Loading...
Backup Documents 12/13/2016 Item #16C5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1TRO C 5 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNA Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office ic7-! 7/1M 4. BCC Office Board of County V Commissioners 0476-1 z_\2-S\\l+p 5. Minutes and Records Clerk of Court's Office PZ2Mil SC.et/1Si�n W4 'rte fti) ra '(j T. PRIMARY CONTACT INFORMATION a y t e primary contact is t person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact ff for additional or missing information. Name of Primary StaffW t/ Phone Number Contact/ Department a, ,7 kyrisz iov�C Agenda Date Item was Agenda Item Number ry Approved by the BCC /Z//3//6 l6 a C• S Type of Document ✓ � �� " A Number of Original Attached CA) f1'( 0 t�t»Gf'" 1 �I — LL `0J Documents Attached PO number or account number if document is P//.. to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column, whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? (; 2. Does the document need to be sent to another agency for additional signatures? If yes, provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. )14 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's /t� Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC oniL-l3-ii(enter date)and all changes made during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for the � ' ° Chairman's signature. 1:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16C5 Ann P. Jennejohn From: Ann P.Jennejohn Sent: Wednesday, December 28, 2016 4:42 PM To: Karlovich, Wayne Subject: Item #16C5 (12-13-2016 BCC Meeting) Attachments: #14-6213-81 (Quality Enterprises USA, Inc.).pdf Hi Wayvte, A copy of the work order under Contract #14-6213 w/Quality Enterprises USA, (Item #16CS) that was approved by the Board on December 13, 2016, is attached for your records. Thank you! Ann Jennejohn, Deputy Clerk Clerk of the Circuit Court Clerk to the Value Adjustwtent Board Collier County Board Minutes & Records Dept. 239-252-8406 Fax 239-252-8408 1 • 1 6 0 5 WORK ORDER/PURCHASE ORDER Contract 1413.13 "Underground Utility Contractors' Contract Expiration Date: July 7, 2018 This Work Order is for professional construction services for work known as: Project Name: NCWRF Oxidation Ditch No. 2 Equipment Replacement Project No: 70148.1.5 V The work is specified in the proposal dated October 21, 2016 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,this Work Order/Purchase Order is assigned to: Quality Enterprises USA, Inc. V Scope of Work: As detailed in the attached proposal and the following: * Task I Perform all Work as described in the Proposal * Task II Allowance for Owners Use as Directed Schedule of Work: Complete work within 210 days from the date of the Notice to Proceed which is accompanying this Work Order. The Contractor agrees that any Work Order that extends beyond the expiration date of Agreement# 14-6213 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the ,/ Firm in accordance with following method(s): MNegotiated Lump Sum (NLS) (Lump Sum Plus Reimbursable Costs (LS+RC) MTime & Material (T&M) (established hourly rate — Schedule A) n Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. Task I $334,065.00 NLS Task II $40,000.00 T&M TOTAL FEE $374,065.00 PREPARED BY: t/" ^ W Wayne lovic s -nior Project Manager Date g APPROVED BY: _ _ — _ 10/Z 7/1(c, Craig Pajermu ip. Project Manager Date Vim. APPROVED BY: J�i. T'm Chmelik, PPMD Department Director Date l�` Page 1 of 3 r 6 APPROVED BY: i2 ���% ,G/'? C .�., Robert VonHolle, NCWRF Plant Manager Date APPROVED _�_ , /0/2 �A 7 CVBeth(Johnss , Wastewater Director Date \\\ \� APPROVED BY: p ; z % 7171 ,‘ -----Dr./�'� , ge Yil•-az, ublic Utilities Administrator DR:: APPROVED BY: (ARAI it N ifr .70.on Hall, P curement Strategist Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally, the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Quality.E rprises USA, Inc. i PI 6' (1 ' Howar 3/Murrell, President Date (Remainder of page intentionally left blank) Page 2 of 3 16C5 IN WITNESS WHEREOF, the parties hereto, have each, respectively,by an authorized person or agent, have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E. Brock, Clerk of Courts COLLIER COUNTY, FLORIDA By: �.� A:� f kik By: Do a Fiala, Chairwoman Dated: 4' (SEi sst a`s to Chairman's signature only. Quality E e 'ses USA, Inc. )704P-d)(1°00 By:Firsness /4/ Si re Margarita Negron Howard J. Murrell, President TType/print witness nameT TType/print signature and titleT '-)7)/1 r Second Witness Marcie Cohen TType/print witness nameT Approved as/to T o and Legality: r 'j fc-G nc.p'� County Attorney Item# k1i2e-S se v R LR G L. Agenda is,t Print Name Date Dater ` kp Recd% ,� Deputy�CTto; Page 3 of 3 1605 Co ier county ..........