Loading...
Agenda 07/12/2016 Item #16F 6 7/12/2016 16.F.6. EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) #16-6676, for "Lake Aeration Equipment for Pelican Bay" to DeAngelo Brothers, LLC d/b/a Aquagenix ("Aquagenix") for $82,498 under Project#50108,"Lake Aeration for Pelican Bay." OBJECTIVE: To supply equipment and delivery to Pelican Bay of eight (8) solar aeration systems for 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 FY 2016 Capital Budget approved by the Board on 9/24/2015. Staff publicly advertised ITB #16-6676 on June 7, 2016, and sent notification to twelve hundred seventy-six (1276) prospective vendors, with thirty-six (36) downloading bid packages. On June 20, 2016,two(2)bids were received and opened and the offers are summarized below. The bid specifications informed the prospective contractors that installation was not included and that the bid amount was to supply and deliver equipment to Pelican Bay only. A separate solicitation will be issued for installation. VENDOR QUOTATION Aquagenix $82,498 Superior Waterway $91,444 Staff determined that the lowest bid is fair and responsive and recommends awarding ITB #16-6676 to Aquagenix. A Purchase Order with Collier County's standard terms and conditions will be issued for supply and delivery of equipment only for solar aeration systems. FISCAL IMPACT: Funding is available in,and consistent with the PBSD's FY 2016 Capital Budget approved by the Board on 9/24/2015. The source of funding is Capital Fund 322. Packet Page -1799- 7/12/2016 16.F.6. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for Board approval. -JAK RECOMMENDATION: That the Board of County Commissioners awards Invitation to Bid #16-6676 to Aquagenix in the amount of$82,498 for"Lake Aeration Equipment in Pelican Bay." Prepared By: Lisa Jacob,Project Manager Attachments: 1)Invitation to Bid (ITB)#16-6676 2)Bid Tabulation 3)Vendor Proposal Packet Page-1800- 7/12/2016 16.F.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.F.16.F.6. Item Summary: Recommendation to award Invitation to Bid (ITB)#16-6676,for "Lake Aeration Equipment for Pelican Bay" to DeAngelo Brothers, LLC d/b/a Aquagenix ("Aquagenix") for$82,498 under Project# 50108, "Lake Aeration for Pelican Bay." Meeting Date: 7/12/2016 Prepared By Name: McCaughtryMary Title: Operations Analyst,Pelican Bay Services 7/1/2016 9:19:19 AM Submitted by Title: Operations Analyst,Pelican Bay Services Name: McCaughtryMary 7/1/2016 9:19:20 AM Approved By Name: JacobLisa Title:Project Manager, Associate,Pelican Bay Services Date: 7/6/2016 9:00:19 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 7/6/2016 9:05:42 AM Name: IsacksonMark Title: Division Director-Corp Fin&Mgmt Svc, Office of Management&Budget Date: 7/6/2016 9:30:14 AM Name: KlatzkowJeff Title: County Attorney, Date: 7/6/2016 10:31:15 AM Packet Page-1801- 7/12/2016 16.F.6. Name: CasalanguidaNick Title:Deputy County Manager, County Managers Office Date: 7/6/2016 1:10:31 PM Packet Page -1802- 7/12/2016 16.F.6. Goer Coraty Administrative Services Department Procurement Services Division INVITATION TO BID Date: 06/07/2016 From: Adam Northrup (239) 252-6098 (Telephone) (239) 252-6302 (FAX) adamnorthrup@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 16-6676— Lake Aeration Equipment 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 y Prooui,erert3Servst,son.3327TarniassTrail East Naples,Florida 34112496'•2399-252-&:07•w,"r,.mli rgov.netIprocuremenisereoes #16-6676—Lake Aeration Equipment for Pelican Bay 1 ITB Template_01202016 Packet Page-1803- 7/12/2016 16.F.6. Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 9 Exhibit III: Standard Purchase Order Terms and Conditions 15 Exhibit IV: Additional ITB Terms and Conditions 18 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 25 Attachment 2: Vendor's Check List 26 Attachment 3: Vendor Submittal - Bid Response Form 27 Attachment 4: Vendor Submittal— Local Vendor Preference Affidavit 29 Attachment 5: Vendor Submittal—Immigration Affidavit 30 Attachment 6: Vendor Substitute W—9 31 Attachment 7: Vendor Submittal- Insurance and Bonding Requirements 32 #16-6676—Lake Aeration Equipment for Pelican Bay 2 ITB Template_01202016 Packet Page -1804- 7/12/2016 16.F.6. Co ,er county Administrative Services Department Procurement Services Division Public Notice Sealed bid responses for Solicitation 16-6676—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 06/20/2016. Solicitation responses received after the stated time and date will not be accepted. Solicitation 16-6676— 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.collieroov.net/purchasing and in the lobby of the Purchasing Building on 06/07/2016. #16-6676—Lake Aeration Equipment for Pelican Bay 3 ITB Template_01202016 Packet Page -1805- 7/12/2016 16.F.6. 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 interested in obtaining bids for the supply of aeration equipment for 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 INCLUDE ALL EQUIPMENT, WARRANTY AND DELIVERY ONLY. Installation will be contracted by the County at a later date. 1. 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 1/2" 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 '/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. #16-6676—Lake Aeration Equipment for Pelican Bay 4 ITB Template_01202016 Packet Page -1806- 7/12/2016 16.F.6. 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. 2. 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 %" 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/" 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. #16-6676—Lake Aeration Equipment for Pelican Bay 5 ITB Template_01202016 Packet Page-1807- 7/12/2016 16.F.6. 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 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, -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. 