Loading...
Agenda 06/14/2016 Item #16F 5 6/14/2016 16.F.5. EXECUTIVE SUMMARY Recommendation to reject contractor bids for Invitation to Bid (ITB) #16-6644, for Lake Aeration for Pelican Bay. OBJECTIVE: To provide materials and labor to install solar aeration systems in eight (8) Pelican Bay stormwater lakes for the purposes of controlling algae and maintaining water quality. CONSIDERATIONS: The Pelican Bay Services Division Municipal Service Taxing Benefit Unit (the "MSTBU") was established by Collier County Ordinance 2002-27, as amended to provide quality street lighting, water management, and streetscape beautification services exclusively to the residents of Pelican Bay. The MSTBU works closely with the Pelican Bay Foundation, the Master Homeowner Association within the Pelican Bay community,to establish and identify resources that meet the requirements of Pelican Bay residents. The Pelican Bay water management system is designed to disperse stormwater flowing through the lakes to the berm and ultimately into Clam Bay. Clam Bay was designated as copper impaired by the Florida Department of Environmental Protection, which resulted in the PBSD Board directing staff to stop using copper sulfate to control algae.As a result,it was determined that installing aeration systems throughout the community's lakes will aid in controlling algae. The proposed scope of work under Project # 50108, "Lake Aeration for Pelican Bay," is consistent with the MSTBU's water management and community beautification responsibilities. Funding for Project # 50108, "Lake Aeration for Pelican Bay," is available in the PBSD's FY2016 Capital Budget approved by the Board on 9/24/2015. Staff publicly advertised ITB #16-6644 on April 11, 2016, and sent notification to eight-hundred forty- seven (847) prospective vendors, with fifty-one (51) downloading bid packages. On April 27, 2016, four (4)bids were received and opened and the offers are summarized below. VENDOR QUOTATION Aquagenix $97,200.00 Superior Waterway $101,270.00 Lake Masters $129,893.56 Shade Services $258,000.00 Staff determined that the lowest bid was fair and responsive and had submitted a recommendation for the Board to award ITB #16-6644 to Aquagenix at the May 24,2016 meeting. Prior to the Board meeting,the Procurement Services Division staff received an intent to protest, and a subsequent protest letter, from Shade Services pursuant to the Board's Procurement Ordinance (Section 23), delaying consideration of staff's recommended award. Thereafter the protest was heard by the Procurement Services Director who reviewed the allegations and facts. After consultation between the County and a State contractor licensing official, staff found that there is a lack of clarity as to the type of license required for the installation of the solar based lake aeration equipment required in this solicitation. The County's code official intends to request a declaratory statement from the State, which should provide future clarity regarding the license requirements for solar based lake aeration systems. In reviewing the information presented in the protest, the facts presented by the County's code official, and the expected timeline to reach a declaratory statement from the State, it is the conclusion of the Procurement Director that the specifications and instructions issued did not provide the license clarity to maintain a level playing field for all particirQf t h;rlA rc Packet Page-1860- 6/14/2016 16.F.5. Therefore, staff is recommending that the Board rejects all contractor bids and direct that a new solicitation be drafted and competed with the specificity necessary to insure fair and open competition. FISCAL IMPACT: Funding is available in, and consistent with the PBSD's FY2016 Capital Budget approved by the Board on 9/24/2015. The source of funding is Capital Fund 322. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT RECOMMENDATION: That the Board of County Commissioners rejects contractors bids for Invitation to Bid (ITB) #16-6644, for Lake Aeration for Pelican Bay and direct that a new solicitation be issued consistent with staffs above recommendation. Prepared By: Lisa Jacob,Project Manager,Associate Attachments: 1)Invitation to Bid(ITB)#16-6644 2)Bid Tabulation 3)Vendor Proposal 4)Project Location Exhibit 5) Shade Services Protest Letter 6)Collier County Protest Findings Packet Page -1861- 6/14/2016 16.F.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.F.16.F.5. Item Summary: Recommendation to reject contractor bids for Invitation to Bid (ITB) #16- 6644, for Lake Aeration for Pelican Bay. Meeting Date: 6/14/2016 Prepared By Name: McCaughtryMary Title: Operations Analyst,Pelican Bay Services 6/3/2016 8:48:20 AM Submitted by Title: Operations Analyst,Pelican Bay Services Name: McCaughtryMary 6/3/2016 8:48:22 AM Approved By Name: TeachScott Title:Deputy County Attorney,County Attorney Date: 6/3/2016 9:29:36 AM Name: KlatzkowJeff Title: County Attorney, Date: 6/6/2016 8:47:56 AM Name: IsacksonMark Title:Division Director-Corp Fin&Mgmt Svc,Office of Management&Budget Date: 6/6/2016 9:36:45 AM Name: CasalanguidaNick Title:Deputy County Manager, County Managers Office Date: 6/6/2016 12:06:57 PM Packet Page -1862- 6/14/2016 16.F.5. c•—• ler County Administrative Services Department Procurement Services Division INVITATION TO BID Date: 04/11/2016 From: Adam Northrup (239) 252-6098 (Telephone) (239) 252-6302 (FAX) adamnorthrup@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 16-6644—Lake Aeration for Pelican Bay As requested by the Pelican Bay Services Division, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Marion Bolick • Procu ementServices Division•3327 Tamiami Trail East•Naples,Florida 34112-4901•239-252&407•wwr.mlliergov.neftproeuremeniservices #16-6644—Lake Aeration for Pelican Bay 1 ITB Template_01202016 Packet Page-1863- 6/14/2016 16.F.5. Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 8 Exhibit III: Standard Purchase Order Terms and Conditions 14 Exhibit IV: Additional ITB Terms and Conditions 17 Attachment 1: Vendor Submittal-Vendor's Non-Response Statement 24 Attachment 2: Vendor's Check List 25 Attachment 3: Vendor Submittal - Bid Response Form 26 Attachment 4: Vendor Submittal—Local Vendor Preference Affidavit 28 Attachment 5: Vendor Submittal— Immigration Affidavit 29 Attachment 6: Vendor Substitute W—9 30 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 31 #16-6644—Lake Aeration for Pelican Bay 2 ITB Template_01202016 Packet Page-1864- 6/14/2016 16.F.5. Co ger County Administrative Services Department Procurement Services Division Public Notice Sealed bid responses for Solicitation 16-6644—Lake Aeration for Pelican Bay, will be received electronically only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00PM, Collier County local 04/25/2016. Solicitation responses received after the stated time and date will not be accepted. Solicitation 16-6644— Lake Aeration for Pelican Bay All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Joanne Markiewicz Director, Procurement Services Division Publicly posted on the Collier County Purchasing Department website: www.coliiergov.net/purchasing and in the lobby of the Purchasing Building on 04/08/2016. #16-6644—Lake Aeration for Pelican Bay 3 ITB Template_01202016 Packet Page -1865- 6/14/2016 16.F.5. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Pelican Bay Services Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB")with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The County is desirous of obtaining bids for the supply and installation of aeration equipment in several lakes in the Pelican Bay Services Division, as outlined in the specifications below and Attachment 9: Bid Schedule. Background The Pelican Bay Services Division Municipal Service Taxing and Benefit Unit of Collier County, Florida was established by Collier County Ordinance 1990-111 and Ordinances 2013-19, 2006-05 and 2002-27 as amended to provide quality street lighting, water management, and streetscape beautification services exclusively to the residents of Pelican Bay. We work closely with the Pelican Bay Foundation and Pelican Bay Property Owners Association to establish and identify resources to meet the needs of our residents Detailed Scope of Work See Attachment 8: Scope of work, for detailed map of site locations. Specifications PRICING MUST BE ALL INCLUSIVE, INCLUDING ALL EQUIPMENT, SUPPLIES, DELIVERY, SERVICE, INSTALLATION, OVERHEAD, ETC.. • Solar Aeration System Two Plate Must include the following: 100% recycled plastic cabinet—driftwood color—25" x 25" x 19" deep with 4"to 9" legs—piano hinge (lockable). Floor of cabinet filled and glued with acoustical convoluted foam insulation 1"ATSM rated C 423-90A to the nearest 0.05 SA BINS/FT2 with a noise reduction coefficient to 0.40. OSHA approved soundproofing and UL-94 Rating. Two air outlet lines from compressors through cabinet with '/2" 220 PSI rated flexible braided vinyl tubing. Each flexible tubing outlet shall be 4'-0" long and fitted with 1/2' ID barb connects. All aeration systems shall be furnished with stainless steel 1/2" wormdrive clamps to fit 5/16"-1/2" hose Model#67-06-1 to connect on shore and to duraplate(s) (DP- 7) in lake. One Two valve anodized aluminum manifolds, brass adjustable valves with barb outlets. #16-6644—Lake Aeration for Pelican Bay 4 ITB Template_01202016 Packet Page -1866- 6/14/2016 16.F.5. One Prostar 30 solar charge control with digital display. One Diehl controller—24 hour/7 day—digital timeswitch-24 volt SPST and SPDT switching —one channel 6.3 mm x 0.8 mm tab terminals. Connections comply with DIN 46244. One 3"x 8' aluminum masts for solar panel. One cooling fan for ventilation —37 CFM. One 24 vac eco flow compressor—brushless type— 1 CFM open flow .85 CFM at 30" 1.7 FLA at 24 DC .41W. One air filter—glass and filter type. Two DC 115-12 deep cycle AM6 batteries. One 3' x 5' solar panel 235 watts. Panel modules are equipped with an environmentally sealed junction box and PVC wire cables with Hosiden connectors for problem free intermodule connection. PV wire output cables meet 2011 NEC requirements for use with transformerless inverters and all modules are UL listed 1703 for USA and Canada. Mounting brackets are included. Solar Panel Technical Data: 60 156 mm cells, -01+2% (-0/+5) power output tolerance, 47.9 (+2 degrees Celsius)temperature NOCT, -0.32 voltage oc temp coefficient, C class fire rating, Hosiden connector type, +35 (0.9)-47 (1.2) inch cable length, 75 pounds static load rating. Module circuitry: 240 watts peak power, 30.4 volts voltage at peak power, 7.9 volts current at peak power, 37.7 volts open circuit voltage, 8.4 amps short circuit current, 14.5% module area efficiency, 600 volts max system voltage, 15 amps series fuse rating, 65.55 x 39.02 x 1.5 (1665 x 991 x 38) inch (mm) dimensions (I x w x d), 39.6 (18) pounds (kg). The solar diffuser plates are self-cleaning, non- clogging, self-weighted, fish hook resistant, high oxygen transfer, 9" EPOM diaphragm membrane (lifetime warranty) creates micro bubble emission for optimum air flow with laminar flow induction. 1.0 —3.0 CFM. Made of high impact polyethylene. Two Duraplate Diffusers 7" Disc style, designed specifically for solar compressor systems. This system is designed to operate 24 hours per day. Two year warranty on all parts. One year warranty on labor. • Solar Aeration System Four Plate Must include the following: 100% recycled plastic cabinet—driftwood color—25" x 36"x 27" deep with 4"to 9" legs—piano hinge (lockable). Floor of cabinet filled and glued with acoustical convoluted foam insulation 1"ATSM rated C 423-90A to the nearest 0.05 SA BINS/FT2 with a noise reduction coefficient to 0.40. OSHA approved soundproofing and UL-94 Rating. Two air outlet lines from compressors through cabinet with 1/2" 220 PSI rated flexible braided vinyl tubing. Each flexible tubing outlet shall be 4'-0" long and fitted with 1/2" ID barb connects. All aeration systems shall be furnished with stainless steel 1/2" wormdrive clamps to fit 5/16"-1/2" hose Model#67-06-1 to connect on shore and to duraplate(s) (DP- 7) in lake. 2 Two valve anodized aluminum manifolds, brass adjustable valves with barb outlets. One Prostar 30 solar charge control with digital display. #16-6644—Lake Aeration for Pelican Bay 5 ITB Template_01202016 Packet Page -1867- 6/14/2016 16.F.5. One Diehl controller—24 hour/7 day—digital timeswitch-24 volt SPST and SPDT switching —one channel 6.3 mm x 0.8 mm tab terminals. Connections comply with DIN 46244. One 3" x 8' aluminum masts for solar panels. One cooling fan for ventilation — 37 CFM. Two 24 vac eco flow compressor—brushless type— 1 CFM open flow .85 CFM at 30" 1.7 FLA at 24 DC .41W. Two air filters—glass and filter type. Four DC 115-12 deep cycle AM6 batteries. Two 3' x 5' solar panels 235 watts each. Panel modules are equipped with an environmentally sealed junction box and PVC wire cables with Hosiden connectors for problem free intermodule connection. PV wire output cables meet 2011 NEC requirements for use with transformerless inverters and all modules are UL listed 1703 for USA and Canada. Mounting brackets are included. Solar Panel Technical Data: 60 156 mm cells, -0/+2% (-0/+5) power output tolerance, 47.9 (+2 degrees Celsius)temperature NOCT, -0.32 voltage oc temp coefficient, C class fire rating, Hosiden connector type, +35 (0.9)-47 (1.2) inch cable length, 75 pounds static load rating. Module circuitry: 240 watts peak power, 30.4 volts voltage at peak power, 7.9 volts current at peak power, 37.7 volts open circuit voltage, 8.4 amps short circuit current, 14.5% module area efficiency, 600 volts max system voltage, 15 amps series fuse rating, 65.55 x 39.02 x 1.5 (1665 x 991 x 38) inch (mm) dimensions (I xw x d), 39.6 (18)pounds (kg). The solar diffuser plates are self-cleaning, non- clogging, self-weighted, fish hook resistant, high oxygen transfer, 9" EPOM diaphragm membrane (lifetime warranty) creates micro bubble emission for optimum air flow with laminar flow induction. 1.0 —3.0 CFM. Made of high impact polyethylene. Four—Duraplate Diffusers 7" Disc style, designed specifically for solar compressor systems. This system is designed to operate 24 hours per day. Two year warranty on all parts. One year warranty on labor. Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s). • For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: Insert the price in Attachment 9: Bid Schedule, for supply and installation of each item listed in lines 1-8. The prices will then be added together to yield line 9. The responsive vendor with the lowest line 9 total will be awarded the bid. #16-6644—Lake Aeration for Pelican Bay 6 ITB Template_01202016 Packet Page -1868 6/14/2016 16.F.5. Item Description Basin Lake Type Location Cost 1 4 Plate 1 7 Solar Naples Grande (Front) $ 2 2 Plate 1 8 Solar Naples Grande (Back) $ 3 4 Plate 2 3 Solar Lake Vista $ 4 4 Plate 2 4 Solar Georgetown (South) $ 5 2 Plate 2 10 Solar Glenview $ 6 4 Plate 4 3 Solar Isle Verde $ 7 4 Plate 5 3 Solar Avalon $ 8 4 Plate 5 5 Solar County Park $ 9 TOTAL $ • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select single awardee. • The contract will be in the form of a Collier County purchase order. Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs. Prices shall remain firm for the full term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice 04/11/2016 Last Date for Receipt of Written Questions 04/21/2016; 3:00PM Solicitation Deadline Date and Time 04/25/2016; 3:00PM Anticipated Evaluation of Submittals Week of 4/25/2016 Anticipated Board of County Commissioner's Contract May of 2016 Approval Date Vendor Required Documents • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement • Attachment 9: Bid Schedule #16-6644—Lake Aeration for Pelican Bay 7 ITB Template_01202016 Packet Page -1869- 6/14/2016 16.F.5. Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or"Bid")with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty(180)calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. #16-6644—Lake Aeration for Pelican Bay 8 ITB Template_01202016 Packet Page-1870- 6/14/2016 16.F.5. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department Online Bidding System: www.colliergov.net/bid. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests #16-6644—Lake Aeration for Pelican Bay 9 ITB Template_01202016 Packet Page-1871- 6/14/2016 16.F.5. Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In #16-6644—Lake Aeration for Pelican Bay 10 ITB Template_01202016 Packet Page -1872- 6/14/2016 16.F.5. such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Purchasing Department shall invite the lowest local bidder to submit a matching offer, less one (1)dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's I vendor's proposal may be deemed non-responsive. #16-6644—Lake Aeration for Pelican Bay 11 ITB Template_01202016 Packet Page-1873- 6/14/2016 16.F.5. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the"Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verifv. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of 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 and with the provisions contained within this affidavit. Failure by the awarded firm(s)to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on #16-6644—Lake Aeration for Pelican Bay 12 ITB Template_01202016 Packet Page -1874- 6/14/2016 16.F.5. the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. #16-6644—Lake Aeration for Pelican Bay 13 ITB Template_01202016 Packet Page -1875- 6/14/2016 16.F.5. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen(14)days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and/or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and/or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and/or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. #16-6644—Lake Aeration for Pelican Bay 14 ITB Template_01202016 Packet Page -1876- 6/14/2016 16.F.5. VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys' fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or of this Purchase Order. Should any such change are incident to the goods and/or services to be increase or decrease the cost of, or the time provided hereunder. required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. change is ordered or within such additional period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S specified by the COUNTY, and will be of representations and warranties in section 11 (a). satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, claim of any third party. These warranties shall procure for the COUNTY the right to continue survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional Goods and services provided pursuant to this cost to the COUNTY). Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. contracted with the COUNTY for goods and/or services, or appropriate or make use of the 13. Compliance with Laws COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on #16-6644—Lake Aeration for Pelican Bay 15 ITB Template_01202016 Packet Page -1877- 6/14/2016 16.F.5. the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce comply with the laws referenced herein shall any of the terms and conditions of this constitute a breach of the award agreement and Purchase Order shall be the Twentieth the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in be regarded by the COUNTY as a material and response to a breach of this Purchase Order substantial breach of the contract arising from by VENDOR shall not constitute a waiver of this Purchase Order. breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. responsible for any delay or failure in c) All notices under this Purchase Order shall performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by When VENDOR has knowledge of any actual or personal delivery and will be deemed potential force majeure or other conditions which effective upon receipt. Postage, delivery and will delay or threatens to delay timely other charges shall be paid by the sender. A performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with 15. Assignment Florida Statute Chapter 112.061, Per Diem VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, nor any money due or to become due without the employees and authorized persons. prior written consent of the COUNTY. Any e) In the event of any conflict between or assignment made without such consent shall be among the terms of any Contract Documents deemed void. related to this Purchase Order, the terms of the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and /or Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall 17. Annual Appropriations govern. The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and #16-6644—Lake Aeration for Pelican Bay 16 ITB Template_01202016 Packet Page-1878- 6/14/2016 16.F.5. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of$25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 5. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 6. Environmental Health and Safety All Vendors and Sub vendors 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. Vendors and Sub vendors 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. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. #16-6644—Lake Aeration for Pelican Bay 17 ITB Template_01202016 Packet Page-1879- 6/14/2016 16.F.5. 7. Florida Wood Products The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 8. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 9. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor 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. 10. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County's project manager, shall coordinate with the Vendor/Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. #16-6644—Lake Aeration for Pelican Bay 18 ITB Template_01202016 Packet Page-1880- 6/14/2016 16.F.5. 12. 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 Ill, Florida Statutes, the current Collier County Ethics Ordinance 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 contract held by the individual and/or firm for cause. 13. Invoice and Payments The County's project manager reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company(or subcontractor)timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 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 required). Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerkAcollierclerk.com. #16-6644—Lake Aeration for Pelican Bay 19 ITB Template_01202016 Packet Page -1881- 6/14/2016 16.F.5. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional—payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or 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 contract. 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. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees)to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 14. Survivability Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 16-6644 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 15. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain #16-6644—Lake Aeration for Pelican Bay 20 ITB Template_01202016 Packet Page-1882- 6/14/2016 16.F.5. property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify"For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO)forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty(30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or #16-6644—Lake Aeration for Pelican Bay 21 ITB Template_01202016 Packet Page -1883- 6/14/2016 16.F.5. companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 15. Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four(24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Purchasing Department website: www.colliergov.net/purchasinq. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non-responsive. 16. Security and Background Checks If required, Vendor/Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing 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. 17. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway&Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 18. Debris #16-6644—Lake Aeration for Pelican Bay 22 ITB Template_01202016 Packet Page-1884- 6/14/2016 16.F.5. Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 19. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: • Required quantities of material. • Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers 20. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 21. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor's cost for time and material projects, and to withhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. #16-6644—Lake Aeration for Pelican Bay 23 ITB Template_01202016 Packet Page -1885- 6/14/2016 16.F.5. Cofer County Administrative Services Department Procurement Services Division Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 16-6644—Lake Aeration for Pelican Bay ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: #16-6644—Lake Aeration for Pelican Bay 24 ITB Template_01202016 Packet Page-1886- 6/14/2016 16.F.5. Ca ger County Administrative Services Department Procurement Services Division Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 16-6644—Lake Aeration for Pelican Bay • Opening Date: 04/25/2016; 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date #16-6644—Lake Aeration for Pelican Bay 25 ITB Template_01202016 Packet Page -1887- 6/14/2016 16.F.5. Goiter County Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal -Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6644—Lake Aeration for Pelican Bay Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: Item Description Cost 9 Total $ Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages.The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. #16-6644—Lake Aeration for Pelican Bay 26 ITB Template_01202016 Packet Page-1888 6/14/2016 16.F.5. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR#or CAGE Code Telephone Number FAX Number Signature/Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #16-6644—Lake Aeration for Pelican Bay 27 ITB Template_01202016 Packet Page-1889- 6/14/2016 16.F.5. cSier County Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal—Local Vendor Preference Affidavit Solicitation: 16-6644—Lake Aeration for Pelican Bay (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a"local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a"local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or❑ Lee County: Number of Employees(Including Owner(s)or Corporate Officers): Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #16-6644—Lake Aeration for Pelican Bay 28 ITB Template_01202016 Packet Page-1890- 6/14/2016 16.F.5. Goiter County Administrative Services Department Procurement Services Division Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 16-6644—Lake Aeration for Pelican Bay This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of ,20 , by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #16-6644—Lake Aeration for Pelican Bay 29 ITB Template_01202016 Packet Page-1891- 6/14/2016 16.F.5. Cattier County Administrative Services Department Procurement Services Division Attachment 6:Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit I Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation Partnership _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #16-6644—Lake Aeration for Pelican Bay 30 ITB Template_01202016 Packet Page-1892- 6/14/2016 16.F.5. Co ger County Administrative Services Department Procurement Services Division Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall 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, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate El Project Professional Liability $ Per Occurrence El Valuable Papers Insurance $ Per Occurrence #16-6644—Lake Aeration for Pelican Bay 31 ITB Template_01202016 Packet Page-1893- 6/14/2016 16.F.5. El Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. [' Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. El Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. RLC 4/5/2016 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5)days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number #16-6644—Lake Aeration for Pelican Bay 32 ITB Template_01202016 Packet Page -1894 6/14/2016 16.F.5. N -, • ill °° -i -0 U, o CU - CO u O t o '> c z L. O Vf in 0 N N Vf VI CD CU CU CU CU 0 D >- >- Z >- >- >- e "0N C Co Y •n. Co N Q_ in Up L a en a.+ a1 N aj a! a1 a1 CU a7 a) N 2 >- >- >- >- >- >- a) - a, _ . CO J O 3 ' o c > ++ N CO ll 0 N0 Vf N VI a � >' Z >' >' >• a et p• C 0 to 4- CL M CO o l0 H (I) N v-{ a`, 0 a O Y •X O N '' •0J p \ Cr CD CUG) CU CU a/ 13 NR >- >- >- >- >- >- O. m i c' Q O Z E c0 Ts v a E c CT in c ' O N N O a] CO J N QJ .N .- Q L- - 4- a1 "Yj a_ a--' ` . C) cB E v a *-P, Q +, c o c a) _c N o _o C c al m t 0 '•s-U v O m 3 v.) CC O cn +' U E 0 z L c au U) CO• r Q oc 73 7° .ago = c Q ~O c13 aa) -c u N O +_ a a. H m > m > _ - a Packet Page-1895- 6/14/2016 16.F.5. coder County Administrative Services Departnent Procurement Services Division Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 16-6644—Lake Aeration for Pelican Bay • Opening Date: 04/25/2016; 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. 1Y. Corn• �,,I_' W''- Signature &Titl1���1 f: Date '' #16-6644—Lake Aeration for Pelican Bay 25 ITB Template_01202016 Packet Page-1896- 6/14/2016 16.F.5. Cotter County Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal -Bid Response Form • FROM: Ayticne Board of CountyCommissioners i missloners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6644 Lake Aeration for Pelican Bay Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or.the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: Item Description Cost 9 Total $q7 zoo u-O Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net30 Days ® Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. #16-6644—Lake Aeration for Pelican Bay 26 ITB Template 01202016 Packet Page -1897- 6/14/2016 16.F.5. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of Apr-i l , 20i k) in the County of Lee-- , in the State of o#'rdcr._ Firm's Complete Legal Name N.j--cr—TI c u }'� 1 (t`(�, 1.. L- / / Gta 11(>C Address (DO . c n a t a l l Jri tt City, State, Zip t- ,tt. Y , P`7" 7Z / Florida Certificate of Authority �--' Document Number Federal Tax Identification Z5 -2 5 3 Z 7 ••3 Number CCR#or CAGE Code Telephone Number 23/� /-" FAX Number s — / Z a Signature I Title _ 13t'5i%7e5S hAie/Opi464/711/40105er Type Name of Signature 6E-OV j Date 47 / 'I / f{ Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #16-6644—Lake Aeration for Pelican Bay 27 ITB Tern plate_01202016 Packet Page -1898- 6/14/2016 16.F.5. Colter County Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal—Local Vendor Preference Affidavit Solicitation: 16-6644-Lake Aeration for Pelican Bay (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business Collier County 1WLee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a"local business"unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a"local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or Lee County: /q9/, Number of Employees(Including Owner(s)or Cor orate Officers): Number of Employees Living in ❑ Collier County or 0 Lee(Including Owner(s)or Corporate Officers): 3V If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: ietseK)i/// 5e(p 3-04_65 Lie Date:YI a1/( „, ; , Address in Collier . Lee County: 2D , e fp,�v I--t-&p GL) kv f i L.F I--C, ?. l3 Signature: A_ j Title: ,re ii e... STATE OF FLORIDA41 . 0 COLLIER COUNTY t LEE COUNTY . Sworn to an. Subscribed Before Me, a Notary Public, for the above State and County, on this 2D Day C of aII , 2Oe.: •,-- /e.e_____ Notary Public � " ; MIRIAM LYNNE MCCARTY•PIETRZYKMy Commission Expires: lliq ,- ,,,,�F,,. Commission#FF 186944 (AFFIX OFFICIAL SEAL) A, �Expires January 1,2019 **,W4.0 Bonded Thou Troy Fain Insurance 8003854019 #16-6644-Lake Aeration for Pelican Bay 28 ITB Template_01202016 Packet Page-1899- 6/14/2016 16.F.5. Collier County Administrative Services Department Procurement Services Division Attachment 5:Vendor Submittal—Immigration Affidavit Solicitation: 16-6644—Lake Aeration for Pelican Bay This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals(RFP)submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor I Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name -2k,C) e t` £'NC`S L L }� � Print Name C ' �►� €.- ��� i✓1 TitlelkY1PS Lv01eth Signature � G�4kJte1� /31 / 2 ,�°�.: �`� Date pt,,�..-- p State of 9'"i .I1r 1(,'1a.. County of LL The foregoing instrument was signed and acknowledged before me this 20 day of Apr// ,20/4,by 6€0,e� �� �t who has produced as identification. (Print or Type Name) j (Type of Identification and Number) c g.., Notary Public -Ignature ctvV1 ale.VW t dr ,,c r.*.'Py,B. M CommOM iNNEssion # F 186PIETRZYK ' ; Commission#FF 186944 Printed Name of Notary Public r:•,, :'a: Expires January 1,2019 `�� �I ��� '',�;,o�.°:`��, Bonded Thru Troy Fern Insurance 80038S1e19 (`y''f'_J yf'lj Notary Commission Num er/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #16-6644—Lake Aeration for Pelican Bay 29 ITB Template_01202016 Packet Page -1900- 6/14/2016 16.F.5. Co , Cou.,Hty Administrative Services Department Procurement Services Division Attachment 6:Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes).. Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name De..lot t i' -z~ih.eq--5 (as shown on income tax rem) Business NameX ';f'}j*� (if different from taxpayer narrie) Address O1) .(.or1 10 r (. City Ylf t91�1 State y h h,t59Zip E4jjW L Telephone tO" -t1t t�.. FAX Email - ✓irie,c? e lt --013L2nf' S e--c ry 1 Order Information Remit/Payment Information Address 1142c0 (. ~) Lt\D Address 100 A) .Coircivt,0 b( � City State (''(..- Zip t City Poti(eht1 State Ph Zip I q2-0 FAX ��jI—51 ,1 2566- 3 FAX Email(- ✓inP,Vit' t'zc. ,.C�t 1)?4,'eattk4i-Cfri11. Email L1 vLi nine8 p efr7 k-&. ?T n.io.5,t`r}Yyl 2. Company Status(check only one) 1 _Individual/Sole Proprietor _Corporation __Partnership _Tax Exempt(Federal income tax-exempt entity ?( Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) S'C. Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 23_23a"7R'3 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification:Und- penalties of perjury, I certify tha e information shown on this form is correct to my knowledge. Signature A. .,�rr. A Date Title 6„(1 \'`,S:.), .\Q - � j' Phone Number 2j'-c(!\—(► z,l #16-6644-Lake Aeration for Pelican Bay 30 ITB Template_01202016 • Packet Page-1901- 6/14/2016 16.F.5. Colter County Administrative Services Department Procurement Services Division Attachment 7: Vendor Submittal -Insurance and Bonding Requirements Insurance/Bond Type: Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall 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,to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired;Automobile Included 5. El Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence #16-6644—Lake Aeration for Pelican Bay • 31 ITB Template_01202016 Packet Page -1902- 6/14/2016 16.F.5. D Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100%of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders'surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. RLC 4/5/2016 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5) days of the award of this solicitation. ( / Name of Firm Gt.• iii Y JJ� f ( it `ors p Dat-- '-/I ( I Co Vendor Signature Print NameGperse. & .�.`;v Insurance Agency A)j l t I S G?- eons 7 ck. Agent Name t,0j EIQbrYi Telephone NumberS' ' `lc 737' #16-6644—Lake Aeration for Pelican Bay 32 • lie Template_01202016 Packet Page-1903- 6/14/2016 16.F.5. A CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 04/12/20' ITHIS 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 1ELOW. 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 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 NAMP' Willis of Pennsylvania, Inc. PHONE FAX c/o 26 Century Blvd. (Arc Nn FXT)' 877-945-7378 (Ain Noy 888-467-2378 P. 0. Box 305191 E-MAIL E-MAILS• certificates@willis.com Nashville, TN 37230-5191 INSURER(S)AFFORDINGCOVERAGE NAIC# INSURER A:ACE American Insurance Company 22667-006 INSURED INSURER B:American Guarantee & Liability Insurance 26247-005 DeAngelo Brothers, LLC T/A Aquagenix f/k/a DeAngelo Brothers Inc. T/A Aquagenix INSURERC:AIG Specialty Insurance Company 26883-001_ 14250 Jetport Loop West Fort Myers, FL 33913 INSURER 0: INSURER E: • INSURER F: COVERAGES CERTIFICATE NUMBER:24339888 REVISION NUMBER:see Remarks THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE ADDL SUBR POLICY NUMBER YYY POLICY EFF POLICY EXP LIMITS ITR ass Wmato (MMIOD/Y ) (ffMIDD/YYYY).• A X COMMERCIAL GENERAL LIABILITY Y Y EDO G24557078 11/1/2015 11/1/2016 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR SIWARFE�O�a occureRENTEDnce) $ 1,000,000 ( X Contractual Liability MED EXP(Any one person) S 10,000 X XCU included PERSONAL&ADV INJURY $ 1,000,000 GEM.AGGREGATE LIMIT APPLIESPER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT X LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY Y Y ISA H08878626 11/1/2015 11/1/2016 (E.1!II eD)INGLE LIMIT $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED OS AUTOS BODILY INJURY(Per accident) $ HIRED D AUTOS NON OWNED PROPERTY DAMAGE _AUTOS (Per accident) _$ B X UMBRELLA LIAB X OCCUR • Y Y AUC 982665404 11/1/2015 11/1/2016 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTION$ $ A WORKERS COMPENSATION Y WLR C47855706 11/1/2015 11/1/2016 X STATUTE OTH- FR AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEI,NI N/A E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (MandatoryinNH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY UMIT $ 1,000,000 C CPL 17082054 11/1/2015 11/1/2016 Contractor's Pollution $3,500,000 Each Claim $7,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additonal Remarks Schedule,maybe attached If more space is required) THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 10/27/2015 WITH ID: 23754686 Re: For any and all work performed on behalf of Collier County. Board of County Commissioners and Collier County Government are included as Additional Insureds on the General Liability, Auto Liability and Umbrella/Excess Liability but only to the extent required by the written contract with you. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Collier County Board of County Commissioners 3299 Tamiami Trail East, Suite 700 f /� Naples, FL 34112 Coll:4882897 Tp1:2004863 Cert:24339888 ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD Packet Page-1904- 6/14/2016 16.F.5. AGENCY CUSTOMER ID: 427753 LOC#: A ADDITIONAL REMARKS SCHEDULE Page2of AGENCY NAMED INSURED DeAngelo Brothers, LLC T/A Aquagenix Willis of Pennsylvania, Inc. f/k/a DeAngelo Brothers Inc. T/A Aquagenix POLICY NUMBER 14250 Jetport Loop West Fort Myers, FL 33913 See First Page CARRIER NAIC CODE See First Page EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Waiver of Subrogation applies in favor of Additional Insureds with respects to General Liability, Auto Liability, Umbrella/Excess Liability and Workers Compensation where required in written contract with you and when permissible by law. ACORD 101(2008/01) Coil:4882897 Tp1:2004863 Cert:24339888 02008ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Page -1905- 6/14/2016 16.F.5. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE fiamel tretrel 081 Services ,ivtmF.?rwil,,r umAar Policy -Frio i "7 cy u , r ?7 yr t,_`- E`ttlVi Obit,or Enjoraimenl MO G245570r78 iaro1!2 115rc 1110112016 11!01,'2015 Issued Ely{Nsne or tmuranm L�onpanyr ACE American Insurance Company inue the policy number.Tho reeahyer ohne trWrr tion Is to lee rG4 eG c ii wteti the trslanseriort miscued etttt'emait to 1 e p+et sia6an of the Key. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration data by notice to you or fr.t;Named Irmerod for any.reason other than nonpayment of premium,we wit endeavor, as set out in this endorsement,.to send Written notice of cancetaticn, 10 the persons orcrganvzattions listed in the schedule that you or your representative create or maintain Tie'Scheittel by allowi-ig your representative to send such notice to such persons or argenttattoos. This trim-e i.vit be in addlion ID our no1ico 10 yo.,or the fist Named insured,and any other parry whom we are required to noddy by statute and In accordance with the e a aaalatinn provisions of the Pony. B. The notice referenced in this endorsement as provided by your representative s intended only to be a courtesy notification to the person(s) or organization(s) named In the Schedule In the event of a pending cancellation of coveage.We have no legal obl9ation of any kind to any such persons)or ori,anization(s}.The faire to peovide advance edification of cancellation to the person(s) or ccgenizal on(s) shown in the Scriedute will impose no obliation or lability of any kind upon us,our agents or representetives,will not extend any Potry cancetatr-n date and will not negate any cancellation ofthe Policy. C. We are not responsible for verifying any information in erry Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We wit only be responsible fcc sending such notice to your representative,and your representative will in turn send the notice to the persons or organizations liistod in the Schedule at least 30 day.prior to the canceled rt dale applicable to the Policy.You wit cooperate with us in prcr i ng the Schedule, or in cziusine your represenlaikeo to provide the Schedule, E, This endorsement does not apply in the event that you tanccl the Policy. AS ether terms and connitians of this Policy remrin unchanged, Lak. ...---) ` r 1.10 i • &rho Repre:entatii II At.L32698 01/111 Pae 1,of 1 Packet Page-1906- 6/14/2016 16.F.5. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE likTed kdured OBI Services End ce emcrn;lmhr oicy Symbol Petty number Poky Ferias Ellevive Dele or Endoraemenl. ISA 1438878C28 11101,2D15 TO 101,2015 111')112015 lssuod Ey Noma el!rnmer:a&away,' ACE American Irssuranoa Company fr rt 1- Fmk,a u meet.The neap is or the free axe lib de meptgpd erh YAWt* aevlareemvrf raIowa tiatuadvrl to tlm elm:armorr.f'he patty. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ 1T CAREFULLY. A. If we cancel this Poky prior to its expiration date by notice to you or the fast Named lr ured for any mason other than nonpayment of premium,we will endeavor,as set out in this endorsement,to send wr"rten notice of cancellation,to he persons or organizations listed in the schedule that you or your*epresentatrve creole or maintain(the-Schedule) by allowing your repro enlah,re to send such noCre to such persons or orgarik4ions, This notice wil be in addition to our notice to pat or the first Named Insured,and any other party whom we are required to notify by statute and in accordance w h the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representettire is intended only to be a courtesy nalrioation lo the persen(s) or organitalion(s} named In the Schedule In the event of a pending cancellaion of cx,verage,,We have no legal obligation of a1y kind to any such person(s)or orgenIzatIon(s). The febure ho provtrie advance notification of cancellation to the persons} or orgenizetion( ) shown In the SchedLie Will impose no obligation or liability of any kind upon us.our agents or representatives,will not extend any Policy cancelL•t+on date and vrdl not negate any ancellrilan of the Policy. C. We are not respcmalbte for verifying any Information In any Schedule, nor are we responsible for any Incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative,and your representative will In turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the canceitaton date applicable to the Policy. You wit cooperarie with us in providing the Schedule,or in causing your representative to provide dna Schedule. E. Thss endorsement Coes nct apply in the event that you cancel the Policy. All other terms and conditions of the Policy remain unchanged. p Aullwri +par esellarive. ALL-3253S RIM) 1) Page 1 at t Packet Page-1907- 6/14/2016 16.F.5. Workers!Compensation and Employers'Liability Policy Miami Inp.m1 Enfiment krAbor Otel SERV/CES 100 NORTH CONAHAN DRIVE Poky HAZLETON PA 1,041 esshilmber S'yfftflet WLR re..reit*-, 047855703 ..- Po*Portne FNA-tive Dee cf Erdolpirii9v. 1910-1/2015 To 111011201i3 1110112015 Inuexl tly(Name .frairerr.e Gar-perry} Ai AMERICAN INSURANCE COMPANY Irme F-ds 1.0.7,rurrite,Y1r,)nremnr.tre al NI wergrezom te k:1 tie!3:=•-peile0,7,ry KW,ttt3 enzt,r9v,,ri?,Itr.M4 RuirrrqPrl•77 the frece'men ce Ve viocy. NOTICE TO OTHERS ENDORSEMENT-SCHEDULE HOME BY INSUREDS REPRESENTATIVE A. If we cancel this Policy prior to As expiration date by notice to you ot the Orst Named[mired for any reax,on eller limn nonpayment of premium,we will endeavor,as set out In otis endorsement,to send written nottce ct cancettation,b the persona or organizations listed In the schedule that you or your representative°cella or rnainlain(Me"Schedule) by allowing your representative to eland such notice to such persons or organlzatiore. This notice will be In atfeetion to our notice to you or tee first Named Insured,and any other party vptiom we are required to notify by statute and In accadance with the cancellation prceilsicris of the Policy. B. The notice referenced In this endorsement as Fowled by your representative Is Intended only to be a courtesy notification to the person(s)or organizallon(s) named in the Schedule in the event of a pending cancellation of coverage.We have no legal obligation of any Idnd to any such person(s)or organization(si. The satire to provide advance nolificakin of cancellation to the person(s) or orgartizrylien(s) shown ii the Schedule will Impose no obligation or lieblk cif any kind upon us,cur agents or representati..es,will not extend any Policy cancellation date and will not negate any cancellation dine Pelcy, C. We are not responsible for verifying any information in any SChiatile, nor are we nasponsie;a for any incorrect information that you or your repcosentatTe may uee. D. Wit wit only ha rnspmsaila for stendria sorb noliria to your rarimstiniaiivo,and your ranrccantattyrt will in lurrt sand the notice to the persons or orDanitations listed in the Schedule at least 30 days prior to the cancellation dale applicable to the Policy. You will cooperate with un in providing the Stherliie.or in causing your repre-santare to provide the Schedule. E. This endorsement does rot apply in the event that you corcel the Pnliny AS other terms and condit:ons of this POICy reman unchanged. C..- -)71—_------- , Authcrzted Represtirrative WC 99 Cr3 E9(01/11) Page 1ot 1 Packet Page -1908- 6/14/2016 16.F.5. Coiter C014.11:.ty ' Administrative Services Division Procurement Services 16-6644 — Lake Aeration for Pelican Bay Attachment 8: Scope of Work Adam Northrup,Procurement Strategist (239)252-6098(Telephone) (239)252-6302(Fax) Adamnorthrup@colliergov.net(Email) 0 rtaocsmc+l saw.Capva`wt*3327 Taman Tra Enat•Raphe,Horth 3#112-501*wvw.olagxr acVputchaairp Packet Page -1909- ��`�'& ,. 16.F.5# . 6/14/2016 io t - LIINVIXi,, ' rat, "Ili ,,,,,,,•,„. byksii.. 4. : 10 ,c...dip N. t tw ,, ','-, I- t-, .A 0 40-01101-1, icy al441.6 1. <i t� a �. nen ice'' Al•,' ,,,t , ,, ".,„, r... 1 /'' 1'II. te VI '. V AP 4 " ' , k''',. 1.,:. g - `,,„ k t'i'4„,,,,.i„..;,A4.4, *,,, ..4i . ?, 71,,,s'.0";1 a 0 t i \ S Ai,4' ,? p : .. �� 4 M ` %Rits t,,Iza --.4iv- •Nb � Ito -•�I •R ° it)...,'(‘-.9%,"0 to v ,. O# -"Idles ; , w H+ -lam4., mows. , .gi ,41,tiosigi Lima' a ,�,,� v'• ii f,'g''a. QPM®� i1 ��Q1�o® atm 44 � { `',",,.m Mo �d} .4t. on Aali®aFP baud Eral •> + �� 4ra�6� GTFiQ� � , } a 1:' A + ' ICIPILitai /,.„.,--;;;/2 alma 1 ro t. 1t:,14,4*.i.,C\ ' 7 4• L 4 ,5 4) .:t ' :� .+0 143��ae�_non ii „..41, loyil, --4timino ',;,,?'AI",.0:," i ' s vtl, 1 %., '', 1 ...., 1,1U1,,4, ...r_gar -Y� � ";+ in � a; .y�y�i� . %, i �*��'. • 1 .• i - I M' ', „x' (» ' ' tr ' ,., t: ' * t + ? Ir k CI �da y �w7 ,„'� e , � v +` 4 �l {, € . , fl ��4� G 4. kt,v loot,.did 1 ab.-ire9,rienil „ :. r s Guy runt nrrir, 6. got ,®v,0@©.,64 gem 40-1,, • ' ,'-‘, '4, :fi v ,-- •. • I 0 411404;- .0 ,,,,4i ,I adz e 1 ? t x �, ,.% r >" d:; v� } {� li ,v �,..:-,'"'`..i, �' d:. U_'s '` - a `�7 3 d''is,9 "T"E t;/t� 1,,, '' )..ey0.1%.`1,,,, , fir! } , t wE ; r r•`c r n A7 ,rte// 4��� It ,' ,k, Mo-»,,, ,-',.-,7.;,,,i... 5 '. `.�+y'`g a .` r" i LL �lYq�1-� ®'.,,"4 kt,, 41704) 44 i....1 4 @a�ca M3'd -4,*,,,,� rs ;�> C�-cJ®� 1y 4. ..,010,4.,.:,4t. ,40,41,..1 . 10,.:,..„,tiltz, r4,46.7 6-' ' ,,—„„„..t, l � ; .;µpnu#z1S " in 4. 1 i' , ; 'to s n '43 ' i1� IIIIIwi . �� ,,,,,,,:,,,,z,.‹.,.1,-? �# u � � .' " ''''''r.. n � + � ktx� y�� „ ait;"� 10` r �£ t5 eufu 1se � . � k ° I g 41 m. •$::I. Packet Page -1910- 6/14/2016 16.F.5. 7-4n . a slyj � «ni 1)1uY i 4 ,.' C f "tf • 'CYO'n, ) aNp. .t � C • �Rf ' w `V ',. „ fi . ,� ` 1. rr4t""^` , "" A f -..'-'*:\,,,,..s.,,,, a `.. t �Y RI Y �' r ' 4 , "t ';' . ;0;'.. z,„ fir' .,�{� M�� i '�P",.> t' `' ;�6' `v� k '" $ q "e r r C / w ^�tlSi.S+x a Ir?si•-,;:N-V' 4. ,,.,,) 1- » t a�'�k if e i�.- � `irj �, i <.. ' � ......��-.� /:'�Y, 1�.,,...;,_;;e.;vtj. i . `..- .4,,,°; ,.:I673„`,7'..,',' , �.