Backup Documents 08/26/2025 Item #16F 1 (Absentia 07/22/2025 Item #16C 1) 16C 1
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at
the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than
Monday preceding the Board meeting.
**NEW** ROUTING SLIP
Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception
of the Chairman's signature,draw a line through routing lines#l through#2,complete the checklist,and forward to the County Attorney Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1.
2.
3. County Attorney Office County Attorney Office l2 e3 a�
4. BCC Office Board of County
Commissioners 7{, . /►1 1.5( 846
•
5. Minutes and Records Clerk of Court's Office _ /a,'24,
44k
g Ne/PC
PRIMARY CONTACT INFORMATIO
Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees
above,may need to contact staff for additional or missing information.
Name of Primary Staff Alicia Abbott, E.I., PMP, Public Utilities Phone Number 239-252-5344
Contact/ Department EPMD
Agenda Date Item was July 22,2025 In absentia Agenda Item Number 16C1
Approved by the BCC
Type of Document Work Order Number of Original 2
Attached Documents Attached
PO number or account - - . . Uo'Ne'F
number if document is gewca. tar ft%iciac—fhbbalt
to be recorded
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature?
2. Does the document need to be sent to another agency for additional signatures? If yes, AA
provide the Contact Information (Name; Agency;Address; Phone)on an attached sheet.
3. Original document has been signed/initialed for legal sufficiency. (All documents to be N/A
signed by the Chairman,with the exception of most letters,must be reviewed and signed
by the Office of the County Attorney.
4. All handwritten strike-through and revisions have been initialed by the County Attorney's AA
Office and all other parties except the BCC Chairman and the Clerk to the Board
5. The Chairman's signature line date has been entered as the date of BCC approval of the Please
document or the final negotiated contract date whichever is applicable. add
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's Please
signature and initials are required. Add
AA
7. In most cases(some contracts are an exception),the original document and this routing slip AA
should be provided to the County Attorney Office at the time the item is input into SIRE.
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on 12/12/23 and all changes made during AA N/A is not
the meeting have been incorporated in the attached document. The County an option for
Attorney's Office has reviewed the changes, if applicable. this line.
9. Initials of attorney verifying that the attached document is the version approved by the AA N/A is not
BCC, all changes directed by the BCC have been made, and the document is ready for the an option for
Chairman's signature. this line.
16C
WORK ORDER/PURCHASE ORDER
Contract#20-7800"UNDERGROUND CONTRACTOR SERVICES"
Contract Expiration Date: June 21, 2026
This Work Order is for professional services for work known as:
Project Name: SCRWTP Reactor Tank 4 Influent Piping
Project No: 70136.1.10
The work is specified in the proposal dated March 5,2025 which is attached hereto and made a part of this
Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work
Order/Purchase Order is assigned to: OUALITY ENTERPRISES USA,INC.
Scope of Work: As detailed in the attached proposal and the following:
* Task I SCRWTP Reactor No. 4 Influent Pipe Replacement - Perform all Tasks as described in the
Request for Quote, Addendum I and 2,and as listed in the attached quote
* Task II Allowance
Schedule of Work: Complete work within 390 days from the date of the Notice to Proceed which is
accompanying this Work Order.The Vendor agrees that any Work Order that extends beyond the expiration
date of Agreement#20-7800 will survive and remain subject to the terms and conditions of that Agreement
until the completion or termination of this Work Order.
Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm
in accordance with following method(s): 0 Negotiated Lump Sum(NLS)❑Lump Sum Plus Reimbursable
Costs (LS+RC) ® Time& Material (T&M) ❑ Cost Plus Fixed Fee (CPFF), as provided in the attached
proposal.
Task I $517,374.00 (LS)
Task II $50,000.00 (T&M)
TOTAL FEE $567,374.00
019.110 sign.,N,BLI,nPMpm n
ON E•E,niamin.BulsoAcol.,tountrdov.
CA-BJ •Ow M Ue
ernoolamm,UUanal.OU•PI ,
BullertBenjamin
aaoM+.ou.PUD Pi.n,:,p,.n Proiwv
DC-coA o Cynat OU•Pwvone.OG•i>cc.