„„.. Administrative Services Department Procurement Services Division REQUEST FOR QUOTATIONS FOR MULTIPLE PROJECTS UNDER CONTRACT #14-6213 "Annual Contract for Underground Utilities &General Contractors" Date: October 6, 2016 From: Swainson Hall, Procurement Strategist 239-252-8935, Telephone Number 239-252-6334, Fax Number swainsonhallcollierqov.net To: Potential Quoters Subject: RFQ 14-6213-81 NCWRF Oxidation Ditch 2 Equipment Replacement As provided in the referenced contract, the Collier County Procurement Services Division is soliciting quotes for the referenced project. RFQ Due Date: Friday, October 21, 2016 at 3:00 PM No Pre-Quote Meeting Pre-Quote Meeting: Please submit all questions online Q&A Deadline: Wednesday, October 19, 2016 at 5:00 PM Number of Days to Final Completion: 180 days to substantial + 30 days final = 210 days total �I II Scope Provided Yes Plans and Specs: Yes . Liquidated Damages: $1,100.00 per day Payment & Performance Bonds If over$200,000.00 ii Your quotation response for this project is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. We look forward to your participation in this request for information/quotation process. it Quality Enterprises USA, Inc. Firm's Complete Legal Name 239-43 200 239-435-7202 Tel umber/Fax Number p S' atu e 7 President Title / Howard J. Murrell 10/21/16 ✓ Print Name Date . C: Wayne Karlovich / Project Manager 1 RFQ 14-6213-81 QUOTE SCHEDULE 1 6 C COLLIER COUNTY QUOTE NO. 14-6213-81 QUOTATION OPENING DATE -OCTOBER 21, 2016 CONTRACTOR Quality Enterprises USA, Inc. NCWRF Oxidation Ditch 2 Equipment Replacement NORTH COUNTY WATER RECLAMATION FACILITY COLLIER COUNTY PUBLIC UTILITIES DEPARTMART Item Estimated Basis No. Description Quantity of Payment Total 1 Perform all Contract Work described in the Fact Sheet Lump Sum $334,065.00 2 Allowance Fund for Owners Use as Directed. This fund will be used only at the Owner's direction to address unforeseen electrical, mechanical, structural work, or equipment inspection and service work associated with replacement of the equipment. Inclusion of the Allowance Fund as part of the Quoted Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund. Time and Materials $40,000.00 TOTAL PRICE FOR ITEMS 1 AND 2 $ 374,065.00 1 C 5 Cao eT Count, Public Utilities Planning and Project Management FACT SHEET FOR: Project Name: NCWRF Oxidation Ditch 2 Equipment Replacement Contract# 14-6213-81 Contract Title: Underground Utility Contractors Project Manager Name: Wayne Karlovich Project Number(s): 73968.48.17 General Information The documents provided for this request for quotation are intended to provide the information by which prospective contractors may understand the requirements of Collier County relative to the removal and replacement of NCWRF Oxidation Ditch 2 Aeration Equipment. Prior to providing a quote,Contractor shall inspect the site and work area to review the site conditions and constraints that may affect the work. Project Description The North County Water Reclamation Facility(NCWRF) operates three oxidation ditches located in the northern portion of the treatment plant site for treating wastewater. All three tanks use Orbal aeration discs and equipment sold by Evoqua Water Technologies LLC. Oxidation Ditch #3 was recently renovated and is currently operational. Oxidation Ditch #2 was renovated about four years ago and requires minor equipment replacement. Oxidation ditch#1 requires a complete replacement of aeration equipment consisting of discs, shafts, bearings and drive units. Representatives from Evoqua have assessed the condition of existing equipment and have provided a proposal for materials and field service for Oxidation Ditch#2. Under this project all aeration equipment is being removed and replaced for Oxidation Ditch#2. Scope of Work: 1. Contractor shall purchase parts and services from Evoqua Water Technologies LLC as detailed herein and in the attached proposal from Evoqua Water Technologies LLC. Contractor shall supply additional components required to complete the work such as new stainless steel anchor bolts for the bearing base plates, grout, adhesives, lubricants, and other incidentals. 2. Contractor shall use qualified personnel or subcontractor(s)to disassemble the equipment and install new components. 