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. 3. AERATION WEIGHTED TUBING INFORMATION: 5/8" ID— 1 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 with 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 with 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. Award Criteria #16-6676—Lake Aeration Equipment for Pelican Bay 6 ITB Template_01202016 Packet Page-1808- 7/12/2016 16.F.6. 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 the supply 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 Cost 1 4 Plate 1 7 Solar $ 2 2 Plate 1 8 Solar $ 3 4 Plate 2 3 Solar $ 4 4 Plate 2 4 Solar $ 5 2 Plate 2 10 Solar $ 6 4 Plate 4 3 Solar $ 7 4 Plate 5 3 Solar $ 8 4 Plate 5 5 Solar $ 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 06/07/2016 #16-6676—Lake Aeration Equipment for Pelican Bay 7 ITB Template_01202016 Packet Page-1809- 7/12/2016 16.F.6. Last Date for Receipt of Written Questions 06/17/2016; 3:00PM Solicitation Deadline Date and Time 06/20/2016; 3:00PM Anticipated Evaluation of Submittals Week of 6/20/2016 Anticipated Board of County Commissioner's Contract July 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 #16-6676—Lake Aeration Equipment for Pelican Bay 8 ITB Template_01202016 Packet Page -1810- 7/12/2016 16.F.6. 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. #16-6676—Lake Aeration Equipment for Pelican Bay 9 ITB Template_01202016 Packet Page -1811- 7/12/2016 16.F.6. 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.collieroov.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.collierciov.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 #16-6676—Lake Aeration Equipment for Pelican Bay 10 ITB Template_01202016 Packet Page -1812- 7/12/2016 16.F.6. 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 #16-6676—Lake Aeration Equipment for Pelican Bay 11 ITB Template_01202016 Packet Page-1813- 7/12/2016 16.F.6. 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/vendor's proposal may be deemed non-responsive. #16-6676—Lake Aeration Equipment for Pelican Bay 12 ITB Template_01202016 Packet Page -1814- 7/12/2016 16.F.6. 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.00v/E-Verify. 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.org/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 #16-6676—Lake Aeration Equipment for Pelican Bay 13 ITB Template_01202016 Packet Page-1815- 7/12/2016 16.F.6. 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. #16-6676—Lake Aeration Equipment for Pelican Bay 14 ITB Template_01202016 Packet Page-1816- 7/12/2016 16.F.6. 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. #16-6676—Lake Aeration Equipment for Pelican Bay 15 ITB Template_01202016 Packet Page-1817- 7/12/2016 16.F.6. 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 #16-6676—Lake Aeration Equipment for Pelican Bay 16 ITB Template_01202016 Packet Page-1818- 7/12/2016 16.F.6. 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 #16-6676—Lake Aeration Equipment for Pelican Bay 17 ITB Template_01202016 Packet Page -1819- 7/12/2016 16.F.6. 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. #16-6676—Lake Aeration Equipment for Pelican Bay 18 ITB Template_01202016 Packet Page -1820- 7/12/2016 16.F.6. 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. #16-6676—Lake Aeration Equipment for Pelican Bay 19 ITB Template_01202016 Packet Page-1821- 7/12/2016 16.F.6. 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: bccapclerkcollierclerk.com. #16-6676—Lake Aeration Equipment for Pelican Bay 20 ITB Template_01202016 Packet Page -1822- 7/12/2016 16.F.6. 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 16-6676 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 #16-6676—Lake Aeration Equipment for Pelican Bay 21 ITB Template_01202016 Packet Page-1823- 7/12/2016 16.F.6. 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 #16-6676—Lake Aeration Equipment for Pelican Bay 22 ITB Template_01202016 Packet Page -1824- 7/12/2016 16.F.6. 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.collieroov.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 #16-6676—Lake Aeration Equipment for Pelican Bay 23 ITB Template_01202016 Packet Page -1825- 7/12/2016 16.F.6. 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. #16-6676—Lake Aeration Equipment for Pelican Bay 24 ITB Template_01202016 Packet Page -1826- 7/12/2016 16.F.6. Colter 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: 16-6676—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.) �I Project is too small. fl 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: #16-6676—Lake Aeration Equipment for Pelican Bay 25 ITB Template_01202016 Packet Page -1827- 7/12/2016 16.F.6. Ccger 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: 16-6676— Lake Aeration Equipment 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 #16-6676—Lake Aeration Equipment for Pelican Bay 26 ITB Template_01202016 Packet Page-1828- 7/12/2016 16.F.6. co ger County Administrative Services Department Procurement SeriIces Division Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6676 —Lake Aeration Equipment 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. #16-6676—Lake Aeration Equipment for Pelican Bay 27 ITB Template 01202016 Packet Page-1829- 7/12/2016 16.F.6. 