DG•oollwpov.DD•nw
PREPARED BY: Doty
10's°°D"'a' "°°
Benjamin N. Bullert, P.E.,Supervisor-Project Management Date
Engineering&Project Management KLA 5/19,25
Dlytally signed by McLeanMatthew
DN.E=Matthew.McLoon@colliercaunty0.soy,
CN=MOLoonMatthew,OU=General,OU=PPM
M cL e a n M a tt h ew Ueer Accounts,OU=PUD Planning and Project
Management DU=PUD,OU=Diwsibne,DC=bcc,
DC=coBiergov,DC=nel
APPROVED BY: Dale:2025.06 03 12:06:21-04'00'
Matthew McLean, P.E., Dircctor Date
Engineering&Project Management
e6C 1
b rog d o nh Digitally signed by brogdon_h
Date:2025.06.03 13:44:24-04'00'
APPROVED BY:
Jan-rod Castro, SCRWTP Plant Manager Date
br o g d o n h Digitally signed by brogdon_h
APPROVED BY; — Date:2025.06.03 13:44:42-04'00'
Howard Brogdon, Water Director Date
B e l I o n eJ o se p h Digitally2025.06 signed.03 by14 Bell:33:18-onel04'00'oseph
APPROVED BY:
Joseph Bellone, Utilities Finance Director Date
By the signature below,the Firm(including employees, officers and/or agents)certifies, and hereby
discloses, that,to the best of their knowledge and belief, all relevant facts concerning past,present, or
currently planned interest or activity(financial,contractual, organizational, or otherwise) which relates to
the proposed work;and bear on whether the Firm has a potential conflict have been fully disclosed.
Additionally, the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of
any actual or potential conflict of interest that arises during the Work Order and/or project duration.
ACCEPTED BY: OUALITY ENTERPRISES USA, INC.
`'"67
` 2
Louis J. Gaudio, Vice President Date
16C
IN WITNESS WHEREOF, the parties hereto, have each, respectively,by an authorized person or agent,
have executed this Work Order on the date and year first written below,
ATTEST: BOARD OF COUNTY COMMISSIONERS
Crystal K. Kinzel,Clerk COLLIER COUNTY,FLORIDA
..wtgiat
0.4 Burt L. Saunders, Chairman
nac� 1,11/447..'-**k
./fit ea to
"(SEAL) arpnature only
i't. Name of Firm Oualitv Enterprises USA, Inc.^-21 _ Bv:
First Witness b Signature
Marcie Cohen Louis J. Gaudio, Vice President
TType/print witness nameT
cond Witness
Jeffery_Masters
tType/print witness nameT
A • ved as to For and Legality:
P '' t County Attorney
6,4f e
Print Name
6iC
Date: February 14,2025 ADDENDUM#2 2/27/25
From: Benjamin Bullert, ier County
nt
Supervisor-Project Management(Licensed) V(! \../V ,
239-252-2583,Telephone Number
Benjamin.Buttert(acoilicrcounty-fl.gov Public UtilitiesDeparment
Engineering&Project Management Division
To: Potential Bidders
REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT
Agreement 20-7800 Underground Contractor Services
Selected Vendors:
Quality Enterprises USA., Inc. Haskins, Inc.
Douglas N. Higgins, Inc. Mitchell &Stark Construction Co., Inc.
Southwest Utility Systems. Inc. PWC, LLC
Coastal Concrete Products Kyle Construction, Inc.
As provided in the referenced contract, the County Division is soliciting
quotes for the referenced project.
SOUTH COUNTY REGIONAL WATER TREATMENT PLANT
REACTOR TANK NUMBER FOUR INFLUENT PIPING
RF¢Due Date: Wednesday, March 5, 2025, @ 3:00 PM
Wednesday,February 19, 2025, at 1:00 P.M.on site at the
Pre-Quote Meeting(Non- Mandatory): SCRWTP 3851 City Gate Drive, Naples, Florida Q&A Deadline: Tuesday February 25,2025,at 5:00 P.M.
Number of Days to Substantial Completion: 240 360 days
Final Completion: 30 days from Substantial Completion
Scope Provided Yes
Plans and Specs: Yes
Liquidated Damages: $470.00 per day
Payment&Performance Bonds If over$200,000.00
Your quotation response for this project is due via e-mail to Benjamin Bullert(B,enjamin.Bullert@colliercountyfl.gvvi) no later
than the date and time specified above. We will not accept any quotation responses later than the noted time and date. We
look forward to your participation in this request for information/quotation process.