3. Disassembly of the equipment may reveal the need for rehabilitation work in addition to that specifically included the quotation. Contractor shall inspect the equipment as the work progresses and notify the Owner of any additional parts in need of replacement. 4. Contractor shall supply and coordinate services from Evoqua Water Technologies LLC to certify that the part/equipment were installed properly, supervise startup,and provide operator instruction for the existing and newly installed equipment. 5. General requirements: a. All work shall be coordinated with the operational needs of the treatment plant. b. The work stated as `provide' means to furnish and install. NCWRF Ox Ditch 2 Equipment Replacement Page 1 of 2 • c. Contractor and subcontractors shall attend meetings with County staff to plan and schedule the work. d. No plant equipment or systems shall be shut down without permission from the NCWRF Plant Manager. e. Contractor shall reference the Collier County Utility Standards Manual for all construction activities. f. The Contractor shall supervise, plan, schedule and execute the Work. g. The Contractor shall unload, store, and provide labor, supervision, coordination and equipment for all aspects of the project. h. The NCWRF will have other construction projects ongoing.As a result,the Contractor shall coordinate his work with these other projects. This coordination may include submitting weekly schedules and cooperating with other contractors. i. Substantial completion shall be 180 days from the Notice to Proceed(NTP) j. Final completion shall be 210 days from the NTP. Pricing: • The contractor shall offer a proposal for the entire project as herein specified. • Include a line item called "Allowance for Owner's Use as Directed". The amount of the allowance shall be as listed in the Bid Schedule. This fund will be used only at the Owner's direction to address unforeseen electrical, mechanical or structural work associated with this project. Inclusion of the Allowance Fund as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance Fund. Liquidated Damages Should Contractor fail to complete the Work by the Final Completion date, liquidated damages shall be $1,100.00 for each calendar day thereafter until Final Completion is achieved. Reference Drawings • None Other Documents • Ox Ditch#2 Guidance • Tank 2 Parts List • Field Service Tank#2 NCWRF Ox Ditch 2 Equipment Replacement Page 2 of 2 , \ 0 $ : a o \ o40 � s. \ 3 % Ceol) f0 �0 oi\ < Is , 0o o o % otft El; 0 o 'a) S t f \ + S to% o 0 09 o yD o d r 0. » � $r � $ o - ° mss � % o 000c ) % % co 0 11.1« %p p v c. 7 0 9 r \ ® in Z 02. � J % , 0 III # Q ", & , \w' I # Iv Or « � Q = $ 0 O D s .... \ @ LI 1-.)J 0e1iPI Q¢ 2i. 0.0?0 �Zis 00 /�%� 0 « \ � 0in a \ k\� t ƒ 'O. ) 7O 3 t 7ƒ \ \k .0 - % \ f C. ° ° ƒ¥•\syy ƒ \ \ \ $ J ¥� \ \ % % t� ia � � � � S) \ % a7 \o \ ¥ - ° o ƒ $ ak 0) 0 A % « « o = 0 0 \ \ § { a ° c 3°0) t \ t7 % ,Y ® � / ° o 0 « s 'e » - 5 $ « a \ .0 -5. �' $ # \ yf ±\ at6c , _ A ® o3 % t « 3 ' \ \ 3 ± 99 \ % � t f \ a � e ±\� , \% o « \•1- t 6 » , « s ° m ® % \ � ta3 \ 9997 * «\ % % ¥ tt % f \ � \ � ° / f_ \ \\ % ° ° /® � 0 \� k� 16C5 EXHIBIT A PUBLIC PAYMENT BOND Bond No. 9234234 Contract No. 14-6213-81 KNOW ALL MEN BY THESE PRESENTS: That Quality Enterprises USA,Inc/ , as Princioal,and Fidelity and Deposit Company of Maryland , as Surety, located at 1299 Zurich Way,Schaumburg,IL 60196 (Business Address are held and firmly bound to Board of County Commissioners,Collier County,FL as Oblige in the sum of g hree HundredppHSp�eventy Pour Thousand Sixty Five ($374}065.00 ) for the payment whereof papers and we bind ourselves,our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 13th day of December 2016,with Oblige for NCWRD Oxidation Ditch No.2 Equipment Replacement-Contract Number. 14-6213-81 in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 13th day of December 20 16 , the name of under-signed representative, pursuant to authority of its governing body. Signed, sealed and delivered in the pre.- ce of: PRINCIPAL: f./ Quality Enterppes USA; nc. err. .% ',i esses - to Principal Name.` tcfward J,. Murrell Its: /President STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this 13th of December 20 16, by Howard J. Murrell as President of Quality Enterprises , a Virginia corporation, on behalf of the corporation. He/she is personally knower to me OR has produced N/A — Known as identification and did (did not)take an oath. My Commission Expires: 2/11/18 S ' (Signature of Notary) csvaaac.