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 #16-6676—Lake Aeration Equipment for Pelican Bay 28 ITB Template_01202016 Packet Page-1830- 7/12/2016 16.F.6. Cot-i:er County Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal- Local Vendor Preference Affidavit Solicitation: 16-6676—Lake Aeration Equipment 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 El 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) #16-6676—Lake Aeration Equipment for Pelican Bay 29 ITB Template_01202016 Packet Page-1831- 7/12/2016 16.F.6. Corer Cou ity Administrative Services Department Procurement Services Division Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 16-6676—Lake Aeration Equipment 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. #16-6676—Lake Aeration Equipment for Pelican Bay 30 ITB Template_01202016 Packet Page -1832- 7/12/2016 16.F.6. Co er 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/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 #16-6676—Lake Aeration Equipment for Pelican Bay 31 ITB Template_01202016 Packet Page-1833- 7/12/2016 16.F.6. caller 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. E 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. ❑ 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 #16-6676—Lake Aeration Equipment for Pelican Bay 32 ITB Template_01202016 Packet Page-1834- 7/12/2016 16.F.6. ❑ 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 Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number #16-6676—Lake Aeration Equipment for Pelican Bay 33 ITB Template_01202016 Packet Page-1835- 7/12/2016 16.F.6. tD lD N Cr) . N •• U, c-I 'B ,6 iii -a CD N Co v 0 Z 0 D U, N on Co U U Co D_ H '6 I 2 0 zzzzzz a) Z ca >. c6 ra co C a O ra 0 co a. 0 0 0 0 0 0 o L d' zzzzzz 2 "" 0 .-a CCD CIE) .0) Cn 0 t .9. O. M co W C O o N Z.; X O p ✓ .c 0 N °' 4A C1a) CU W al a) a) Co CO> " a- QIA- 4--• L O z E co au Q E (E) c) n c t-I `2 cu (t) a-+ Cu "ac a v c.. NLO -C NOen C m +� 0 •� U N 5 O N N O wM� = _h cc ,c ( 4 ' C E ,O z co W L N — L a) N ZA co Q CC -a ' -0 •6."- L c a) 2 73 0 c E U Q — m m J c o 1 > > — a a c 0- Packet Page -1836- 7/12/2016 16.F.6. Coder 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: 16-6676—Lake Aeration Equipment for Pelican Bay • Opening Date: 04/2512016; 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. Po ttoc it i k /b t e.( iso - eters C� -C. • Name 3 Signature &Titi- ( — I(Q no Date #16-6676—Lake Aeration Equipment for Pelican Bay 26 ITB Template_01202016 Packet Page-1837- 7/12/2016 16.F.6. Corner Comvity Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal - Bid Response Form FROM: AOG� Cts 4 � � � takvS Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6676—Lake Aeration Equipment 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 $g?L/qY, ()0 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 d 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. #16-6676—Lake Aeration Equipment for Pelican Bay 27 ITB Template_01202016 Packet Page-1838- 7/12/2016 16.F.6. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this o?D day of Li , 20!(o in the County of Le.E ` , in the State of +-L Firm's Complete Legal Name ktulJ e_til\ L be- ���o i`Ciletr5 Address 11115D -T {f Lcoe LLD City, State, Zip e(S P- 539'13 Florida Certificate of Authority Document Number Federal Tax Identification 23-2-5 52 7S73 Number CCR# or CAGE Code Telephone Number s7 — FAX Number 2-'31-570/ `- 2-5-<6>3 Signature/Title Type Name of Signature C"Z�a '7 DIA)L;i4kiC`7 Date ( f /47. Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name , o J rt` tee33 L. ... Address U ? C1kl City, State, Zip 140, k.e..-- v ) PPC t2,0 I Contact Name 0160 vcie, -TBDtij\VY3 Telephone Number 2 " 57s 0-- 1112-0 FAX Number _J J5` f 2-S)S'" G Email Address , Both-A t't�6D19131set rd. f(os +ECM #16-6676—Lake Aeration Equipment for Pelican Bay 28 ITB Template_01202016 Packet Page -1839- 7/12/2016 16.F.6. Co en Coity Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal—Local Vendor Preference Affidavit Solicitation: 16-6676—Lake Aeration Equipment for Pelican Bay (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business Collier County jig 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 ECollier County or[] Lee County: Number of Employees(Including Owner(s) or Corporate Officers):/500 Number of Employees Living in ❑ Collier County or)S1 Lee (Including Owner(s)or Corporate Officers): 50 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: { E ex..oC. ^►t /) ( '?ce(c rivvilioi Date: Address in Collier o Lee County: /42-9) +pc'i f FL" o.:5 I-L_ j 13 Signature: Title:5 Mad tai' STATE OF FLORIDA ❑ COLLIER COUNTY [ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 20 Day of 3wr1 e_ , 20 / , • Notary Public ,,,,`'.;:t.71*:;;,,,„ ....v .71*:;'• MIRIAM LYNNE MCCARTY-PIETRZYK My Commission Expires: II/ / /a.O/9 ,Nn Commission#FF 186944 y4r,Q Expires January 1,2019 ten= (AFFIX OFFICIAL SEAL) ' A ,,ag•' BmdadThu Troy FrnInsulator)8003857817 #16-6676—Lake Aeration Equipment for Pelican Bay 29 ITB Template_01202016 Packet Page -1840- 7/12/2016 16.F.6. Coiner County Administrative Services Department Procurement Services Division Attachment 5:Vendor Submittal-Immigration Affidavit Solicitation: 16-6676-Lake Aeration Equipment 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 PqaCICtr.. ft)i 1 be./----tiT,io I-o )Cr-5 Print Name ed�)'.,��((�/ J ---VTitle S P' 4 {4i �-a � ' - 1 'Signature Date State of }�t County of 1 The foregoing instrumenttwas signed and acknowledged before me this 70 day of -....)L4-4/‘ - - ,20��,by Gt?J. , ?1 . �-I who has produced as identification. (Print or Type ame) (Type of Identification and Number) Notary Public Signature AA' e::ei ;., MIRIAMIYNNEMCCARTY•PIETRZYK l t' iQ \ Uhl t'I i 1 4 f 4�� ' = �� Commission#FF 186944 �:. Expires January 1,2019 Printed Name of Notary Public ; . .. , Bonded TvBee r� � Fein eo861385,7619fi (Vs�m�`f / l / (/(y .. , 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. #16-6676-Lake Aeration Equipment for Pelican Bay 30 ITB Template_01202016 Packet Page-1841- 7/12/2016 16.F.6. EVenly ,„,,, Company ID Number: 180051 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and DeAngelo Brothers Inc/DBI Services LLC (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses. and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 1 :_f13_. ... - ' Packet Page-1842- 7/12/2016 16.F.6. EVeriIy . Company ID Number: 180051 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on alien employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative Page 2 of 1,3'•r�-`v • • Packet Page-1843- 7/12/2016 16.F.6. e Y Company ID Number: 180051 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document)to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. Page 3 of.3,7 Packet Page-1844- 7/12/2016 16.F.6. VeriFy :44, , 'Ri' Company ID Number: 180051 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking Page 4ci;3'E . - , s... ._ Packet Page-1845- 7/12/2016 16.F.6. EVenly }_ - USA Company ID Number: 180051 adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article 111.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as Page::of 13 Packet Page -1846- 7/12/2016 16.F.6. EVenly Company ID Number: 180051 authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award. the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the Page 66 of i?; _ Packet Page -1847- 7/12/2016 16.F.6. -E_ E-VeriFy I(s Company ID Number: 180051 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. • d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form (-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article 11.0.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article 11.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article Il.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article 11.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article 11.0.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. Page 7 of l^E'._ . Packet Page-1848- 7/12/2016 16.F.6. EVenly Usti ari Company ID Number: 180051 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide . the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO OHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo. the employer must print the photo non- match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible Page P.of -. ,• Packet Page-1849- 7/12/2016 16.F.6. E-Verify ;SA Company ID Number: 180051 after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take Page )f1 :E Packet Page -1850- 7/12/2016 16.F.6. E-VeriFy. Company ID Number: 180051 mandatory refresher tutorials. An Employer that is. a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to OHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 10 of 13;E •R, . . Packet Page -1851- 7/12/2016 16.F.6. E-Verilfy .;; U5A v illlE' Company ID Number: 180051 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer DeAngelo Brothers Inc/DBI Services LLC Carl Faust Name/Please Tune Cr Pint - "itle Electronically Signed 01/14/2009 Signature '!ate Department of Homeland Security-Verification Division USCIS Verification Division Name iPlcase Electronically Signed 01 4:.2:,09 Signature ....,.., Page 11 of 13iti- : ." • Packet Page-1852- 7/12/2016 16.F.6. v r' USA Company ID Number: 180051 Information Required for the E-Verify Program Information relating to your Company: Company Name: DeAngelo Brothers Inc/DBI Services Ll Company Facility Address: 100 North Conahan Drive Hazleton. PA 18201 Company Alternate Address: 100 North Conahan Drive Hazleton. PA 18201 County or Parish: LUZERNE Employer identification Number: 232332783 North American industry Classification Systems Code: 238 Parent company: DBI Services Number of Employees: 500 to 999 Number of Sites Verified for: 1 Are you verifying for more than I site?If yes, please provide the number of sites verified for in each State: • PENNSYLVANIA 1 site(s) Page 12 of 13'9 Packet Page -1853- 7/12/2016 16.F.6. E-VeriIy Company ID Number: 180051 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Michele McLain Telephone Number: (570)459-1112 ext.63026302 Fax Number: (570)459-5363 E-mail Address: mmclain@dbiservices.com Name: Tiffany Coomer Telephone Number: (570)459-1112 ext.62106210 Fax Number: (570)459-5363 E-mail Address: tcoomer@dbiservices.com Name: Carl T Faust Telephone Number: (570)459-1112 ext.6215 Fax Number: (570)459-5363 E-mail Address: cfaust@dbiservices.com Page l3of1311` Packet Page -1854- 7/12/2016 16.F.6. Collier 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 ' ' ` `n s LC. (as shown on income tax . urn) Business Name (if different from taxpayer name..) ` Address 100 /'t.). &Poll Y) ( City tt State P r Zip t'Z)D) t, Telephones t-Li�-il12- FAX Email ( P ;UJI61 -L �'G'Ut6..€,5teti.44 Order Information Remit/Payment Information Address 1/12 e;kurne Address 1c)3 a_vk City 1+11.1i7t5 State R. Zip )C1 13 City/-67:7 '- State P Zip ? I FAX 2-';1-S(01- �.- ; FAX FAX (( - �? Email�t�`3 l' 1 t11.5> Email Po LA,t1�",` k�...Ct':.,.�1I'- .. L_R)�.,4)e .) 0 S: `'�1� � r t 2. Company Status (check only one) _Individual/Sole Proprietor C rporation _Partnership .1A Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC " 501 (c)3) t/ 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) 2 _2-' 753 (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 in -ration shown on this form is correct to my knowledge. Signature _ Date Title 511:-V.. Phone Number 23 I—11-42-0 #16-6676-Lake Aeration Equipment for Pelican Bay 31 ITB Template_01202016 Packet Page -1855- 7/12/2016 16.F.6. Caber 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 $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1-000,000-$500,000 single limit per occurrence, $2,000,000 aggregate for ISO form Bodily Injury 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. ❑ Other insurance as D 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 0 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 0 Valuable Papers Insurance $ Per Occurrence #16-6676—Lake Aeration Equipment for Pelican Bay 32 ITB Template_01202016 Packet Page-1856- 7/12/2016 16.F.6. ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. D 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 �L' c ?!X ��° t a o rlro 1045 CSC' Date eo -e20^/i Vendor Signature Print Name ,fiP I'''1 (Qm . o Insurance Agency t� .- A`Y1Cri CctF'1 ✓}fit ✓��C�- j �/ Agent Name V � �'\C 1 Ct cokt� w-(l Telephone Number ? !?^ vc 7370 #16-6676—Lake Aeration Equipment for Pelican Bay 33 ITB Template_01202016 Packet Page-1857- 7/12/2016 16.F.6. A 9 L CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 04/12/20) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pollcy(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 NAM F• Willis of Pennsylvania, Inc. PHONE Fes). 877-945-7378 FAX NM 888-467-2378 c/o 26 Century Blvd. E-MAIL P. 0. Box 305191 AnDRFSS• certificates@willis.com Nashville, TN 37230-5191 INSURER(S)AFFORDINGCOVERAGE NAIC# INSURERA:ACE American Insurance Company 22667-006 INSURED INSURER E:Amer i c an Guarantee & Liability Insurance 26247-005 DeAngelo Brothers, LLC T/A Aquagenix f/k/a DeAngelo Brothers Inc. T/A Aquagenix INSURER C:AIG Specialty Insurance Company 26883-001 14250 Jetport Loop West INSURER D: Fort Myers, FL 33913 INSURER E: I 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 OF INSURANCE ADDL SUB I� POLICY NUMBER POLICY EFF ! POLICY EXP LIMITS I TR YNSn VJVD himnrryyri I _MMlftn^rrrn A X COMMERCIAL GENERAL LIABILITY y y !HDO G24557078 1/1/2015 11/1/2016 EACH OCCURRENCE $ 1,000,000 1 CLAIMS-MADE X OCCUR SAO QRENTEDnce) l=a occure $ 1,000,000 X . Contractual Liability MED EXP(Any one person) $ 10,000 I X xcu included PERSONAL&ADV INJURY !$ 1,000,00.0 `GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE }$ 2 000,000 POLICY X PRO-JECT X,LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: J S AUTOMOBILE LIABILITY Y Y ISA H08878626 11/1/2015 11/1/2016 `COMBINEDSINGLELIMIT 2,000,000 A S(Ea accident) $ X ANY AUTO BODILY INJURY(Per person) 1$ AUTOSNED ASCHED UTOSULED BODILY INJURY(Per accident) i$ -'-'—NON-OWNED 'ROPERTTDAMAGE $ HIRED AUTOS 1 AUTOS (Per accident) 1 $ B X UMBRELLALIAB X I OCCUR Y Y AUC 982665404 11/1/2015 11/1/2016 IEACH OCCURRENCE $ 5,000,000 I EXCESS LIAR I CLAIMS-MADE AGGREGATE $ 5O00,000 DED I RETENTION$ I I$ A -WORKERS COMPENSATION Y WLR C47855706 11/1/2015 11/1/2016 X I G•g1't1Tc i °,41- AND ig AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEI N 1,N/A EL.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000 IMandatory,in NH) f yes,descnbe under DESCRIPTIONOFOPERATIONSbeIOw E.L.DISEASE-POLICYLIMIT $ 1,000,000 C I E CPL 17082054 11/1/2015 I 11/1/2016 Contractor's Pollution + $3,500,000 Each Claim 1 $7,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additonal Remarks Schedule,may be 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 ff 3299 sFLml Trail East, Suite 700 Naples, FL 34112 / r �, __ L, con:4882897 Tpl:2004863 Cert:24339888 ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and Inns arm rpnictered marks of ACORD Packet Page-1858- ' 7/12/2016 16.F.6. AGENCY CUSTOMER ID: 427753 LOC#: ADDITIONAL REMARKS SCHEDULE Page 2 of 2. 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. ACORD101 (2008/01) Coll:4882897 Tpl:2004863 Cert:24339888 ©2008ACORDCORPORATION.Allrightsreserved. The ACORD name and loco are reaistered marks of ACORD Packet Page -1859- 7/12/2016 16.F.6. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSUREDIS REPRESENTATIVE Named Insured ill Sovit,,os € i05r4mHlrnuultar • t y . "'we miter ;,,. no Mieivet?elaetEnderbernent FIDO G245571778 1lal,12E115To 11 t12318 11i1i1i20►5 Issued By 4Nsna01 Inatnariie 4onpnrry} ACE American insurance Company Insnr!Ma pdKy nutria€_Mu rc mender uf 11-nialiormailanth Is to ha rt mGhtnd or.11°wMn tl ark.rvaa!ent h nand albre uert i!+e prepenklon al Me paw, , TFSS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFUILLY, A. If we canoe!this Pally prior to its expiration daba by notice to you or the first Harried Insureel for any reason other than nonpayment of premium,we wit endeavor,as sot out in this endorsement„1a send wriitlen nate ftngIrPer4EQ11, to the-persons or organizations listed in the schedule that y u or y ofir tepreSentstive tri or rnsintain(tele'Schr3: Ie') by alb..et l®your rcpr terkiatiM*to send Stich nolice to such persona cor or arigilgtai&IL Thle.rs3tice IA 1 be Lire fr kJllion tc?Our notice to yoo or she bast Nam e.Insured, and any other play whom we are required to notify by statute end In ltocdenc,e with the csticellstitin proarislens of the Policy. S, he notice xelierenced p this endorsement as provided by your representative intended only to be a o urteey ndllracsticn ro the person(s) or organtzat{cn(s) named In the Schedule in the event of a pending caricelietIon of clovage.We have no legal oblgatlon of any kind to any such persan(s) or org eniaetiort(s). The fa&i 3 to iyroaide actvartre nolt5cation of =methadon to tine parson(s) or oxgani n(e) shown in the Schedule will impose no abliptian or!ability of any kind upon us, our agents or representatives,will riot extend any Pohoy cenceliat n dais and will not negate any caneelii tion of the Peficy. C. We are not responsible for verifyirt, any information in any Schedule, nor are we re c insible for any it react information that you or your representative may use. , We wil only be naspensible for sending such nctice to your representati o,and your re c serxiative vrill in turn said the Po&a to the immune or arganizatioss listed in the Schedule at least 30 days prior to the cancellation date applicable to the Posy, You wit cooperate with us in providing the Sch}dule,or in oaosiog your re~presentaitivv in provide the Schedule E. This indorsement d nn apply in the eventhat you tetoei the Poly. Ar other terms and conations of this Pot;-y rerna unchanged, ALGA=SS{o1it1y Pttge t tit 1 Packet Page-1860- 7/12/2016 16.F.6. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURER'S REPRESENIATNE taarscd Walnut DDI S@nui:.as EnirestmgM to anbcc IPoiry 8yros'i Piggy Nrrtcr Porky Parbd Eriodive Date or EndGnrnNnl ISA ED387Strta tinif20.15 TO 111011201$ 11,01/2015, 31s aad.81+{MamaorInsursincgC+nfa y") ACE American Insurance Company tart the GdE i AIrrIXr.The tiltander at the idar niton Is ia br rola*My-when lin er4rintn nrrl iTiorm euxemurnr to rhr prrorrrta+d Th5 Poir3'• THIS ENDORSEMENT CHANGES THE POLICY,PLEASE READ IT CAREFULLY, A. if'NIT cancel this PoFty prior ie its expiration dale by notioe to you orttne first Named Inst for any reason other than nonpapnent of prernkint,we will endeavor,ars ret out in this endorsement, to send written notice of ccnceltatin,to the persons or arganizations lisieii in the schedule Milt you or your representative creels or rnairrtain{khe'Scher/idol by arllreving your representative to send such noCoor le such persons or ergarifardions, Thisa wit be in addition to our iiohoe to et The fs1 Named Insured,raid any Other petty whom we are required 10 notify by stobibe and in accordance with the cat nation provisions of the Palley. Et. The notice nsferer i in this ender ittnent at piovided by your represeniaattve ili intended only to be ar rautiesy notfl etion io the person(s) or ort, nizetlon(s) rgarYWCI In the Sthedtree In the event of a:pending cancellation of caversge.We have no legs abtigaben of arty kind ick any such persortra)or ort, rtltalioii(s}. The i'alktre to provide advance ruttlflcatSan of o neefelian to the pereoks) or arganlealion(a) shown In the Schedrfe 'will Impar no obligation or Ilabilty of eray kind upon us.ollf agents or representatives.will not extend any Pcficy cancelisboon date and sl mat negate any cancellation of the Polley. C. We are not reeporrsthle tar verifying any Information in any Salsedule, nor are we tesponslble for aryy laser 'airtime:Ikea that you aryatrrep eaanteilue may use. D. `dile wil only be reeparrs ble for sending such notice to your representative,arta your representative will In turn send the galore to the persons or ar$scrizationa listed In the Schedule at least.30 days prior to the,cenceitst n date applicable to the Policy. You wits coomera a with us in raiding the Schedule,or in causing your representative to pro idothe Sobaduia. E Tits arrdarserrmrrt does net ap*in the event that you cancel the P . Pdycy. All other terms and conditions of the policy remain unchanged. t `----.� , ii-1 AuttYr • R#rot reboil e r E t ALL-.12tznh-ii11) pap t cif t Packet Page-1861- 7/12/2016 16.F.6. Workers!Comtrensa6ion and Employers'Liability Policy named Inareld Endorsement Number Cf lSViVelES 1 NORM'MOHAN move Patty tanner HAZLETON PA 18 201 rattail WMR tfuelwr, C47855705 [Vey Par►4 filecrira[ €i wrr=r, 11r0112015'Ct 11/OV2011,8 11,01/21 115 i ei rwurrn nce` i ACE AMERICAN INSUR I.WCS=ARANY treat F!r mit-roomy,Intl rerrMinkr ai Rn arAlenesfon Fe K de maretel d mto low Os enoengemm,M lurid est*M!Aerl rn the t ntonmso",a the cry. NOTICE TO OTHER$ENDORSEMENT-SCHEDULE NOTICE BY SU,RED'S REPRESENTATIVE A, If we cancel this Policy prior to its expiration date by notice 10 you cc the first Named Insured for any reason other theii: nonpayment of premium,we will endeavor,as sat out in ails endorsement,to sand mitten notice of casncellsdiort, to the piarar na or organizations hated In the eche€uule that you cc your representative create or maintain r `S bedttel by ellcMng your representative to send such note to such persona cc organizations. This notice witd be In**Won to our notice to ycxr or tie first Named Insured.,and any otter party whom we are required to notify by statute and In ad dentia with the cancellation provisions of ttre Policy. B. The nates referenced in this endorsement as povrrfed by your representative Is Intended orky to be a courtesy notifioailon to the person(s)cc argar zatiortM named in the Sohaduia in the event of a pending caitosliellon of coverage.We have no legal obligationt of any kind to any such parson(s)ort erdzatIcei(s).The faire to provide advance notification of rancstation to the person(s) cc organi t f s} shown in the Schedule will impose no obligation or liab 'ty of any kind upon us,.our agents or representaf,vats,will net extend any Policy cancellation dale and will not iw ate any conk-Outline of the Poicy, C. We .are not responsible for wartfytrgt arty iryorana4ikn in any Schedule, mar are we respansibie•for aray. Incorrect information tt et you or y+atar reprpsentat vc may tier:, Wu we only ba mcprxixihle for sonnerq sighs nnlirs;in yam narimsgtrOtativa,and vnar raptasmntatK'p will In tum sanrd t_+te norms to Ods persons or orrjantzartionts listed in the Schedule at toast 30 days pram to the cancellation dale epplizIttare to the Pdttay, Yeti will=Prorate with cls In provitfng the Schedule,or in causing your representative to provide the Scherj le, E. Tlic endorsement raoe;.r not Apply In the event that yeti c.Ardmi Rim Poli- JO other terms and condi ns of this Podcp'rerrtan unchanged. Authorized Rcpreseitalvrt WC 9g Cr3 Bs faint) Salo-1 rrr 1 Packet Page -1862- 7/12/2016 16.F.6. 16-6676-Lake Aeration Equipment for Pelican Bay Attachment 9:Bid Schedule Insert the prices for supply of each item listed in lines 1-8(Delivery included). 