Quality Enterprises USA. Inc.
Firm's Complete Legal Name
(239)435-7200/ (239)435-7202 _
Telephone N raber-?Fax P!4
Signature
Vice President
Title
Louis J. Gaudio 3/5/2025
Print Name Date
16C 1
3/5/2025
SCRWTP Reactor Tank Number 4 Influent Piping
Bid Form
Item DESCRIPTION UNIT QTY Unit Price TOTAL AMOUNT
No.
1 Mobilization and Demobilization LS 1 $ 25,000.00 $ 25,000.00
2 Yard Piping LS 1 $ 428,000.00 $ 428,000.00
3 Clearing, Grubbing,and Trench Preparation ILS 1 $ 13,107.00 $ 13,107.00
4 Influent Distribution Structure Concrete LS 1 $ 25,651.00 $ 25,651.00
Modifications
5 Protective Coatings LS 1 $ 6,369.00 $ 6,369.00
6 Disinfection LS 1 $ 8,699.00 $ 8,699.00
7 Commissioning LS 1 $ 6,303.00 $ 6,303.00
8 Record Drawings LS 1 $ 4,245.00 $ 4,245.00
9 Owner's Allowance("ote) T&M 1 $ 50,000.00 $ 50.000.00
$ -
$ -
TOTAL BID AMOUNT $ 567,374.00
Note:Staff has allocated$50,000 in Owner's Allowance-for Owner's Use as Directed.This allowance will be used only at the Owner's discretion to accomplish work
due to unforeseen conditions and/or as directed by the Owner.Inclusion of the Allowance as part of the Contract Price is not a guarantee the Contractor will be paid
this amount.Contractor shall submit change proposals with sufficient substantiating information for all changes to the Contract for review and approval by the County
prior to proceeding with the work.
Page 1 of 1
16C
C011ier County
Email: Benjamin.Bullert@colliercountyfl.gof„
Telephone: (239) 252-2583
Addendum #1
Date: February 25,2025
From: Benjamin N. Bullert, P.E., Public Utilities Engineering& Project Management
To: Interested Bidders
Subject: Addendum #1 - SCRWTP Reactor Tank 4 Influent Piping
This Addendum has been issued for the following items identifying clarifications,changes, deletions,
and/or additions to the original solicitation documents and bid schedule for the above referenced
solicitation:
Question 1: Please see the following snip describing a known concrete encased duct bank,which we
believe will require adjustment of the pipe centerline and therefore rework of a couple existing fittings.
Please confirm with the engineer of record that the necessary rework of the existing fittings to accomplish
the tie-in is to be included in the base bid line items.
Existing 16"piping is known to be resting directly on top of ^y < Y�
existing concrete encased ducibank approximately 10 ft
east of the existing 24x 16 MJ reducer Therefore the
centerline of the new 24"pipe wi'I need to be adjusted
upwards by several inches which will likely require
APPROXIMATE u
I emoving one or two of the existing fittings south of the as N 666837 84 =�
reducer,and re-installing with new megalugs and hardware
:'
and spool piece between_ E 431996 39
Removal and re-installation of these
existing fittings wilt likely be required exiattri[3
to adjust the centerline of the new
pipe upwards.
Response 1:Provide new spool piece and restrained mechanical joint retaining glands to rework existing
fittings to accommodate change in elevation of existing piping with new larger diameter piping due to
proximity of existing duct bank.
16C 1
Addendum#1 - SCRWTP Reactor Tank 4 Influent Piping
Page 2
Question 2: Please confirm that the concrete coatings are limited to exterior coating of the new wall collar
with system ACR-C-I, and touchup only on the exterior of the splitter box wall adjacent to the new wall
collar.
Response 2: Confirmed.
Question 3: The limits of asphalt milling and replacement for the road connection on the east side are not
specified. Please confirm that the project is to include MILL AND REPLACE ASPHALT TO 25-FT
EAST OF THE LIMITS OF CONSTRUCTION,to match the limits that are specified for the north and
south sides of the project.
Response 3: Confirmed.
Question 4: We do not see the asphalt milling depth specified for the for the 25-FT area beyond the limits
of construction. Please confirm 1"depth of asphalt milling and replacement.