�"' '`xe,�.,tE J 1\1 q ?Y ° � i v1 ' 'i \ �" ' M \ ' '- ' ''''', f • 4.;,t,T /."' \ \., I A i,,' i '. ,.,, 1'7 ,I. is-i';1./ 7'\ '.'''' , ' "i„,..., .,' 1, �.. ,,�:, l w 4 y' !a7C il, r " ry7 1 ;`5 41'., 1 ' i ti F �e' •, �' .,. �" .fp ' I ; �. Ny ,�' � F,� r ..L :c as �ytq,,, t '"4 3 �4 , v q 1 21 t "t ! ,1:J }i i ��' ' P i X-11-!,,,--a fir' r. —•— ' 4h;',,1 g toy; ,5 x a ,g ' L'',11'4'4"*7 , ''. 7 :'C:.,-. '11',,, I : 7 % iri ."4,...!4..:-41:',,%1 .1 , 4.,, i i t-yr,‘-'0%-i, ' %%.,....) .0 L.,i ;tilt , 1 iii i }:�t-,.....!;se- b.. 94, ;� P 0.R 2 .e� na,„vai,i'b"""� 9 % ,I....,,,14%,,,,,,,,,%-•.1.' ...„--',. 4 , ,.., —7 • ‘;'-) a t n A Co S s µ I I '.r/ �Al% � � 11 ' � �� ( �q r f + a{ 4 �/c � f � z S. ..� 1 �uOS �''.i t '" a " 'fid� �, R*V �i � " �"y1 t � 1.t'�" + �� !-" y �= " 0 O< a, r Wit' 7 r bpd ' °n r..,, C ` "`e° j , rr ; ty 1, i% (J IC'J 4a� a aRF r',,','„,11.,;(e, 'a 1 ��_ ;, U`l ' ,.T* / tr ' '.ob°'.r af ','''''''1;,,',",`',;') >''p° (r ,, t�"� . rer11 y ,. ' �; �S,,,, =, 0 .4.:« r " v 54 .11',.°1",',..e414• �` aAI rr,03:n� ti ,, .J ri . fL1 2,1 ",- i.. r,., � ,,-: s'!::1.' � Yf�"�+ � a��1'�5��,„±u� 9��. _ �r7 �e"7,^ �§,"� .;`,'"4,� � �� � f 'P' �:. � r T j r#( .°*�7 his �r� "d�' jA �:�' a� � �: P.a t v a r i t''''(''''' J�n is t t f '6.,c '<•;4-94r,-.`' "y t„ r,}, ,t-rts Er f " 1 V' v Y.. Y ,0 11 r r a n :';'(/' z Cs t 1T F "^' s /v`" s i7./.''.71,/::, wti x+ • of /,,..._ r- 1"-- 4— i J t'`_„l ' . ; °,, a,' a d( r+ ryy L, / `la (-,,. d,s' 5�:,.aT. , ''�3,..c7,u.. .,m... a . *,..);',;.',.‘„%'-. "r. ' °'Cy\N.r "��,, b•, ..s' v.4 €2 i�s •'a C5'^,x �" � i Xp' Packet Page -1911- 1 6/14/2016 .6.F•5' ,„ •,,,,y,$) • •'• '7,if* '. ' ) s 1,14. *„ c-,"-",„I • :-'-'' -'' . '6• '11'. ",I 1'' il ,. ‘, " '4"ttr4itk - 1 I. r' ',I, .4,e' si, • , ..'is "trr''' - ' ' r'`'t,r -1 tt,, ,i•F-4 • , : „.'t" ,,,, ,i., rt',.'", tr i ,7'''' , ''‘ ' ,if, r'',,.. :I., "Tt 1 (1 i ,. ,ii,,i, \' ._' . 'A ' .',,".r''." .:4, , t •:* i; , 1 ' .'':' 1 , ' 4,7 ,,,k' 7 7 :at;...1"-2^ • • , ")21 1**,2'1 )' .• ''' ":7 ''' ". ' ',id,' 7 - r'' ',' "' :',,ilf,t4:f'r ' '' '', , ''''':•4(1 ' "YS'',- ,, 7 . • caC1 : '''''.:,•, ' •••:,,o, , , ,'.7,'' , 7':\ 7: d',drdi /7\ ' .*'.- '7 ' '',1''- • ,7"':, ' j,4' • 1 1 A; "d- ' ' N 2 •0:“..,:d•7',, 2 4..)•• i \41.4 , .1. **•tt,,," 77 ‘7,,' r 7, Ld r''' .....,'', . , %'At 7,11.' ,' ,El'1 .4•N: I) ) ',• ;,), ,,,X - , •••.t., I.,/ ' : , Lt. "'t.7'' --A \ cl) , •• '",,i 4):',"' • 94. ,. -;',)•st'-...,..1 :;°2 ,••°, , .. ; . . -•°-.%`• ''''•'•° - I., ,'7. I ,-- , , , 1 • - . I,, ;71, ;''-• 7. • -;,-s- -- 1 •.,,,,,' .-• - ' '' '' ''.1.1., , ,,•' 1-•-• . ,' - i''' (...'7:.•'Is.." . ;.;',- ....k. '1;\,;.*. ,' ' ..; ," •••• . .. •••; ,a-t- 3 ilti Ife., ' — t i$ '''t ' '- '8 I;*•''' [ST;er - .` \ 411"; ., ''' 1, ' , - , ' :.t. - ' '', =.---,', e ° ‘.c,,'''--, '''', :,,d',.‘d7';-, 'ridl',..37, '“:77' d•\•ad°' • C,-, 6', o "' ', ''' ''''' a',4-.1) ,-' ''‘'''''''LIFV.1 ,cf' 'i— ,'ft- ,'" '.• -.,!;' ',. ,,,,, ,,' '.2 jp 4 • • i ',1r4l'. 'r.,%.,Al• ' ' Itli,,,:i:, '''-'"'''..?1/'.4'.. ak ,.{.., . • t . . , r'''SJ ' \s' '4'. ''. ffil' : ' '' '‘' • '' lir r i,t?'• ", '>' • .... H ,. 1 , •e" dik ' •••.;:',-,', ' ,, .. ' ° .. --- .-,• ,• ,, ..,- ...„..,-,7",•.,•••°, • .•- • ' ,' .•;.•• - ' . •• 1,;•••.-- '• -•... •,•,--- ". '., '. _ ',..,,,"--c•-••,i .,..-- , ••• - •••• -• •01°` - •.,. ;,;•N••••-• -- - ,- -•••';- '•,' . , ; ••••••1••.°,, .' • ,i . - - •- 01941 . . ••• .1•••--• El _,- • •i ...,..-- -',, ... ..•-,P,- .„.71 u• , ; I . ,,, .. , .'• - , . . °,' ' - ..... --2.-•--°,*° . ,:'s•f•°;- °• ,. •,,,,,,,,.4:4 ! -1-- 1-- - - ..-•-;--- -- .:--•-' ,.; -• ..-• -;:°' ;',-:',1 fi,-;-,-y; ,,,,..-..t, .,, 1 ' 7'1., i ..,..,. ;.„.„ .. ;., -••.,, ,,,, .•„,- - - , ••,...,•••: ,-..,,,,, / ,..-,,,•,• .1.i.,.,-, ,, ,....•,,,-.7. 1 4.,,,-•,,, 2,•• '-'• .,;;• - . •••t;•-•,• ---.--,•••-••• .:.,•,- ;•• ;Al, ; .''''v."i". ' 't,t Pr---1,A ' ,'. •,'":441,','''''''-' '''. - ‘,tlik:-/ , "r‘...4 ; °; ' ' ','• ' .... 1 A, i ; ;„ ••-.,..,„';''• ' ..,•,' ""•°' - • i; ',. 4% ,,,. , , .i.!, , .- ,11 , , ,,,,, , _,4‘._.' ,, ', A t',• ,,,' t ), 7-''' 1",'$' ,..":',- , I t ,t• '''" -ii.p.--- ti ri ' 'r ',`, '" ' • ' •: 1: ,., ' •",', "ttri-"1.04;1", - , i '-''vt,';''''''•4 '' ' 'tr,,t t"' , , ,,, • ,,, :"'" ,:','" 'I,' (0,4„.t rI,i II ,',. ',.`' k,'!%.1.' 4-'; f',1, t' -'rt'''' 't'‘'', •,' '",t',`,!",""`. i 'r t' )11., r ksk, , t4 •,,litor 1:1 ""' lc''`',-''''t,' \f' i t”)", ' ,1 '\''`i' ,,," ,,'"l',..*";,"*. '‘'.'t I 7 '',„!,•ip,,..74.17,,i0474tiA.:71 i — 1-, 0 8 •1•;,•,„ - ,,,,h ',..,..„., , , - „.• •.;•°-7 l•-,„„'.. .°•••••1, ,...44-.;"°•••'-' -, ••.---i--1 'I''' .7"' cI I.''''' C."") 4'' ' . ''11.t:71.'"7 7', ' Al.'.•, i , iç , '.,'' `••,t 0 :, .,''7:,4"4,d„,fl1',,J',,,i1;':,"r•-r , , '.'•7l•''.-7,',,1d','-I'"',:'',Siv`d'. %r1t't,*•i.?r'7,,f'r,',i,l."'d-s,'',‘:,',-7, 1:'A'`,r'r"r/•':'„•,.'1,,-:",`"ei,-0M4,;„,4:.0, -,7'7I7••t•i7,'tfr,L•-dZ't-rrd:?t)k d7,r4.`,"''d47,r„;,;.;::77„"•'.'.•.'•ld- _ \-, __,......„.— 4.',r4°'"”— •:, )2"›,''''7 : t t.. .4, e -1-912- Packet Pag 6/14/2016 16.F.5. t.,,i-. , '•'; ,,ii.(ci. V 4' ''''Z -.) ''' k VV\ V .77--- . • • ,,iii14 , ,, . , •,,,, ,.,..,:,,t, ,,,„..11,4 ..,.. .,, , 4,,,, ..,.. ..,, i,-....\ ,,c,,r, 1 f,r-,- Li 4 ,,,,, ),.-".:Z.,- , ;.`., • , . '' . ",,4 •';,,,,„i . . ''..-- ,` ' .'''li,‘ ,1/41 , (') ,...',.4.. '1;..1,- ' -'; -...' ' I I ,' ,,,, , .. ve• 4--.,„ . t, -.,..,, •:.,., r . ,,,,,,,, • ,, .?v,11:,_ ,.. ,,,r-4 t,...:•,:„„‘..', ',. . `:, .- 2,,,,,,4,-#3- *ISAiL.7:,i) ,i'l , ''.,' .(''-',)' k:: -,',', ' ''.7.1:'"-,,:.•,.'. k "'",1/4' _s_..,,xv0:1.- ' 7: .. ., , ,,: ,..:,, . ... •••,,,--"' it .-' , - i'.-e-.. •' -,. 71/ `,1..?..,, I, [..; ,44". 4 'i), 4'.': - 4',V:‘ ' ':, .:,zi.„:7.t.'•4:4*-' .;-:,;,),..;''''''':,.**' ,,',:•-• s'%, ''''.''' ':*..,,'ili V. - ''l •• ..'4, '''.14."":1' ': '.4'''''*k.'"7 '±',''•:, '1 I ..b w ..4 ":," , -/ - ' , ' ' ‘•141 . • ' , ,, - ' .. . ,":;.:-.4,',.,,.. ."; "t. i '''..7, -7.1.1:1.,, 11 t' "';'''1 t'-•''1.\,‘ ...\-ri,r :‘. '. •••••• a , *,", ''' ,',...,''' ,,';. i :1:::''' ' ' , ),- ..-,,; , :,, '‘''.—* •t i pl.• ,...,, 0 l'' ''''' '41, ,, bd 1 M l, 1 j • , i',,,. 1 kl..:'4.' , , , ., . ‘ '.• , 1:&-..'" alk "" '' :'.445::,,,,,,,,, ''''';'•('''' ' ,": mor 0 ' '":,' -,, 4 ' (1)q N ; ,,°:.,11,•/° , 'Ar 1'','.. 4 ,;;>. • ,, .:.\,, ,. ,."*. ., : , ,,.: . t:y., ‘ , 1 ' '‘fr' '., ".. • . r'. 'tr.IV,'"1!" .t. t 1 t i2410',..;. -,,,-- 7 ,-, i r ; , ''''',-= ','.. - , ii,: -,,,:•-,i,E,,*,', • , ,,...,,,.. ‘ , ' ',,,, -":- 1k, 1 ''re''' ,'''''''''."'" .''' ..,-• 2 il *!' 4i.- ' 7 'I ' '''''', ,, „,2 --,----, ,,,,,„. ',„ I. :::,4t. •--.,,- , t,,,,, -.,;,1,.., ,, ,.1,,,,...,- . ,.,,,,,,,-,:‘, ---4, 4,0,1.-,..f ”'5` i,i'',, li :s''',,--'''. 4, if,,,?- ' ''?, t,11,i, .„'• t7) 1,,) ° ;‘''' ''.: '1. :*n ' (.:;\f;...g..':'::: ...,, c ;;,,.:.,''''''''' 8,1 c•—• D". : 't C.:),,;t,-4`..'''''''!..'''' -‘,,,k,;,..:,., '.,, .,,,,:,,,,,,,,,- ,\.:',..: ‘:.-;:::P.,'L-, ,,..,,,,,ii„?....,,i ' ,...*t4,..;•..',..,. ,--0...•,,,—;?.,,,, ,,,,',., --....",,:',:,,,,:,:',-„,,,,,,,„:,,,.- ' -' '4'..•,-,n7...',,,,,,-4*,, ,4,..v.,:: .1 * VI, 1‘ , ;;'..',;;Vel•t": ''•, '.'" ,,.,rt 7:'4'i,r,::. „ :''';';''''''', , ' 11 .-..• § ri,,,, ,,,,i,t* A :;), .„....,.„..„.,,, , ,,A, .‘-,..;...,.,:.,..i.!,-,-,' „z,--,=,,:ier--t-7-, :,.......7. , --:,--t,, ! u L ' *', ali..:1..:% ''LA ' , '” t.-- [: j ' ' -74- .„..._.- 114...„?,.., - ---- "--- ' ,r .> Packet Page -1913- 6/14/2016 16.F.5. ,.... ... .... . , .) 1 . 4 . 01C11 111 1 ) I 11 . [ ^A*.aPia°fil , —.I 1 I I . . , .. al ' --r , ,..„ , 1 , 4 A, 1 ...a a a 1 .6h 11' . . 1 ' 1 m L .,,„....,,,.. -.7'‘,.!.., ..s-: . '—,..- , 1 :. '*xv....t.rr4gct,.,,,rz.,,,,,,,„.,,r''''' ''" , v 1 ! I . ) . ) I 1 et/.1,1 ' 1./.' :'•''''"• -,J#J„elMc.),)1 . 1 i , !4)•••.• 1 )).., • 0 d i , i.—) k...1", i' '''s'•,:"4 1 ; .r i, .:' ,• "-- . I 1 ,...„/ 1,1.),- .) •„); ./ • -1' ;' tI j I'' '..:'.. N.) ' ,tAi, ) ',,,t::.. •, i.)1 , t , tl'i;: t'.).•!!'i)1 ' I.,. 1 ,i. t ...„„At:10 )r• ' , •,)41„00 .. •) i • ' • E4, ''',,,'. ;2,' :1 1 ' I r' ' ' , . • , '''`4:- . .V '\ ''. , •bi.,4'',t1i,'1.. , 6.4. I ,-, • s L..1t!,...):11,.%)•)• ' ,. Frj. 1. 1 . )f %, il , :'i.".: 1 . ,I, . *0 ,;1, .. IL ' . . -4,- 1.1 . ,' ‘• mr ,; 44. 'lib ,:.:.:,;.-1 . ., ., 1:- ,,•"4;;',1,. '' .,,,•4 •-•' 'at- ,.1, •-y,. -,,---,, ,,r,,,,p, •1 - .,..., , , ft:e c •AI— i',, 1_, •, •-,.•-!-- le,,,,, .,-4, :::',..1 1 F 8 '--- i-,1 V ;',, 0 , ( .) • , -,-,-...'„,• ,.._ 1',-1 • , 1,4.6 .' , *-'11,1i;L,. . , ;.....:-N y.,....,,. . , ', , e ,...-, ,. •!'' ( ( : ,,,, 41,?0,,,,,:i.7 ' ' '''-,,•:';V•, 4,,, '. ....---",.',Y, :`,2,. • ,7441-c.-t,!:,.!,' , • \*In'ir.'4".--',- ""•-•>.,.. `. ° .T .....,sii...."; '''...: „..,!*!)0.,,, q..,,,i,:,,,.,„. , ) 1 • - :'4,,. ,,,,,:::, i i.-7,, -, . ,/, •••• / .....i, `• -, ,', .,',-tilm-', .,,, %'4:2 --,,• , ;• ' , ; 1;') 4 ),', ' ; ,,. I,,t•'), '21' ) 1,11'.• ',,_' , ii -.`"20:•„-": • - , ' / I • , . ' ,..) \ •,,,') / ).' •,1). I 1 ' 1 ')..) , ..; t/ .);,i „.,,,,„0„,,,,,,„,',.;,,,fiy..;).„,,..),, ,,,..,„).),', • /./:-• '- ,,,,•-• : • . ..A)::: • ''.c! „.„..1,, ',)„',,.,.. • ' ')`:',--) '.'..:-•,,,,.•g••)'••14;'''F'',. r:4' • ' ' N ,, ,.\. ' ., 4,:t..„ \ ,.....,...:„ ..„3/44.r. ":1 , z ,',,t,, ‘ikl,(,,, % 3' i•:."''' /41'1-5.'''' ' ; I \ '‘ ;161111:;;;I:.,; ' 1 i1 , \ ,..,, '., - ., : ,- ..,...,-.4,A.,'.:,.....,, .,,... ..: , 1 - , , fl...,. ! 11 1 it.,:,, \ ,': , ''.;#;,, ,A,.., • •. i ' it , '' ''"'"?.'74"-!14°,:V*'"•"'' ,,,,i'''''.4 4..AX.''''''*."..' ' 1 V 1., '' 'M' '" ' - '.-'=', `„.", ''.'ims,,'1!ft• ./....!” '" i /!.•. . .k 1.\\„!... , I .,,t!..!:„.!;•-•,,'1.,;,,, . ..., ,,,gr...,,,.-7i ',2-,,,,.,,,,\ "%,,,,,,, r'''.1',',:.',‘. •".. 1- ' ;',.' ""'.;,, , , ','.. '0)`..!‘,.. -,.;*•,,r.:0! i \--,--, 10.L......e,.. ,.....';-4,7,'"i:*-4"- '‘'..4,.'''''*-.::,1,,,..;,,,,'N " '''::'.'i* ',,.,,,„,..1.,fj . ,1,......,, !•!... \ ,:s„;..''....,....,..,: i'.. . .4.----- .`...ropA.'4' '.,',."se.!!'54.-1.:1.,-. '- t,--,,A..giv't •' '"'""''''''-' I i*.....,......, , .,,,-....,— I t lieht,ifilh,HiN'' Packet Page -1914- 6/14/2016 16.F.5. „,,, . SI1 ltil'1 'L-i .�* 'i� t'al • I t� _< y i xh -''.2,,,,... '_Ja apt ;! I 1 gr- • l• 4...,,ftrIki:4* 'A' ' ''', '''';'''• .' 1 n t'1 �� 'aYYt �r.,. 1TF+ t.•�. ' ...,(.,.:,-."....."....•, . 9& AI{. 151 i, r `+ ( ,Y. ryry l k 1 tl d /�A'3 .fid, i Y#P• ` }(. 11 S A x t , „-„.,.,..,1...4,1. „,..„--,. ... ## � fie: ;, , Tt " t,sem„( t ,p I } I ; t MM i I t 1 1111 . � 41 ?"4R d YIY \ yam.. ,, k l:n,. k .,1:,,,.;,, ,::,;.,;..'..','...,:'''' dt r y '3 ' � '.'' SAY• a°� `5.}. i I 4 I �\.- I ,i i 11:7::*':- � •R 1 ."ti r � i R til ? Y v t �/4 M1 tl 1 ;I t P '^ }.�rrt 2 s477,•,1,;''' ti nt Arlt %n Y'4'- Its f �{��j # I i 2{.' 1' �fi r•gv� } {CpJ- nJ 2 •t i1.4'. ia�i •.''''''.17-%';(4*. ) EE�� ��� ,{ i'�A�,ttr1 r LL ,+., T4 C •�i �4 1 i S f •a " �� °�r r �Fl^ r {� �djy 2'r '� F�`{'�re ,'''.i•'. • ;�'v 1"� '� vl��' I Y�-'' �;, plt 'Y iii. • yt • '',.• I ,ilk' 6 �', q 1 ! '�t .,r s i g t {�\ 1 iP7 k't' i t t fsR- 7 S ,{ 'Viµ' • to I., 1 €i,=: I i +}�*'• +}"'�( r -,.,..'7..4 a frJC , u�tx a (I. t h Z :y.UN f {+5 Yt ak7T; ri , �y'� f � I r '4 � j �t I i && u; Ul . tt • } ':•: f ,Ix� wS Ir •s e 'S`1'a¢ r� 4• f i�F �.\ ''''''4' '$'''' I��1`.- ' tss 7 � , u.'�3nui ',.......wiv?:�.a5. .�a"^a`.9h^.. �r. t '�� , 'E� � "° ,�,,. rA'"r., }ir1 �r ,3 i;�. Packet Page -1915- 6/14/2016 16.F.5. , ,,. rn..z<::' „,,,,t.-" ,19 '*',•:,- '''', .,,,T..v .1',..,,-,1 7'' t5''' '' :. i,i, Ri '-`'‘.;.- i-',.: . 75,viT„',,,lh ',tr,e..st"-,,...--4"4:'7'1,s''_ ` " :,:.,f'• .'. '• ' '0-,' ,;4., i,:, „, „i, , ,‘ ...= = et. til=, .- •' '='!-=,=',".="'•)k ...,••=-1.-.7 . '...+;r” . ." , k ',--„I' 'A') 4t, :.,:t1 •1 • 1'. ', .,) ':..,'''.''-' •;.''' ....r,yry, • ,, ', , 47,.,,...„2 .. • -,,, _, i,„..,,,,,,7. -:.:,, -,,,,.; -'4'tit '; ' • ,. „' -**, •^",q. ,,, a',v.I.,44 , ,,,,,:x ,,,:„.,f, „, ,,,1„,, ,,, ,, ,, ,:, - ,I,, -t, ,,, c,..1.-,„,,,,, 77,r, (,, j 1,.:,,,y4.1' ,,.-..,,L1,,,.,-t,„4-1„-'„ir' • ...,,,:,,,k1'11.vite,v,;;N: -, ,'' .'.' ''f,!'',,'':., 4 4'N,'1'''''• ' , ' N''', t.-=',-, , 71::,-*-I4 ,, .i •t.,. • . •'',. , ++4,+q, ( ' 14''I.L.)+++,1.'0 ' ' ,„ „'„ :..,,:,,• 0 ' , tr- 'N,Ni-,,, i.,-, i. * r,,');.,, •itx1.4.,',','",,";:' --;,''1' ,*. , ' • ' . ,-,. ,•.,,,,,, -,-'., f o' cc! 1 ..;',.,:•,-. ,r3 : tict:!,''..„,,,4`::'511'4kr.,`,.,•%- •'.. 1.,:', .,,;-',,i ', % ;4. :::‘ ,!,'•::',#,.: ., ..''' ,. Pill= ,.. t'-';',1'.iii+ ''='+'' 1 *,.+.' Sr. 4 r,,,,-,":„ , - „,1.L_ -, „,, ,,, 'J,' ,tu-sr.”1”, 94_ 1.:`",,,,e:';ili,,..,,,..,, i:;,,,, kt. ,,.' 1,,,,,.:14,,,,,itt:‘,..z.;,.:,,z.'':-:,,,,,-;,: ‘:i s 1 L. \ , r-1 4 r ' ' "MS '''',.',--,Ntl ,:,,,, 1.t,'",.:, 1.17.-1 f 'A\\ ,•""- rt.'.1, •1 . 1.,' • s 1 "•• ' ! ,.';',N • 4„., v4,•-... ,.",,,,,\*').,,v.r,i.,•27,,, ,',/„4.',i,,'‘,. 4'.?.,.,', e„6',,,' t" e\t',,-:,,;,•13.4' ,,,,6,A)l'1,"•v''' ',“ . -7 .1- .. ,,,„., ....., i.,,N, :,;„ P .,,\ PI: ' 4 1,..,f,,,,,.,,vw.e, , ,,, - , Is kftiA 44 +‘-++ ;; •,,,i, ..?6„,•\s..hi,...,ti., % is,•47.i. , 'tit',k'k,....1„,% •.,-,,. ,, p7 , my- 4 4 ,; Z ,-'",‘,.,..i.". r: ,j,\;7 Titl.'''''fiV!'' 7"4,'• ,f'',.---0.*i.7,:41:','ir,-'' '‘ ve•14 ; • li,,,,A,;,,,.i., t „,..:;.., ; ..„,.;,.. ••, N.,,,,fli, ,, .,;,..T,, ,ti, , f,,, , , f. ,44..,.,,,tit ..,,.*„7--,,•„ " t. 1/:,•\''''':,47°,4t1-+'14'+:''' -',''''S ,-, ',' 1 C'N'+,r*,1+,7+, 4,: +' t+1+,:, I ,4,,,,c,,:,' '%,f:,,,,7`7 ; ,I,''4,L,',.,,l,'N .,,,,, •„;,„,',„ L L ' , . , • '. . . ,, '..0!.,,'',',-,..,''.4i..°'''.4,4 , ,',4,11 t ....,,,,.....%.,...,40,4,1., ,,•,% t ....,t/c. t, ,4411... ,,... %ikt,t f?-,,,:-., LP, h, -,,, -k _'. - o` 4....'.-. i ; tit441,,,,,,Y4'.<, --r 'A.'4 • 0 ,..,,,:„",,,,., , :2- (f -,,iitYrit',- ,„ / .1 ,.....`:!i , ,,-,-;;, ' ,,k,„, ;*fi., ,-.74-',i. 0, , Ivo 1 i,,,i' 1 kk, ,:i.e ,ii, ,,,,,......„.., ,,:.--, -,.. .,, ,:'-i•47:' -}11'.- 4:-',4'.'-'' 4 11:.tTfl'' . `,-' Vi.t.,:. vi ,,,A .;;•: '=',..-;••:`,c- :,,..-:.,.,-.-'1,.v,,i,..,,,--.4.1.$•-is......,4.,,,,,i,„„;11.1 .,,;,;, „,.!..3,,, `,-i.'" ,.'w- iz,., '' i '.tiPif„,- ., •ii-'',fit•,',. ,4„,,..•r 'Pi+kr114.1 -‘4:,+`',,,''''Irr 6 ., ' :•,),1) .=..... t 1,,,, , ,,, 4,, l' ...;.c., ,' .... rri t:,:":''',„,,'.,`,±k, ?'a 'i',I,( ,t4 rt. , .- r > ,,,''''''.;,''''''t,"-',"-; , ti t,r, , .,, '.„..,,as ,,...1, , r' ”, .'" i',-, ,„:,.)4•,. 1 ,..,, ,t, /I4, ' ,f'',.,, ,4'+•;;"17.'"."'' .4.,'*':i. '''' r '-+'' V'',1'.4 ; ‘ *''.1,'' ,, r' • .1:111.P‘i.,i r' ,,,,,,,,,1 +' .., r .1+,':+ ' +,,,\,1+ • +-++3;1+ 1 0,.1- ,' il '1 i•J ' +.1 , +(. `+' '', ‘;' :Lli'''' .1vit't.!1::,'11'' .. '.k:'2: ‘3,';'4, ,., , 4 4„,f4";'," ,,`` '''.1,. '`'14 '' ',,,,forr,• r ' i;+,2411\4 0,++'.: ,." it, 4,., 4 , ‘i+;`' 44",1 ,;,,, +Pl', `':t":"44e..' '.16')''' ‘<'''''jC-'• ' .', ‘A'A j`i ''-:l': '.+7,',`'`'A\ '''`" ' ittivty, . ,,,.„, „sti,c , , 1\ I= -., ..‘ . „/:..„L. sk.,1-1/..,-r.,,-,,,'., ' .i ,- k`,,, , .2 ,-; 1, —1,,, , ' 1..-,, .-vc,, ,'.it, 1.,,•,,, ,';' „ '. ..".1 .' . '. ' ,016,h,,,,.et •'1 p,.. ,;..:,, ' ,-;',. •"'"'' ,,"..-!-c't,''' " 2- *1 3.**"' s '-','-1*r'T ,.*t' ,,,t'''1\77, 1,+.1'.-',•,- ,, ..:,-,,-.4 4-- .!..-,1,, ..,Cr,I-1'''' / ", ,',Y.-'' ,\''t kr, ;,.,,, ',..;_,-.',.-jot.' '',;, :PI:.-; ',2••,,, ;1,,°,. Jj '-'-4..t ''.1‘%'lr'''`.1,,pFS,i',1,-,,, ,t,:p ' r' •''''' '`‘.tr-v,eiNpzir,' ' ;,\2.-"PA,*,1•14?-,4P.,* A',,k,,,,.(-1,, kral I , ,:c.,-,;•4I, V,M ''' ''' •..j'A•'.1.-:',,,,,i'' ;1 JZ'y..,'4.;;IkketNi .i.W,41'tt;',:,•..,,1,1.,'''','t'4';',i1 1' . 'it;lr. ',f-1, '.$ 1!,:+,/ ,,A t' -'' gl..- ' 1.1,...:4'i111.11:;:l ;.P,; `I'.1,:!*a...1 '7 ', 5 ..,1t,,,•=1 '.'0-1,vi,„!„ite,,i-,;./art ; tv,,,!.,,q it', -1 1 , •,.(4„T., . ro'. p 1.,: ,',',` itt,;(1t'! ‘,‘,,, . ,, ,, , 1 '''.,- ,.. oN :,-,',..',. ,cp\ ,1 L.-,',4,0,„'•,-,,'(,,',.',',I,'44't'N`,‘t" t, ,4 i'cA'' ' .4kt . , , " ,PO\ti'''' ,Iii.11' i...-,:fe ',„,•,,,,, ‘;,,);‘,':), .sf,;', ,,. : sf . ,K',..]:;,,,,,v4a-4-4-. •' 1..-- ? .,'',, ''',, '‘-.,' ; n. — ,....,..,,r,: •-•,.. ' ilq„4?,,,f,X1.,,Irx 1" , ..), :‘,...:„../.44, • , :v fulav 1 •,1-.- 0'4'.1t,;•::"'1 ,Iiii'l ' ,..„,„....u.443.-* I.e., ',.. „„..c,14,,4,2‘1,.1,,I. ,t,''„,1,' , r --.5:- '''''114t„ 4`,",' ...**,,i::: '.,„%' )".1i1:41'4C ''. A 't ›..IT'- ' • IIIIIP Packet Page-1 916- --- 6/14/2016 16.F.5. . , , i , ......., , .„...... ./.„. ,,..., ., ,,:.. /"A?I''.'f,f,e.1 , , r `,,.. .r. '", ' .i.t •i,12,'''',. ' \ ;'. . ';'''','3.*.r121' i / ') . `• :,,' V-'••. `'." ‘,4,.1.4V 8 ' "x'0,. ,,,, .,.. •: . , . . 1.. I 1 0) • b 1..,7....''..." :'',.1;.k '(.••.-t.",...k.-s, .",:,..,,r',''.2... .... r i, . ,, ',*''' 9.7"tk IS-.', ,' . ',..i.'' ' , '. ''..• \•;o''. ',,',•,' "..4% %, / ;'••l',74, '..21:*'''''t' '',.:".1.<''''.. ' , (1) 's o? ';3. ,. 9 „.:, ,„' t.,,,, 0 . ''' 1 i i , 1 ,,,,,''. :''..,.,,.:,,;.•.'1, . , . ,,,. .'' ''' ,'', \N '' ' '''''Id t t',\ i i I 1 4I''''''''t!'r'I /.''''''',Ii, `IIi; iIrr!,,,-r•.1 , ' •:srt,I :‘' '1.4 ' + 1 ---3 . 'I. ;1•.. - ''''. ) ; Y 8., , ,,..„.' ,. .• Y.,.,,....„,-. '4 .., ,.. . ......,,,,,,,A,,,,., i' , i t,_, ,_‘, , ,i . ..:,0.,,,•7;'f',. ., ' :'''''''' ,.... ',14.;.: ..\\,' ''.”k1''''''''.' • '14 „......, , : •,' ' ', '-,Z ..- ''. ',I t, . 'VI '., ,:•,,.',. ij, 1- 1,,, f '.,,,•.,..,i2!'...„,: , , s, , :•,,,,,,,... ,, 1.,.. ., ' ,,, ,,',,,i'?;.,;•'...,' •—• ''r ..±71;1 ! j.C. "g ',' 1 '•' '*'''''.i ,..: 1 0 ''',i''' '• ,,s 1' 1 /11;11;'.''' • II' ' ' • fr,',V,I 1 'F,,r0 -1...Irl • k‘il , [1.,..„ • -'..%4, 1 0 , , i w . .. .. * . ...,, fir: ' 44-',, ' ' • •It- '--;.:---'7.7rr**;.z..,” ' ''r 't; 116 . I , 's F. /., 1 ' -''',147.'-' '" - . ''1-'4"fjs.' • ' "';.,,--.''....,'.,7,. t:.. :7••'•'.1' ' t : ,-z''.-•.'„,*i„,,:,.,:ri . , , . 44,..„1„;,..,:,,,,,,,,,. ..'...,„ii.:,,,,,'• 1,,l.:-., . , i , . . ., ,, Ci\ ' '-' S .;:;'.'' 1 ' ki..‘ ' ,,,,,,,,;:4.-*'• ..'4L--.7,,,'=7,,;,,,.:',..„,;`‘.,:„;:.';‘,..:..si.d.,.,„-,-:',?;:li, .,,i. , ,-,,, .,,,,. ,, , ',1,. , ..,,,,s,t, . , ,':,..'"' ,rfe,' ,.r,,t '-4,,, . irt.,•,,,..,,-. -1 ..,. , I, L-tre.) i ', .. A . ,.. ,.,.•7.z.. ,.....• ..,..•:,..,,,,yo. ,•-••.,,,.. f,,,,,,.,,,„ i C -."' ' • . ''' -, l' • . s - ' ' i' . ,-`. . ',,,,,,...,.,,,......1.1°.--.-2--.',..,,,..',.',, --• ct?, ' ,:.. Y'''''...1„ k.- 1,, . .. \ , ; , . ''';'!:.;:.,3•1,',.'-' .'. . ' ' ''.4,,';',... c .,,,,,A.) 0 , f<ci.',Z).[,, 1 ' -.$•z..,trAi.,'.t,.....4.,tt,t, :11.: , , . ...,..,;,.;:, .;...;"..,':". 1"..". (.1 ,e• 'cl4) ''''' '',:t":4,-,•.i. ' , i , .''' ' :. .' ,-,•., ' , ' ' ' . . ': ..: .'' i ;CD ' . " ' '• ,' --. ' ' ' ,:fii".,,, ''1.i''';'. ''''ei,r•S'' ' ' • ' . ' '' ':"'•'r,t•it'.k, ,,r.?.....''..,•'-,•d• ,...., '' ' '' ' ' ''`.'''''•'-. 6.,il,4414,:,-,),:)::1:. it* [;-- :,el!,:.,:. 'i ' :, . . , • ,• . '' ., " ",,‘,',:i.e;;:ii,11;' ri.',.'''''',4i.ai '4 'r''°".."''''::'" •'',',.''.' Q11.6'jr' ir'7,;...p, .•,.,,12,''..":,•',<)-1*'' -/-..:11!'...' . ''..i • '''.:•,•";"'."" '''': ". 'd ' ,..1 I,f't•''',Y ;,:":21".•' '''''''.,....4'"•°•?.... ''' ' .,' '' 4, -Af:4.1.-.`.4;'.'11. ''.'t''':' " ta .. 1 ..:3 Packet Page -1917- 6/14/2016 16.F.5. 16-6644-Lake Aeration for Pelican Bay Attachment 9:Bid Schedule Insert the prices for supply and installation of each item listed in lines 1-8. The prices will then be added together to yield line 9. The responsive vendor with the lowest line 9 total will be awarded the bid. Item Description Basin Lake Type Location Cost 1 4 Plate 1 7 Solar Naples Grande (Front) $ /5 5 , e0 2 2 Plate 1 8 Solar Naples Grande (Back) $ ,lA ,690 3 4 Plate 2 3 Solar Lake Vista $ f? 4 4 Plate 2 4 Solar Georgetown (South) $ /3 7.5 , 00 5 2 Plate 2 10 Solar Glenview $ �,6,5-0,co 6 4 Plate 4 3 Solar Isle Verde $/L/ ill, 11G� 7 4 Plate 5 3 Solar Avalon $ 73 .5-7x7, 1-26 8 4 Plate 5 5 Solar County Park $ e,G) 9 TOTAL $ ,., e,7s"4 616- Packet Page-1918- 6/14/2016 16.F.5. Coter, u , Email: adamnorthrup@colliergov.net Telephone: (239) 252-6098 Administrative Services Department FAX: (239) 252-6302 Procurement Services Division ADDENDUM #1 Memorandum Date: 04/18/2016 From: Adam Northrup To: Interested Bidders Subject: Addendum # 1 16-6644—Lake Aeration for Pelican Bay The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: As a result of a question from the online bidding system, the list below details the depths of the lakes involved in this solicitation. AVG LAKE BASIN LAKE DESCRIPTION DEPTH 1 7 Naples Grande (Front) 5.7' 1 8 Naples Grande (Back) 2.6' 2 3 Lake Vista 6.5' 2 4 Georgetown (South) 9' 2 10 Glenview 6' 4 3 Isle Verde 9.1' 5 3 Avalon 13.7' 5 5 County Park 12.4' • If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marion Bolick Please sign below and return a copy of this A. •e dum with your submittal for the above referenced solicitatio II le 410i..... _(i ic, (Signature) Date .4t. (NameFirm) ! AddendumTemplate Revised:4/15/10 Packet Page-1919- 6/14/2016 16.F.5. Goiter County Email: adamnorthrup@colliergov.net Telephone: (239) 252-6098 Administrative Services Department FAX: (239) 252-6302 Procurement Services Division ADDENDUM #2 Memorandum Date: 04/21/2016 From: Adam Northrup To: Interested Bidders Subject: Addendum#2 16-6644—Lake Aeration for Pelican Bay The following information was omitted from the solicitation, and is issued as an addendum clarifying the specifications of this solicitation: AERATION WEIGHTED TUBING INFORMATION: 5/8" ID— 1 1/4" OD weighted tubing from compressor to diffuser planted with 'A" sidewalls— lead free. The tubing is made of durable PVC composite. Resistant to fish hooks, bottom sediment, foot traffic, and wildlife. Will not kink or break—15 year warranty. Includes all stainless steel connectors and installation of diffuser plate and weighted tubing. 1" ID— 1 11/16" OD weighted aeration tubing main line to remote valve box with 5/16" sidewalls—lead free. The tubing is made of durable PVC composite. Resistant to fish hooks, bottom sediment, foot traffic, and wildlife. Will not kink or break—20 year warranty. Includes all stainless steel connectors and installation from compressor to remote valve box. Remote valve box will be underground irrigation box made of PVC 4 valve manifold system will be mad of PVC ball valves. All tubing to be figured from maps provided. As a result of this addendum, the due date for this solicitation will be extended to April 27, 2016 at 3:00PM. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marion Bolick Please sign bel wand return a copy of this Addend` with your submittal for the above referenced solicitation. ," 4(Signature) Date (Name of Fir AddendumTemplate Revised:4/15/10 ' Packet Page -1920- t 11,,,„,1411, Imo' '1111111 iF -fir, „ ;§ 6/14/2016 16.F.5. o „, rtInteWit,L, ,*.g ,". C4. zA„t,,\ ',-.7 1. R--,,...: ,,6,...,,-. 'PPP- Vin, s\p,. ".,- ".'" ""'' -''':-....„,14•1:0 60, ..."; 0401®14'®��0 za,, ., t.j ill , �'i �k . , ,01; �t`,. 5 �., �✓ y°\li .,t.tivi,,Nsoo,ivv.i.. _um 'dam,: r d, ‘41.40 -4,g 1 ‘ i(i,,,,,z.,..ss , 1,„ ..si,,, ,VvIrpr,;;;.#;-...tt -."`" t • ° . Trail- 1 - @ k ``' 0 ' � }�Agip---,� A l 1 �C'i l� R/214 CdlABil pl 1041 R7 ■7 �. � , ,,4;� , dam fla��4, r� �, , �;„ . ,gyp.© , �...lo c'4a® ir it® err r ;IP 14 h J ills , EfO� 1213@fie 1[Wig , r + iv, , ...,, ,, . 1 `#�'` +*fix+� �' r,,,*),,N1;;.. ,,,Attll.,11,, , 7", ,,,,,q,.,V,tb,'"„inn r , Oz..; " ta 611114 11 -1:4.11404rtief,,r,""f. � 9=1.1.to.....‘,-;7;" '''1 � � .�� � �, t ice,v ,�,��+� � �, , b - �x> � itodll,, , ,-, ii, it ilitr;,,,,,A,'4,..pA, 11 � �� a9�'p`-�ti4 Hca . 1 -; 0 Ifi,';1,._. ' .00 ,01( , 74 , ' ' :''' ! 4.4 V, 4,6..labt.447, .l 41,1 : ,...4,,.:41,2%7,44.06.,,,,,,,,.;.„ ) ,.,, „ a 6t1 \, \ 1 F � � "vis#�r r.J4" 431......, '+°" I�t ® jrm '� ,: t ac fM u i k,1 3 ', .®+4't®,,lite� a t,� r `; x G +S map:®@1��® A,Q�► Q t€E ..,,,,,,,,„,.,,,,,,....,,,,,,,,,,,,f,„ t‘.,,,,,-, 3 ,„ ,,,,,, s �. ru»_a.y �. 7' �,MyC �,a R.. lk ,i,,,,,,, 4 + ,, „,„,,,,,,,,,„4„,,i. I'i;.. , 6"t , ,., , . �Y.. ...k Ira? a,,,,, ..„. , . .., ,. ,.... , „,,,,„ ,, ,,,,,,,, , ,,,„,„„,,,.. , , , ',...,„ , 1-' g)!‘4,,,, ' $ ga - '1,1 r h ` pd r r , � ft”' ,, NV [',',j m4'. *e • F g ',ia € + a Yom' d�v k r 1 cam.- ,�,� ..:,,l's,..,A@ v, r€,+a Pa'?,.e rix..:. s,�...,•a,,»,�.;;,„.,AllMIMI• .A.,,,,—.1.47&45" , Packet Page-1921- , s•y * .. ,7 —6/14/201616I.F.5. S .,i'r atiw - i i1*i 4 " '14 y4 ti tdr, .; �t plz ,--7.31. 7. 4 '' i fits 7t _ `r { X4-a, # �.1 + 'U ` _e<)'..: .: 'H ii , �- 1 . ° ay ��ri �1 O i JJ ©/. -r```Js1ia-.1.14,!.,,::-,,,,,,,, ,,,, J ' r �3 I � ';` 4 �l' . yJ }) f ((( t$ iD,� VVV ~� �f ��ui � �' # � i 1� tY �Ntii P ` ur , t. ' (C,/,--'...,' ) 0. k L I C I{i k F w 1- 1� y �. 1." C y " ;� 5 •.tlri �ls#'', 1 I 11 1, ',3 - ,.. \ ,.,, �4 // 9 V r ; yA. t ' PJ S a y ,1,-_,,„0d 4 ' itn1 .: x , � 1 1 titet ° �gy�pp ' 7 d''��` t • r 4 -4 ' ' ....". •' • 1 '* • Iv ..,, r . ,.„.,,, , „i. .: 1 , .,:„,..,, - •.,....,......, ,3,..;:, ,:,,,,,.,..,i,Le,-„ ,,.. „,.. 1 i- ! i r„� ''ri, y , ,.,, \ ..d�: t'B '�' . d 1, j ,„„ , .,,,,, .