLORIDA-CEPTFIEDDISADVANTAGED VETERAN y W 5 THE ACTIVIT,OF THIS CONTPACT.. MINORI-Tr OP'WOt.'EN BUSINESS ENTERPRISE% DBE? Y CONSTRUCTION? 0 tJ ;DBE;MEE;WBEI OP HAVE A SMALL DISAD'.ANTAGED aI51 NESS SACEATIFtCATION FROM T1B SMALL BUSINESS MBE v t CONSULTATON? Y ADMINISTRATION A SERVICE DISABLED 4ETERAN= WEE? Y OTHER? Y V SD3BA? Y IS TIT S 51.'BMISS 0';A REVISION? 'y F YES,P.EVSICN NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE M(WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALT+ (See Belowl DOLLAR AMOUNT DOLLARS TBD I _ -O'AL5 C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTED, DATE TITLE OF SUBMrTTER Louis J. Gaudio 1/21/25 Vice President EMAIL ADDRESS OF PRIME(5UBMITTER) TELEPHONE NUMBER FAX NUMBER LGAUDIO@QEUSA.COM 239-435-7200 239-435-7202 NOTE:This.tnfcrmatio❑Is used to track and report ant:❑pated DBE cr MBE participatic n in federali y-funeed contracts The anticpated DBE or MBE amount is voluntary and will not become part cf the contractual terms. This form must be sub mhted at tame of response to a so'icitation f and when awarded a County contract,the prime will be asked to pdate the infcrmaticc for the grant compliance flies. ETHNICITY COO! Black American BA hispanic American HA Native American NA Subccnt.Stan American SAA. Asian-Pacific American APA Non-Minority Women N`!W Other,not of any other group listed 0 D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COIL:EP.CONTP.:CT.tlF3.RfPorPO.P_0 GRANT PROGP.AM/CONTP_ACT ACCEPTED BY: DATE 'A.0 EXHIBIT I-12 11 24 QEUSA.COM 74 (239) 435-7200 REQUIRED FORMS EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor]certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Quality Enterprises USA, Inc. Contractor(Firm Name) (t ) Signature of Contractor's Authorized Official Louis J. Gaudio, Vice President Name and Title of Contractor's Authorized Official 1/21/25 Date EXHIBIT I-13 11/24 QEUSA.COM 75 (239) 435-7200 BCC Meeting Date/Assigned Attorney/Item Number: gjf 2 SST lic?G Type of Contract: Contract No: 2. g2R` Contract Checklist �J Entity Name ,/A L;i,, e ft,p A-s 5 £151 -1 p 6.16v-y Florida Department of State/ , Sunshine Law Requirements Entity correct on contract? ✓ 119.0701 Contracts; public records.— Entity registered with Dept.of State?✓ (a) The following statement,in substantially the following Person signing contract an officer per Dept.pf State?✓ form,identifying the contact information of the public agency's custodian of public records in at least 14-point boldfaced type: Insurance IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO Insurance certificate included? `� eh Ail (M.,k THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC Contract/Project referenced on certificate?'nr RECORDS RELATING TO THIS CONTRACT,CONTACT THE Certificate holder BCC(MUST HAVE)? tr CUSTODIAN OF PUBLIC RECORDS AT (telephone number e-mail address,and mailing address) . Commercial General Liability (b) A provision that requires the contractor to comply with Each Occurrence $ �M $ IM public records laws,specifically to: Damage to Rented Premises$ $ I. Keep and maintain public records required by the public Med Exp$ $ agency to perform the service. 2. Upon request from the public agency's custodian of public Personal and Adv Injury$ $n - records,provide the public agency with a copy of the requested General Aggregate$ 2." $ L�'1 records or allow the records to be inspected or copied within a Products-COMP/OP AGG $ $ reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. Automobile Liability 3. Ensure that public records that are exempt or confidential Single Limit(each accident) $ 5k $ IAA and exempt from public records disclosure requirements are not Bodily injury(per person) $ $ disclosed except as authorized by law for the duration of the Bodily injury(per accident) $ $ contract term and following completion of the contract if the contractor does not transfer the records to the public agency. Property damage(per accident)$ $ 4. Upon completion of the contract,transfer,at no cost,to the public agency all public records in possession of the contractor or Umbrella Liability keep and maintain public records required by the public agency to Each occurrence $ 201 perform the service.If the contractor transfers all public records to Aggregate $2/11 the public agency upon completion of the contract,the contractor shall destroy any duplicate public records that are exempt or Worker's Compensation and Employers' Liability confidential and exempt from public records disclosure WC Statutory Limits requirements.If the contractor keeps and maintains public records Each Accident $ $ 14i, upon completion of the contract,the contractor shall meet all applicable requirements for retaining public records.All records Disease(Each employee) $ $ stored electronically must be provided to the public agency,upon Disease(Policy Limit) $ $ request from the public agency's custodian of public records,in a format that is compatible with the information technology systems Other Insurance of the public agency. Professional Liability G` ***Must contain this language in every contract. Each Claim $ DON't $ !M Each Aggregate $ $ Signature Blocks Person who signed contract is eligible per Dept.of State?