Response 4: For asphalt not disturbed during construction,milling and overlaying 1"is acceptable. For
any asphalt removed for trench excavation,the full pavement section shall be restored.
Question 5: The PROTECTO 401 ceramic epoxy lining system named in the specification 40_05_19.01-
2.01.D.4.a.1 does not meet the NSF-61 requirements for drinking water applications. Please confirm that
CERAMAPURE PL90 is an acceptable lining for ductile iron pipe and fittings.
Response 5:Ceramapure CL90 is acceptable as the product needs to conform with NSF 61 or other
acceptable standard per FAC 62-555.
If you require additional information,please e-mail me(Benjamin.BullertCacolliercourrtyfl.gov)
and copy Alicia Abbott(Alicia.Abbott@colliercountyfl.gov)
Please sign below and return a copy of this Addendum with your submittal for the above
referenced solicitation.
2/25/25
(Signature) Louis J. Gaudio, Vice President Date
Quality Enterprises USA, Inc.
(Name of Firm)
16C 1
Collier County
Email: Benjamin.Bullerta4olliercountyfl.gov_
Telephone: (239) 252-2583
Addendum #2
Date: February 27,2025
From: Benjamin N. Bullert, P.E.,Public Utilities Engineering& Project Management
To: Interested Bidders
Subject: Addendum #2 - SCRWTP Reactor Tank 4 Influent Piping
This Addendum has been issued for the following items identifying clarifications,changes, deletions,
and/or additions to the original solicitation documents and bid schedule for the above referenced
solicitation:
I. The number of days to substantial completion is changed from 240 days to 360 days. The Request
for Quote form is revised to show this change. Please submit this revised form with your quote.
2. The Bid/Quote From is revised to reflect the addition of$50,000 for allowance funds. Technical
Specifications Section 01_20_20, Paragraph 1.07.A: The phrase"$100,000"should be "$50,000"
as noted below:
"Staff has allocated$400,000$50,000 in Owner's Allowance-for Owner's Use as Directed.
This Allowance will be used only at the Owner's discretion to accomplish work due
to unforeseen conditions and/or as directed by the Owner. Inclusion of the
Allowance as part of the Contract Price is not a guarantee that the Contractor will be
paid any portion or the full amount of the Allowance. Expenditures of Owner's
Allowance will be made through Change Order with proper documentation of Time
and Materials supporting the change."
Please sign below and return a copy of this Addendum with your submittal for the above
referenced solicitation.
2/27/25
(Signature) Louis J. Gaudio, Vice President Date
Quality Enterprises USA, Inc.
(Name of Firm)
16C I
co
o
co
4_
0
co
a�
u0aas
a
a Cf E
O
z
Co• 0 0 0 0 0 0 0 0 0 0 0
E 0 0 0 0 0 0 0 0 0 0 0
O u1 rn Ln r` r, m Lin N N �
0 r
Co 10 N r o Lc; m rvi rr 0, C
- Co co Co m O Co N N m 0 0 M
is Z ,ti -
L w
F
ab iV VT VT to VT VT V n T Vt an VT of i
a
w O 0,0 0 0 0 O O 0 0 co
U 0 0 0 0 O O O O 0 p 0
Fe lll cocoa Om in o N 0 N
F- ,0 Co M 0 lD N N M 0 0 Co
Z CO N M m
VT VT In vT VT VT VT VT VT in VT
O
0 0 0 0 0 0 0 0 0 0 a o
0 O O O O O O O O ^ a
O w O N 0 0 0 0O 0 0 N 0 m `
W
U 0 M 0 0 0 0 00 M 0 t,,,
C at 1D i oa o0 r; CC lD V1 N O n -g.