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) $ 12..i '7/0, 00 2 2 Plate 1 8 Solar Naples Grande (Back) $ 5 752-,Oa 3 4 Plate 2 3 Solar Lake Vista $ 4 4 Plate 2 4 Solar Georgetown (South) $ /j, T13,00 5 2 Plate 2 10 Solar Glenview $ 6--/ 1752.00 6 4 Plate 4 3 Solar Isle Verde $ /Z. 04'2.00 7 4 Plate 5 3 Solar Avalon $ /1, 6(0,00 8 4 Plate 5 5 Solar County Park $ 62)4f• 0 9 TOTAL $ j 21407 OD * Installation is not included in this solicitaiton. Prices shall be for supply of equipment and delivery to Pelican Bay only. Packet Page -1863- 7/12/2016 16.F.6. Coer County Email: adamnorthrup@colliergov.net Administrative Services Department Telephone: (239) 252-6098 Procurement Services Division FAX: (239) 6302 ADDENDUM #1 Memorandum Date: 06/14/2016 From: Adam Northrup, Procurement Strategist To: Interested Bidders Subject: Addendum# 1 16-6676—Lake Aeration equipment for Pelican Bay The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: The attached file, 16-6676 —Addendum 1 (insurance) replaces in total and updates Attachment 7: insurance and Bonding Requirements. All updates are noted in red. The total quantities of pipe/equipment listed below in line 9 should be included with the equipment requested in this bid. Pricing should be built into the amounts that will be provided on Attachment 9: Bid schedule. 5/8" I.D. 1" I.D. REMOTE LINE BASIN LAKE DESCRIPTION WEIGHTED WEIGHTED 1" PVC VALVE BOX • TUBING TUBING 1 1 7 Naples Grande (Front) 1500 ' 400' 300' 1 2 1 8 Naples Grande (Back) 350' 3 2 3 Lake Vista 1200' 4 2 4 Georgetown (South) 2000' 5 2 10 Glenview 350' 6 4 3 Isle Verde 2550' 7 5 3 Avalon 1500' 8 5 5 County Park 1450' 9 TOTAL 10900' 400' 300' 1 AddendumTemplate Revised:4/15/10 1 Packet Page -1864- 7/12/2016 16.F.6. AERATION WEIGHTED TUBING INFORMATION: 5/8" ID— 1 %4" OD weighted tubing from compressor to diffuser planted with Y4" 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. 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 belcif and return a copy of this Addendum wit your submittal for the above referenced solicitation. 1„ ` }„, i '77- 74 (Signator Date Rtt e eo i /! ° '1 e.�l v i;-- , ems LLC.,. (Name of Fiiin) v Packet Page-1865- 7/12/2016 16.F.6. Corner County Email: adamnorthru collier ov.net p@ g Administrative Services Department Telephone: (239) 252-6098 Procurement Services Division FAX: (239) 6302 ADDENDUM #2 Memorandum Date: 06/15/2016 From: Adam Northrup, Procurement Strategist To: Interested Bidders Subject: Addendum #2 16-6676 —Lake Aeration equipment for Pelican Bay The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: The following additional materials should be included in the pricing for the aerators provided on Attachment 9: Bid Schedule. 6 - Fiberglass or concrete pads 30x42x3 2 - Fiberglass or concrete pads 30x30x3 2 - 2° Steel mast post 10' long schedule 40 6—3" Steel mast post 10' long schedule 40 120—Stainless steel hose clamps for 5/8" tubing 12 -Stainless steel hose clamps for 1"tubing 55— Double barbed hose connectors for 5/8" tubing 5— Double barbed hose connectors for 1" tubing ***All tubing should be delivered in 100' length for handling purposes. 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 belo and return a copy of this Adden.14 m with your submittal for the above referenced solicitation. 6- 49 - /6 (Signature) Date 411/ A )6 ��` '�..-,1�/b - ' f' S L,.c (Name ,f Fi AddendumTemplate Revised:4/15/10 1 Packet Page -1866- 7/12/2016 16.F.6. C5 •• LICENSES HELD PI _. Ei' VI C E _. CC) MPANNN u YC,I , NVIn, N , -,N 7 4t rptEEDs jftori'ba IDeparttnent of floriculture sub Conliutner gotrbcesl ftoribs OpnrtPmeestricoid2CLerrtcttittcu�tie onuOtetur t ulrr Akratteg Pesticide Certification Office Commercial Applicator License Commercial Applicator License License CM22198 • `_ License# CM20467DuimEE, RICHARD 001i Categnrtel ' BOWLING,GEORGE] Categories 1220 N 1 ST1{ST" 5A 3600 SW 12TH PL SA .: APT N CAPE CORAL,FL 33914 1MtniORAf.1113,FL 34142 issued: March 25.2011 expires: March 31.2017 Issued:/ Oetebe ,2014 % Expires: June 30,2018 >: .:"--4;—: �-, v r<.. ,.a�., f 4� Signal ADO(IGtU1NAM,cOMMtssloMfft SBnaturso OW ADAM t].PtrrNAM,COMM185ldNga TtuW?it"r•iL'ttI•l""woiVI.Swar`t*I fl b CupowMR9.In,wrrhl,e.nlynely.wwwMCdw me.tura Lunn not,Iht,wd wide uw p,.vHro.of Clwpler40,FS.to pwelww and apply tastdewd um pudrldas. s ..�__ ---- - ' ,fttlrlba agepllrtlttent of f{gricidtare Silt Con umer ftethceS I - Pesticide Certification.Office ,. jflartba lcpartutcat of Silgricuiturc ant: ttrottgtcuter serines' - CoxamercialApplicator License Pesticide Certification Office . License# C14i22206 Commercial Applicator License , - License# CM20333 MCLAUG ILIN,MARK C '" Categories I ORANADOS, LUIS'ALBERTo Cnteaorics 281440 ST WEST SA,21,6 11350 OLD US HWY 27 21 LEIIIGHACRES,FL 3397I - 1".47 , CLEW ISTON,FL 33440 Issued: May 17,2013 Expires: May 31,2017 !Issuer]: April 24,2014 Expires:/ March 31,2018 • Oficefr.------L-- l.i - ,..(.4 l:e.^g„,..it — G ..Yw • :" - Stgnaturc of Licensee ADAM H.PU77PAM.COh1313S5161vc:tS1Saatut o of Lt MAME,PU.14474 COMMLSSIONER rho octavo i tiehloal h.Uao rod umius tin ere•Iiia..arClatkm 417.K.S.to puriLw«cud optdy tult,eed we Tito rbwaindividual lalicaucti miler dmptoylaimeofCseptas1'f,PS.to poem sad spylylumina we ' .p'''''' r. p>Aitaidw S 'TWA:r r!I / I r 6 n i a 36;' y -' _c l! 6g IFSAMM ML RM,r,'.''�� ;), QUALIFIEDI,* QUALIFIED S+rOTd1MIWAT'I3R 11�IANACn1Vtf;NT k- STORNIWATEIL MAlrIACCIViENT P ; INSPECTOttt INSPECTOR..Of Y� Thu undettign,.l heeeby erkuowle does dot f Thu undordlgoctl hurchy ncluirtw ednea that 4� Mark MCLIttlt;111117 klt s� George Bowling hat mwectarullynletoQrequirementelena nrytohefullytpudlllec Ihtnugh 0 ie` the C'inrWo Depumnenrot nnvlmnmeiunt Frtxceduu Stunmvn,er Ftoui..,n hat rurceedlully met all requirements memory to be fully unified through {. • f ` mai S,.dlmmtadan Cnttuol lnaptrotar'1'tuidng Ptvgtam the Plotkin 1?eparmsrntnf T.nvirontnental I'n,hxtinu Stnrmuzwr,limsion,and Sedimentation Control Inepcclot Training Pinpoint Woke. sura lY 1� t� ntmcr.rnnxt vetdv � ✓ _ pr.. �:. nr,f._ nuewt.1,2005• Q, C ,t'�1 i,,, q W , r-E -'1 11;1',,.. y nun1� o.Dour / Inepeawr L10152 'j/—j,4nn't i Tn1 • Ok 'S olig� Iii vih1 filii,rt�l • P 195 11�i 1171 At i COZPY41t�,it9,/1il4hl` i • >! _:1.:y.„: YYY' a1',...,,`•k+,+ .]�' :_`2+.