`''' County required to be named as additionally insured? Title correct and listed under signature? '� County actually named as additionally insured? Proper number of witnesses/notary?" Same witnesses on both contracts?' Indemnification Chairman's signature block? •/ Indemnification included in County requirements? Clerk's attestation signature block j Who is being indemnified in contract?L,'j,tf Co,,..1.7 County Attorney signature block? Bonds Attachments Performance Bond? All attachments included in both copies of contract? Public Payment Bond? Bid Contract Attachments: Bid Bond?(If necessary,5%of amount approved) A. H. B. I. ***Bonds must match dollar amount exactly as BCC C. I. approved per Agenda Recaps. D. K. E. L. ***Risk has reviewed any contract with an insurance F. M. certificate. G. N. Review by: InDate: 13,3_ Date: AcoRD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Lorie Frost NAME: Brown&Brown Insurance Services,Inc. IA/CONN,Exq: (239)261-3000 {n/c,No): (239)261-8265 9617 Gulf Research Ln E-MAIL Lorie.Frost@bbrown.com ADDRESS: Suite 202 INSURER(S)AFFORDING COVERAGE NAIC# Ft.Myers FL 33912 INSURERA: The Phoenix Insurance Company 25623 INSURED INSURER B: Travelers Property Casualty Company of America 25674 Quality Enterprises USA,Inc INSURER C: Bridgefield Casualty Insurance Company 3494 Shearwater St INSURER D: Ascot Insurance Company 23752 INSURER E: Naples FL 34117 INSURER F: COVERAGES CERTIFICATE NUMBER: 7/1/25-10/1/25 Quality REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR EFF POLICY EXP LTR ADDLNSD S WVD POLICY NUMBER (MMIDDUBli Y TYPE OF INSURANCE /YYYY) (MMDD//YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,DAMAGE T000 RENTED CLAIMS-MADE X OCCUR PREMISESO(Ea occurrence) $ 300,000 MED EXP(Any one person) $ 10,000 A Y Y DT-CO-5Y263932-PHX-25 07/01/2025 10/01/2025 PERSONAL 8.ADV INJURY $ 1'000'000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT PRO LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: Employee Benefits $ 2,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED Y Y 810-5Y316801-25-26-G 07/01/2025 10/01/2025 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED N./ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) Medical payments $ 5,000 X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 B EXCESS LIAB CLAIMS-MADE CUP-5Y325127-25-26 07/01/2025 10/01/2025 AGGREGATE $ 2,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION X STATUTE EOTH AND EMPLOYERS'LIABILITY Y/N 1000 000 C ANY PROPRIETOR/PARTNER/EXECUTIVE N NIA Y 0196-61226 07/01/2025 07/01/2026 E.L.EACH ACCIDENT $ , , OFFICER/MEMBER EXCLUDED? 1000000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ , , If yes,describe under 1000000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ , , Blkt limit/Ded:2% $50,000,000 Inland Marine/Contractors Equip D Leased/Rented(Inc,Cranes) IMMA2410001746-03 07/01/2025 07/01/2026 Ded:2%/5%Cranes $500,000 Install Floater Project Lmt $200,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) 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. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Collier County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trial East AUTHORIZED REPRESENTATIVE Naples FL 34112 951 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 00642837 �.y.., LOC#: ACORD ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Brown&Brown Insurance Services,Inc. Quality Enterprises USA,Inc POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance:Notes Additional Coverage Lines: E:Lexington Insurance Co-Pollution Liability/Professional Liabililty: $2MIL Each Occurrence/$4M1L Aggregate Limit$25K Ded.#015136706 Eff: 07/01/2025-07/01/2026 F:Indemnity National Ins-Secondary Excess Liability:$3MIL Occurrence and$3MILAggregate Excess of$2M1L#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:HomsiteAssurance-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) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 7/9/25, 1:08 PM Detail by Entity Name DIVISION OF CORPORATIONS r Dim or 1 Uf �ti� Y'org [. 01 PJ,fJ 'frirJ< ml(Wit/ud jlulr a/Florida Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation QUALITY ENTERPRISES USA, INC. Filing Information Document Number F95000002550 FEI/EIN Number 54-0947002 Date Filed 05/25/1995 State VA Status ACTIVE Principal Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Mailing Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Registered Agent Name&Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 12/04/2017 Address Changed: 12/04/2017 Officer/Director Detail Name&Address Title President&Director MURRELL, HOWARD J, Jr. 3494 SHEARWATER STREET NAPLES, FL 34117 Title Secretary https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=QUALITY... 1/3 Collier County INSURANCE REQUIREMENTS COVERSHEET Project Name Wastewater Pump Station Repairs and Renovations Vendor Name Quality Enterprises USA, Inc Solicitation/Contract No. 24-8296 Attachments Risk Approved Insurance Requirements ✓ Risk Approved Insurance Certificate(s) Comments COI is in compliance Attachments Approved by Risk Management Division Approval: Digitally signed by pp DareusHeidi DDate: 25ate:2 20025. .07.18 13:47:10-04'00'