'OA 1- a N ,--I '-1 N •-, N 14 Lr, 3
DA Co Co L N
2 C
VT VT in in in VT VT VT VT (Co 0
a — — a
m Co 00000 0 00 0 0 0 L
=Tco U O N O O 0 00 N 0 N cl
o a o m 0 0 0 0 00 M 0 m E
O F_ Co Co Co as Lri C Co (Li N O N y
N . ,--I N N Vt r• G
Z V u1 un �
n
in in in in an VT in in VT VT V! N
h
00000
00 0 0 0 0 0 0 0 0 O J
O U 0 0 ,DD rMry II0 M N m a m �
a! Co Co N N ,m-I N co' co' l0 co, . O lO .3
N X a Co N co a
a w
y VT VT VT VT VT VT VT VT N VT VT r
C U
,,O 00000 0 0 0 0 0 0 =
0 0 0 0 0 0 0 0 0 0 -0 v
,,• w
0 0 0O o o m o V n 0 n D. j C
To rr— O D ,-. l0 m lD m N M O ^'� N a) 3 ° C
3 a a vi ao rri vi Co Co Co Co' r: o r: ` _00 E o
-a - N CoN ri N N L V = a) N U
COCo Z o 3
L
VI a VT VT VT VT VT in in VT in in VT U U a .2
Y o :° g i m
0 0 0 0 0p 0 00 0 0 0 3 a' a a,
j o 0 0 0 0 0 0 00 0 0 0 0 O N 2 O0
c
01 a o 0 0Q o 0 0 0 0 0 0 o U
a 0000 0 00 0ii 0 0� L '^ ° 3 v
v c c E I- r. Co N Co ri ui o in ,-. o ,-i = TE
CC V 'Co — O m N N Ln N ,ti V1 �i 0 - O
C F-- co N co -o `o
C w E v v ` w
c
F- VT VT N in VT VT N VT N VT N 7. a,• !o O
N '
o 0 C 0 U Y
° oi E
J J
Co 0 F- • o
o y .E Y
I-
u c ao 0
1 Ti • C ,no
o .E 3
u • 3• = .
y C 1 1 1 _ 0 0 0 ( Y L
o = c u ,, to
voD. c
p
°' ''' y o c '
u :c 2 c a, u a, ai
0 •
o ea te' uCp C C � °
L..) UQo ` . 0-
� 2 v a, 3 L o
c .3
ra T ▪ L
C a u :.1 a) v� O `p
m 0 0 a u Q c p E t n
P. -_ `1 F O o
O
E.' ` S C.
U C O 9 O
ul J F- _ O w 1 0 ° a U
m N ar
0 0 0 v ,n c O 0 c n oo
o 2 n c V a r ,ii ° O 10
N w O o0 u c 00 0 vu u u -0uc
N Z c 5 E a
c O ap '
Q uc o w v
uvoo aaC Cco O > O O Q 00 N y Q
E RI 'a oo Q
O. v . c y = 0,
a' 'a .` ,S a, .Ea v L 3 c N "3
v m = v c E O c Q v ,� O
m O a, - o un p y 3 0 4 ros a, o `0 3
a _ 2 r U a` o u 00 o 2 H oc T' v
v
Co• ,-i N M Co co Co r` 00 OT O > C
~ 'z z o c u° w
16C 1
0 3494 Shearwater Street LETTER OF TRANSMITTAL
Naples,Florida 34117-8414
111111 Tel: 239-435-7200 _
111111 DATE 05/14/25 JOB NO.
QUALITY
ENTERPRISES RE: South County Regional Water Treatment Plant
Reactor No.4 Infuent Piping,#20-7800
TO: Alicia Abbott E.I., PMP,Project Manage III
Collier County Public Utilities
3339 Tamiami Trail East,Suite 303
Naples,FL 34112
WE ARE SENDING YOU: X Attached E Under separate cover via the following items:
Shop drawings Prints ❑ Plans E Samples ❑ Specifications
❑ Copy of letter El Change order ❑
COPIES DATE NO. DESCRIPTION
2 Payment&Performance Bonds
1 Letter from Surety
THESE ARE TRANSMITTED as checked below:
• For approval Ell Approved as submitted El Resubmit copies for approval
• For your use El Approved as noted ❑ Submit copies for distribution
�X As requested ❑ Returned for corrections ❑ Return corrected prints
Ei For review and comment n
For BIDS DUE PRINTS RETURNED AFTER LOAN TO US
REMARKS
Enclosed are two sets of Payment& Performance Bonds for SCRWTP Reactor No.4 influent Piping,#20-7800.
The contract dates on both the Payment& Performance Bonds have been left blank for Procurement to fill In upon Board
approval. The enclosed letter from the Surety authorizes the County to fill in. Please scan a copy of the Payment&Performance
Bonds with the dates filled in by the County to me as requested above so we can forward to the Surety.
Thank you.