„.. „,„„, , . ..„, • . .„..., ,...„,,...,. ,,,,i)., . . ; ..,;.,,,,, • ....., ,,.., \ ,,--.., 1 ,, f,„•pzyt: • ,,• ..,,f,'\ ' ..,,,;,. i '�., r}' �° 5' 5 r '11 Y' � . "t-. � �4'1 '1''',,',;,`''S c � ani ; 11:1*.. yJ�.- �� � '.� ,1 r .�.',"=x'41 ;.� V 1:47,+�, } ',..°".4771..,. ''T7iJ'�. 111 ,,� � � � �Ju � �; t{� 8,�°.jJx '�'.4;;�� ;�a .', : 500:11 �,1x, � x4. ..r .d • 9 t ��i,�}'�.. i �� .4+R�L� i,._ ',,"i(4'9 �r�)♦�p 41�,., .{tet� i,...,,...:-,-, ,�Ys ••". 1 i E�r��kf /5 ( 1 4.. k f fff` • ( 1 "'e . . ;5` fi t.{ 1 fir' I o, � ' ^ ' .� 4-4, ��: 1 �, 4VW44,1,,1;111' s,� .a j ......_..__ � dur;ie" „,+,.,,,. -nw.r ..w'"'.;ia'ca;i.,...s�;h. a,a�.a,.�..,..�.,.M s.�..t,>. ....�..n�»., xi�..�.a>'�`. r•.:4.4 Packet Page-1922- — 6/14/2016 16.F.5. N , ' -- .„ .1. "C"ri;d' ai:( ,,,,- •7n!,7,7,:.' V. , ,,,.., '''' —..:.•s'1;'''''':.. '''-,f;::1-'''''' ' ' ' , k.) .._ .. - 11 4 .....) i ----.1.:57, 1' r',',.z.,. ...,-,,77: •':-..,..* .. ; -Zt'''' '' '''' ' ',-' ' '..",k . 4- 'il 7 , --h ,.... j .5 '''''' -) 41 . 0 0 • , .,-, n , .,i, . '' • .:„ .;, . -. : . .. • lk,;, .,-,t.;;', ,„ 1:1 ;, , ' 'n 1 ,:^,.`• I ' • „,il,- , .,,,L, ,,,Iii...-, ril ,:,$; . ,,,,,,t-c.,:.', • ll„4p., ) - - ! . .!., ,ie,..;t, .... ,..., • ,,. 16 • 1, • 1.,JUL::”';,,,I.-11,','' '-'-----'.9 ..$4-.I.'-*A'af,*,4''''.'e,'014440 -•- *- : '' !.' ' •i'l I . • A. ';qt. i'''4''f**:',.. I , 0 .:, ; t4.‘ t47.';., ,,, ,.t:!, CsIl .,,iiii ‘.'!.'. 'fi'l . . Tf.`;'," '7: ... r ', c;%,....-„,;.;;',..r,si„41.1A-,4.1..•-$1,,,, *,.. • ''', .'I.: :tt,T:943:!,!-."‘:\., • .., , 4. ,.1‘',,., .",:f' ' •:' 1.• . ''' .. • , ,' '''''1,\ •• ,, '1,44 ' 4';'''''Z'''' )1." t,i":,•,.';''',,' ;: '01 1 : 1*;,,,;4..,1;'i;"ti,',4,1"";-"ii ,,•;:ti'. . ' '% -,-;. 'tv i.‘,:.,‘', ..** t‘,1- ' Z...1:::t,..''',"' '\-*..,4111.ilt ! **'," re.:•'-; '',„,\ t 'i,;ZctiZg,t.*;;,4. ; . • T„i. r.- - -'ii .',.:::,' ''AI,4'74--;',',1, , ,,,o;. ''' ' .• i . ., .. r ..,-,...1.-. . ..).• / ,:-..-11 r..,,Pk `‘‘; :h''''''',,,,,.;t,;.-: '',..,,v, r.z.,;i.,4:'',2,,,e6 "\,,,;:,..,',... c'''''':°."',:'''...:',11-..'. '' ' .''?';';'i,'•11;'',.,4;, ',..', - ,ie ,',''''!'..itli*„"4,,,,, 'si, 4 ..' :. .'1-,•''' ,ii ,tt.. t,Pr1„,', "I'L`,41.21,.,,,j, ).,4 ,,,,,t; 0 ' ', I ' kro; 1, .. , :,,,, 4,, %.,.., `, \ .1,,4' w '''J'i;:.A :.„ , Z.,.,:.,' A.1 ; • '*-* i:. '4 ,.• -,';',,,1 A., ''' 1.•,''.""7 - ,,,i, .* ...'. 6,, ',..4...,,,,:',ft : ,..:, :°,,“ 1k;r1 tot i , ,,..4 , ,,,,,..,,.., ,;, ,. ,,, ,,,....„..: „...4,,141t, ,.., 4 b,,,, „ „1., ,,,,... 4. 10. ,,. .t.1 ' ri, ,.,,,..! .' . ..4' ,,,...-', .. .,,..);-7...::4.,,,e)..‘-1/4:\ ., .,,,....,4 .., ., , (..) ,,i,,,.:4,,,, .4. ,, , ,, 4.,..,..;E:.,,, - : ,,v,- -.i,.: (t) c , -i.',,.,::64, r ...,.:.,7* .., ,4.„„. -..,..,,,Nt .1;....f. ,.-,:::::,,,, , VLY.It.„1 !,.,. , . '4 .**,,;,,,,. 4*'' ... :Rti i, 4 :!,,',!, '', ''',•' '''''''41‘"f1)''''. ,4) „,,,!i.-, t.,.k. . .. . ' .. 4.f!t .,0...1,,z;..,.;:': , . Packet Page -1923- 6/14/2016 16.F.5.— , . , Cr) -c .. , . .-•,' 71 -,‘ ! --( '-. _..........,..,.. .._ . co • ,. ....3 7-1,.,:' ,. ,. ,.. ,..., , • „,., - --1,--- l' ",i- ,..,-,,,,,,..;,:c., z. .,,, ;,„.4. ;-,ct.,,:e,.,::'...;,;•'.4.:":-.'-' .7," "4',).rS,..'..72:....) 2' ;L.:,-"*:.:."; ''' '.. :'...,;7.?7,1`. .""?..',".•.'„,,, :,-,r,,„14.;."I. . ''' v , ,,(;...tiV', e.-i,.,...';'' :1-, w.,....ttqt,.,, --,,,,,:„Air,/,,, , 4.:,,,.,,,...„-„,.,- ,/.4,">..ff'f"L.', ,i,'''''-,....',, .. 2,' --'',,,, ,/---, ,,, •-p..'\-- -,,..‘ ' i...) 4..*,..74!2-... , ,,----.,."; , ; ] "f'''''''' ,,',,, ''''''''';', ' . , -!•::::7-..,;, ,- .-: .,T „.. ; -Q ,,' --.,1,3,.,- (, ,1% ,' '''..,4:).9”, — ''f,'"t' ''. , . . "; , '''1, : A.....'• '. 0'. • 6.:ff'! L`' ' 4 ',1T, ',..... , r) ,,. ,,, . , 4 41, • - .',.,, •, c,,•PA,„ 'i.j.% ',4„'..,, .:'.. ' • ,-*,."S.v *.i:' :-.-.t'4 vi,'t'i - , l• i '-'i,:'',;.--4) ' * ,,,r)--.,,,,,S,.. 4114‘ ‘• 7,'`:; 4 t.'•' ''''):' /.!') '..,. - I S., ,..- `) ,. ...,,,,,•••• •::-, c, 4 ,....y , '.."0., ,.k.::'.4;:"'-"- - :!'-,t- .%,si''--.::::,.-;;C::;.-1.-i' i :, ,0-,-,,- •,. 4.:,,. ',?,.',,...- 7.----prAi,,,-, , .-- --1,,,.-.., .--, —,, --.-.„.,4-2--'', i'' t.fl I-- i ' 1,,i, . - -:' ,L.."-.. -'1, - ,`'‘...,....4. .,..:1,.•t.'. ); '' ,;,. -)0 ',.t.,,-.A,.! '' ' ; ' ' ,,,i• , 8 41 '.i, .;----:-' ',-;:- ' ., ;:,... ----',r ..,•• NI I 1 • to i, '11%?i,s, '*•‘.. IX- ., .;' %*',.,..„ ''''',I ,,,„..,.?.?..:::, II",' ..,.1',lik,, -'.',.,. ;77' ';'".;4,I4I, ! —., • ,., ,',4,•''''. *''' ,,,,* .ajtl'i ii''''.',.-:•I'',Ir, .. C'''re:* .}, .:-• -4`A.i. .1' r-: ,.‘•'-' .1.1.'a,'- — *':;'•-:-N.,',...-,*..i.Xi,,,...':. '''' r'' .;,,..Sr.,'''''-'*"' .. t f .,...*,‘ I'...". ,, .,. ,...'..rf.•:-. i'd-v*4 _.t•*1:14),4);7' • -)': '''' ..., ' ;',.1 ,,-7 ';••-.: ) ' :1;6i.) ..t•• •,),-. ).-4 ")4• .r", -c)ii4.- •''.' i'' ,.•-z.:,:',..-,°5,1,-,::- •i - 4,„,----,'-s.;'• y,-..::'.--.7,7, .;.,„. I.; , ' .0,..',NL* -....,--g' . ,.' , Iv *,' ‘, . ,,:: ,....,..,„,„...„.-- ...-.',,',,„.1.. ft 1..."•4' -''- '4. ' ),/i,..,e ,..7„,i 1 c. 0,:, 41.„,,, 1 0 .,:, s'../,,,,...,,,....: ,.‘* --..,.;VI ;,•-ls•-'''..l, ll ''',.i:?A'i -' 't . , . •. ,4..t y.• ,, ,tl,:';,,,...7.i. - 7rtt. 1 ill , 7-4 oP'1' ....1 ,... t .:.: .'..:,,, ,.1,1w,.. ''' , , '''-, • -.,-• . (:)i,71,'-li.:", ; 1 r )';''''' -'.43'.%..)"41::'%'' ..)' c --.. -1 •- ,4 —,;* -',.., ‘'''', , : A':',. . ---:::: ,-„LIcii i I, , ,„ „dim& .. . ,-. ,t. , 4 • j';4•.,..4,, ' @,:....' '. '''4t, ;;;pt. i;..."4''''''Vt'''''.'1‘'\'- . ' '1)''j i. 1.'elii.4':'f::"11 1 1 1° 'T-' I • , '''`'. ';-'-i,t,:),:),7;,•'•) ' '''''),:,,'',4,.4.,k'Fi4tc, 0 ',"l'i *'-,,.,,,, 1 ,. , :,''t,',:,..f \-,.'t:::.., :i,:::':_ '''',,::,t'...:...,.:4'.::'!.,1 ! t71 '?.\ , ''::,..i.t:..'''.:' ,''',7'..,, : -.,,:•., k,,,.. ' i'',:',,),::, Y ,,1", ',''':::: „.,,,.,',.1, ., ,'' • . ' .i 1. , , '' 'I'l N';',,,'..,i,'',:lit..,ififiitiitc ,;:r."-t. .-'''•,..',:ir-,,:f',":'''':,,„./ .: i at , :..P,1,....:,?:,..,:...2,,,-,4,..., ' . ,, •;.).• .',. ,'IF „, ,,-, 1 '''.', 1'.:2- *77l''''''l••- 2!*‘:,4l-t.'.114. '..., " ' ' -*.. ; 1; '17,-iir'' 'Litt'i',I;..•`1*7 ' •"., --.7.,1 • - • ,,,i..,,,,*:•,:: .:r..,, . 2.:•-,',.,', l'' 4,•44,:k .z!:.,. ,,,-,):471, i 1 ,")\`•.,' '4''''' %, -•)lk'''9-•p'.IV*''' '' ''''e',**.,.,.,,'- ,-(4,- I 1 %, g4 111 •,,, - - , .) * ..%%7'' '.!t*Olii''7-'1 ' . 1‘7.7;'''.• 7.-:'''''.'''.:2;" 4.1= 4C2 •C) ‹..,/..4 '; . -',,,, ' '..- _,'1,::1-'' • V. T >'-,t :,-;!::143.—,,,,;.,..,,,,k,,,, ,,,,„., ,„,.„-,,,,, -,k.-,_,.,:, . ' ‘';',..,,,) !'`:''-,,vk,"•,- 1 /-1 -'s*---,,. 1 ,i.`,:.'L';',''''' '..:-",.';'•''''%).'.'<4 ,), ''''''‘.., ''').‘,"Ik)W . .-. ,,. '1).,..1)t 4-1 I'l.l.,,,'':..:,,',.1!'7•1'.' ''.,ts. 1.Pl.)il,''' L'IP 4 ‘1,:.e4,4,,, 41'''''';i,.* i''' *,447.•*7' , . ,47- ,, ,,-,:-, 4-..--,A.• .. ' r,(..)t'.),-.„- it i1:'' '' - ',x * , .,,i?''..' '".,. '• ';',-.: ' . ' ' ,•\i''‘:1\3'''"-- ,,: A. •.,,'. .P ).i. ,, • .:.-- 6) ) 1" '': \,l, '-'‘'),'t'lt •(),:. , . '-',7,...1 ).''';'"ifj4 ' : ;).' --.41**)', :, ' it,-;t•))? 1 ) ‘, ' •'.-1-1': , t:4 ..5.tr. .z.. .-..,' '; ;• ..5•,:',' ' :.'' ':•:'')'''',F•,-, ";'1 s,k•• A'-• - k.„.• '• ..'-. :') . .-----'• 7,:...,..,,, ,"..:'-'..' -..L '-ie.:: ',';:rii?‘4,,..::4 i'-t'4- -f.'t •-'.' - '4'- ') , 1 „02,,..!.,-- ''''''''•,' R:l*e.''' , *4;4;. 4.., '.<47t,' ',.' (-T,1•,‘'`r;i,'1.1AY:.t.q"* I`:'r,','A,'... ,,,,-,'''''''''''' A ,., 'NI:' ''sT' ',,, •..1. '.41; 5.--,,,,,84,_:,ii- ki Packet Page-1924- . 6/14/2016 16.F.5.— 9 . .., — . - , . - . . ._ ' -' -('' '---',' , ..-f. ••...,,;,•144 7, ."-- II:-• -!,,,%_,f,*.:,\ '''I III*.''' ,‘,;',\ , . ..;:i",.. --•' ';.'..I-,..,1,1, i: •I'., . .-. -- ,.:;i,7"{14, 4',.' ". ' .' ..:' ' ''''' . ,l•V A, .",' '.. '''' • V. ''.'....• ,. N'''.'...%' ‘: .,. .,., ''. ''.' ., Z' .. t•,,,,,, ,4 ,..:.'.,..,er.'' • •t'll,.-",i i0.i. -is% ' ...-, :C....“' -'a. , .. -...'fv.1" ':P./., ' : 't‘:".:.-•• " ) V. 4Jili'''.., ''.1 . , ,..,.. .. ,,..,' :. b7,t)•.....,1 • . '. Vilil . :.:4*:" ' • ''.'+*! ' . +.' ' F'' .. :'' -'.. :i,—--:-P7: 1 ti,..; .•;::„,,,,•;:;%,,,?,,,,,...,-- •,.. . 1 „ •,,,, •• ,, .,. - •. ,,,,.. ,•-. „ / ,,,..1..... , ....,.,,A:7•. ,, .‘,3 , :y.t. ,!•\41%.:.;•'-,„,,(•. ,.; • •' '-', ':',, •••.,'';',-:•.•*,,,•,. . ...,- '- -.''.' •-•,,/,,:::-.- --), •-..,,,-.....,,,,..-- ; i" ; ''I',.•,". ,,,,,;,:'. ,..14';`41L,,,,Ai,'.., ;',-',..-1 ';'• ; '' '; '.';''•;;;:•:,•;'* . -• ;'' ,•.: ' ..".1. 1 ....•.--'1'''..ii3O' . -A'',7 ' • . . F.'•.' : ,- .-.:ipi.1,1A.1,..,',-,, : ...-:,, \ i ' y - .. .,,., ,.,,..i....„.,.... :, ...;:tioe"' ;•.4. '...t4 n ' 1,'k:::,..•:„,.'''''....4''' c4f-,--i&e - i k 4 '\ '' . ' ‘,.,.'; -/ '..,.. ' ', ' "' -•,:i,'-'',kif;ii'', !,"..k1,:''.‘.,k( ,:'',',..'.1:. ;\ 'iwi,!*,4,'"''k.";',;:,.. . ,,', k, ',. , ,, '•..,' i ,,;:.' ° .',i, 7.i,?..,1t.,-.:..4"..,.''.1'::::-,:-., ; , . ,,,''.+;4 .1:',... ."0.1,,.. ••1,..,:-..;,_ .'; \ . ; . . ,, . . , r, ,,,,3„,,,,,...,..„„„.4 - • , - ,,,,-4,•,,, t-„..\. -. -,,,lit' 4 / ,-.,,,,,,). -,-,., ,1/4‘,:, - , , , 1 --. -, ,.-,...--1-.,' ' .. :- , i,-.,,,,,,-'-,kiA....,-14,' I*I'''i t. ".;; - !.',/' ;o• ''l'.' 1 f ' ' '. - '','":::••• ;--'''' • ;' . 0 '';,i'•':1-:Til:A.;il'N'i" _.•,.;•',.,7.1•"1;',,•‘.;_;;-'"i".•:',",i';'''.:;:•,,i,„4,..,[ . ../ .,• •t;''7 1";,'.''','.'."'.2:''•;';:'".i•:•:1':.7'-ti•.:;,:'..;•'',"."...,i:,'.' , :'.;;;..3',.',•"',.'.•;:":.•::.j-.,.;'..-..;.'.,,4'.'''','',,..4.',•i'1':1:•,;':';''-.,:);•,,..•-.-•-,'';'''.' '';•• ."':4?!':'•••.'.",.;•;-•'' •'.,:(''•'',';'<'',',J'"?.i'"'5',i'';.t.••7 i .,,0,. ' • r " A ;,:,:.;.,.i,•.:•,•:-,,‘:t.,,•.i,;.•:• t4 ''''- I ifi fif . . :- .';', ., ' :(:'')' ' .-..• 1' l'' ' 0 — _,), ,., ' F., • 4 c) g c. i ',,,,'...... '....--- '...„,. ' it. , , i •J'.?;•.::, r- ..e.",'.! .,.----1''. ,- -) t. :,.„.", ', *,.i.' ':, • ,,, .... h°1,. .1-,ti; ii +, „.- .1.1. 1.'1-. .„ ' P''''''''''''''''' my' '''';•;',":3,'. ',°,3-0.:::'4 a.,.'•;,:.' : „k.„,..•t•„,..: -0,..-?.1 . ,,,, ,) tj .I::: yk:-,;•°,,,-,•,,,••••• j.„",•,,,,, , 1 ,,,,, , „) -1''',:i'l.'„'.j.,43 .,' . ;,'.•.:1 .;.' `. , „,,...,,, , • „•''.,•il 1,.';!,,,,,,T, -;-441X4: ' 4 '4- ....) 1.•: ; VI,'';';;;;;, ';':•,ti;;..4,.” ; Qk V. ' ".•„7. ; , . - .- . 4 '''''".t''4.,ais'k,,n.i'.' • ' 1: .r, !1,f4:' ': ! [....,..,,.".;-•'"I'''';'2,1f.`":1';.:i";,, ; ...'....1 i"f • ,.,'. i ic,-:•'410 ,....i.,. '•1 ' s•,., ' Ankl le14,;:7;4, . ,,•:.,...,:,.,, I, (,) 5 tt., ./ V -I;,...:,. ' i • ... ., .. .. -...i. if d, . - ' i . 1 „! (:;' .:.'.\i'sq'::::'''i"0 , .1, •- 1'- ' --'-' ' '' - " .1.,'...1 . . ' ' ' ,.... ,,,--"\, •I ' --- ,..,,'....,-; ;..171 1--'' I. . „ . ........ .. .4 , ..,... „,,.....,„. I I I • — II II - • .- ' - 1 i ' • - 1 I I i'''I.' - ' . , . , 1,' • ' 1. .,,..,,,-,,,,:..,,. . , ;„„, -`a-- ---..''," ”. '.., ", -1'I ; '.."--•,",-,::::::4-44; ,_,4,-',, • •:-1 I. 1: ' -'-- ' I ' ,...;ii.:•49'''''' " , 1 ,,... .1.4. . , l,, , „ ,,,•-dAlfr..• - • ir• - • • .'Itsr7.''' - i i t- ,,,ft,';''tf,'i':•!'•....'• ' A „ . . .,:t,.. ,,,;(•1.r,,•:,,iilk.:',"f [ ..,C '1:.,•‘ 1 ,, ,,x:t..': • ' CO , 1.,' , . ' -1, • 1 ' ..• .•”I • V, . ' , '. ,• • ' ', 1 . .•I ( ) ...- I •', ' 1 . ••'"•'• -k•''' . . . . . 1 •' ' ' ' I I" ' ' " , . . i •. • ' '•,, -, i';,.•;: :."; '; ,.• 1 1 , • " , ' ,11 ,,r, '-',• , I ' ' '• , ;., ; 1 " t) • Packet Page -1925- 6/14/2016 16.F.5. t Y - m� ',. \—`4yiCr ......r). ,-,.- ,' . , .,- ' , , „...,......, 0 I.,,.,,,, • r- '' { ' t d C:)fC'ae , [( ` .P t }} At „„ �it r�it =9g ' i .. -, y ,, � • f 2:'".",.'”, t-R.f °: 4fi a =4 Fwd ;,Pr.:,‘ btyMie + . 4 s * J3 1 !'` ,g a n ; l °` 1 � Clr. ,l^ tI 7jL4,,-Alu g. f ,,- , r tb� t , r43*L r r`. d� i ar ' a j1qq •ok • ', ', ° T ' � +a ' ` ,r t L�' a��;sc ; Frd ^i:' �rr y 1 1' L is � 'L d,Yi ,.';';'1„`-7,',#- £k ff :t � r a)„_. . ,fir r '1,,,-'-`,1",!'''',' ,° `\,.f f ' ir �‘} rirLt pt 'i,' ("'''.4. 1• r :C 1 s't S f . f J4 \ f 1� �Lj+dF i � ! Ad P t,;t:3 " fii t i 7t ilro � i= `^iYt' { " 1'V, - 4" � Ry� �xti= � t ` 1 A 3 r , , . i �` t �s ; . urr p4T, cr 12� H P (y A;�? cj� L �II, i tit 4 /'+e � v` V � } ti: n .� ,-.:7,,,;;';''' dY fi rL i yAf rr' �n 5a * t _,� $ , : ' s�N, `P § K. t�'M t i` \ it, 2 te ' , r ' ,' ' 11 v '� t ` ',\,..1/4,`'t4',,,,''!„.,,L'a ' ' •,..';•,„ i tS itbcr s c 3 ¢ sb;yWf ,a *-'5' , ea } i � �t5 ;' , rj'Gr k i 1 q "w,d r ' 6;Cx k� !. tkN1•} ' zy C xuexit r #} r , +e ;,,,),;',...c3- e t r � I" e ! r '. r ' mayr r R ''',1 � zs„ %, , ,4 926� 1age-„S- fIJ a � t'tiePkc, '6--ii , PaFi y�i i . x 6/14/2016 16.F.5.— • ten. r sjt�I.Br fit rte [: K ,L�, i.��w11W416:::1:, n"``�P^ as .h'utis• •J • • ,y t 1• C1 s f !.f�,y'ar 'I' f 1701' sr ° 1'' ,;'.1-...,.. Pj�wl � t4 f. t A t:a d,l F� 'r '� ♦ -•-�. • ,'..,.;•:,,•,,,,}ar i ..tt st t ,:,,'...:•";',, fit, ` 1 i ';1 r}2 .rt 1 t a t4 -;•••• I J�NNI't�F�C�A'� .T"" 1t �y tt 1 i v�dy{fi1 ,]ht dj .....5t J,•,`/, i M,. �i'•+ 451}� '"r s/• N :-.."' i:� v'-. • . 'ry. f` .7+, `'J A. I ':4 L :"a s li,' t i i � Ft, t: f( b v Ya� d tt 'tel t�}(t t yr l�q t 1}Iifq a �Jje� �u E ll » �2 t •r!• ,d� �iff ..} ♦ -....I. '';::"=•:43'''.',.'1,, � tti S i(1 t iii. !� u•ft y,.w,Y" � ..��A ;� •��y. t�, i It- i� �� rt �t �f r �t 9c t t••,5:7' yl Y �% 0.'"'''''''•••:•••'1;* Uf a� �t 5 V >'I Y y .,� W �d.' '��ir ; JJ :: -�" t i a �' _1!„1q,,,,,,,?.?; .,,, I j ��,� � �, ;Iir , • r I 7f y r tTMr S - 51� , Li'''t:Y- ..•••,;•,,,,,,,,,,,,., { t •.5 rt • stt y x u a ") i `a� �5 �•s fLM ,,� `a '�(�� �� a a t 4ti t N `y• I-.4.,E(' '',- ' '-4,il, �,y� '' t'a ' Yr } ,yl }�(pp t 1f, (i`,,,-}�.., a . i.i t ,' 4' ,I ,,h,..,:.4.14:::,, ) i. \ } 'fl .� • s r r 1, �p, i...i ,,.. • �y ,t d., v '� ,, ,`F t74 " Y I til , I y ii,�:• I �K111 - r x")# • -'4. 1 :fi url� ° f �'i sj�( vi,...'t, ��q ' • s''�� t�ar 1,� 1 ' ', r c. ri FtC� x f 1- � F,. }t• r ,.f ytt , k-.,!!',-;'..:4;,..,. i ry 1 il,, ^ii V t •u � a�aq t '' 9` �y4 i � „‘.1,.,,•,', v yct yi^Y its �� �' � • �z 4 it t ,• fi , ,.4407.4]..1k':',1'-'•� .4 i'�., , r rj.:.,,..,...,:::;.. _^�; {` r{ �r11 { t , E } {a �,`��° 1A E� f vy .,� .• z .:•4;•:'..:' •�S[ ta t1, w `' ` ` ry, ?” S , y <yi: wa t1 „,...t • }eft ,,( &t4 i7 x ti \ i by 4 4�-�J dt,,, y tr j.. i`,, .� �4n \ ` +1 -;•„..1••• a ,'1' S i Y it n 1, y , 4jtit. . I'�lax,' i ° .,.,r;'ir .. ,AE,i e,,, �.::::1 Y'tG.` «1R1 '�s tti,�y.3 \.v�' ': r-,y`,'+.• ._ SCIS 'j�n� n �� i .) ' � ��{�� t � '+`'P` `� ,�4�y\�F� ti�'54j4� Td� a‘.:;,.1,4„)1�.`� Y� 4-* '� I ' Ir, Ir ,,..1 'lC, , �r�5i4�1(l+.v�,, •,ito tti ' t�t � �' ry t 4 �r t � t a n �t' � 4 � . � 1 1 l � rt�fz• t t l� '�'•''..:7;:' ' _r I r t +r (y+ to • l . ,i 1, , '''' `� � "C = ,, '1 1 e ,, ..L... �' u � 1; tt,�:.".,::.-'.,,'... .;,',::,,,;.v„.....:!-,;, I ,;...'s'����i w ' •� � �# �'y' 7� ;.:",•,. �j L�,ref "� y� t `� ., r . }����� t.'. , i r �!f :4 I"i. la d '' . y„ y ' {`'$ .7 { Rr Lt„s i` t a!s x @�,t> + ' � } .4. �: t. a ti ''! s„...,•,•,.i �. ( k•.1.,;•.•;;,..?,., '4.•*:i�E �a' s� t , y ' ;,',:-..•• ,',•,, ) .w 2'+.w” .'err/. t4 , L t �. 1 .sr , t ., `"' 1 •t'• „11"E,� tt }! t ffI�s }a 1 �,,4y It oaf (G 1 k t♦ t .4 #a' avtt ♦ 1 i+} t 1 { r � �: y k w. t t n , k 'k r , wady ssr }' t 1rt 11 'k y T1 r �t t �� .: t 1`”: '"^ �Ij S t s,>, t�... r ,:'ttr,i t1 5� }} 19.t 'z� ,` 4,0 fi'f'xa tr ! ., Lt �Il n.' V .a ") zip S` jr,•.'...:',::-..•";', r } q;Y,If t�" !� •O i� t . ' i y r'; *0.3 "fir ' v^ iJ.'' t y;..; tY{ , tye ,i'.7'% q 'ik�. } f. ),. t r, s t. ' s� g y r §.'r,,. •t ` J� ei ^i ;,,..,4;5v.„.2,,. ray r '�R> ,•i'?s. ,•':',"24.4,',4"4.•,.'. r • i T i''' .'4,n4,- ;; w'�� i Cyt .- -.,,,,',,,,;r:Ea1y3 « z s "� F ; rr,4 . ., Itiit .t rvE i 1 I „,,,?•,,,?,c7 �' ,f�f ..” �r ,i t. L.1 P°.0 • < .,..,,,,,,,...";,....?•,';',,,,. ,_ t'xi'„1 " § d fro' fps h`y'a i t trS '4'47'4' , Y 13` �l a 'Alt'e t, • � �y '� . '`E �. •s.l. , t,.:$u3x z ts' ,n D .w114�3,� S;''''-a "3b" t,y 7 K"i, lWd X nrr• .`-''''''-'';1" ,„sLLx�„�°w:;i� fi'z. ,tr",a�..`•' S C. Packet Page -1927- _ 6/14/2016 16.F.5. L4'4%**444 H 1 , ..,, . • ,,, = ., .., ',.'', 1, ,a) " ,.....) S' .., , - •:•"-, ••••;`,4. "y l'^',. '••' • I :'7°'''' 1 i t....-,1, 1- '''' ''' .?•;*. 11.4...It''' • , I , '',•,.,-,•..-:-^ • . ' • ;,'..1•4•I'lf 1 ,..,C:' ' : *,*•;'''",!' ' 4,,,:.,,,,, ,;,_ . - . „ , ' •1 .,-,4..za...,,,j(tiii:.1.17, T.N..,-, st*3.-‘," t(;,..,): • ' .1..4..- •41".4 4) . , l','...i• — ......-1,-$1 :' .':-.7. • . .l.„ - 1 ..:2" 't' ' ' P '. .,1 ' . 7. • . "1.--.° i t r,,i 4.4 , ,,,.-., .0--!:,,, , ,,.... . *::,.-., • \ ,c-; 1 1,,,,,, : i L\ , I. 1, t-..i....1! ....',I,- 1.. -'?'• _~ c ,..• ,,,:,. , ,.- .i ,,, I ..i f'• '.'i '. ,.,._. ,,11,,,,.,'17 - ,,,t'- " . ' 7 „,.. , , •e. ,,,,, 4 « '7..),:x' ' ,,1-:.1 ,,,,:',:.--,•ifi,,-*:.,,,,,,.,,,::;;,;:::, ,,-'4,-;',;;k.., ,,-4,,„ --- ' Et • '`.`, : ...;', , I , . I i ' '44• -,''''lk ft.',"••;.,1•••,14•?;1,1 l',"0,1 '' `, 1 33,., * -... .',i..',;Li,-...17y..t..--,..,-,,-.-._, . ••.: '..., i. ,..,,...:ty •„ ,,...• .,_ ''' • s •" rl 'l• g . ., . •+•;,,,- , g ' 1 S ' i", 1 k • Vf14•":i. .? , '0"'• 1 so *1‘ ' ..,,,., . ,A 1..,•.. , 1 , . , ,-, ‘,.,. 1 1 , • ,.. I., "„.,,.".• .,, '.!',. .• t), 1.) ,-, ' ,. 1•„,..4 i e-‘.. • I • ' ' -a , .. -,.., •,i, „:, .. , ,.. , . • , ';',°, 1 ". , 1,1... ....,;-„,,,p..,.,,,...:.1 4 • • , •''' ..',' i .' ' t, ' :. ,,,' -.••1 1 , „ • '.-',„ ' ' t.'•:;' :',./ . ?,',P•-:4 ' i •i ":-7, ,.-:'-:, • s: ' -: „•:,' ' . *. , ,,' .. , „ . , , i1..; ; i„,•• .. , .,. •-•, ,. •,`1,,, i •','•''''';;(7,7 ' i ..4,rw, - •.'", '''''''''', ,' 1 **•,-.•::.!. ;•:1,,', • ' .• ...,:i•-,,/ „.t,';...,:'1•'.',i',i,,,7-,n,;; , 1:11V, -,a, , ' ,. is • , •tz,.,•• . i ' <•.• J, •' `'.' "'°. ':' ,.•,' .....rf 'i'.'.A • ,•,,,- i , ' 1 „.4 4 k , r:, i 1 ... 19 ' , • C,' '„„ t %,"',,e' ' t'itj.t °. ' o:''0:"k',".4W.''-7", '',, 1/4:1-',' '.- ',:-.-•.::''''' , ‘ ''"' ' ;‘'' ''''' ' 4'.''''4, '''t-r.'"•, - ' g ..„X.„ . ,.„ .''.• .•.....''' . •\ :A..' I 4• ' ''...*'-•'.' I 1 it:el, 1 pi* ' '' ,,"••-:* ''',.'^^'..---^,"t- ".,^7%,','",a'•,„;.v'' ,Ir',1 ,,,'r Cr; 1/4.1P),''I', i.:• ."-C. 1 1 -,--' .*4 I,.-''''f.. I I N'S.?'''Z" "*'''' 0, ,: , '"'' ',,a1, ".; .4:2, ...:rS, '1 1 „,4":. '%.". •*' 1 tm. 1 :' ,,, ; ' 4'%, '. ' '''''''''., . ' '4T:,;, ' . '•,?. 'S',..';‘,'],:li‘ , ' CO ti:.;..: • , I , t'l : . "J ' .,' .1,-\:,-4., ,. ,..."4,;;.•:',;,, .1 I, Q) 1,1 ''''''.'-'.,, • '" ' \ ,'N.. ; ,.- 'r:'- ...` ^,ri,L ' . 1 I , 1 ' '1%*, ; ° • ''i ,' ... ° „rfr'Ai.'ll', '' I'll,' ,, '',..L bi„-j ' • ''';',41t,/.4 :,,'*:°V,',1,C.•' ,, ,'I''. . • 41.!,i'l',,,I; AtY, . ' , Hi -, 4., ' . i .1'`'.....‘ '''.,`-•'``:t'• '.''.• ,1.-7.m.' ''.4... ''" . t•t„' ' leP/4 r \ 1 . 0'AP' I"''''''.4')...',;•.:-,,;',.( ‘ .1;V:' '','W`ii': '''' '' ,,,,,,;‘<" ''. 1 . . 1: . , Packet Page-1928- ' 6/14/2016 16.F.5. 16-6644-Lake Aeration for Pelican Bay Attachment 9:Bid Schedule Insert the prices for supply and installation of each item listed in lines 1-8. The prices will then be added together to yield line 9. The responsive vendor with the lowest line 9 total will be awarded the bid. Item Description Basin Lake Type Location Cost 1 4 Plate 1 7 Solar Naples Grande (Front) 2 2 Plate 1 8 Solar Naples Grande (Back) 3 4 Plate 2 3 Solar Lake Vista 4 4 Plate 2 4 Solar Georgetown (South) 5 2 Plate 2 10 Solar Glenview 6 4 Plate 4 3 Solar Isle Verde 7 4 Plate 5 3 Solar Avalon 8 4 Plate 5 5 Solar County Park 9 TOTAL $ Packet Page -1929- 6/14/2016 16.F.5. Shade Services Inc. Construction Management/General Contracting 18501 Murdock Circle, Suite 404 Port Charlotte,FL 33948 CGC1517855 CFC1428169 EC13005228 FL#WL7278 May 23, 2016 Collier County Procurement Services Joanne Markiewicz c/o Adam Northrup. 3301 E Tamiami Trail Purchasing Building, Building G Naples, FL 34112 Email: AdamNorthrup@colliergov.net RE: ITB 16-6644 LAKE AERATION FOR PELICAN BAY Formal Protest of Recommended Award Dear Ms. Markiewicz, Please accept this letter as a formal protest of recommended award for the above referenced project. This project requires the prime contractor to be licensed through Chapter 489 of the Florida Statutes. Contractors licensed to perform this work include but are not limited to a General Contractor or Building Contractor. According to the DBPR database, DeAngelo Brothers, LLC d/b/a Aquagenix, "Aquagenix", is not licensed through Chapter 489 and therefore is not properly licensed for this project. The May 24, 2016, BOCC Agenda Item No. 16.F.1 lists four bidders. According to the DBPR database, only Shade Services Inc. has the sufficient Chapter 489 licenses to perform this work. 1. Name and address of County agency affected and the bid number and title. Pelican Bay Services Division Municipal Services Taxing&Benefit Unit of Collier County 801 Laurel Oak Drive, Suite 302 Naples,FL 34108 ITB 16-6644 LAKE AERATION FOR PELICAN BAY 2. The name and address of the protesting party. Shade Services Inc. c/o Erik Howard 18501 Murdock Circle, Suite 404 Port Charlotte, FL 33948 Packet Page-1930- 6/14/2016 16.F.5. 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. The May 24, 2016 BOCC Agenda Item No. 16.F.1 stated that the item is approved as to form and legality. The action is not legally sufficient. "Aquagenix" is not a"responsive bidder" as they are not a properly licensed contractor. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief The invitation to bid included a scope of work that requires a contractor to be licensed under Chapter 489 F.S. Illegal contracting would take place if, Collier County and Aquagenix entered into a contract for the scope of work advertised in the solicitation. Shade Services Inc. is the only bidder that Collier County can enter in to a legal contract for this project. S. A demand for the relief to which the protesting party deems himself entitled. Award the project to the bidder that is a properly licensed contractor for the scope of work, Shade Services Inc. 6. Such other information as the protesting party deems to be material to the issue. The project has: (1) electrical work installation of a. wiring from photovoltaic cell to photovoltaic cell b. wiring from photovoltaic cells to the compressor cabinet c. 12 volt deep cycle batteries in compressor cabinet (2) piping installation of a. underground compressed air piping from compressor cabinet to a remote underground valve box b. underground compressed air piping from compressor cabinet or remote valve box to the water's edge c. underwater compressed air piping from water's edge to the air diffusers in the center of lakes (3) structural work a. installation of a mounting post into or on the ground to support and allow mounting of the photovoltaic cells b. mounting of the photovoltaic cells to the post (4) unspecified/undefined work — A total of approximately two miles of compressed air piping must be installed for all bid items. The piping will be installed underground and underwater. Bid Item 1-Lake 7, Basin 1, 4 Plate system requires approximately 600 feet of piping to between the compressor cabinet and a remote underground valve box at the lake edge. The piping can and will be installed using multiple different means and methods ranging from hand digging, sinking to lake bottom, mechanical trenching, machine excavation and/or directional drilling. All bid items require piping, but Bid Item 1 is the best example that the systems are not 'plug and play' kits. 2 of 11 Packet Page -1931- 6/14/2016 16.F.5. The scope of work is sufficient that a contractor licensed through Chapter 489 F.S. is required to contract for the work. The systems are not kits. The systems require installation of multiple components to create a complete and working system. The scope of work for the referenced project, 16-6644, includes the installation of a system to aerate the lake. Typically, aeration is performed by either pumping water with a water pump or pumping air with an air compressor to create bubbles in the lake. The water or air must be conveyed through piping that must be installed underground within the ground to the lake bank and/or installed on the lake bottom. Both aeration strategies require electrical power. Your project uses an air compressor, underground piping and solar power via photovoltaic cells. The solar panels are to be mounted on posts with wiring to the compressor cabinet. Therefore, the bidder and contractor must hold a license per Florida Statute 489. I have reviewed the names of the bidders posted on the website to ensure the low bidder is properly licensed for the project. I have reviewed all of the bidder names and only one is properly licensed for the scope of work for the project. The bidder must hold a license regulated by Florida Statute 489 at the time of bid submittal. I request that this project be awarded to a properly licensed contractor. The project includes making improvements to real estate and is therefore considered construction contracting provided that the project scope is substantially similar to a scope in sub-paragraphs (a) - (q) of 489.105 (3). Below is the definition of Contractor. 