±Cf.,-L.:J_,. , o` ' C f �i Y,: " �t^ I- 7flhrtna,.piHtHtent of t,( tculturC sub Cof.iuluer iperbt_c5- , 1 `t ";; Pesticide Certification Office t1ltrcllntiauaCacil>tZ►ofeClnrielt7tttre i4` • ',;ts. ,"�.`� i laumx.3"cua:Appficalor LiccrZse , az- Certifier 9raori5t .Yri i } i[) 4 License# CM23697 • S �r.�d_^�_/40,,,y__ SPURRIER. 'JEFFREY MICHAEL Categories I i:trim 22101IW 18TH PL 5A,21,6 . ' "•tk , .,....,w,,....w,.•1110rl,,M...,..>:1.•.1,,,.e...,,ia ir,it : CAPE CORAL,FL 33993 , �.t ;>; .i.L ''^ -a-•'•', •-•r 4 fW *, " Issued: June 30 2015 Expires: June 30,2019 ',IN( e . . . ." . . 7._,e••• per.-<Licons _ r'rrrY ADAM H.PUTNAM,COMB 7SSIO1•'IIt �:P o obovalndlrlduat is licensed udder au epter p 0.100setCh4L7.FSw. pm.b....,40tytnuiaa'an . e " t. BRANCH OFFICE 14250 Jetport Loop West.Fort Myers FL 33913-7712 USA I TpBCI(2t Page -1867-39 561 2883 WWW. gUOgenIYOgt,1CnIiCS.COft"1 - ��c°U°y Lee County Tax Collector 7/12/2016 16.F.6. Tax Co e. tor 2480 Thompson Street Fort Myers, Florida 33901 dte of FV:)‘- www.leetc.com Tel: 239.533.6000 Local Business Tax Account: 9603186 Dear Business Owner: Your 2015-2016 Lee County Local Business Tax Receipt is attached below. The receipt is non- regulatory and is issued using the information currently on file with our office. It does not signify compliance with zoning, health or other regulatory requirements nor is it an endorsement of work quality. Annual account renewal notices are mailed in August to the address of record at that time; to ensure delivery of your annual notice, mailing addresses may be updated online at www.leetc.com. If there is a change in the business name, ownership, physical location or if the business is being closed, please follow the instructions on the back of this letter to transfer or to close the account. I hope you have a successful year. fl-4-x4- Lee County Tax Collector Detach and display bottom portion and keep upper portion for your records eeCoo, LEE COUNTY LOCAL BUSINESS TAX RECEIPT 2015 - 2016 Tax Co e for ACCOUNT NUMBER: 9603186 ACCOUNT EXPIRES SEPTEMBER 30, 2016 sfe fe of ENpI\am May engage in the business of: LAWN AND/OR LANDSCAPING SERVICE Location 14250 JETPORT LOOP W Performing service in unincorporated Lee County is prohibited per FT MYERS FL 33913 Ordinance 08-08. THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY AQUAGENIX LAND WATER TECH INC AQUAGENIX/DE ANGELO BROTHERS INC THIS IS NOT A BILL-DO NOT PAY 14250 JETPORT LOOP W FT MYERS FL 33913 PAID 389238-20-1 08/14/2015 08:33 WEB $50.00 Packet Page -1868- 7/12/2016 16.F.6. Florida Department of Agriculture and Consumer Services Division of Marketing and Development Mayo Building M-38 Tallahassee, Florida 32308 69102 Business Mailing Address: DEANGELO BROTHERS,LLC DBA: AQUAGENIX 100 N CONAHAN DR HAZLETO N,PA 18201-7355 Location Address: AQUAGENIX 14250 JETPORT LOOP W FORT MYERS,FL33913-7712 Your official license appears below.This license should be detached along the dotted line and posted in a conspicuous area at your place of business,along with any other permits issued by this department. Cut Here `•EN/ ' q A1MEN7 State of Florida .....___ Dy_______ V 9�r p G v`�l $ Department of Agriculture and Consumer Services j o 4-1411 Division of Marketing and Development/Bureau of Agricultural Dealer's Licenses Issue Date: 03/02/2016 9G850-617-7150 Fee Amt Paid: $770 W. Tallahassee, Florida FEIN: 23-2332783 POST LICENSE License as Dealer in Agriculture Products Effective Date: 02125/201.6 CONSPICUOUSLY GOOD FOR ONE LOCATION This license is issued under authority of Section 604.15-604.34, Florida Statutes,to: Commodity Code: 11 12 Bonding Company: HARTFORD FIRE INSURANCE COMPANY License# 69102- Bond Amount: $5,000 Bond effective from 02/25/2016 through 02/24/2017 DEANGELO BROTHERS,LLC DBA: AQUAGENIX 14250 JETPORT LOOP W Field Representatives CHRISTOPHER WILLIAMS FORT MYERS,FL33913-7712 ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE This is to certify that the dealer in agricultural products whose name and address are shown above,has paid the required fee and has made an approved surety bond to the Commissioner of Agriculture as required by Sections 604.15-604.34,Florida Statutes,and is hereby granted this license as Dealer in Agricultural Products as defined in Section 604.15,Florida Statutes.This license is for a one year period. FDACS-16069 05/14 Packet Page -1869- 7/12/2016 16.F.6. Packet Page-1870- Aquagenix/DeAngelo Brothers LLC 7/12/2016 16.F.6. Fort Myers Branch Equipment List-2016 Trucks/Cir:Descriptlon Skltl 800 08 Chevrolet 1500 920 09 Chevrolet 1500 Ext Cab 4WD SB 921 09 Chevrolet 1500 Ext Cab 4WD SB 1078 2010 Dodge Ram 1500 1079 2010 Dodge Ram 1500 1641 13 Chevy Pick up 4x4 1773 14 Dodge Crew Cab PU 1774 14 Dodge Crew Cab PU 1775 14 Dodge Crew Cab PU 1776 14 Dodge Crew Cab PU 2040 2015 Chevy Equinox 751 2007 Chevy Colorado Trailers Deseriptior! :._..:_._._._ 38 1994 Trip(Dump trailer) 45 1994 HMDE Mu-71 58 91 American B-54 68 1991 Homemade Mu-78 72 92 American HMDE Mu-88 88 2000 CROL Mu-89 108 01 Southwest Mu-68 145 03 IRDO ATV-21 162 2004 TRUN M-40 170 05 SSP B-27 186 07 TCTC Mu-45 196 08 Trailstar B-60 238 2010 IMC All Pro Mu-86 242 10 Continental B-66 251 2010 Zieman Mu-63 256 2007 HMDE AB-70 298 04 Rockets B-77 330 2014 CRAG B-75 'Beate', Dese�lption Assoc EquIR.' B-27 92 Carolina Skiff T-170 B-54 05 Carolina Skiff T-58 B-60 08 Tracker T-196 8-66 10 EKH Carolina Skiff T-242 A-B 70 01 Airboat 12'FLZ T-256 B-75 11 Jon Boat N/A 8-77 04 Gheenoe T298 MulesDescription Skid 41 06 Kawasaki Mule T-162 60 2009 Kawasaki Mule T-108 63 09 Kawaski T-251 68 09 Kawasaki T-108 71 11 Kubota T-45 78 4X4 RTV T-68 86 2014 KubotaRTV Single Seat T-238 88 2014 Kubota RTV Single T-72 89 2013 Kubota RTV Single T-88 Mow_ere ;Description. _.. Aaso4 Equfp,'j 40 Scagg Turf Tiger T-162 21 09 Kawaski T-145 Packet Page-1871-