Copy To: Louis J.Gaudio,Vice President
SIGNED: /N� )
arcie Co en
Executive Assistant
16C 1
Marsh McLennan Agency
00 MarshMcLennan 1:��u , 1080LaskinRoadISuite204
Agency HAMVFON Rt:Ai)s BONDING Virginia Beach I VA 23451
A Mar;li&McLennan Agency I.LC Company T+t 757 491 1100 F+1 757 491 3134
www MarshMMA.com
May 12, 2025
Board of County Commissioners
Collier County, Florida
3295 Tamiami Trail East
Naples, FL 34112
Re: Quality Enterprises USA, Inc.—Bond No. 017262607
South County Regional Water Treatment Plant Reactor
Tank #4 Influent Piping—Contract No. 20-7800
To Whom It May Concern:
I, Terri K. Strawhand, Attorney-in-Fact for the Liberty Mutual Insurance Company, hereby
authorize Board of County Commissioners, Collier County, Florida to input the contract date on
the performance and payment bonds once established.
Sincerely - '
Q/L/ll -L[.�� C_itCt,
Terri K. Strawhand
A business of Marsh McLennan Your future is limitless.
16C 1
Exhibit C-1
this exhibit is not applicable
PUBLIC PAYMENT BOND
Bond No. 01 726 26 07
Contract No. 20-7800
KNOW ALL MEN BY THESE PRESENTS: That Quality Enterprises USA, Inc. as
Principal, and Liberty Mutual Insurance Company , as Surety, located at
175 Berkeley Street,Boston,MA 02116 (Business Address) are held and firmly bound
Ftve 1{undyed Siwty Seven Thoueend Three Nun dyed
to Board of County Commissioners,Collier County,Florida as Oblige in the sum of Seventy Pour ooharsand 001100
($567,374.00 ) 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 South County Regional Water Treatment Plant Reactor Tank#4 Influent Piping
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 12th day of
May , 2025 , the name of under-signed representative, pursuant to authority of its governing
body.
Page 19 of 33
Multi-Contractor Award Agreement[2021_ver.1)
16C 1
Signed, sealed and delivered
in the presence of: PRINCIPAL:
� ^- Quality Enterprises USA, Inc.
JeffeMast
fi gtr
Witnesses as to Pri cipal a thew Murphy Name: Louis J, Gaudio SEALD'
Its: Vice President ��`` 1973 12'
STATE OF Florida , PRGIN P rr�
COUNTY OF Collier " '
The foregoing instrument was acknowledged before me by means of CS physical presence or ❑ online
notarization, this (? 1'-of rAwi 2025 , by Louis J. Gaudio , as
Vice President of Quality Enterpriges USA, Inc , a Virginia corporation, on behalf of the corporation.
He/she is personally known to me OR has produced N/A - Knnwn
as identification and did (did not) take an oath.
My Commission Expires: 2/11/26
(Signature of Notary Public-State of Florida)
MARCIE L.COHEN
' ,., ': MY COMMISSION#HH 196569 Name: Marcie L. Cohen
! EXPIRES:February 11,2028
,, �::, (Legibly Printed)
Bonded Wu Notary Public Underwriters
IA vl-rfc,iAL SEAL) Notary Public, State of Florida
Commission No.: HH 196569
ATTEST: SURETY:
Liberty Mutual Insurance Company
(Printed Name)
175 Berkeley Street,Boston,MA 02116
(Business..Address)
Daniel J.Grygo // 7 __
(Authorized Signatur
Witness as to Surety Devon C.Heath Tammy A.Ward,Attorney-in•Fact
(Printed Name)
OR
Page 20 of 33
Multi-Contractor Award Agreement[2021_ver.11
16C 1
As Attorney in Fact
(Attach Power of Attorney)
Witnesses
(Business Address)
(Printed Name)
(Telephone Number)
STATE OF Virginia
COUNTY OF Virginia Beach
The foregoing instrument was acknowledged before me by means of EN physical presence or ❑ online
notarization, this 12th of May 20 25 by Tammy A.Ward as Attorney-in-Fact
of Liberty Mutual Insurance Company a Massachusetts corporation, on behalf of the corporation.
He/she is personally known to me OR has produced N/A
as identification and did (did not)take an oath.
My Commission Expires: September 30,2026 ,yJ ./ t' v ��. ,�tfi._. �c ..11: \_.