�a;.s szxsmaa, wmy, Marcie L. Cohen n �s „ o7c� ,n ! Name: EXPIRES Febrdary 11, 3 I (Legibly Printed) (AFFIX OFFICIAL S L) Notary Public, State of Florida Commission No.: FF 070688 Page-12- 1605 ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR Ffi sit ny of land n^A'1l V n Vart& As Attorney in Fact K thryn Snell / W u (Attach Power_of Attorney) Witnesses Ta y A.Ward 1299 Zurich Way,Schaumburg,IL 60196 (Business Address) Kathryn Snell,Attorney-in-Fact (Printed Name) 757-491-1100 (Telephone Number) STATE OF Virginia COUNTY OF Virginia Beach The foregoing instrument was acknowledged before me this 13th day of December 2016 by Kathryn Snell as Attorney-in-Fact of Fidelity and Deposit Company of Maryland , Surety, on behalf of Surety. He/She is personally known to me OR has produced a identification and who did(did not take an oath. My Commission Expires: September 30,2018 ( ignature of Notary) Name: Terri K.Strawhand (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Virginia AWHPNp Commission No.: 247448 IEA- K'ST P wi oie Nota®KhoiVK9 , noir rhos W 1474'18 913a2g18 Rea &)\res MY ocAl*se° _ Page-13- 1605 EXHIBIT A-2 PUBLIC PERFORMANCE BOND Bond No. 9234234 Contract No. 14-6213-81 KNOW ALL MEN BY THESE PRESENTS: That Quality Enterprises USA,Inc. , as Principal, and Fidelity and Deposit Company of Maryland , as Surety, located at 1299 Zurich Way,Schaumburg,IL 60196 (Business Address) are held and firmly bound to Board of County Commissioners Collier County,FL , as Oblige in the sum of Three Hundred Seventy Four Thousand Sixty Five Dollars and 00/100 ($ 374,065.00 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 13th day of December , 2016 , with Oblige for NCWRF Oxidation Ditch No.2 Equipment Replacement-Contract Number. 14-6213-81 in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys'fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. !' The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. ii 1 7 4 Page-14- 1605 This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this 13th day of December , 2016 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the pr=— ce of: PRINCIPAL: / / Quality Enterpri - • USA,I Ill , 1 A / /,f 44 i By: ,: W nesses a- o Principal Name:, .ward J Murrell Its: 'resident STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this 13th day of December 201 6 , by Howard J. Murrell , as President of Quality Enterprises USA. Inc. , a Virginia corporation, on behalf of the corporation. He/She is personally known to me OR has produced N/A - Known as identification and did (did not) take an oath. My i�,ssimiXpireS Fa I -N (Signature of Notary) ,.,, Name: Marcie L. Cohen � - (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Florida Commission No.: FF 070688 • Page -15- i ATTEST: SURETY: 1 6 C (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) r � OR 'Fund D sit C/47/pat of Maryland f�9 As Attorney in act atter nn I ��(` VV (Attach Powep%of Attorney) Witnesses Ta(Mmy A.Ward 1299 Zurich Way,Schaumburg,IL 60196 (Business Address) Kathryn Snell,Attorney-in-Fact (Printed Name) 757-491-1100 (Telephone Number) STATE OF virginia COUNTY OF Virginia Beach The foregoing instrument was acknowledged before me this 13th day of December , 2016 , by Kathryn Snell , as Attorney-in-Fact Of Fidelity and Deposit Company of Maryland , Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: September 30,2018 ,e,�.n(1 ����� (Signature of Notrry) Name: Terri K.Strawhand (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Virginia K.STRAWHANQ Commission No.: 247448 'nry Public ,r of Virginia My Commis Page -16- 16C5 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Mark C.BUNDY,Tammy A.WARD,Terri K.STRAWHAND and Kathryn SNELL,all of Virginia Beach, Virginia, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 21st day of April,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND "14°4 4,... r.. �e , l it, .t ‘N iges.......)1 ,0_,:,. 2-- Ajto D �0 Secretary Vice President Eric D.Barnes Michael Bond State of Maryland FOR YOUR PROTECTION, County of Baltimore LOOK FOR THE ZURICH WATERMARK On this 21st day of April,A.D.2016,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,MICh AEL BOND,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals apd officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth ancl,saith,that he/she is,the said- officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written: .itC,•L .G 92,,,,,,,;_,0. Qa.,,,a ',F,,‘,,,',.<1:,, .41'. 