489.105 (3) "Contractor" means the person who is qualified for, and is only responsible for, the project contracted for and means, except as exempted in this part, the person who, for compensation, undertakes to, submits a bid to, or does himself or herself or by others construct, repair, alter, remodel, add to, demolish, subtract from, or improve any building or structure, including related improvements to real estate, for others or for resale to others; and whose job scope is substantially similar to the job scope described in one of the paragraphs of this subsection. For the purposes of regulation under this part, the term "demolish" applies only to demolition of steel tanks more than 50 feet in height; towers more than 50 feet in height; other structures more than 50 feet in height; and all buildings or residences. Contractors are subdivided into two divisions, Division I, consisting of those contractors defined in paragraphs (a)-(c), and Division II, consisting of those contractors defined in paragraphs (d)-(q): Sub-paragraphs (i), (m), (o) for Mechanical Contractor, Plumbing Contractor and Solar Contractor mention piping, air piping, pressure piping or photovoltaic systems. Thus, this project is considered construction contracting because this work falls within the scope mentioned in sub-paragraphs (a) - (q) of 489.105 (3). According to paragraph 489.113 (2), a person must be certified or registered in order to engage in the business of contracting in this state. Also, paragraph 489.113 (3) states a contractor shall subcontract all electrical, mechanical, plumbing, roofing, sheet metal, 3 of 11 Packet Page-1932- 6/14/2016 16.F.5. swimming pool, and air-conditioning work, unless such contractor holds a state certificate or registration in the respective trade category. Additionally, in regards to the electrical division of Chapter 489, contracting is defined with regards to the following definitions. 489.505 (9) "Contracting" means, except where exempted in this part, engaging in business as a contractor or performing electrical or alarm work for compensation and includes, but is not limited to, performance of any of the acts found in subsections (2) and (12), which define the services which a contractor is allowed to perform. The attempted sale of contracting services and the negotiation or bid for a contract on these services also constitutes contracting. If the services offered require licensure or agent qualification, the offering, negotiation for a bid, or attempted sale of these services requires the corresponding licensure. Subsequently, subsection(12) further elaborates the scope of an electrical contractor. 489.505 (12) "Electrical contractor" or"unlimited electrical contractor"means a person who conducts business in the electrical trade field and who has the experience, knowledge, and skill to install, repair, alter, add to, or design, in compliance with law, electrical wiring, fixtures, appliances, apparatus, raceways, conduit, or any part thereof, which generates, transmits, transforms, or utilizes electrical energy in any form, including the electrical installations and systems within plants and substations, all in compliance with applicable plans, specifications, codes, laws, and regulations. The term means any person, firm, or corporation that engages in the business of electrical contracting under an express or implied contract; or that undertakes, offers to undertake, purports to have the capacity to undertake, or submits a bid to engage in the business of electrical contracting; or that does itself or by or through others engage in the business of electrical contracting. Photovoltaic systems were first recognized to fall under the scope of services that an electrical contractor could provide. The State subsequently created and defined the Solar Contractor to make it easier to be properly licensed because of the uptake in market demand for solar power. Photovoltaic systems are considered an electrical installation and therefore most local county contractor licenses do not include scope of work for photovoltaic cells. A Solaer SB3 and SB4 by Keeton Industries meets the specifications of the bid documents. The following figures help to better give an idea of the actual scope of work that is not clear from the ITB-16-6644 bid documents showing a picture of the Solaer SB3 and SB4 system. 4 of 11 Packet Page-1933- 6/14/2016 16.F.5. 'AR PANEL '''-- Pgr.1::A77gi.'SYSTEM LF 40 5-Ea RIPE ,eir".' ,ILA'F,4x4C-7;12.5E9LIETXHP0FRS,L UY t.1.-',:5,'',.,..ms OF 3' SC1*-7°4); oSI3 CABINET ---\ / , A---TROXIMATE a I4Et.J;5+,;.: PR"P- ''''Iv SYSTEM , , FOR AERA.'0 W,'A-• \ D - 3D X42 GRAY CABINET TO BE ATTACHED Ti? PA PROPOSED \7 SOLAR PANEL IS 7-- DRY SEASON WATER ELEVATION i - iltaCIM:1...1 -.'-.1 PLASTIC OURAGRID PAD s,.41 7.,___ 1 IISINIMILI.....1— Eva i,.„.117-..7,,:,,-...... / 75-4-fT:=- "4171:17e74 'P? r HIGH WATER ELEVATION ,P=FUSER Pf?OPOSED LI' ,-,y5 7-,--M - (MANUFACTURED BY PROPOSED (2) ANCHORa EARTH ANCHOR.) / J-filit I 3' BULLET..B..t.LLET_ FOR AERATION , AYERCAN _ tcv IN 12u '-coNCR '' , j 1--11., .--ii.1--i 2; DIAIIETER X 3 pRo,o0SED elt FOR AERATION GROUND., - 0- BE BURIED 12,7.„DE1.-OpWrIc,w DRY O UNTIL AT LEA., 1 and Contractor an Engineer SEASON WATER ELEVATION) • ed by ..... and Designed w.,,,,.„-,,,,,,4,,,b..4';wiZf.:::::', l''''''''. '.•`: •• nPICAL LAKE NCTsROSS SECTION Figure 1. Typical Installation as Engineered - • 1,••••,,,,,,.....1.;••••-;,..,074,44,- , -Tee.;011,1....);.;,,••••••,','',..•'-'1 1 '','- ' -; , - ,., " ' kkit1":1;47;4?"41f,:,IrtZV''4 ',.:11(4.47.•P',,,•,'•''' .- ‘•';•'0',..-• 1, 1' „, , ",,,: ",, '1 ; '41'."- '''I't'1.:•;%°:".:•,./„'.141'4 t,'ri'-'62;'d.,11'.);`;,-4..,%y;', t'Ir 4,'",.•,: - 4--,-' ,' j ''''''' 1 -'4144':14:44171'lf'111;;;41;1444''',_"%44.;,,4.hiStki,,;1.'''•:;1* ''' ',„,,, '.•• ' -." - .. •',, '+• ,r. . , " ''' , 't,,,i$... .....z;„'f.i.,,,,e1:01,11,4.,„iinito!,fr,F,o :::. •,,. t:., ;,.-,,,'„ ..:-. ''„',' - ' i -,• INNi•VAgli:'•-71,1,,ii,,k',/,' 1 ;' , . .'•.,: ,.•7;;L, ,:...1 'a' ''r'''''4'N''''SC:4'4':':'71"kik!?:'17:;,t;';:;;;:'cr;;'';;:'..:':',--:'-, ',: -S.'•:''•'.':,•-'::''i::;::::-:'• •-::::::::::,, " — -- '''''''• ''''''.••', „Aff,01„4111%:,, - • ',,,,,c'':,,".•';-; '',' '•" •,,,,;,, ,c ' elik, ''''',, ; k* — ,....„ 1,S,,A. , , :, ,., ' :10,1;tf: -,••-- 'i. , 4 ' N, •°' # A ' r^ ':17.:".C'.:'j'.. -""• '.- •':I, i '‘''‹.. 4i ....l'.."':' r __. „:,..„ ,- ....,,....: .. „ , ,,.... ...........„, 0 4 Figure 2,i,g".lil0Vf't`•4'-(,ie4w1•!6.°;*Ino,116.`s,ide Compressor Cabinet -Showing Field Installed Electric Batteries and d Wiring 5 of 11 Packet Page-1934- 6/14/2016 16.F.5. t ,, ': } 3 w ti t� 4 t x �h s d..'„.1i'41.,; Ws s t d � � ��2 .,..;:,',.,-...._.,1-4,,,,i',4:4 fax 9^(e ' A:, lP t -4..','..:',::"4:'4,,,41%,:!!,:', t§ }pr ` Z n. ra a S` &:4 • Atil �'' '' ,Ai �"�h '..:..4,.; :,',4^41' 4. { k' }' ,�g i`d�+l 4i 4 i Sti }/ �; �',,:. i : :,. iy x } x {' 'yy i vK,' ,�g. f' ,.. ,�, syr . ., .. .. � � s rr t .. •a �}. ,1 x` i ` tea, «,t t ^-.! f !`' � r * kir � tl r �yr�i_ 1 • t � j /{ 1 t l t .0, ,,,,, ...,,,,,,. .„, ,,.. -:-• „, , . iiiiiiii. S ♦ ��' , ,, ;?',:`;''' '.:°`.'7.',‘:\..,. kw �pk r' N''':..-4.,' 1 '•• ¢g}1 t~ �. }.war i"}jj`\ ii \ i -;.,a,,'4,•. � a f l{ ? k 444 ,. +r _,. w '' .,�.,r Figure 3. View Inside Compressor Cabinet and Wire Strapped to Mounting Post 6of11 PacketPage-1935- 6/14/2016 16.F.5. i ',.. 'ik„' 4 t ....,- t R , 1,0000, #ma s it f,i ‘ ‘N\ \k'1' • - .61 :, ,.,,....„ . 1,,, w } r Figure 4.View of System People in Foreground and Background for Scale w4,..t.,:, , I, �� ;�4. `��� r_ 4 I' 1 i ter: Figure 5. View One of Photovoltaic Cells with Compressor Cabinet 7 of 11 Packet Page-1936- 6/14/2016 16.F.5. !'bra. : ""3 ...,n" . ,:', x Figure 6. View Two of Photovoltaic Cells with Compressor Cabinet ,;\,, '�rl' Ip�kll j, ,Ar ..a t iii ,,, ,, , 1 -•,'.,' '‘...';'''r",:,1.,1", Icy , .'' .,,' ' )-. - .'\,. _,\---- — — \ \ —c '. mi 1 LI�sf J } 0` 4 i p 6. i�°c... .1t1,..'"'4„1.41. SFJ 1 �i`$ ;t.{ 1. '''';'f.',1,,,'', - , a )t, a r .1;.4,fiu � � � !4 } v �.fit, n e, Figure 6. View Three of Photovoltaic Cells with Compressor Cabinet 8 of 11 Packet Page -1937- 6/14/2016 16.F.5. • <4' o olaer "AENNIIMN$Y$IEI$* Salaes®813 and 8B4 The Keeton Industries Sober seder of solar powered lair bed aeration systems are the ideal choice hrrremote ponds and bkeswheie paver hnot wadable orfor r 4 "tr '`�`_ artemimomentalkcordons sohytion.ltre5B-3and SB-4ireeffecthreinaerating pawls and takes upto4 surface aces in sire These systems come complete Aft a tdghefficiency solarpanei,charge control system,batteryl k-up,Eoailowen strident compresor,highwlume ranting fans,impartable dkgital toward afully adjustablealuminum manifold horsed inattrac6„e,10D96recyckd Pstic catntet Duraptate self-cleaning,non-clogging meothrane diffusers emit miSeesof tirrpbubbles that ircreasedadred carmen levels while elkninatingstratification, improving water qualand clarity. The Cabinet The Tubing The Diffuser Made! Features .Attractive 100%recycled plastic cabinet •Sdf-weighted •SdFdeening •2VW x 361.x 27'T •1/2•tD,with 1/4'si wls •Non-dogging SB-3 3 Diffuser •37cfmcooling blower •Fhhhattresistant •Sdf-weighted 58-38 3Diffuser&3(XIeafTubing •Two-2 Valve AdjustableManikids •witnot kkskorbreak •Fisfihookresistant 58-4 4 Diffusers •I'4agrammableDigitaflImer .Aralablein100'andSKr lengths •High Dryden transfer 58r48 4Diffusers&404o#Tubing •Sound reduction package •15 year warranty •Ufetiom waranty •1'ASTMcerttfiedAmmtkal Foam •Charge Conird System •Dual Eeollow 24VCaupresors KE (ET-(( ! 1\1 Figure 7. Page 1 of Solaer SB3 and SB4 Sales Flier of 11 Packet Page-1938- 6/14/2016 16.F.5. ic3. ... , „ „ , ► 0�solaer °SEEN1ISN$TlTEMS" µ, ''.1i1.:,k' 5•: Solaer,,SB3 and SU ManYt*IP vs,'ARnbtln........mi...41n vX. ,,',.. 144PASIVALMVATflUIP attEll df `•` ,, •. ��E swoitmm +:.rwuMasxrnrWrvtenr It( 4MIuris,nzne 14 0.'44 z{'",`ti ' I . -..r ,.,--_,,,,,a,,. rIIIP vmcn0wncar—OH00044X1RfifIlt Ts 4 M} i TpViQIG¢xrC01411 c9Y9ncTN1Ir31+3M+t .1 , "" a �..—f — TY014 WrC fi0N0AIRHr50t5 ;ATf1W7aTq 17Rit . - ' I Y..` +m .-' +urnac+rt+nuatroaw1wrx� 41LM enMR. t t9vwwla4WnT+etnP+rPAAMNrtMiSqTAuYc1vNu d.00,0---...t, ,f -`"c-- CIAPACSNTOW. 4).064!AINgSbSW8DIPMPIVY:AN7 1 LR OCIII 13011+CTCtAPI PlIERtfi TOP VIEW (SEE. SHEET #2) :.„S -v)+at)ura arens+TBJ.hartiT/Oat c.tare .' P'.C3` f .'—.. Rerrrtsns7nt WIPO Tit aW/elm. n•5a5rtI-Vtit, /..:. Yrs / / :I.14 F X MrRIrOWtIPPIIn4R SC(+PEbNINIIKIP,tl kt .............W.. + �, 6 ...__ I. ,__ - INAROUTIFTLHEi FlO+itCc, 5S9.5i.PI W(Asti' war rII01514 itoRsalE eS.4(s' nngxsEAII° Will i1Ar4FWsrCl !•w..WUM.r:..Mn ruts 4.."Inu Uh f.Biat I IC)MINOLTdV Wrlic SIC Te n.41MI#rnrt l01M11,1N4. Wen rnaaMUT:AIM /cam .» I ` j /.` L+rwacen.+1,*PI $ MA f ,, ` I }! EOLA R AI:RATION SYSTEM.... &6?3 SERW.S.Mt'L7'1 VIEW FRONT VIEW SIDE VIEW DATE. MITE?", t;a( 7-29.13 I (G .B. II--T( ; J N Figure 8. Page 2 of Solaer SB3 and SB4 Sales Flier 10 of 11 Packet Page-1939- 6/14/2016 16.F.5. The project requires the corresponding licensure as stated in 489.505 (9). The corresponding licensure is a license issued through Chapter 489. The project is a construction project and requires that the prime bidder have a contractor's license in order to properly subcontract the work. My research of the DBPR website shows that Shade Services Inc. is the only bidder with a Chapter 489 license that is qualified and licensed to perform the entire scope of work. The act of submitting a bid without a license is a misdemeanor and carries a fine. I encourage you to consult with the Collier County Building Official and/or the Depaitment of Business and Professional Regulation if you are unsure of contracting licensing laws. I request that you award this project to a properly licensed contractor. Please feel free to contact me if you have any question or wish to discuss this matter. Sincerely, E Erik Howard, P.E. President Office: (941) 257-3046 Mobile: (239) 244-1047 Email: ELH@ShadeFL.com 11 of 11 Packet Page-1940- 6/14/2016 16.F.5. Co ier County Administrative Services Department Procurement Services Division June 2, 2016 Mr. Erik Howard, President Shade Services, Inc. 18501 Murdock Cir., Ste 404 Port Charlotte, FL 33948 Telephone: 941-257-3046 FAX: 239-244-1047 Email: ELH@shadefl.com RE: Protest Decision Regarding Solicitation 16-6644—Lake Aeration for Pelican Bay Dear Mr. Howard: I am writing in response to your formal protest letter of May 23, 2016, filed on behalf of Shade Services, Inc., pertaining to the recommended award of the referenced Solicitation. The following is a summary of the issue(s) raised in your protest and finding(s) regarding each. SUMMARY OF PROTESTOR ISSUE: The scope of work for the referenced project, 16-6644, includes the installation of a system to aerate the lake. Typically, aeration is performed by either pumping water with a water pump or pumping air with an air compressor to create bubbles in the lake. The water or air must be conveyed through piping that must be installed underground within the ground to the lake bank and/or installed on the lake bottom. Both aeration strategies require electrical power. As such, the invitation to bid included a scope of work that requires a contractor to be licensed under Chapter 489 F.S. Illegal contracting would take place if, Collier County and Aquagenix entered into a contract for the scope of work advertised in the solicitation. Shade Services Inc. is the only bidder that Collier County can enter in to a legal contract for this project. As a result of the improper license of Aquagenix, and all other bidders, Shade Services should be awarded the project. FINDINGS: The solicitation was publicly announced and provided time [fourteen (14) days]for vendors to take exceptions to the specification, ask questions, and protest the specifications. Specifically, the solicitation identified the following (these materials may be found in the attachment labeled Selected References Invitation to Bid 16-6644 Lake Aeration for Pelican Bay): 0- PsoireneritSeMces Dioismi•3327 Tamiarni Trail East•Naples.Florida 34112-4901.239-252-847•waw.colliergov.netiprocurernentservices 1 Packet Page-1941- 6/14/2016 16.F.5. Exceptions [see Invitation to Bid 16-6644: page 9, item 6] Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. Questions [see Invitation to Bid 16-6644: page 9, item 9] if the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. Protests [see Invitation to Bid 16-6644: page 9-10, item 10] Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. While there were a total of three (3) questions raised as a result of the issuance of the specifications, and there were two addendums, no exceptions, questions or protests regarding the scope of work, specifications or license requirements were identified during the process. On April 27, 2016, in an email to Mr. Adam Northrup, you requested that he "...fact check with the Collier County Building Official and/or contractor licensing manager regarding the proper license required for the work identified in the solicitation above (see attachment labeled Collier County Licensing Compliance— Initial Findings). Mr. Jason Bridwell, Collier County Licensing Compliance Supervisor indicated the following conclusion: "The unit in question that is being installed meets the criteria of the scope of a Landscaping Contractor License in Collier County. The criteria to be met is: 1. Prepackaged Fountain, 2. Does not require connection to a sanitary sewer system or a potable water line, and 3. Does not require any electrical installation. Because the job meets these criteria, I have determined that it falls within the scope of a Landscaping Contractor under Collier County Ordinance 2006-46, as amended." On May 18, 2016, a follow-up request was made by Shade Services Inc., (see attachment labeled Collier County Licensing Compliance—Final Interpretation), and Mr. Birdwell provided a more in- depth response which included the following: "I would like to further elaborate on my decision and point out any additional concerns interested parties might have. As for#2, there is no plumbing present on the unit and is not a concern in this matter. #1, the unit arrives in a prepacked (or pre-fabricated) condition as to which the installer just has to place the unit and plug it in. This satisfies the requirement of being prepackaged. #3 is what required the furthest investigating on my part. The unit only requires to 2 Packet Page-1942- 6/14/2016 16.F.5. be plugged into the power source and requires no "hard wiring" of any wires involved with this unit. Typically, an electrician is not needed when a project only requires an object to be plugged into a power source. Therefore, I have determined that an electrician is not required for the installation of this particular unit. The question that arises is: Since the power source is a solar panel, is a solar power contractor required to install this unit? My interpretation of the definition of a solar contractor would make the essence of the definition consistent with that of an electrical contractor, to which we do not require for a simple plug in. The solar contractor license is a State Certified Specialty Contractor issued by the Florida Department of Business and Professional Regulation. The DBPR would be the authority to determine if my above statements hold weight and are accurate with FS 489, and Collier County does not have a classification for Solar Contractor." I reviewed information regarding solar contracting from the Florida Department of Business and Professional Regulation— Selected Declaratory Statements Regarding Solar Contracting and related license questions, and had additional conversations with Contractor Licensing supervisors (Mr. Jason Bridwell and former licensing compliance supervisor Mr. Mike Ossorio), and the State's contracting official through these individuals. CONCLUSIONS: After further consultation between the County and a State contractor licensing official, I discovered that even the State found there is a lack of clarity as to the type of license required for the installation of the equipment in the above reference solicitation. The County's code official intends to direct a declaratory statement to the State official which should provide future clarity regarding the license requirements for this installation. In the context of a government procurement dispute, a public body has wide discretion in soliciting and selecting bids, and when based on an honest exercise of discretion, will not be overturned even if it maybe erroneous, and even if reasonable persons may disagree. Liberty County v. Baxter's Asphalt & Concrete, Inc., 421 So. 2d 505 (Fla. 1982). As a result of this wide discretion, the Florida Supreme Court has declared that a reviewing court's "sole responsibility is to ascertain whether the agency acted fraudulently, arbitrarily, illegally, or dishonestly." Department of Transportation v. Groves-Watkins Constructors, 530 So. 2d 912 (Fla. 1988). This threshold has been described as a "very high bar." See, Sutron Corp. v. Lake County Water Authority, 870 So. 2d 930 (Fla. 5th DCA 2004). Additionally, as long as the County has not acted arbitrarily or capriciously, and acted in good faith, its decision is not subject to review. Wood-Hopkins Contracting Co. v. Roger J.Au & Sons, Inc. 354 So. 2d 446 (Fla. 1978); City of Pensacola v. Kirby, 47 So. 2d 533 (Fla. 1950). Arbitrary and capricious has been defined to include acts taken with improper motive, without reason, or for a reason that is merely pretextual. City of Sweetwater v. Solo Construction Corp., 823 So. 2d 798; citing Decarion v. Monroe County, 853 F. Supp. 1415 (F.D. Fla. 1994). Moreover, it is well established that "so long as . . . a public agency acts in good faith, even though [it] may reach a conclusion on facts upon which reasonable men may differ, the courts will not generally interfere with [the agency's]judgment, even though the decision reached may appear to some persons to be erroneous." Culpepper v. Moore, 40 So. 2d 366, 370 (Fla. 1949). After careful review of all of the information presented in your protest, the facts presented by the County's code official, and the expected timelines to reach a declaratory statement from the State it is my conclusion that the specifications and instructions issued did not provide the license clarity to maintain a level playing field for all bidders. 3 Packet Page-1943- 6/14/2016 16.F.5. Accordingly, it is the decision of this office to reject all bids for this solicitation and direct staff to move forward with that recommendation; tentatively scheduled to be presented to the Board of County Commissioners on the June 14, 2016 meeting. Under Section 23 of the County's Procurement Ordinance, the decision of the Procurement Services Director shall be considered final and conclusive unless the protestor delivers a subsequent written objection to my attention within two business days from the date of receipt of this decision or not later than close of business (5PM) on Monday, June 6, 2016. Respectfully, ��14 e Markiewicz, Director, Procurement Services Division Enclosures: • Selected References Invitation to Bid 16-6644 • Collier County Licensing Compliance— Initial Findings • Collier County Licensing Compliance— Final Interpretation • Florida Department of Business and Professional Regulation —Selected Declatory Statements • Collier County Protest Policy 4 Packet Page -1944- 6/14/2016 16.F.5. SELECTED REFERENCES INVITATION TO BID 16-6644 LAKE AERATION FOR PELICAN BAY Scope of Work (pages 4 — 7) Exceptions (page 9) Questions (page 9) Protests (pages 9 — 10) Questions from Online Bidding System Addendum #1 Addendum #2 Packet Page -1945- 6/14/2016 16.F.5. Colter County Administrative Services Department Procurement Services Division INVITATION TO BID Date: 04/11/2016 From: Adam Northrup (239) 252-6098 (Telephone) (239) 252-6302 (FAX) adamnorthrup@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 16-6644—Lake Aeration for Pelican Bay As requested by the Pelican Bay Services Division, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Marion Bolick Precurenent Services Mtn•3327 Tamiami Trail East•Naples,Florida 34112-4901.233252&107•ow,ai.coffiergnv.netiprocurementsernces #16-6644—Lake Aeration for Pelican Bay 1 ITB Template_01202016 Packet Page -1946- 6/14/2016 16.F.5. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Pelican Bay Services Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The County is desirous of obtaining bids for the supply and installation of aeration equipment in several lakes in the Pelican Bay Services Division, as outlined in the specifications below and Attachment 9: Bid Schedule. Background The Pelican Bay Services Division Municipal Service Taxing and Benefit Unit of Collier County, Florida was established by Collier County Ordinance 1990-111 and Ordinances 2013-19, 2006-05 and 2002-27 as amended to provide quality street lighting, water management, and streetscape beautification services exclusively to the residents of Pelican Bay. We work closely with the Pelican Bay Foundation and Pelican Bay Property Owners Association to establish and identify resources to meet the needs of our residents Detailed Scope of Work See Attachment 8: Scope of work, for detailed map of site locations. Specifications PRICING MUST BE ALL INCLUSIVE, INCLUDING ALL EQUIPMENT, SUPPLIES, DELIVERY, SERVICE, INSTALLATION, OVERHEAD, ETC.. • Solar Aeration System Two Plate Must include the following: 100% recycled plastic cabinet—driftwood color—25"x 25"x 19" deep with 4" to 9" legs—piano hinge (lockable). Floor of cabinet filled and glued with acoustical convoluted foam insulation 1"ATSM rated C 423-90A to the nearest 0.05 SA BINS/FT2 with a noise reduction coefficient to 0.40. OSHA approved soundproofing and UL-94 Rating. Two air outlet lines from compressors through cabinet with %" 220 PSI rated flexible braided vinyl tubing. Each flexible tubing outlet shall be 4'-0" long and fitted with %" ID barb connects. All aeration systems shall be furnished with stainless steel '/" wormdrive clamps to fit 5/16"-1/2" hose Model#67-06-1 to connect on shore and to duraplate(s) (DP- 7) in lake. One Two valve anodized aluminum manifolds, brass adjustable valves with barb outlets. #16-6644—Lake Aeration for Pelican Bay 4 ITB Template_01202016 Packet Page-1947- 6/14/2016 16.F.5. One Prostar 30 solar charge control with digital display. One Diehl controller—24 hour/7 day—digital timeswitch-24 volt SPST and SPDT switching —one channel 6.3 mm x 0.8 mm tab terminals. Connections comply with DIN 46244. One 3" x 8' aluminum masts for solar panel. One cooling fan for ventilation —37 CFM. One 24 vac eco flow compressor—brushless type— 1 CFM open flow .85 CFM at 30" 1.7 FLA at 24 DC .41W. One air filter—glass and filter type. Two DC 115-12 deep cycle AM6 batteries. One 3' x 5' solar panel 235 watts. Panel modules are equipped with an environmentally sealed junction box and PVC wire cables with Hosiden connectors for problem free intermodule connection. PV wire output cables meet 2011 NEC requirements for use with transformerless inverters and all modules are UL listed 1703 for USA and Canada. Mounting brackets are included. Solar Panel Technical Data: 60 156 mm cells, -0/+2% (-0/+5) power output tolerance, 47.9 (+2 degrees Celsius) temperature NOCT, -0.32 voltage oc temp coefficient, C class fire rating, Hosiden connector type, +35 (0.9) -47 (1.2) inch cable length, 75 pounds static load rating. Module circuitry: 240 watts peak power, 30.4 volts voltage at peak power, 7.9 volts current at peak power, 37.7 volts open circuit voltage, 8.4 amps short circuit current, 14.5% module area efficiency, 600 volts max system voltage, 15 amps series fuse rating, 65.55 x 39.02 x 1.5 (1665 x 991 x 38) inch (mm) dimensions (I x w x d), 39.6 (18) pounds (kg). The solar diffuser plates are self-cleaning, non- clogging, self-weighted, fish hook resistant, high oxygen transfer, 9" EPOM diaphragm membrane (lifetime warranty) creates micro bubble emission for optimum air flow with laminar flow induction. 1.0 —3.0 CFM. Made of high impact polyethylene. Two Duraplate Diffusers 7" Disc style, designed specifically for solar compressor systems. This system is designed to operate 24 hours per day. Two year warranty on all parts. One year warranty on labor. • Solar Aeration System Four Plate Must include the following: 100% recycled plastic cabinet—driftwood color—25" x 36" x 27" deep with 4"to 9" legs—piano hinge (lockable). Floor of cabinet filled and glued with acoustical convoluted foam insulation 1"ATSM rated C 423-90A to the nearest 0.05 SA BINS/FT2 with a noise reduction coefficient to 0.40. OSHA approved soundproofing and UL-94 Rating. Two air outlet lines from compressors through cabinet with 1/2" 220 PSI rated flexible braided vinyl tubing. Each flexible tubing outlet shall be 4'-0" long and fitted with 1/2" ID barb connects. All aeration systems shall be furnished with stainless steel '/2" wormdrive clamps to fit 5/16"-1/2" hose Model#67-06-1 to connect on shore and to duraplate(s) (DP- 7) in lake. 2 Two valve anodized aluminum manifolds, brass adjustable valves with barb outlets. One Prostar 30 solar charge control with digital display. #16-6644—Lake Aeration for Pelican Bay 5 ITB Template_01202016 Packet Page -1948- 6/14/2016 16.F.5. One Diehl controller—24 hour/7 day—digital timeswitch-24 volt SPST and SPDT switching—one channel 6.3 mm x 0.8 mm tab terminals. Connections comply with DIN 46244. One 3" x 8' aluminum masts for solar panels. One cooling fan for ventilation —37 CFM. Two 24 vac eco flow compressor—brushless type— 1 CFM open flow .85 CFM at 30" 1.7 FLA at 24 DC .41W. Two air filters—glass and filter type. Four DC 115-12 deep cycle AM6 batteries. Two 3' x 5' solar panels 235 watts each. Panel modules are equipped with an environmentally sealed junction box and PVC wire cables with Hosiden connectors for problem free intermodule connection. PV wire output cables meet 2011 NEC requirements for use with transformerless inverters and all modules are UL listed 1703 for USA and Canada. Mounting brackets are included. Solar Panel Technical Data: 60 156 mm cells, -0/+2% (-0/+5) power output tolerance, 47.9 (+2 degrees Celsius)temperature NOCT, -0.32 voltage oc temp coefficient, C class fire rating, Hosiden connector type, +35 (0.9) -47 (1.2) inch cable length, 75 pounds static load rating. Module circuitry: 240 watts peak power, 30.4 volts voltage at peak power, 7.9 volts current at peak power, 37.7 volts open circuit voltage, 8.4 amps short circuit current, 14.5% module area efficiency, 600 volts max system voltage, 15 amps series fuse rating, 65.55 x 39.02 x 1.5 (1665 x 991 x 38) inch (mm) dimensions (I x w x d), 39.6 (18) pounds (kg). The solar diffuser plates are self-cleaning, non- clogging, self-weighted, fish hook resistant, high oxygen transfer, 9" EPOM diaphragm membrane (lifetime warranty) creates micro bubble emission for optimum air flow with laminar flow induction. 1.0 —3.0 CFM. Made of high impact polyethylene. Four—Duraplate Diffusers 7" Disc style, designed specifically for solar compressor systems. This system is designed to operate 24 hours per day. Two year warranty on all parts. One year warranty on labor. Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s). • For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: Insert the price in Attachment 9: Bid Schedule, for supply and installation of each item listed in lines 1-8. The prices will then be added together to yield line 9. The responsive vendor with the lowest line 9 total will be awarded the bid. #16-6644—Lake Aeration for Pelican Bay 6 ITB Template_01202016 Packet Page-1949- 6/14/2016 16.F.5. Item Description Basin Lake Type Location Cost 4 Plate 1 7 Solar Naples Grande (Front) $ 2 2 Plate 1 8 Solar Naples Grande (Back) $ 3 4 Plate 2 3 Solar Lake Vista $ 4 4 Plate 2 4 Solar Georgetown (South) $ 5 2 Plate 2 10 Solar Glenview $ 6 4 Plate 4 3 Solar Isle Verde $ 7 4 Plate 5 3 Solar Avalon $ 8 4 Plate 5 5 Solar County Park $ 9 TOTAL $ • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select single awardee. • The contract will be in the form of a Collier County purchase order. Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs. Prices shall remain firm for the full term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice 04/11/2016 Last Date for Receipt of Written Questions 04/21/2016; 3:00PM Solicitation Deadline Date and Time 04/25/2016; 3:00PM Anticipated Evaluation of Submittals Week of 4/25/2016 Anticipated Board of County Commissioner's Contract May of 2016 Approval Date Vendor Required Documents • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement • Attachment 9: Bid Schedule #16-6644—Lake Aeration for Pelican Bay 7 ITB Template_01202016 Packet Page -1950- 6/14/2016 16.F.5. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net%bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department Online Bidding System: www.colliergov.net/bid. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests #16-6644—Lake Aeration for Pelican Bay 9 ITB Template_01202016 Packet Page-1951- 6/14/2016 16.F.5. Any prospective vendor/proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business.Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In #16-6644—Lake Aeration for Pelican Bay 10 ITB Template_01202016 Packet Page-1952- 6/14/2016 16.F.5. Pending Q&A for Solicitation"Lake Aeration for Pelican Bay(AN,No Prebid)" Q&A Deadline:Thursday,April 21,2016 3:00:00 PM Eastern Add QAA No questions are pending. Answered Q&A for Solicitation"Lake Aeration for Pelican Bay(AN,No Prebid)" Qtlt-:tiore Is there a reason Lake 7 on Map 1 requires a This location is at the Naples Grande.We tried to find a better remote manifold?It looks as though the location to reduce the amount of tubing but the GM of the Naples Chris 4/20/2016 equipment could be installed along the. Grande insisted that it be located on the back of the property.ToTrue Edi_ D,e j de shoreline in several places thus eliminating keep all parties happy,we agreed with the location which requires York 4:32:54 FM additional tubing. the additional tubing and the remote valve. Is there a manufacturer that the Chris 4/18/2016 specifications were obtained from?Are There is no specific manuracturer required. rrue ,;;fit alternate manufacturers acceptable? York 3:37:1.8 PM Do you know the lake depths? Answer has been uploaded via Addendum k 1. Andy 4/1S/2(1I.6 p Nat 2:02:04 PM True AI 2 .1s1 Go to Solicitation List http://bid.colliergov.net/bid/admin/bid qa.a Packet Page-1953-,EC2-4873-A9EF-CAC837... 5/24/2016 6/14/2016 16.F.5. Collier County adamnorthrup@colliergov.net Telephone: (239) 252-6098 Administrative Services Department FAX: (239) 252-6302 Procurement Services Division ADDENDUM #1 Memorandum Date: 04/18/2016 From: Adam Northrup To: Interested Bidders Subject: Addendum# 1 16-6644—Lake Aeration for Pelican Bay The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: As a result of a question from the online bidding system, the list below details the depths of the lakes involved in this solicitation. AVG LAKE BASIN LAKE DESCRIPTION DEPTH 1 7 Naples Grande (Front) 5.7' 1 8 Naples Grande (Back) 2.6' 2 3 Lake Vista 6.5' 2 4 Georgetown (South) 9' 2 10 Glenview 6' 4 3 Isle Verde 9.1' 5 3 Avalon 13.7' 5 5 County Park 12.4' If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marion Bolick Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) AddendumTemplate Packet Page-1954- Revised:4/15/10 1 6/14/2016 16.F.5. Coi[ier County Email: adamnorthrup@colliergov.net Telephone: (239) 252-6098 Administrative Services Department FAX: (239) 252-6302 Procurement Services Division ADDENDUM #2 Memorandum Date: 04/21/2016 From: Adam Northrup To: Interested Bidders Subject: Addendum#2 16-6644—Lake Aeration for Pelican Bay The following information was omitted from the solicitation, and is issued as an addendum clarifying the specifications of this solicitation: AERATION WEIGHTED TUBING INFORMATION: 5/8" ID— 1 '/4" OD weighted tubing from compressor to diffuser planted with %4' sidewalls— lead free. The tubing is made of durable PVC composite. Resistant to fish hooks, bottom sediment, foot traffic, and wildlife. Will not kink or break— 15 year warranty. Includes all stainless steel connectors and installation of diffuser plate and weighted tubing. 1" ID — 1 11/16" OD weighted aeration tubing main line to remote valve box with 5/16" sidewalls—lead free. The tubing is made of durable PVC composite. Resistant to fish hooks, bottom sediment, foot traffic, and wildlife. Will not kink or break—20 year warranty. Includes all stainless steel connectors and installation from compressor to remote valve box. Remote valve box will be underground irrigation box made of PVC 4 valve manifold system will be mad of PVC ball valves. All tubing to be figured from maps provided. As a result of this addendum, the due date for this solicitation will be extended to April 27, 2016 at 3:00PM. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marion Bolick Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) AddendumTemplate Packet Page-1955- Revised:4/15/10 1 6/14/2016 16.F.5. COLLIER COUNTY LICENSING COMPLIANCE Initial Findings Regarding Landscape License — May 18, 2016 Reconsideration Request by Shade Services Inc. — May 19, 2016 Packet Page -1956- 6/14/2016 16.F.5. NorthrupAdam From: BridwellJason Sent: Wednesday, May 18, 2016 1:13 PM To: NorthrupAdam Subject: RE: Lake Aeration Adam, The unit in question that is being installed meets the criteria of the scope of a Landscaping Contractor License in Collier County. The criteria to be met is: 1. Prepackaged Fountain, 2. Does not require connection to a sanitary sewer system or a potable water line, and 3. Does not require any electrical installation. Because the job meets this criteria, I have determined that it falls within the scope of a Landscaping Contractor under Collier County Ordinance 2006-46, as amended. will be happy to answer any further questions about my statement on this matter from any interested party. Thank you, Jason Bridwell Licensing Compliance Supervisor Operations l)ivi.sion/Licensing Section Growth Management Department Phone: 239-252-2930 Fax: 239-252-2469 From: NorthrupAdam Sent:Wednesday, May 18, 2016 12:24 PM To: BridwellJason <JasonBridwellPcolliergov.net> Subject: Lake Aeration Jason Please see the attached bid for lake aeration in Pelican Bay. Thanks for all your help! Adam Northrup Procurement Strategist Collier County Procurement Services 3327 Tamiami Trail East Naples, FL 34112 (239) 252-6098 i Packet Page -1957- 6/14/2016 16.F.5. NorthrupAdam From: Erik Howard [elh@shadefl.comj Sent: Wednesday, April 27, 2016 8:24 PM To: NorthrupAdam Subject: Solicitation Number: 16-6644 Lake Aeration for Pelican Bay Mr.Adam Northrup, This email is provided as general information for your consideration and I encourage you to fact check it with the Collier County Building Official and/or Contractor Licensing Manager. The scope of work for the referenced project, 16-6644, includes the installation of a system to aerate the lake. Typically, aeration is performed by either pumping water with a water pump or pumping air with an air compressor to create bubbles in the lake. The water or air must be conveyed through piping that must be installed underground within the ground to the lake bank and/or installed on the lake bottom. Both aeration strategies require electrical power. Your project uses an air compressor, underground piping and solar power via photovoltaic cells. The solar panels are to be mounted on posts with wiring to the compressor cabinet. Therefore,the bidder and contractor must hold a licensed per Florida Statute 489. I have reviewed the names of the bidders posted on the website to ensure the low bidder is properly licensed for the project. I have reviewed all of the bidder names and only one is properly licensed for the scope of work for the project. The bidder must hold a license regulated by Florida Statute 489 at the time of bid submittal. I request that this project be awarded to a properly licensed contractor. The project includes making improvements to real estate and is therefore considered construction contracting provided that the project scope is substantially similar to a scope in sub-paragraphs (a)-(q) of 489.105(3). Below is the definition of Contractor. 489.105 (3) "Contractor" means the person who is qualified for, and is only responsible for, the project contracted for and means, except as exempted in this part, the person who, for compensation, undertakes to, submits a bid to,or does himself or herself or by others construct, repair, alter, remodel, add to, demolish, subtract from,or improve any building or structure, including related improvements to real estate, for others or for resale to others; and whose job scope is substantially similar to the job scope described in one of the paragraphs of this subsection. For the purposes of regulation under this part, the term "demolish" applies only to demolition of steel tanks more than 50 feet in height; towers more than 50 feet in height; other structures more than 50 feet in height; and all buildings or residences. Contractors are subdivided into two divisions, Division I, consisting of those contractors defined in paragraphs (a)-(c), and Division II, consisting of those contractors defined in paragraphs(d)-(q): Sub-paragraphs (i) and (m)for Mechanical Contractor and Plumbing Contractor mention piping, air piping, and pressure piping. Thus, this project is considered construction contracting because this work falls within the scope mentioned in sub-paragraphs(a)-(q)of 489.105 (3). According to paragraph 489.113 (2), a person must be certified or registered in order to engage in the business of contracting in this state. Also, paragraph 489.113 (3) states a contractor shall subcontract all electrical, mechanical, plumbing, roofing, sheet metal, swimming pool, and air-conditioning work, unless such contractor holds a state certificate or registration in the respective trade category. Additionally, in regards to the electrical division of Chapter 489, contracting is defined below. 489.505 (9) "Contracting" means, except where exempted in this part, engaging in business as a contractor or performing electrical or alarm work for compensation and includes, but is not limited to, performance of any of the acts 1 Packet Page -1958- 6/14/2016 16.F.5. found in subsections (2) and (12), which define the services which a contractor is allowed to pertorm. The attempted sale of contracting services and the negotiation or bid for a contract on these services also constitutes contracting. If the services offered require licensure or agent qualification, the offering, negotiation for a bid, or attempted sale of these services requires the corresponding licensure. Subsequently, subsection (12)further elaborates the scope of an electrical contractor. 489.505 (12) "Electrical contractor" or "unlimited electrical contractor" means a person who conducts business in the electrical trade field and who has the experience, knowledge, and skill to install, repair, alter, add to, or design, in compliance with law, electrical wiring, fixtures, appliances, apparatus, raceways, conduit, or any part thereof, which generates, transmits, transforms, or utilizes electrical energy in any form, including the electrical installations and systems within plants and substations, all in compliance with applicable plans, specifications, codes, laws, and regulations. The term means any person, firm, or corporation that engages in the business of electrical contracting under an express or implied contract; or that undertakes, offers to undertake, purports to have the capacity to undertake,or submits a bid to engage in the business of electrical contracting; or that does itself or by or through others engage in the business of electrical contracting. The project requires the corresponding licensure as stated in 489.505 (9). The corresponding licensure is a license issued through Chapter 489.The project is a construction project and requires that the prime bidder have a contractor's license in order to properly subcontract the work. My research of the DBPR website shows that Shade Services Inc. is the only bidder with a Chapter 489 license. The act of submitting a bid without a license is a misdemeanor and carries a fine of up to $2,000. I encourage you to consult with the Collier County Building Official and/or the Department of Business and Professional Regulation if you are unsure of contracting licensing laws. I request that you do not award this project to an unlicensed contractor. Additionally, please feel free to contact me if you have any question or wish to discuss this matter. I am an expert in contracting licensing laws. Erik Howard,P.E., P.S.M. President Shade Services Inc. Construction Management/General Contracting 18501 Murdock Cir., Ste 404 Port Charlotte, FL 33948 Office: (941)257-3046 Mobile: (239) 244-1047 Email: ELH@ShadeFL.com CGC1517855 CFC1428169 EC13005228 FL#WL7278 2 Packet Page-1959- . ��� - 6/14/2016 16.F.5. �' E�..� �3d 1 b_ 0 1 I, _ '''' —4/2016 1twom , . _ ,t,,e„. ..,,. .. ..,, w AERATION SYSTEMS' Solaer® SB3 and SM The Keeton Industries Solaer series of solar powered lake bed aeration systems are the ideal choice for remote ponds and lakes where power is not available or for an environmentally conscious solution.The SB-3 and SB-4 are effective in aerating ponds and lakes up to 4 surface acres in size.These systems come complete with a .t - �h < v a4 high efficiency solar panel,charge control system,battery back-up,EcoFlow energy t ;�,• ,�,,, 4:; �,, � efficient compressor,high volume cooling fans,programmable digital timer and i0 a fully adjustable aluminum manifold housed in attractive,100%recycled plastic _f cabinet.Duraplate self-cleaning,non-clogging membrane diffusers emit millions of '. • r '' tiny bubbles that increase dissolved oxygen levels while eliminating stratification, { improving water quality and clarity. ,4 f v .KA.;q • (t7-', �, .: ars, s 4u 1 -: The Cabinet The Tubing The Diffuser Model Features •Attractive,100%recycled plastic cabinet •Self-weighted •Self-cleaning •20"W x 36"L x 27"T •1/2"I.D.with 1/4"sidewalls •Non-clogging SB-3 3 Diffuser •37cfm cooling blower •Fishhook resistant •Self-weighted SB-3B 3 Diffuser&300'of Tubing •Two-2 Valve Adjustable Manifolds •Will not kink or break •Fishhook resistant SB-4 4 Diffusers •Programmable Digital Timer •Available in 100'and 500'lengths •High Oxygen transfer SB 4B 4 Diffusers&400'of Tubing •Sound reduction package •15 year warranty •Lifetime warranty •1"ASTM certified Acoustical Foam •Charge Control System •Dual EcoFlow 24V Compressors 4C., ETON INDUSTRIES OTIiER PONDS AND LAKES ARE GREEN WITH ENVY 1Gy,l'i Packet Page-1960 ;::r: 6/14/2016 16.F.5. 0 s.,—, ttso1aer „IN AERATION SYSTEMS' YEAR ......,,.,,,,.., , .. e. ' , , , -✓ ^' ARRANT : ,"-r " 1t r .C `t Solaer® SB3 and SB4 • -- MODEL FFP-546.2 ANODIZED AL TIMIN!1M MANIFOLD WITH \ <G BRASS VALVES WITH BARB OUTLETS. SERIES SYSTEM .,......_..._ D%RECYCLED PLASTIC WITH THE DIMENSIONS OF CABINET 17.7(Li XDE`21 l PAN'1 . . r (Hi RROSTAR FO SOLAR CHARGE CONTROL WITH DIGITAL DISPLAY. '' Q � 1•4H-1• — .-----.-- OIENL CONTROLS/4 HOUR;'7 Un5'DIGITAL TIME5WITCH SERIES 884 i 24V.SPST AND SPDT SWITCHING,I CHANNEL.6.3MM 0 PIN,TAB TERMINALIS)C014NECTIONi51(COMPLIES WITH DIN 402.44? ..I„* • COOLING:VENITLATION BLOWER,37 CFM. \, I i T5.1.41''", .. R \ - TV/0.24 VAC ECO FLOW COMPRESSOR_ •. •\ I ! - .....AIR FILTER 173 :T'...-IP ^ - r .: 2 j 1 FL00R OF CABINET,FITTED AND GLUED WITH ACOUSTICAL _ CONVOLUTED FOAM INSULATION 1"ASTM RATED C 421-S0A.TO - THE NEAREST 0.05 SA BIN:F T'WITH A NOISE REDUCTION I. COEFFICIENT OF 0.4.).OSHA APPROVED SC:IINOPROOFING AND ................... .._. - ,.`:,r. 1.11-94 RATING 0i Cx:115•17 DEEP CYCLE AMC.BA FTEVIES. • TOP VIEW (SEE SHEET #2) - -SB SERIES LINE AERATION SYSTEM CABINET MADE OF 100% _.....,,. ......._.. 37.50'_..... ___. .. . .., /... _._ _'4.:5 RECYCLED PLASTIC WITH THE DIMENSIONS OF 375"(1I X21.5`PAN /----- --- 37.53- _.._ _.._,.. / !Y �:I,5G . / 18.5"(HI,CABINET LID COVER SECURED WITH PIANO HINGE iBACS'I AND LOCKABLE HASP!FROND, i. 371 AIR OUTLET LINE:FROM COMPRESSORS THROUGH CABINET WITH l'220 PSI RATED FLCAIBLE BRAIDED VINYL TUBING.EACH FLEXIBLE TUBING OUTLET SHALL BE 4'-0"LUNG AND FITTED WITH i i-5 ID BARB CONNECTS.ALL AERATION SYSTEMS SHALL BE FURNISHED WITH STAINLESS STEEL }"WORMCiRWE CLAMPS TO FIT i."-j'HOSE. MODEL 57-A0-1 TO CONNECT ON;NOIRE AND TO DURAPLATE(S, (C:CTP-7)IN LAKE 11 ^• j CABINET IS CONSTRUCTED WITH(4)LEGS THAT CAN BE -+- Ilseex-.0 r.e • BOLTED TOA CONCRETE SLAB .;,y,w,cuu, “(. ♦ (37(11 0 23'ivy)5 4"(Hp). I.n>o,NNI-rn. KEETC7N ,•..--,,:,:, I Cv L.1 Li 1 1.+:L. :.I .rn..cl>+._..h.tw I TITLE I SO[AER AERATION I SB 3-4 SERIES-MULTI VIEW FRONT VIEW SIDE VIEW DATE: I SIRFFT. I- EETON ( 7,,, / INDUSTRIES OTHER PONDS AND LAKES ARE GREEN WITH ENVY" `rlrx. I ). ?!(; EX Packet Page-1961 'k.,. 6/14/2016 16 F 5 ..., I, . ... , , 1.1 II r ••':. ._. ., r. ., l • I I ,..- -....r' 1 . --: • ' . 1 . .• .. . 1 ,.......; i ,..., 'N..; ... :.'"•.:-.' . . ',....; i. .... . 1 . r ..,. ' rtm I j : . '11 . ., • 1 i II .: 111i "'Ti 1 II - ...,...... . •' i ".' 1.1 Ii f:44 II 1.:..-i II ..,. III I , •. Ill •••••.-1.; . ..,.' ..,,. . . _ . . • • , ' • I , . ,..• . ...,....,. . NEAMIIIMINI. , , • , .,. ---1 ' "-....,... ..- I • . . • • i 1 . • I I .0 11 r . I .. . , . . 11 . . Ill • , . 1 •• 't •:, Li.,J1 ,t 1 •t : ,.. ,, 1. :. .:•.:. :, :, Il • . 1 r . ',. . 1.1 11 I • Ij III i' • . ' '., .11 rti ---...- • , .'• ' II ;II • • : . . , : li 2 •1- - •Il I A ; .t •.; '' . :. .1. . .„ ii -.., ' J 1• •11 1.. .,, ..r . :, ,.„ ... .-, .. .,, • II r .••• . .•. • . . .. , . 11 . . -1, •i Packet Page -1962- 6/14/2016 16.F.5. iia ts k t Ytfgyn, L y fi; $ l$ + M1 E1 +r _ 4 .1 l VYam y* ,y'� 17 �k t�ft � t3 ,• 4�$�. �a 4� { hE0w91'.�,y�+5 s� � � 'fin " a �' f+ K ',,,:7 ,,*F, 9 .'^ ..-r:',,":',,',1'4* ;)?4,'''',v 1 ' i'�, t ,Y S Lnh ,ma 9} f h _ Z ,-i-,-;..,!1,t e? ky.lma, A;,Rn { £ TnYYVii4� },,. * '1>E w0� ' 4 3 ` 4 +1 hV 9 w x .,gipy;dF;.' • :4e,, [[ 'Wc fi , t a 4 „44U:C ,,w ..g c i,�,. +A4 .S'r A'sk -d. ,.ate �.k. s. Packet Page -1963- 6/14/2016 16.F.'5" f r 1 l • s µ Yf�' 15.°4 aw3weay ...::?2.,' ,f'1.;'..,!...4'4',,,..-*,;.,3 S. R.ry ', Y�. '..,,,m„.,...,,,,,,,,,•'7:::::::;;;;!.:: ,f „.,...�Y. 'd:as ,*L }^'��L� ,+ e Y' �»�# �� +mom �:•¢ P y _„£E' rM "3lf,'5 fix ' 3 `c-a, 4 '1!,,..';:i....',„"4'," -'x� k. & U ta'? K. F 5 " 1 x, .S'�w': „,,,._, ..,,,•• , ., , . '''''',7 .1'- -- ,�.pp X` �+ ( ¢ 5 Yak' d, ws�».at . � 4hrc Y Cf�k A� 2 yra +�Y�T�� .,,,,,--,,,L.1....,..t !” � m`,,v ,,.* a f S S ' 4� acs t a, 1- a —, .,r, ' r fi x ex5 ,f 'z.,'t J .'%:-.,":',":.'..•a.5 ,¢y¢. ' . • ' .str, } i fi=�sas J. rw v,(. -n ,i b " x ``' a k-C P* � ^, 1`� ,, ,4� s "' z nd"...1., * �' k"s, r s F,,„w,1,34::: 4:: fi g,,, '� '�" i 'i,':..''':',' 9 ,z� ". ¢ , ;3 > •+-•� 1 riwe .44„;;.;.,, �' ti-� n�'1 .k J .5: ' '�, �� ��Fl s„ q ,,,,.',14i-','. s§ _ ���,r3, �.tiMr ��:�, ��' � t 'Q�i; 1'} s$" Z'' ,i «RR t°H N'C5 �'t_i' '* � �$t % � , �4i :4} hk`' f Zv k1Y � Sof..,,,1,,,,,,,;%<, `` r rx.. 5 }� A` w`sr' a F'*e: !`fi" ks e �,'n.'' r :;# '-,,..*;47,:::. 1b �`N+.3. 3 Y4 o £ ! 'F SaV 4 M Nx '' — {. YW 4 y�.:'_ ;,;,., ze r ':;i''•-'' e `F,4 . °SC i r, �* ':..�, .. v'° "�. '#Fa e..: �� 'r '. � .0 ( aw. t� "..`,„.i 3 r ' t� � M' ¢� f t4 'Ys�T ��j-f' 4 l- G' C T, /f /N '' S -"` qC i `", • p III(t"q,1 ; 4 2 . r 1 fi 4I r '' r • a wl 1. & •` ,t+ y, its S .j tb- 4V .. �y ..._ .sS°` 1 , :t. _ �S vim_ � naT t 1, t v p I&y ' �. r4r , ' 4 "¢ arfis¢ s�r ,�' k. z e ,'. z +r ae f"$r4ci`� se � n syn , � '"cgµ n' 4 tkr a ,* f� ..4�.Ne y^ a ° S' t , F.a M y +x zv'1,i'''';.4; ^ ' 1a iYkA.21„dk4� t tR 'iF ,,*+ 4 7ffit -1.'31,,,!.14-',,,,.,-9--44ii-,::,,,,,-.,:-.,,•,,„..:;1::',,,,,-...-,4,-, y, q ,ti, , e �fff* #k b ,,-4,"4`;;;;•1--,41'-''''''''''''' a"4`;;;k ti--, y�c«i'''ax� xxa 4 a"SrffIYy ,aA . �wk"" - - A tixgp * , sa5Ap1 #� Packet Page-1964- 6/14/2016 16.F.5. ,,,,,,..,:.,:y-,.:.:-..,,,-- .,.i..„:„,.....,;44....,,,,,,,....t,4;„,,„-t.,,,,•;;_ . tt ,=.,.:Ai......,,.,.,..,,,,,,,,,.,,,,--,:z.._.;,-,,,,,,,,,....,-,.k,,,,,,.. ii ,. , . ,:•'',4m..'1., t:,:,A `-' :74f,t4 .' - - s5 ( , 1,-4',.-,;..,;., 'tV:1,;.;:::,‘-.;'-''''):1:-',ANYig)ii,!:1*24rfA' ', ' '''...'",!‘"i",-",f41 ;;; !7i14:1 ;711'f'*•114;'-::::'''-,' ', ' ',..—•,.,. -:—-'''';‘, ','''',-..;41:-.,7,:,..,'"',.'::1!...'"I':',:';'',.---','1!•-r",:;f:f, ' '"' '- '''''.--: • • :‘," - ' ',' . . ..„. . .si•-.,•;''''-,---% , -,,-.0.- --:::: : ; : .. , . . ,...,,:i.,-„,..;,,.,,-.:-.4.-:,: , ,. , . \.,,:-!.,4-,-,,.,.. •, , -,..--.4, . --:::-,4::::---fioe,,;.::-,----",,,,,,,,,,,:•,,,I,,, ,---',,..ii.-4:.-„,-q,,,,,, , .. ,, , , .,,,,,,,,, ,.,,, ,,,,,7,1 -, -,-,..4,,,,•,•,'"--- ..,,7 ,,,,...r.4:14411,-,.'../,4t-r:i--!:,-60,4.*.[4,f,,,•,,..5,t,,i.:N,,,,;,-?,1-:-.--::i:k :-'-2-'•-'A''''C-• -,'''''':''''' ' ' ::4.'216''''''''''''''''''. ,.„4.;.t.,,,,,,,,41.'iii, ,, '',i,,:t:,.q,,t1,,,t.;i':::!: 4 f,,,,,,,,, .. ,:. '.', -,, .,,,I.,4k.t.',,11",,71.4‘,,.'„ '.. ' -:.':,,,,;',""-, %'",:•:, Y ..', '.'.',..: '`.i'.. - 4igklr4i;t,'.4'0.:,'''''f.::',,..',.-'--, : * :.,,,'•::;1.',-- . ,,'''1:.'':„,',,: <‘'-'4 P'r'e','S*Ate-iOLVt.:ZI:.': ' '''il.F"•-•• .:,' • .'.-4,-.4.,,,i,. -' --:!'"!,:i' riti-,A .‘- - ' ': '''',.-.',......:,":•-.,:,,-1- ,-:-'.- .4.,:-'",,,- , .;,'..,•-: erftAfk,'• ' '' ''''''' !'it.'"•:::',-::::-;::,..- --p'..,... ,.„;‘.,.5.,,,,t-J4.0-,,pit,,,::4:44,,T.:t.',;,?-tritil:4-',.1--Z",::-: ' .-, •'";,'":•,,,.'.,-7.',.',„„.,;, ,-,'k':-...5,,,•0-- ; .„...::.;,...,,,,,,,„,..,:.-,,.,t,„.4v-,,,-,,r.TE,J.,.....;,...,„&:-,„4„„.-,....-:,:r4:4„,---,-..--..-„::::,:,-,,:-:::,„-;-- - -:-..i:',•••-",,:i.:1,.-,--,-;.;:t1:2..,.- --.,.-,.,-.' ,,,lit.,:''''''':-,;;;II.V:;f2' .,.---",- ..:,.?,:,,,:•",'''.'!,?."-,-;.!-,:5.,;,::;,-:::,',•:;;,,, ,',-,,i',.,.- , : - '''',-.:-.4-.',:;41,--",--.-,;',!: "..'::-,.7-,..2-.:.,..!-.7,:it;,,: '•'-' 3k'''.''d:49:''''.1:''''''4, e.:-.::"-ckt''--i,"'-;;:.•.',„;it-4,7,$;!'--1,,--i..i'i-i'i---,;?.--,.:',-:-. . ',,,..,',.--_,?-.:,,,•..',\„:::,....,,,,,-;',14--.3-- ' '.,—"t'''''';k::•-:\*"''',-,",f4i.--2.g"ii:' ,'"fA-"'.!-'.7.'i.::::";i:Yt`--,-.'-i',,, i'''''....‘-. .. ' . 4".'......;;*';': ;',.-...-,--,t'-.7.--: - :' .. ,:,-•::'''..-.."-,-,- ;l'i"‘ '''''''''''',1' ''!:.::::",--...i.;,..,-;,;,,,,•::" .2,:,''''-'1. 1'i.:',1!-,.'-;',.....!.,;:',,,:l''''',;•:','''',;.::"-,`.‘7!:''•::',4-::::":'-'3::‘,' ':',-„17::'-•-',;:!,,,, i '7-'--r,7:-'7' ',4^2:•:`,''-,:;[-'..."--,94.Z5.1 .-fk,,,''''''''' ' '.,.':--:--': ,,le.-!7-,,,,,.. 4 . •-•',::.:,,:.:1' ,,,,,qikA.,..,?.--,..- ,,...,,,..v,4,-- -,„,„,L,-- ‘,:-:.,ts,,:: -. • ---------------------4 ;4! : t1..,':', '' : ‘,.-it•--;,t.:17,-'3„ta,'''''''''''..,,,,:'‘'''.::. ;- . '''',4- -:-,-: -, ..:4.t.,,,,o;.1„. ..:-.7,-,k-..,-..., pl--4-,.....,:i.-- :.t.',.T.!--- -,, - ::.---- ' 1:!,,--tt,t;.,'„.,. ,4 9 .,.. ''''''''''-",,,,,,4':''. -';'N'-/,',ir::.'-'.•,:.,-5-,•:",'"?''',"" '•",-'•".; 1 . ',Cri'''''''' ' '•:IN '''',,-.•‘::•• , . - " "'' ''''''-'"''-4 i,f t;.-:•;:::`:-"' ii. ''';..VT.:1 ":'','":',.',.';;"'".,•.."''."-•,..,'''-','"?•.:•',-";'''''-''::--' '..'":.."4,44"..f,':," :. ' ' 1"{-",'.,';':;.;,,-,f:`'.'-'" l''''" 7.-,'-'-'''" -,'',°,1,14..3'.•';::,- islr:----- ,,,07105,•!:„,,-, '. -44,',-•,.*,.;•!'-•:-•,'..'.' - ..,-;:1 =''' .-., - " '' •-' ••' ' ";'4-ititi,",4"- "!,,;,...,'1,-.:,-,..• :-• ': 7•••.:.. "' ..,, ,,;,-,-- ---''- ..:;',-.',1,.;-4,,t1z4,',""-,„„,.•''. '• •,-, .., .-.'' .'--I '': , '',;;;,'itttikv*,k,-;.-:.•-,•-. t'.• '-0.",:-;"-:':';':;i,"'„..;',.4"- - 1".\.,41%i\";'.',I'li'elt-",',:iii!A'"';;•;",1 1 :"'" ,,--•iiizq;,',- •,-. ,1"--..;,.,.',..,,,,-.2.;:--.04,:.lita2 : -',.i.,,,;*0-- „ . ,-,,;--.1-Z,,-.;„ .,...•.-_,...--;,-..:::.-.::,,--!:--44,4::::"!3:::.....--, '•-zz:',":- '41 ". - - Nz-.-,- -""' - , .°c••,--,.f:.: ',4.itiAl',.,.. i: :.:1;1,-'-''',„ ;'' ' . . .. " ',' ,. - ,',>.•`-'::0440,-;1.1.14,* ) \ \ . - ''' ''- . '.- -v.'',.'"'''. ="'' - -,;'-.., -it _ .,.... ,r,lr.,„,1•,.',--..,,,,,,x-• ' Tt','12 ''''',:i. '":•!.:414- .4:1Z-:"-:1.,- ‘,1' - N;'!k' *.' . '',. '-', '''. j.-fi'lltg',''' 3': '''.'.'i:,.,.::Irrlec- , ''' 11 ,:'-';filk;I:le,' '''';!,, ' .,,‘,i-:-:1 ...-,., , : A 1 7.*:. •: ' .ji,',. ,%:''''''''''* s',',i-;, ';'::::.-;,r1 ,tk -: 1 , , ,i,,,;;,,ti,,,-.4,-.i:ii4,:'.° :,4,',:.-,:•.:..:.,:‘,:-.:-,,,,,;'-'-'',' .-'.,-.',:‘,;„,-'.. ,..;,,,;,..,:e.',,-;:`,:!'-e.:..7.,.,, ,-.4...ii.,,,,zi-- , ;,.:., ,, , ,-1,4,4,eqn', ' ,'.41''f'...''' . :• , ,- ,,,,,,,;14.*!;,<.,-;',...:-:''-,..-:,11-‘4';','-. ,• --:'!';. : 00k;b.i'',..' •• , .,,,,,,r.tr.t'''...,,-'-',:,,‘,.....:;.:,.','-'..,,,,,,,i.'.:1.'''."-,;,...' - ' .,,.,.pr,..,'',:,•:."r6tii:yrt,,''_,,L,--..:.,:„:,-.:.'-.",-,3:.:' ::,.."•'.;1;! -•‘,. ' '...,',.1,'''''.'it:l.'-.'" : • ,':'';'‘..''"'.•::':,'-'4-.t1,i': .„7l''1:''.,.:',-;",i:.:.:...:',,..1...„.,,:•;N--,t, .: -.---,2, f''l4;:.,•r•,4.:,':':'-,:'„-':r',i.fA:f..,:-''.-,:.',;,,Z,,-;,:,,t•'i,;';'''',‘ 0,',,.',. , 1 ^...„14..; Packet -:.,:',F:,.-,.;',",;''..-:-,:: • ,:,.,,:,.,l,,,,j;„k',.-i-‘i,#.=,,,.,*-,,,,,:„,,. Page-1965- 6/14/2016 16.F.5. J rY E Z S 'lY S E" 3 t x iaEi !fop ; b 'k "pi y ti k i,.s. La` (� � f �� � � �:its � '�� � .. ,,,-,,,,,„'•4••:',, T'41'x. -,'::.‘-\'..1;j,,,,i,,.,,, �i >��, �W '''.k.;:,..'1''..''' z AFS h;,,,,,5,41i....,'‘,..,•;-!:. 4�°� ‘? ! �. .,ices M` ai T - ' s' ,:::;.'-...'''.7',7---:`:. >x" .,,f, ""'-'� %t •, ; to ; z� ,� : ' �` �" x� ;�„ �eta ,,\ ^ice t t,,, ` .". `-x` . � i t 1 �' � �, fit e :Y.:,...\•-:',--, -- ' x '=t S Y � .,:'-'-<„;•'-',..`‘\•:.: r �� i t ,,,v; a \ V 't is ° �y` k' .... ---� ;,1 � A e ;� `� ca AI # l • 3 1a. v tiz ax , _.,„*„....;,,,,.._.,....,.....-, ,,,,, ,,,,,,, .,,•4',' • fa£ `7. a _ k F �2 tr'4 4 r ;�r, � ' ., �` r.us � E k ? x t rk w fi M ' _x.4 4 '4N '.,W^ + � • a" 7 v .µ • '•Xi ,�rz+ jr y �, ate ��4yYwy3 i•- .;., d „} , ZT v"t k �,a e i 5$x.=.y � Yt �,f � � a,•. , `x'.,' fit r a ' A'; Cd r^ . c"#:. ' . � ' z,'^ `�` k � tax �� a : ;k t, Y dm,•`, z Packet Page-1966- 6/14/2016 16.F.5. DLIPR YOU e,sk us 'Contact Us faj Business-t 1/4 Professional 'OW, . p , t 04 , • A V 3 40. HOME VERIFY A LICENSE APPLY FOR/UPDATE LICENSES RENEW YOUR LICENSE OUR BUSINESSES&PROFESSIONS CONSTRUCTION INDUSTRY LICENSING BOARD > Board Home • FAQs • Forms and Publications Definition of Occupation and Class Codes > Statutes and Rules General Terms > Public Records > Annual Regulatory Plans In general the term"contractor"means the person who is qualified for,and shall only be Archives responsible for,the project contracted for and means,except as exempted in this part,the person who,for compensation,undertakes to,submits a bid to,or does himself or herself or by others construct, repair,alter,remodel,add to,demolish,subtract from,or improve any building or structure, including related improvements to real estate,for others or for Daniel Biggins,Executive Director resale to others;and whose job scope is substantially similar to the job scope described in one of the subsequent paragraphs of this subsection.For the purposes of regulation under Division of Professions this part,"demolish"applies only to demolition of steel tanks over 50 feet in height; Construction Industry Licensing Board towers over 50 feet in height;other structures over 50 feet in height,other than buildings 1940 North Monroe Street or residences over three stories tall;and buildings or residences over three stories tall. Tallahassee,FL 32399-0783 A"certified contractor"means any contractor who possesses a certificate of competency Phone: 650.467.1395 issued by the department and who shall be allowed to contract in any jurisdiction in the Fax Information state without being required to fulfill the competency requirements of that jurisdiction. Certified contractors are designated by an occupation code which begins with the letter „C.. Board Meeting Information A"registered contractor"means any contractor who has registered with the department pursuant to fulfilling the competency requirements in the jurisdiction for which the Bureau of Education &Testing registration is issued.Registered contractors may contract only in such jurisdictions. Registered contractors are designated by an occupation code which begins with the letter ",t A"swimming pool specialty contractor"means a sub-contractor whose scope of work ,= is limited to the scope of work of their particular specialty license.Swimming pool specialty contractor licenses may be issued in the areas of layout,structural,excavation,trim, 01, 1� 4, z p decking, piping,and finishes.Swimming pool specialty contractors may not contract directly with the public, and must work under contract,under the supervision,and within the scope of work of a contractor licensed pursuant to Sections 489.105(3)(j)-(I), Florida Statutes. Definitions including the occupation codes and class codes,where applicable CG and RG-A"general contractor"means a contractor whose services are unlimited as to the type of work which he or she may do. CB and RB-A"building contractor"means a contractor whose services are limited to the construction of commercial buildings and single-dwelling or multiple-dwelling residential buildings.These buildings cannot exceed three stories in height.A building contractor may also construct the"accessory use structures"in connection with these buildings.An accessory use structure would be a garage,guest house,garden shed,or other outbuilding.A building contractor is also a contractor whose services are limited to remodeling,repair,or improvement of any size building-if the services do not affect the structural elements of the building. CR and RR-A"residential contractor"means a contractor whose services are limited to construction,remodeling,repair,or improvement of one-family,two-family,or three- family residences which are not more than two stories and the"accessory use structures" in connection with these buildings,An accessory use structure would be a garage,guest house,garden shed,or other outbuilding. CS and RS-A"sheet metal contractor"means a contractor whose services are unlimited in the sheet metal trade and who has the experience and skill necessary for the manufacture,fabrication,assembling,handling,erection,installation,dismantling, conditioning,adjustment, insulation,alteration,repair,servicing,or design of ferrous or nonferrous metal work of U.S. No. 10 gauge or its equivalent or lighter gauge.A sheet metal contractor may also work with other materials,including,but not limited to, fiberglass. Packet Page-1967- http://www.myfloridalicense.com/dbpr/pro/cLiu,,uu��.��«�,� 5/20/2016 6/14/2016 16.F.5. CC and RC-A'roofing contractor"means a contractor whose services are unlimited in the roofing trade. Roofing contractors have the experience,knowledge,and skill to install, maintain,repair,alter,extend,or design and use materials and items used in the installation,maintenance,extension,and alteration of all kinds of roofing,waterproofing, and coating,except when coating is not represented to protect, repair,waterproof,stop leaks,or extend the life of the roof.The scope of work of a roofing contractor also includes required roof-deck attachments and any repair or replacement of wood roof sheathing or fascia as needed during roof repair or replacement. CA and RA-A"class A air-conditioning contractor"means a contractor whose services are unlimited in the execution of contracts requiring the experience,knowledge, and skill to install,maintain,repair,fabricate,alter,extend,or design central air- conditioning, refrigeration,heating,and ventilating systems.Class A Contractors may also execute contracts requiring experience in the installation,maintenance,repair,fabrication, alteration,extension or design of duct work in connection with a complete system but only to the extent that such duct work is performed by the contractor as is necessary to complete an air-distribution system, boiler and unfired pressure vessel systems,and all appurtenances,apparatus,or equipment used in connection with them.A"class A air- conditioning contractor"shall not perform any work such as liquefied petroleum or natural gas fuel lines within buildings, potable water lines or connections,sanitary sewer lines, swimming pool piping and filters,or electrical power wiring. CA and RA-A"class B air-conditioning contractor"means a contractor whose services are limited to 25 tons of cooling and 500,000 BTU of heating in any one system in the execution of contracts requiring the experience,knowledge,and skill to install, maintain,repair,fabricate,alter,extend,or design central air-conditioning,refrigeration, heating,and ventilating systems, including duct work in connection with a complete system.A"class B air-conditioning contractor"shall not perform any work such as liquefied petroleum or natural gas fuel lines within buildings,potable water lines or connections,sanitary sewer lines,swimming pool piping and filters,or electrical power wiring. CA and RA-A"class C air-conditioning contractor"means a contractor whose business is limited to the servicing of air-conditioning,heating,or refrigeration systems, including any duct cleaning and equipment sanitizing which requires at least a partial disassembling of the system,and whose certification or registration, issued pursuant to this part, was valid on October", 1988, NOTE: No person not previously registered or certified as a"class C air-conditioning contractor"as of October 1, 1988,shall be so registered or certified after October 1, 1988. CM and RM-A"mechanical contractor"means a contractor whose services are unlimited in the execution of contracts requiring the experience,knowledge,and skill to install,maintain, repair,fabricate,alter,extend,or design central air-conditioning, refrigeration,heating,and ventilating systems,including duct work in connection with a complete system,A"mechanical contractor"shall not perform work that involves potable water lines or connections,sanitary sewer lines,swimming pool piping and filters or electrical power wiring. CP and RP-A"commercial pool/spa contractor"means a contractor whose scope of work involves,but is not limited to: • the construction, repair,and servicing of any swimming pool,or hot tub or spa, including the repair or replacement of existing equipment or the installation of new equipment,as necessary; 8 the layout,excavation,operation of construction pumps for dewatering purposes, steelwork, installation of light niches,construction of floors,guniting,fiberglassing, installation of tile and coping,installation of all perimeter and filter piping,installation of all filter equipment and chemical feeders of any type,plastering of the interior,construction of decks,construction of equipment rooms or housing for pool equipment,and installation of package pool heaters; and • includes the scope of work of a swimming pool/spa servicing contractor. • A"commercial pool/spa contractor"cannot perform direct connections to a sanitary sewer system or to potable water lines. • The installation,construction,modification,or replacement of equipment permanently attached to and associated with the pool or spa for the purpose of water treatment or cleaning of the pool or spa requires licensure; however,the usage of such equipment for the purposes of water treatment or cleaning shall not require licensure unless the usage involves construction, modification,or replacement of such equipment. CP and RP-A"residential pool/spa contractor"means a contractor whose scope of work involves,but is not limited to: • the construction,repair,and servicing of any residential swimming pool or hot tub or spa including the repair or replacement of existing equipment or the installation of new equipment,as necessary; • the layout,excavation,operation of construction pumps for dewatering purposes, steelwork, installation of light niches,construction of floors,guniting,fiberglassing, installation of tile and coping,installation of all perimeter and filter piping,installation of all filter equipment and chemical feeders of any type,plastering of the interior,construction of decks,installation of housing for pool equipment,and installation of package pool heaters;and • includes the scope of work of a swimming pool/spa servicing contractor. • A"residential pool/spa contractor"cannot perform direct connections to a sanitary sewer system or to potable water lines. • The installation,construction, modification,or replacement of equipment permanently Packet Page -1968- http://www.myfloridalicense.corn/dbpripro/cian euucsaluni 5/20/2016 6/14/2016 16.F.5. attached to and associated with the pool or spa for the purpose of water treatment or cleaning of the pool or spa requires licensure; however,the usage of such equipment for the purposes of water treatment or cleaning shall not require licensure unless the usage involves construction,modification,or replacement of such equipment. CP and RP-A"swimming pool/spa servicing contractor"means a contractor whose scope of work involves the servicing and repair of any swimming pool or hot tub or spa. The scope of such work may include any necessary piping and repairs, replacement and repair of existing equipment,or installation of new additional equipment as necessary.The scope of such work includes: • the reinstallation of tile and coping,repair and replacement of all piping,filter equipment,and chemical feeders of any type,replastering, reconstruction of decks,and reinstallation or addition of pool heaters; • the installation,construction,modification,substantial or complete disassembly,or replacement of equipment permanently attached to and associated with the pool or spa for the purpose of water treatment or cleaning of the pool or spa requires licensure;and • however,the usage of such equipment for the purposes of water treatment or cleaning shall not require licensure unless the usage involves construction,modification, substantial or complete disassembly,or replacement of such equipment. CF and RF-A"plumbing contractor"means a contractor whose contracting business consists of the execution of contracts requiring the experience,financial means, knowledge,and skill to install,maintain,repair,alter,extend,or,when not prohibited by law,design plumbing.A plumbing contractor may install,maintain, repair,alter,extend,or design the following without obtaining any additional local regulatory license,certificate,or registration: • sanitary drainage or storm drainage facilities; • venting systems; public or private water supply systems; • septic tanks;drainage and supply wells; • swimming pool piping; • irrigation systems; or • solar heating water systems and all appurtenances,apparatus,or equipment used in connection with these,including boilers and pressure process piping and including the installation of water,natural gas,and storm and sanitary sewer lines; and water and sewer plants and substations; • the design and installation, maintenance, repair,alteration,or extension of air-piping, vacuum line piping,oxygen line piping,nitrous oxide piping,and all related medical gas systems; • fire line standpipes and fire sprinklers to the extent authorized by law; ink and chemical lines; • fuel oil and gasoline piping and tank and pump installation,except bulk storage plants;and • pneumatic control piping systems. CU and RU-An"underground utility and excavation contractor"means a contractor whose services are limited to the construction,installation,and repair of: • main sanitary sewer collection systems; • main water distribution systems; • storm sewer collection systems; • the continuation of utility lines from the main systems to a point of termination up to and including the meter location for the individual occupancy,sewer collection systems at property line on residential or single-occupancy commercial properties,or on multioccupancy properties at manhole or wye lateral extended to an invert elevation as engineered to accommodate future building sewers,water distribution systems,or storm sewer collection systems at storm sewer structures;and • install empty underground conduits in rights-of-way, easements,platted rights-of-way in new site development,and sleeves for parking lot crossings no smaller than 2 inches in diameter,provided that each conduit system installed is designed by a licensed professional engineer or an authorized employee of a municipality,county,or public utility and that the installation of any such conduit does not include installation of any conductor wiring or connection to an energized electrical system. • An underground utility and excavation contractor shall not install any piping that is an integral part of a fire protection system as defined in s. 633.021 beginning at the point where the piping is used exclusively for such system. CV-A"solar contractor"means a contractor whose services consist of the installation, alteration,repair,maintenance,relocation,or replacement of solar panels for potable solar water heating systems,swimming pool solar heating systems, and photovoltaic systems •. and any appurtenances,apparatus,or equipment used in connection with these systems. PC-A"pollutant storage systems contractor"means a contractor whose services are limited to the installation,maintenance,repair,alteration,extension,or design and use of materials and items used in the installation,maintenance,extension,and alteration of, pollutant storage tanks. SCC,RX-A"specialty contractor"means a contractor whose scope of work and responsibility is limited to a particular phase of construction and whose scope is limited to a subset of the activities described in the categories established Ins.489.105, F.S. 1940 North Monroe Street.Tallahassee Ft 32399 Small:Customer Contact Center::Customer Contact Center:850.487.1395 Packet Page -1969- http://www.myfloridalicense.corn/dbpripro/clictcoaes.ntmi 5/20/2016 6/14/2016 16.F.5. �� You- Ask us "contact Us DI P5 .�' ezikit d - w.. tai e * 7s Business , Pcfess! I Lf HOME VERIFY A LICENSE APPLY FOR/UPDATE LICENSES RENEW YOUR LICENSE OUR BUSINESSES&PROFESSIONS CONSTRUCTION INDUSTRY LICENSING BOARD > Board Home • FAQs > Forms and Publications Declaratory Statements > Statutes and Rules A declaratory statement is the sole means for obtaining a binding interpretation or opinion > Public Records from the Florida Construction Industry Licensing Board(CILB)concerning the applicability • Annual Regulatory Plans of statutory provisions,rules or orders over which the CILB has authority(Chapters 455 • Archives and 489,Part I, Florida Statutes,and Chapter 61G4,Florida Administrative Code). A petition for a declaratory statement may only be used to resolve questions or doubts as to how the statutes,rules or orders may apply to the petitioner's particular circumstances. Daniel Biggins,Executive Director A declaratory statement is not the appropriate means for determining the conduct of another person or for obtaining a policy statement of general applicability from the CILB. Division of Professions Construction Industry Licensing Board -K'R - ,and 28.105.Florida Administrative Code,set 1940 North Monroe Street forth the requirements for filing a petition for declaratory statement from the CILB.Below Tallahassee,FL 32399-0783 is a list of previously issued declaratory statements dating back to 1994,indexed by year and by which license type was affected by the statement.Please note that some of the Phone: 850.487.1395 statements have since been affected by new statute amendments and rule changes so Fax Information refer to the Statute/Rule cited to verify the information is still applicable. Please note the petitions which have been denied by the Board are not included. Board Meeting Information Li t re.. - > Anoly to be a board member D'clar- -t-n. - . : A -d • estions Bureau of Education &Testing Unlicensed Activity Aimr$!Cy���y \ 1/* '1111111/* ,944 North Monroe Street,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.457.1395 The State of Florida is an AA/EE0 employer.Copyright 2007-2013 State of Floeida.privacy Statement Under florid law,email addresses are public records.If you do not want your a-mall address released in response to a public-records request,do not send electronic mall to this entity.Instead,contact the office by phone or by traditional mad.If you have any questions,please contact 650,487.1395."pursuant to Section 455.275(1),Florida Statutes, effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one,The emacs provided may be used for official communication with the licensee.However ernail addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. Please see our Cheater 455 page to determine if you are affected by this change. Packet Page -1970- http://www.myfloridalicense.corn/dbpr/pro/c__, V , .w,„dments.html 5/20/2016 6/14/2016 16.F.5. COLLIER COUNTY LICENSING COMPLIANCE Final Interpretation Regarding Landscape License — May 19, 2016 Packet Page -1971- 6/14/2016 16.F.5. NorthrupAdam From: BridwellJason Sent: Thursday, May 19, 2016 4:44 PM To: NorthrupAdam Subject: RE: Aquagenix Award Recommendation for Tues, 5/24/16 BCC Consent Agenda Adam, I have looked further into the units being installed and believe my initial declaration is accurate on this matter. From 5/18/2016: "The unit in question that is being installed meets the criteria of the scope of a Landscaping Contractor License in Collier County. The criteria to be met is: 1. Prepackaged Fountain, 2. Does not require Connection to a sanitary sewer system or a potable water line, and 3. Does not require any electrical installation. Because the job meets this criteria. I have determined that it falls I,rithin the scope old Landscaping Contractor under Collier County Ordinance 2006-46. as amended. " I would like to further elaborate on my decision and point out any additional concerns interested parties might have. As for#2,there is no plumbing present on the unit and is not a concern in this matter. 41, the unit arrives in a prepacked(or pre-fabricated) condition as to which the installer just has to place the unit and plug it in. This satisfies the requirement of being prepackaged, #3 is what required the furthest investigating on my part:. The unit only requires to be plugged into the power source and requires no "hard wiring,,of any wires involved with this unit. Typically, an electrician is not needed when a project only requires an object to he plugged into a dower source. Therefore. 1.have determined that an electrician is not required for the installation of this particular unit. The question that arises is: Since the power source is a solar panel, is a solar power contractor required to install this unit? My interpretation of the definition of a solar contractor would make the essence of the definition consistent with that of an electrical contractor, to which we do not require for a simple plug in. The solar contractor license is a State Certified Specialty Contractor issued by the Florida Department of Business and Professional Regulation. The DBPR would be the authority determine if my above statements hold weight and are accurate with FS 489. and Collier County does not have a classification fbr Solar Contractor. I will he glad to help with any further questions on this as needed. Thank you, Jason Bridwell. Licensing Compliance Supervisor Operations Division/Licensing Section "irowt.h Management Department t'hon.e: 239-251-2930 Packet Page-1972- 6/14/2016 16.F.5. NorthrupAdam From: Erik Howard [elh@shadefl.com] Sent: Thursday, May 19, 2016 5:03 AM To: NorthrupAdam; BridwellJason Subject: RE: Lake Aeration Attachments: SB3-and-SB4_info_sheet.pdf; solar system.pdf Mr. Northrup, I kindly ask that Mr. Bridwell reconsider his determination. Please see the two attached documents. The system is not a prepackage system. The Keeton SB3 and SB4 system is what the specifications were tailored around. I have attached two files. One of which are pictures of the SB4 system installed with engineered design plans for the project. The system is more of 'kit' that has most of the parts. The structural member (the mounting post) must be purchased separately and cemented in place or driven in place. The solar panels are then mounted to the post. Additionally, the batteries are installed in the field too as are the air piping, diffuser plates, and wiring for the solar panel. I will give Mr. Bridwell a call this morning to discuss his opinion in case I am missing some other material fact. I do not want to unnecessarily delay the award. Erik Howard, P.E., P.S.M. President Shade Services Inc. Construction Management/General Contracting 18501 Murdock Cir., Ste 404 Port Charlotte, FL 33948 Office: (941) 257-3046 Mobile: (239) 244-1047 Email: ELH@ShadeFL.com CGC1517855 CFC1428169 EC13005228 FL#WL7278 Original Message From: NorthrupAdam [mailto:AdamNorthrup@colliergov.net] Sent: Wednesday, May 18, 2016 9:02 PM To: Erik Howard Subject: Fwd: Lake Aeration Mr. Howard I apologize for not getting back to you earlier. Below is the confirmation from our compliance department that the low bidder is qualified for award. If you have any further questions, please let me know. Adam Northrup Procurement Strategist Collier County Purchasing 3327 Tamiami Trail East 239-252-6098<te1:239-252-6098> From: BridwellJason 1 Packet Page -1973- 6/14/2016 16.F.5. FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Selected Declatory Statements from Construction Industry Licensing Board Regarding Solar Contracting Packet Page -1974- DBPR Professions - Construction Industry Licensing Board -Declaratory Statements 6/14/2016 16.F.5. Ynl DBPR - Ull i Ask us Contact Us Florida DenattE f lei t 1 rn3 BUS,nes �� t Professinaf . , � Regulation s'at ,. $ r � � HOME VERIFY A LICENSE APPLY FOR/UPDATE LICENSES RENEW YOUR LICENSE OUR BUSINESSES&PROFESSIONS CONSTRUCTION INDUSTRY LICENSING BOARD > Board Home > FAOs > Forms and Publications Declaratory Statements > Statutes and Rules A declaratory statement is the sole means for obtaining a binding interpretation or opinion > Public Records from the Florida Construction Industry Licensing Board(CILB)concerning the applicability Annual Regulatory Plans of statutory provisions,rules or orders over which the CILB has authority(Chapters 455 • Archives and 489,Part I, Florida Statutes,and Chapter 61G4,Florida Administrative Code). A petition for a declaratory statement may only be used to resolve questions or doubts as Daniel Biggins,Executive Director to how the statutes,rules or orders may apply to the petitioner's particular circumstances. A declaratory statement is not the appropriate means for determining the conduct of another person or for obtaining a policy statement of general applicability from the CILB. Division of Professions Construction Industry Licensing Board Section 120.565,Florida Statutes,and 28.105,Florida Administrative Code,set 1940 North Monroe Street forth the requirements for filing a petition for declaratory statement from the CILB.Below Tallahassee, FL 32399-0783 is a list of previously issued declaratory statements dating back to 1994,indexed by year and by which license type was affected by the statement.Please note that some of the Phone:850.487.1395 statements have since been affected by new statute amendments and rule changes so Fax Information refer to the Statute/Rule cited to verify the information is still applicable.Please note the petitions which have been denied by the Board are not included. Board Meeting Information List of Declaratory Statements > ADDIV to be a board member Declaratory Statement Frequently Asked Ouestions Bureau of Education &Testing Unlicensed Activity sti� 7 ra r e fa x�� ttI r ,y ►�'r4f i t 1940 North Monroe Street,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida Is an ANEEO employer.Coovrlesht 2007-2003 State of Florlda.Privacv Statement Under Florida law,email addresses are public records.If you do not want your e-mail address released in response to a public-records request,do not send electronic mail to this entity.instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850487.1395,'Pursuant to Section 455.275(1),Florida Statutes, effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The ernads provided may be used for official communication with the licensee.However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public. Please see our Chanter 455 page to determine if you are affected by this change. http://www.myfloridalicense.com/dbpr/pro/c Packet Page 1975-nents.html 5/31/2016 6/14/2016 16.F.5. O mM N N �:w�'.N N 0 O0 0 ` N N g.N a Q) N [� ;7,42"- 1-- IF,IL" tit kg E co O of U o N L (1 _1 a 6 E Vo 'T' O N O a) a) 0,.O) =O -st U 0 >T5 ra)) N N *,, o) V m E v_ �'� Q c o p .). IE °)°-'43 `o m 9 m rn m �, C . .g.20 LLQ C N F- N 'O O C C > z L > i 'y C o a) V'C O)> y O'U r) 21 .5 aN O a 4.O 2 01 J C -� Q C d m 00,; -q!;m N W N W P:"1,3 M ` O O O O O 0, N N s- _z p O O O N N O N N N N "' a) M Z'C C C a °) 5 Ea! O ai Y 0 a) O o N o 3 ( 2 L O = E-2 o p N O N U E N v) U mo @ C C E0-E. C N 0) ..O a°) 2 N U 2 N v_1 0 0 0 8 0 2u) a ,- w -'o a) C C O) o'•c % � 8c8 QE Esc mo oS ,•.: .28.1> E8 .Y m T 42.-7. i g a) O O U N o g 0 d L ` d 0 r a) 7 U �• 2 )N ! UU) 0) , 1-6 . 2 = 0c= 8 ,3)U O L C › )0 N a) V) — 10 N A, d'O 0 4 o,11. - 0 ucco 2o 002 .oa- " 8o Z'0)im 2'N2 � Emo O £_:r4. ° 2 O C ° N V 'D E O C U) 0) W a) 0 i9 1`0 C " N C °E m o c oc3U @ 5O, N W O 0 10 O C U o U U 0 C C 1.0. 0 •c N W U C 1E C a) t6 O N R.,... N O W U C v E u Cc0 ,9 N o O L U N U O y N .„" (2, m N c 3' m U a L 0 0 v (0 2.0 .6V -, , E0U0 >, , - o -ID -? v 0,2 v 0 .0 '0 (JJ•) 0 C N is a Z E C C 2 o N u a vas € c m CO u ° m a) 8 ,„ w O 4,C: N. 10 t.. -- O .E. ..22— . 2 -8c- (9 ,3 W T W 0E -8 N O 2 C N OC O N m a) O N O C m C";a O 0 3 E = W V' *- 7 O 'C `p C 05 .. l0 O N O • N U O 0 .-' W ''- .0 o '- G 1n F U _ U o O N a c O al >,12 V 'O 5 "0 N N 0 U) O p aj V) N 2 O w .=- E T:'` a 2.o c > ` o o ° m- E o ai o a) .0 m m c'u E a c a mim m at C U7 ,* 0 . m .- - - .6 U 0 v m >'.- N C l0 N 0) C Z 2 . -. 215 .-E .U 0) a) 2 V O E ',. L O U C 7 a) , o N C m N 'E L ° U- N° w N C U a) O 0 co U ¢ UO U c C t U j 0 0 C -0 L. U ` •C O L 0 L C 'E N L C a) 4 :+m C C U . , a) O C 0 E 7 2 0 0 n U P. c ... 17- 9 .E1612 ?-8 -SO c kmw25Ooaciw gm2u) mEcE' o EE" -0'. o -0a.. 4,-,-° a = “° N ° E N 7 0 •cam 7 0 c 2 N N a)— 7 0)O" f0'1 :D L=7 a) O " L C a) .0 d )C a O O 1n C a, 6„,.a m U N w 7 a) d ,_ 3 F- N O L .L-. Z a F- O) a 1—E428 r20 .D0 CN ",I.c, T N O a7 C u) O U ra)' E n) ° Q m ° 10 E N m a) C U O U O m U d ) a) m C 2 a) o t o N C N N O 2 c a m a� N E a o 11E4' m `n O y .,. m . E 000 a) o m E100'a Ua ° mm O O a'L O U L N L '"5.° 2 O R 0 O u) W O 0 03 c '0 .-. .-. -C0 .§ E c L c C N m U ;' _ oLdv C 0760.§ () %7. ° N `' 2a� co , ., ( 1,' woo 90 � m a _ c u u nocA 0 - c _coo o E '0 0 0 LVI '0 N 0 En cau O 7 B_ ,,CC 0 0 N O ,i .''y',. 0) .Cc 00 N C 2 a) ` L U ` O N C .L-. 1=::37i- 'O V N C @ O C a F))-_g . N O '61 v N 0) O O 28 v a) ro mo t) C P•$ m 3 m ..=.§ i3O U a 28 ,9,-= = m .N a Lo..0 E g2.,22 t,)}'L 2 .S O O N 7532 - E2 j o Y O N L 'I �! 1 N 2 . 8t _, y E C l0 C 10 . •7 O N10;ii m O 1 ,= m15 mtma; O - o W O O Y 0) 4y,, m 7 (0 N .g.s;. V) 2t- 0- O o ' 'sib; Z'oo Pat- (0, Tco a) al � mE a`) No3 ,,,,, ° 00 '-'u 8) ° ,,, F, -=4o o ° c '� ° m ° c o ° t c N c Q 0. a o '0 o O W N V) «, C U 0)N - O) m '''.'� U '� ti m O N co •s V> L E a`)i o O is O „ a mU a_ . y oz a. i 1- oL 12_ 03o N O O N t�';• ' a) 2 N .1t U CC 0d", 2 21:4 U° m v Ea-1p - E) E) N y a) mm m LN.D O O O O0 _O DE N ^�;;.'� OC C C C 0 v a a° .• 0i9.: ,.. U a Q In "` ° . Packet Page -1976- 6/14/2016 16.F.5. M M N O O O O O N N N N N O i•--- h n N N co N 0) O O 7Nii O ui 2 Z C S w ° o r c co E 8 m v a DO z 2 o ¢ � ¢` 0 w o OO -J (0 O0 • N.O (.0 W (0 q 9 co `h O O O O 0 N N N N N aN .0 Oa) a a t Y .aG • i r, m 7 v 0 Om � g ° mv NN o'o rn > 2 4- v o a 0 oN md ,v Z v c 7 N ° "L •N v 1 2 ° cNco V ` O. 0y U a 0 W@ C C 2 a ca a3 C OO a m a > @ U 16 7 3 ..+ U U w oi U a .O N L OU,GE N ` N aU C 'O - a)Y U c 0 U N a UO32. N O. U A -° ..• . 7YU -ifs c @ O _ IL a OL .-2 C O 01 O O O 2m • 0 c° '6 N m N N 2 'C -U0,.0@u_ N O O EY ` a U= O O UCa > N N d C0 UN N L .0NP N V) Cr • o a o � o. N L b O U@ L .. O ° N 2 0 _, N'd0 0 NF « v a) y OU N U >vD G•cc N 0 U V a p _a N N L a • ':. U NL ° y 8O 0 Q c "O N r. ti, c y N CI- O .c 0 N a cN E .O OCo N C O O Ng N 0O E O _ co . O0 NV 0 'O 2OO L ' C _ U 7 a) ` '0 c Cr m•L~ E O n 2 C a N 'a d 0 0, i N L °U E 2-.E. ° .0 Va .- 4NNO ,2 VN E « N> v t a 7 0O N 9 ° .T- (a) r w cam -IS 7 UN mOUm La NT- N 0 U C Y `0 )) C N a, 0 a > O UN ` N C . E 2O• aN O c v- Y G 2 2. .2 c .O N U '0 N 7 OU O o 'O Cm U0 2-3 u a O N2OONO �0wc c . - N ` N-0 .Q O 7 0 0 0 v u c a) vvE a a)8 E v E 7@E o 0 ) 7 ° a v E dv ,..'a .e. O1. 0 - Oay ' NUO . - S' gY O a) OU ..c47'O7o.a) a O 0 n fJ co 2 LO f� N U N U N ( co)c a Q o) :2 N L N IL N 22 L a O Oa) a) N r Q U U ° a, @ O 'O N O To Cr C O_ a 61 _° O ~ N N N v N > r— N c O N wa Q a)8 -° a o, 0 U m i t _ n N'O a C v C a U t0 7 c N O 6aU 1-':, '9 U p N 0 0a) E u) v vN v Q �. UO ` N) aO0O .0 a)=N 0 .. L a) U .G U OL 1O 0 L CL Y° Oa V aO a) a 0 (a.. .13. U . C '0 f c N a o c ` a E:2 a N'� a NO U m m a . N LG mU UN n n0 a C ° m °-d CO ..-- 2 v v o v v vv v v Ocn 0 .00 > .0 •U 0La) L u/ va 0 N L y N 0 C C N• .c Y 7 Na a E L 4' al U N aU "il OO.5 '0 u) dr N a , OdN .. E 0. a s O ) Z. C C v - 4-:-. 4- 4 'O 7 Ta- t o o n m a) v ac t C o `n v °-t a U U a a N a $ CO(n (0 o a . co U hi 2 CL O N N Z U U in v o O w N -a Ua @ 0 7 m N O a aN L a)Y N a _ m U Packet Page -1977- 6/14/2016 16.F.5. N N N N N N 1-•:: 1,2 N V F. O N 45, U T N C .0 N N N J C C = C = O O O O r o N co c2 C) Q N C 0) d E ro . O T T a. o. cD CO -°i -, a.) (L) N 0 N (O 0O n 9 t C N C N O mpO NN N N C iii + oo 0, 12.' oc oO n oJaGucu pEaN2,.... OC O N E 0 a y 03W CN .cc a N N > . N Cv 0 N C L' N N C T 0) • 17, NO CJ .2., U J (0 'am a iiim , 8 L E Y .LN ( .0 N' § 7 -0 a 0 V . N O O .0N '.- O 2. NW C U C 7 ` c ' '- N N N N 9 D C8 ' 02 10 2 N 2 G O ` AC 2- o (O o L 1 0 N 0 8 2 N O T•OO U 0 U -0 2 0 7 W C Y y ( 2 OilL (n N O C O"" O N — N 2 O N . 0O 8 0 (, O N (6vl . . m O La o = ao m v E Q• Y m 4s o o o .E @ o a, ° c a rnc a`o-oE a0, _ ao -o coo)# oS aooc D ,cNG08cL 00 0 OL O 2_O j m Q .5 O d .@O N ,_ D 'C Nm9mN U a MLT 0"OC (LOOy "00 p a 0C 0 0 N N LLOM - N C] UJ cu2NJr g 0 00 0)N0OX . 0L1yo O tr. O C O ,222 'N pE -' O • I0O `) CLCS 0. O O)a) 0 L TL O1 OO C O4. 0 ` U p NN 0 mC C0 m EN N COO "' (11 "-' co U vOO C U ( @o U c C ' LOm C - 0 -coNo - E T nO2J0N N V) C 0CN20O ( 0 ` [O L) C 0 ccil N 9Q/ • . a 22C ‘,-;) u ~ E a) w 'O C 2 XT 0 d.-n s U a 0 6 -0 - c 3N -0 .0E m L07 m 'n Om m n- U m a p y<, .1°, m a• 2o m o co m cC U m @ N m E 2 › 6 a, m dE ° mN > w m oEcYm u ° N o o 5 c m o- E c .0 o NEo• ` J9J ° 4Loo � ` ° E m N ° o. -Jo m � oo 'o _ fmc = o (O0Qt) C) H (0 G .? N NTu- 0:2) oa8 72 U 0 N C N 3 @ f(-52' O L U d J N YJ C .y CoO TO) 0 O o E N '� ? .c0 - - 0mJ 9) "0 n'a N E .0 L co T U cEa vo c `acza a a .@o F Q a a, v@ aaro 'om a S m .2 2 8a 2 D 8 U a 2 m E ° 8 .. 2 v c Hw a Z e J E o.m E N c'0 c 2 )o U al -0. .0 C N O `p w J n N N C U O t U a> U 0 00 X Z. L N 0 .0 N > -p C 0( E a C O a di O) .- O OL'„, „2J N = O f L 8 O L (0 (0 C 0) C N J E N . O N .O Y E 0) C @ 0) N 8 C � � @ 0 (0 '- N L a p L C U l0 0 L J 5 2. O ). (al O) Tel U 0) ... -p .6 NLo- a a) a2 @ 0 o 0 (o - 3 O O 0 (0 U 0 C co O V co N L 2 1, t N 0) y N r ns o 2 ° E = m a w a a, u) a 6.n m '� w _ O N J O) y C (0 0@ (0 O N O 0 O N N m 0 0 Q c E m c (a v v L E c O N O— N (O C O N 07 .N i) O p N j, 0) 8 a to a_ .S o u o — c 2 E o E O N a) Q D C 2 O m U 76 0 0) .0 O 0 C (0 m 0 o a 0 0 O Q m 0 w N n 0) L v o _ ,C) 0) 03 O 2 0 L Y d'o O 0.' co U) Packet Page-1978- 6/14/2016 16.F.5. Corer County Administrative Services Department Procurement Services Division Collier County Procurement Ordinance 2013-69 as Amended by 2015-37 and 2015-51 Excerpt of Protest Policy SECTION TWENTY-THREE: Protest of Bid or Proposal Award. The purpose of this section is to accommodate legitimate protests concerning formal competitive invitations to bid or requests for proposals and recommended contract awards above the formal competitive bid or proposal thresholds prior to award of a contract by the Board of County Commissioners. A. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal, who has a substantial interest and alleges to be aggrieved in connection with the solicitation or award of a contract, (hereafter referred to as "the protesting party") may protest to the Procurement Services Division Director, who shall serve as the sole recipient of any and all notices of intent to protest and all formal protests. • B. With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for formal protests of recommended contract awards as set forth under subsection C. The Procurement Services Division Director, shall render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Division Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Division Director's decision. C. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Division Director within two (2) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. D. All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Division Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Division 2 Packet Page-1979- 6/14/2016 16.F.5. Director, and accompanied by the fee, as set forth below. The protesting party must have standing as defined by established Florida case law to maintain a protest. The formal protest shall contain, but not be limited to the following information: 1. Name and address of County Agency affected and the solicitation number and title. 2. The name and address of the protesting party. 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. 5. The protesting party's entitled demand for the relief. 6. Such other information as the protesting party deems to be material to the issue. The formal protest shall contain all arguments, facts or data supporting and advancing the protestor's position. Under no circumstances shall the protestor have the right to amend, supplement or modify its formal protest after the filing thereof. Nothing herein shall preclude the County's authority to request additional information from the protesting party or other bidders or proposers in conjunction with the review and rendering of decisions on the protest, including any subsequent appeal. E. In the event of a timely protest of contract award consistent with the requirements of this section, the Procurement Services Division Director shall not proceed further with the award of the contract until all appropriate administrative remedies as delineated under this section have been exhausted or until the Board of County Commissioners makes a determination on the record that the award of a contract without delay is in the best interests of the County. During this process, the protesting party shall limit their communications with the County to the Office of the County Attorney, and neither the protesting party, their agents or their representatives shall have any private contact or discussions with individual County Commissioners, the County Manager, other County employees, or any independent hearing officer (where applicable)regarding the protest except such communications as may be required or permitted during a hearing, if applicable, or a meeting of the County Commission wherein the solicitation or award is to be considered. F. The Procurement Services Division Director shall review the merits of each timely protest and in consultation with the contract manager and other appropriate County staff, issue a decision stating the reasons for the decision and the protesting party's rights of appeal under this section. Said decision shall be in writing and mailed or otherwise furnished to the protesting party. The decision of the Procurement Services Division Director shall be final and conclusive 3 Packet Page -1980- 6/14/2016 16.F.5. unless the protesting party delivers a subsequent written notice of appeal to the Procurement Services Division Director within two (2) calendar days, excluding weekends and County holidays from the date of receipt of the decision. In filing a written objection to the Procurement Services Division Director's decision, the protestor shall not introduce new arguments or alter in any other way their protest submission. An appeal of the Procurement Services Division Director's decision shall be limited to a review of the grounds set forth in the formal protest, and no new grounds or arguments will be introduced or considered. G. In the event of a subsequent appeal pursuant to subsection F, the County Manager shall determine whether to appoint an independent Hearing Officer to review the formal protest and the Procurement Services Division Director's decision. The Hearing Officer's review shall be limited to the grounds set forth in the formal protest, and shall be for the purpose of determining whether the County's intended action is arbitrary, capricious, illegal, dishonest or fraudulent. The protesting party shall have the burden of proof. The Hearing Officer shall consider the formal protest, the Procurement Services Division Director's decision, and supporting documents and evidence presented at the hearing. In any hearing, irrelevant, immaterial or unduly repetitious evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in a trial in the courts of Florida. The Hearing Officer may grant the motion of any person having standing under Florida law to intervene in the proceedings. Persons or parties shall have the right to be represented by counsel in the proceedings, to call witnesses, and present evidence; provided, however, that the Hearing Officer shall not have the right to compel attendance of witnesses or to permit or compel any discovery. The Hearing Officer will have a maximum of 60 days to schedule and conduct a hearing into the matter and issue a recommended finding of fact and an opinion in writing to the County Manager or designee for submission to the Board of County Commissioners. Should the Hearing Officer find in favor of the County, the protesting party pay, in full, the costs of the Hearing Officer. If the Hearing Officer's recommended decision is in favor of the protesting party, then the County will assume this cost. The County Manager's discretion as to whether to appoint a Hearing Officer shall in no way afford the protestor the right to demand such an appointment or hearing. The decision of a Hearing Officer on a protesting party's appeal shall be submitted to the Board for its consideration as part of a final award decision. Nothing herein shall be construed as creating a right of judicial review of the Hearing Officer's decision, nor shall such decision be binding upon the Board. Additionally, nothing herein shall be construed as limiting the Board's right to reject any and all bids or proposals. H. Decisions of the Procurement Services Division Director and Hearing Officer (where applicable) will be provided to the protestor and other interested parties prior to the award recommendation being presented to the Board of County Commissioners. Neither the County Manager's decision nor the Hearing Officer's recommended decision shall be construed as an award recommendation triggering additional rights of protest pursuant to this policy. 4 Packet Page-1981- 6/14/2016 16.F.5. Notwithstanding anything set forth herein to the contrary, the Board of County Commissioners shall retain the authority to make the final award decision. Failure to file a formal protest within the time and manner prescribed by this policy shall constitute a waiver of the right to protest by any protesting party as defined by subsection "A' of this policy. J. As a condition of filing a formal appeal to the Procurement Services Division Director's initial finding, the protesting party shall submit a non-refundable filing fee for the purpose of defraying the costs of administering the protest. The filing fee shall be submitted with the formal protest. Failure to pay the filing fee shall result in the denial of the protest. The amount of the filing fee shall be as follows: Estimated Contract Amount Filing Fee $250,000 or less $500 $250,000.01 to $500,000 $1,000 $500,000.01 to $5 million $3,000 $5 million or more $5,000 This fee may be modified by Resolution of the Board of County Commissioners. s Packet Page-1982-