(Signature of Nor Public-State of Florida)
Name: Terri K.Strawhand
(Legibly Printed)
(AFFIX OFFICIAL SEAL)
Notary Public, State of Virginia
Commission No.: 247448
TERRI K.STRAWHAND
NOTARY PUBLIC
REG.#247448
COMMONWEALTH OF VIRGINIA
MY COMMISSION EXPRES SEPTEMBER 30,2026
Page 21 of 33
Multi-Contractor Award Agreement(2021_ver,11
16C 1
this exhibit is not applicable
EXHIBIT C-2
PUBLIC PERFORMANCE BOND
Bond No. 017262607
Contract No. 20-7800
KNOW ALL MEN BY THESE PRESENTS: That Quality Enterprises USA, Inc.
, as Principal, and Liberty Mutual Insurance Company
as Surety, located at 175 Berkeley Street,Boston,MA 02116
(Business Address) are held and firmly bound to Board of County Commissioners,
Collier County,Florida , as Oblige in the sum of Five Hundred Sixty Seven Thousand Three Hundred Seventy
Four Dollars and 00/100 ($ 567,374.00 ) 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 South County Regional Water Treatment Plant Reactor Tank#4 Influent Piping
in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat
hereof, and is referred to as the Contract.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs the Contract at the times and in the manner prescribed in the Contract, and
2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of
any default by Principal under the Contract, including, but not limited to, all delay damages, whether
liquidated or actual, incurred by Oblige; and
3. Performs the guarantee of all work and materials furnished under the Contract for the time specified
in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the
Contract and compliance or noncompliance with any formalities connected with the Contract or the
changes do not affect Sureties obligation under this bond.
The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time,
alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications
referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any
such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the
specifications.
Page 22 of 33
Multi-Contractor Award Agreement 12021_ver.1]
16C 1
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 wit 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 12th day of May
, 20 25 , 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 present, of : PRINCIPAL:
7/ ../
, •
Quality Enterprises USA, Inc.
Je ry as rs ..— — _ sE RRi°f o° R S,„
Witne es as to rinpip Matthew Murphy Name: Louis J. Gaudio _li SEAL \
Its: Vice President =��`h1073 `l1,
STATE OF Florida ,,,,,,,,,,,,,,,,
COUNTY OF Collier
The foregoing instrument was acknowledged before me by means of M physical presence or ❑ online
notarization, this WA-of /V1A 20 25 , by Louis J. Gaudio , as _
Vice President of Quality Enterpris6s USA, inc. , a Virginia corporation, on behalf of the corporation.
He/she is personally known to me OR has produced N/A - Known
as identification and did (did not)take an oath.
My Commission Expires: 2/11/26 1--)1(ttal
. . (Signature of Notary Public-State of Florida)
i.e.,' - MARCIE L.COHEN
• *. in .k-: MY COMMISSION#HH 196569 Name: Marcie L. Cohen
:°•.���.: EXPIRES:February 11,2020 (Legibly Printed)
;I"c►i1,,,' Booded Tlwu Notary Public Underwriters
(AF
Notary Public, State of Florida
Commission No.: HH 196569
Page 23 of 33
Multi-Contractor Award Agreement(2021_ver.1]
16C 1
ATTEST: SURETY:
Liberty Mutual Insurance Company
(Printed Name)
r ) i 175 Berkeley Street,Boston,MA 02116
1' 1 ii - (Business Address)
Daniel J.Grygo I. (Authorized SignatO e)
Witness as to Surety Devon C.Heath Tammy A.Ward,Attorney-in-Fact
(Printed Name)
OR
As Attorney in Fact
(Attach Power of Attorney)
Witnesses
(Business Address)
(Printed Name)
(Telephone Number)
STATE OF Virginia
COUNTY OF Virginia Beach
The foregoing instrument was acknowledged before me by means of E physical presence or ❑ online
notarization, this 12th of May 2025 by Tammy A.Ward as Attorney-in-Fact
of Liberty Mutual Insurance Company a Massachusetts corporation, on behalf of the corporation.
He/she is personally known to me OR has produced N/A
as identification and did (did not) take an oath.
My Commission Expires: September 30,2026 ,..._1.),C„i(,It,() J/ ; , (4,J.-itz7 Il,CL-
(Signature of Notary Public-State of Florida)
Name: Terri K.Strawhand
(Legibly Printed)
(AFFIX OFFICIAL SEAL)
Notary Public, State of Virginia
Commission No.: 247448
TERRI K.STRAWHAND
NOTARY PUBLIC
REG.#247448
COMMONWEALTH OF VIRGINIA
MY COMMISSION EXPIRES SEPTEMBER 30,2026
Page 24 of 33
Multi-Contractor Award Agreement[2021_ver.1]
16C 1
nv
VAi.` Liberty POWER OF ATTORNEY
Mutual Liberty Mutual Insurance Company
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire.that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company a a corporation duly
organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint
Tammy A.Ward all of the city of Virginia Beach state of VA its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,
execute and acknowledge the following surety bonds,undertakings.recognizances,contracts of indemnity,and all other surely obligations related thereto,the execution of which shall
be binding upon the Companies as if it had been duty signed and executed by its own officers:
Principal Name: Quality Sntertpri;es IQSA,Inc.
oar 0 ouli y ornmissioners,Collier County,
Obligee Name: Florida
Surety Bond Number. 017262607 Bond Amount: See Bond Form
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 12th day of May , 2025 .
Liberty Mutual Insurance Company _
~—
,,INSU,99 J P.ct t 'wk. to %Neu,p9y The Ohio Casualty Insurance Company
-P i40 Poe..,r4 4y' eaaoR, -CI ?`000R,ro, West American Insurance Company
12 cin v m w
a;�1912fi4; �s 1919 pW o 1 1991 c .61 7 7
IA ACHOS 4 O hANPg'6 ab fs 'Not mil' •dbt By:
l e rrr'/J C.
STATE OF PENNSYLVANIA ss eh * �� �y' tN dM �� Nathan J.Zangerfe,Assistant Secretary trise U
COUNTY OF MONTGOMERY Fr w
FT) On this 12th day of May , 2025,before me personally appeared Nathan J.Zangerfe,who acknowledged himself to be the Assistant Secretary of Liberty c E
0 c30 a) Mutual Insurance Company.The Ohio Casualty Company,and West American Insurance Company,and that he.as such,being authorized so to do,execute the foregoing instrument •�
o for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer U
== IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting.Pennsylvania,on the day and year first above written. di a
45P PAS F
r Q
C'8 ,Z, aeon,-, C Commonwealth of Penns iiiii,„
O
CO ,,,.�, +�, yManla•Notary Seal
O � r. � v Teresa Pestella Notary Public 0 Oer Montgomery County .40�} Q...
1y rR' My commission expires Mardi 28,2029 By: >.—
O Y '�,.s'tv ��, Commission number 1126044 N
e - 4 y ss$ Teresa Pastella,Notary Public
Member•Pennsylvania Association of Notaries
as.--N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Q 8
Insurance Co0
�� Company.end West American Insurance Company which resolutions are now in full force and effect reading as follows: o 0
E c ARTICLE IV-OFFICERS:Section 12.Power of Attorney. at N
My officer or other official of the Corporation authorized for that purpose in wnhng by the Chairman or the President.and subject to such limitation as the Chairman or the
President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety d r
e any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney, `o 0 V c shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such
m c instruments shall be as binding as if signed by the President and attested to by the Secretary.My power or authority granted to any representative or attorney-in-fact under the cco
oT provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority . ca
Z 8 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. o ai
My officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, f m
• shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, Loi n.
bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind __J
-y
the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding -..-
as if signed by the president and attested by the secretary.
Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of fie Company,authorizes Nathan J.Zengede,Assistant Secretary to appoint such
attorneys-intact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and
other surety obligations.
Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary
of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the
Company with the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned.Assistant Secretary,of Liberty Mutual Insurance Company.The Ohio Casualty Insurance Company,and West American Insurance Company
do hereby certify that this power of attorney executed by said Companies is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 12th day of May , 2025 ,
Px,%Neu: Poo INs& a %Neu/
.b o00044�.4+ yJ coaro,r'pyy GPcoaroRl qy._
3 ozn �c3 o m W 3 Focn
Yd's1912
91 b; i 1919�, o sj99l )
B '-- TYoiN• ya enee C.Llewellyn.Assistant Secretary
LMIC,OCIC,WeiC•SurePath 012025