'i,'`1'"Upi�hefr'' Maria D.Adamski,Notary Public My Commission Expires:July 8,2019 POA-F 176-3814A 16C5 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. TESTIM Y WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of �� (Y1 ,20 . r74 i e i:i -' BBALAYSj 1J Gerald F.Haley,Vice President STT A ?RD CERTIFICATE OF LIABILITY INSURANCE AT6M YYYY) CGE 12/15/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Rutherfoord NAMERutherfoord,A Marsh&McLennan Agency LLC Company PHONE 757-456-0577 FAX 222 Central Park Avenue (A/C No Est) (A/C.Not: Suite 1340 E-MAIL DRess•certificates@rutherfoord.com Virginia Beach VA 23462 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:American Zurich Insurance Company 40142 INSURED INSURER B:American Guarantee and Liability In 26247 Quality Enterprises USA Inc& INSURER C:Great American E&S Insurance Compan 37532 Quality Environment Company, Inc. 3494 Shearwater Street INSURER D Naples FL 34117 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:509787648 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MMIDDIYYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY GL0017931101 7/1/2016 7/1/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $300,000 MED EXP(Any one person) _ $10,000 PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X 178: LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP017930901 7/1/2016 7/1/2017 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY AUTOS ONLY (Per accident) X Comp $1000 X Coll$1,000 PIP $$10,000 aggre. B UMBRELLA LIAB X OCCUR AUC017426602 7/1/2016 7/1/2017 EACH OCCURRENCE _ $15,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 DED RETENTION$ $ A WORKERS COMPENSATION WC017931001 7/1/2016 7/1/2017PER DTH- AND EMPLOYERS'LIABILITY X STATUTE ER Y/N� ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE•POLICY LIMIT $1,000,000 C Pollution Liability CSE334229701 7/1/2016 7/1/2017 $1,000,000 each claim $1,000,000 Aggre DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: For Any and All County projects Collier County Commissioners are included as additional insureds under the General Liability policy as respects to work performed by the insured as required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Board of County Commissioners of Collier County, Florida THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples FL 34112 AUTHORIZED REPRESENTATIVE 3,1L, Ccuru9St©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 16C5 .... AGGRO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/15/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Rutherfoord NAME: Rutherfoord,A Marsh&McLennan Agency LLC Company PHONE 757-456-0577 FAX 222 Central Park Avenue (A/C.No F:t)• (A/C.No): Suite 1340 n DRESS:certificates@rutherfoord.com Virginia Beach VA 23462 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:American Zurich Insurance Company 40142 INSURED INSURER B:American Guarantee and Liability In 26247 Quality Enterprises USA Inc& INSURER c:Great American E&S Insurance Compan 37532 Quality Environment Company, Inc. 3494 Shearwater Street INSURER D: Naples FL 34117 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:509787648 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) A x COMMERCIAL GENERAL LIABILITY GL0017931101 7/1/2016 7/1/2017 EACH OCCURRENCE _$1,000,000 __ DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $300,000 - MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JE LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP017930901 7/1/2016 7/1/2017 Eaa accident)OMBINED—SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) _$ X Comp $1000 X Coll$1,000 PIP $$10,000 aggre. B UMBRELLA LIAB X OCCUR AUC017426602 7/1/2016 7/1/2017 EACH OCCURRENCE $15,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 DED RETENTION$ $ A WORKERS COMPENSATION WC017931001 7/1/2016 7/1/2017 X PER STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y/N ANYY IPROPRIETORPARTNERE ECUTIVE N N/A E.L.EACH ACCIDENT $1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Pollution Liability CSE334229701 7/1/2016 7/1/2017 $1,000,000 each claim $1,000,000 Aggre DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: For Any and All County projects Collier County Commissioners are included as additional insureds under the General Liability policy as respects to work performed by the insured as required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Board of County Commissioners of Collier County,Florida THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples FL 34112 AUTHORIZED REPRESENTATIVE ail-. ra. Cla.vt..9k ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD