Loading...
Agenda 07/11/2017 Item #11F07/11/2017 EXECUTIVE SUMMARY Recommendation to declare that emergency conditions exist at Clam Pass, waive the Procurement Ordinance, ratify Quote Request 17-7181 with the compressed solicitation schedule, and authorize the County Manager or his designee to enter into a contract with Donald Dachuk Tractor Service for $84,500 and authorize a budget amendment in the amount of $54,500. ______________________________________________________________________________ OBJECTIVE: To quickly mobilize a site work contractor to excavate the inlet and re-grade the affected areas of the beach to avoid further impacts to Clam Pass. CONSIDERATIONS: The Clam Bay NRPA is a 560 acre estuarine system consisting of beaches, shallow bays, tidal creeks, seagrass beds, mangrove forests, and Clam Pass. This environmentally sensitive asset is managed by the Pelican Bay Services Division (PBSD). In 2016, PBSD obtained a 10 - year maintenance dredging permit from the Army Corps of Engineers and the work being contemplated is applicable to the permit. Over the past year, severe weather conditions that included Tropical Storm Colin (June 2016), Hurricane Hermine (September 2016), and most recently Tropical Storm Cindy, have contributed to reduced inlet stability. These storms have pushed a portion of the ebb shoal onto the beach creating a spit that pushes the inlet to the north. In addition, wave action has eroded a portion of the upland beach causing a steep escarpment that will require re-grading to a more natural slope. To avoid further impacts to the Pass, engineering firm Humiston & Moore have recommended excavation of the recently formed spit, which will restore the inlet channel to its original permitted location, refill the channel that has meandered, and re-grade the inlet banks to the original permitted design template. Staff is working with the engineering firm Humiston & Moore to obtain the required Notice To Proceed from Florida Department of Environmental Protection and U.S. Army Corps of Engineers. On June 27, 2017, the Board voted unanimously to endorse the TDC’s recommendation and authorized the expenditure of Category “A” Tourist Development Tax funds up to $57,600 for excavation of the Clam Pass inlet and regarding of the adjacent beaches, made a finding that this expenditure promotes tourism, and authorized the necessary budget amendment in the amount of $30,000. The Pelican Bay Foundation agreed to reimburse the County for the proportionate share of any sand that it receives on its beach, although the amount is not know today. On June 28, 2017, staff distributed Quote Request 17-7181 to three (3) potential contractors with a compressed due date of June 30, 2017. The specifications informed the bidders there may be unknown site conditions at the time construction commences. Therefore, a project contingency of $6,000 and a bid alternate is included in the total cost. The bid alternate is to conduct additional work with the already mobilized equipment based on site conditions at the time construction commences and the cost is based on a daily rate. 07/11/2017 Three (3) quotes were received and are summarized in the table below. VENDOR QUOTATION BID ALTERNATE TOTAL Donald Dachuk Tractor Service $81,000 $3,500 $84,500 Earth Tech Enterprises $86,600 $7,000 $93,600 Eastman Aggregate Enterprises $118,812 $14,820 $133,632 The Board established an amount of fifty thousand dollars ($50,000) as the County’s threshold for formal competitive solicitation with a standard advertising period of thirty (30) days; however, following the Board’s initial approval, staff received the beach sand survey, which shows the current beach at Clam Pass near the inlet in excellent condition. Therefore, sand will need to be truck-hauled up to one-half mile south to remain on the public beach, which resulted in higher construction quotes than originally estimated. This cost to truck haul sand of $14.00/cubic yard is substantially less than the $45.00/cubic yard for this fall’s beach renourishment. As a result, staff is recommending that the County incur the additional expense to renourish the beach at Clam Pass Park. Staff is requesting that the Board declare that emergency conditions exist at Clam Pass, waive the Procurement Ordinance, ratify Quote Request 17-7181 with the compressed solicitation schedule, and authorize the County Manager or his designee to enter into a contract with Donald Dachuk Tractor Service for $84,500. FISCAL IMPACT: The total estimated cost for the Clam Pass inlet excavation and re-grading project is $112,100. Engineering, permitting, surveying, and monitoring fees are estimated to be $27,600 and the revised cost for construction is $84,500. $27,600 is presently available in Clam Pass Dredging project 88032 in TDC Beach Renourishment and Inlet Maintenance Fund (195) and the Board authorized $30,000 in additional TDC funds making total available funding $57,600. Additional funding in the amount of $54,500 is needed and a budget amendment moving funding from Fund 195 reserves is required. The Pelican Bay Foundation will reimburse Collier County for the proportionate share of any sand that it receives on its beach. GROWTH MANAGEMENT IMPACT: None LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney's Office, is approved as to form and legality, and requires majority vote for approval. -JAK RECOMMENDATION: That the Board of County Commissioners declare that emergency conditions exist at Clam Pass, waive the Procurement Ordinance, ratify Quote Request 17 -7181 with the compressed solicitation schedule, and authorize the County Manager or his designee to enter into a contract with Donald Dachuk Tractor Service for $84,500, and authorize the necessary budget amendment. Prepared by: Lisa Jacob, Project Manager, Pelican Bay Services Division Approved by: Neil Dorrill, Administrator, Pelican Bay Services Division 07/11/2017 ATTACHMENT(S) 1. 17-7181 - Clam Pass Quote request (DOCX) 2. 17-7181 - Technical Specs Quote Request 062817 (DOCX) 3. 17-7181 - Plans Quote Request- 062817 (PDF) 4. 17-7181 - Dachuk Tractor Quote (PDF) 5. 17-7181 - Earth Tech Quote (PDF) 6. 17-7181 - Eastman Aggregates Quote (PDF) 7. R-42-XSection-5July17 (PDF) 07/11/2017 COLLIER COUNTY Board of County Commissioners Item Number: 11.F Doc ID: 3478 Item Summary: Recommendation to declare that emergency conditions exist at Clam Pass, waive the Procurement Ordinance, ratify Quote Request 17-7181 with the compressed solicitation schedule, and authorize the County Manager or his designee to enter into a contract with Donald Dachuk Tractor Service for $84,500, and authorize a budget amendment in the amount of $54,500 (Neil Dorrill, Pelican Bay Administrator) Meeting Date: 07/11/2017 Prepared by: Title: Executive Secretary to County Manager – County Manager's Office Name: MaryJo Brock 07/05/2017 12:01 PM Submitted by: Title: County Manager – County Manager's Office Name: Leo E. Ochs 07/05/2017 12:01 PM Approved By: Review: Procurement Services Ted Coyman Additional Reviewer Completed 07/05/2017 1:56 PM County Manager's Office Tim Durham Additional Reviewer Completed 07/05/2017 2:07 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 07/05/2017 12:07 PM Budget and Management Office Mark Isackson Additional Reviewer Completed 07/05/2017 2:10 PM Budget and Management Office Ed Finn Additional Reviewer Completed 07/05/2017 2:48 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 07/05/2017 3:58 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/05/2017 4:44 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/11/2017 9:00 AM 1 RFQ Quote Request for Department Use_06132026 All quotes must be made on the Quote form furnished by the County. No Quote will be considered unless the Quote form is properly signed. 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, time and materials or unit price. DATE SENT: 6/28/2017 DESCRIPTION: Clam Pass Emergency Site Work REQUIRED DELIVERY DATE: Start work on or about July 5th 2017 AWARD CRITERIA: Low line 4 Bidder COUNTY CONTACT INFORMATION: Name Phone/fax number Email address Quotation Due Date Adam Northrup 239-252-6098 Adamnorthrup@colliergov.net 6/30/2017; 3:00PM BASE BID Item Description Unit of Measure Quantity Unit Price Total 1 Mobilization & Demobilization1 Lump Sum 1 2a Channel Excavation & Beach Disposal2, 4 Stations 0+50 to 3+30 Cubic Yard 4,300 cy 2b Cut/Fill Grading along Inlet Banks Lump Sum 5,600 cy 3 Project Contingency $6,000 $6,000 4 Total ALTERNATE ITEMS Item Description Unit of Measure Quantity Unit Price Total 5 Bid Alternate3 Daily Rate 1 1.Access for equipment mobilization shall be from the Vanderbilt Beach access north of the project. 2.This quantity is based on the June survey conducted by Park Coastal Surveying, Inc. The quantity listed at 4,300 cy represents the design grade and includes the over-depth allowance of 6 inches. 3.The Bid Alternate is to conduct additional work with the mobilized equipment based on site conditions at the time construction commences. This is to be provided based on a daily rate. Optimal partial channel excavation between stations 3+30 to 5+10 to restore flow connection based on conditions at the time work commences. Estimated amount 1,400 CY. 17-7181 - Quote Request 2 RFQ Quote Request for Department Use_06132026 4. Post Construction Survey can be a combination of pay surveys completed under the direction of a registered Professional Surveyor and Mapper. 5. Please state the shortest amount of time your firm can complete this project from receipt of a written Notice to Proceed from the County (in days). ____________ 6. Please state the earliest date your firm can start this work. ___________ Contractor Signature: ___________________________________________________________________________ Date: ____________ 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 (www.sunbiz.org\search.html) 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 __________________________________________________ 3 RFQ Quote Request for Department Use_06132026 Exhibit I: Standard Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or 4 RFQ Quote Request for Department Use_06132026 services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities Act and all prohibitions against 5 RFQ Quote Request for Department Use_06132026 discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations 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 conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 6 RFQ Quote Request for Department Use_06132026 State of Florida (Select County if Vendor is described as a Local Business (Check box below) 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 15 of the Collier County Procurement 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, suppor t 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 . 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. Contractor Name: __________________________________________________________ Date: __________________ Collier or Lee County Address: _____________________________________________________________ Signature:______________________________________________________ Title:________________ STATE OF FLORIDA COLLIER COUNTY LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this __________ Day of ______________, 20_____. _____________________________________________ Notary Public My Commission Expires: ________________________ (AFFIX OFFICIAL SEAL) Attachment I Affidavit for Claiming Status as a Local Business 7 RFQ Quote Request for Department Use_06132026 Attachment II: Vendor Submittal - Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for 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 Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. Automobile Liability $ 500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence 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 Employee Dishonesty / Crime $__________ Per Occurrence 8 RFQ Quote Request for Department Use_06132026 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 Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the 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 finan cial 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 6/28/2016 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 _________________ 9 RFQ Quote Request for Department Use_06132026 Attachment III: Technical Specifications See Attachment titled: 17-7181 – Technical Specs – 062817 10 RFQ Quote Request for Department Use_06132026 Attachment IV: Plans See Attachment titled: 17-7181 – Plans – 062817 Attachment III: 2017 CLAM PASS MAINTENANCE TECHNICAL SPECIFICATION JUNE 27, 2017 DRAFT Section Title Page SECTION 1 Scope of Work ....................................................................................... TS- 2 SECTION 2 Access Limitations ................................................................................. TS- 2 SECTION 3 Order of Work ........................................................................................ TS- 2 SECTION 4 Notice to Mariners ................................................................................. TS- 2 SECTION 5 Soil Conditions ...................................................................................... TS- 3 SECTION 6 Excavation and Grading ........................................................................ TS- 3 SECTION 7 Beach Fill .............................................................................................. TS- 3 SECTION 8 Environmental Protection ...................................................................... TS- 5 SECTION 9 Final Cleanup ........................................................................................ TS- 8 SECTION 10 Restriction of Access by Public.............................................................. TS- 9 SECTION 11 Beach Compaction and Tilling ............................................................... TS- 9 2017 Clam Pass Maintenance - Technical Specification TS-2 1. SECTION 1 SCOPE OF WORK 1.1. The WORK consists of furnishing all labor, materials, and equipment, and performing all tasks necessary for the completion of maintenance excavation of approximately 4,300 cubic yards (cy) of the Clam Pass channel and grading and grading of approximately 5,600 cy of sand along the inlet banks. The area to be dredged consists of stations 0+50 through 3+25. 1.2. The project involves placement of beach compatible sand from the designated area to be excavated and graded on the beach south of the inlet along the beach area of Clam Pass park and north within the existing channel and along the existing escarpment as shown on the Contract Drawings. 1.3. This WORK must be completed in accordance with the plans and these specifications within the Contract Time as specified in the Contract and in strict compliance with all regulatory authorizations. These authorizations include a Florida Department of Environmental Protection (DEP) Consolidated Joint Coastal Permit and Sovereign Submerged Lands Authorization No. 0128463- 001-JC and U.S. Army Corps of Engineer’s Permit No. 199602789 (IP-CC). 1.4. The CONTRACTOR shall be solely responsible for all construction means, methods, procedures, techniques, including the layout of the work and sequence of construction to complete the WORK in compliance with the regulatory authorizations, plans, and these specifications. 2. SECTION 2 ACCESS LIMITATIONS 2.1. The project area is accessible by land through construction access at Vanderbilt Beach. Contractor shall be responsible for restoration of that area should there be any damage to using the access to return the access to its pre- construction condition. CONTRACTOR is responsible for documenting conditions of the access prior to use for this project. When access the project site, the Contractor shall be responsible to ensuring that the County staff or environmental species monitors for this project provide sufficient clearance and guidance for walking the equipment to the project area. 3. SECTION 3 ORDER OF WORK 3.1. The order of work is at the discretion of the CONTRACTOR. 3.2. Work which involves grading, tilling, transport of equipment or any other construction activity on the beach shall be conducted in accordance with all county, state and federal authorizations for this project. 4. SECTION 4 NOTICE TO MARINERS 4.1. CONTRACTOR shall be responsible for notifying the U.S. Coast Guard in sufficient time to allow for publication of a Notice to Mariners for this project. The local Coast Guard contact is; Commander (OAN) U.S. Coast Guard 909 SE First Avenue Brickle Plaza, Federal Building Miami, Florida 33131-3050 Attention: Bernie Dukes. 305-536-4869 2017 Clam Pass Maintenance - Technical Specification TS-3 5. SECTION 5 SOIL CONDITIONS 5.1. This is a maintenance project and the material to be excavated and graded is anticipated to be recently accumulated beach quality sand which has been transported by wave action along the beach. The excavation shall be done to avoid placing any non-beach compatible material on the beach. Should clay, peat or other non-beach compatible material be encountered, that material should be stockpiled at a location directed by the County or ENGINEER to be disposed of properly upon project completion. Changes in depths of excavation, grading, and fill placement limits must be approved by the Project Manager. If non beach compatible material at or near the design grade or side slopes is placed on the beach, the CONTRACTOR will be responsible for clean up at no additional cost to the County. 6. SECTION 6 EXCAVATION AND GRADING 6.1. The WORK covered by this section consists of furnishing all labor, materials, and equipment, and performing all construction stake-out, excavation, and transport of the excavated material from the areas designated to be excavated and graded to the designated fill areas. 6.2. The information discussed in SECTION 5.0 describes potential variability in the material which will necessitate selective excavation by the CONTRACTOR. Previous dredging in Clam Pass has identified the existence of strata near the lower limit of the dredging which contains material unsuitable for beach disposal. This has been the case further inside the inlet flood shoal region and is not expected between Stations 0+50 and 3+25. Should unsuitable material near the maximum depth of excavation or grading be encountered, the maximum depth of excavation may be reduced by the PROJECT MANAGER to avoid dredging unsuitable beach material. 6.3. Historical Artifacts. During the construction project, should the CONTRACTOR uncover any historic artifacts of archeological and public interest, the CONTRACTOR shall notify the PROJECT MANAGER immediately. CONTRACTOR and develop an appropriate plan to move forward while protection such artifacts. 6.4. CONTRACTOR shall continuously monitor tide levels and depth of digging to insure that the authorized depth limits are not exceeded. 6.5. Contractor shall include the beginning and ending position stationing of the excavation, grading and fill placement on the daily report forms. 7. SECTION 7 BEACH FILL 7.1. The WORK covered by this section consists of furnishing all labor, materials and equipment and performing all tasks necessary, including stakeout of the work, for the placement of sand on the beach fill area within the lines and grades shown on the plans. 7.2. CONTRACTOR shall establish the lines and grades of the beach fill as the WORK progresses and maintain such control as necessary to insure accurate placement of the fill. Wherever grade stakes are used within the limits of fill placement, the CONTRACTOR will be responsible for the removal of all stakes prior to completion of the project. Wooden stakes shall not be used. 2017 Clam Pass Maintenance - Technical Specification TS-4 CONTRACTOR shall be responsible for keeping a record of all grade stakes used in the project either for fill, grading or excavation. 7.3. Only beach quality material is to be placed on the beach. Based on previous dredging in this project area, it is anticipated that most of the material to be excavated or graded can be placed on the beach. However, material removed from the design cut or grade which is not beach compatible may not be placed on the beach and must be removed and disposed of off site at a location approved by the PROJECT MANAGER. 7.4. The CONTRACTOR will establish lines and grades for the beach fill phase of the WORK. Lines and grades will be set in accordance with standard practice and at such reasonable intervals as will expedite the CONTRACTOR's WORK. The tolerances in the beach fill grade are plus or minus one half foot on all grades above 0 NGVD. Final dressing will then be required. The CONTRACTOR is required to grade the slope above NGVD to a slope of 1V:10H to reduce the natural readjustment of the fill due to wave action. 7.5. The design berm elevation is +5.0 feet NAVD. The berm construction shall be no lower than +4.5 feet NAVD and no higher than +5.5 feet NAVD. This tolerance will allow for some minor seaward taper of the fill to eliminate ponding. If adjustments to these elevations are necessary due to limited access around the existing structures at Clam Pass Park, they must be approved by the ENGINEER in advance. 7.6. Fill Placement. Placement of beach fill material shall not encroach beyond the continuous vegetation line where such a line exists. Beach fill will be placed beneath the seaward most end of structures to raise the existing grade to +5.0 feet NAVD. The CONTRACTOR shall exercise due caution when placing material near the existing structures. The CONTRACTOR shall stockpile sufficient material near the existing structures and use equipment or manual labor as deemed appropriate to spread the fill near and beneath the existing structures to meet the design contours. It shall be the sole responsibility of the CONTRACTOR to insure that the existing structures are not damaged in the process and the CONTRACTOR shall be responsible for any damage to the existing structures as a result of the placement of the beach fill. 7.7. The ENGINEER reserves the right to vary the width and grades of the beach fill as shown on the plans in order to establish a uniform beach for the entire length of the beach disposal. 7.8. The CONTRACTOR shall be responsible for removal of all stakes used in the establishment of the beach fill grades, placement of the beach fill, graded areas adjacent to the inlet and inlet channel excavation. 7.9. The CONTRACTOR will be responsible for compliance with the water quality standards required by the regulatory permits. 7.10.Dressing. Upon completion of all filling operations, the fill shall be graded and dressed so as to eliminate any undrained pockets and abrupt humps and depressions in the beach fill surfaces as necessary to comply with specified tolerances. The landward limit of the fill shall tie in to the existing upland grade to the maximum extent practicable, with a slope that shall not be steeper than one foot vertical change within two feet horizontal change. Any drainage swales through the beach and dune area shall be eliminated. The bank caused by 2017 Clam Pass Maintenance - Technical Specification TS-5 wave forces shall be graded down to a slope not steeper than one (1) vertical on ten (10) horizontal. The CONTRACTOR will not be required to perform dressing below mean low water. 7.11. Rock Rubble or Debris. Should rock, rubble or any other debris larger than two (2) inches in diameter be encountered during excavation, the CONTRACTOR will adjust the excavation or reduce the excavation depth to avoid placing such debris material on the beach. CONTRACTOR shall be responsible for removing any such rock which is placed on the beach. CONTRACTOR shall remove from the site of the work all snags, driftwood and similar debris lying within the limits of the beach fill section, as directed by ENGINEER, before placement of the fill. All materials removed shall be disposed of in an area provided by and at the expense of the CONTRACTOR and approved by the ENGINEER. Grading and other construction equipment will not be permitted outside the construction limits except for ingress or egress to and from the site by way of construction access approved by ENGINEER. 8. SECTION 8 ENVIRONMENTAL PROTECTION 8.1. For the purpose of this specification, environmental protection is defined as the retention of the environment in its natural state to the maximum extent possible during project construction and to enhance the natural appearance in its final condition. Environmental protection requires consideration of air, water, and land, and involves noise, solid waste management as well as other pollutants. In order to prevent any environmental pollution arising from the construction activities in the performance of this Contract, the CONTRACTOR and his Subcontractors shall comply with all applicable Federal, State and local laws and regulations concerning environmental pollution control and abatement. 8.2. Subcontractors. Compliance with the provisions of this section by the Subcontractors will be the responsibility of the CONTRACTOR. 8.3. Prevention of Landscape Defacement. 8.3.1.The CONTRACTOR shall not deface, injure, or destroy trees or shrubs, nor remove or cut them without the authority of the PROJECT MANAGER. Ropes, cables, or guys shall not be fastened to or attached to any existing nearby trees or existing structures. Where the possibility exists that trees may be defaced, bruised, injured, or otherwise damaged by the CONTRACTOR's equipment or operations, the CONTRACTOR shall adequately protect such trees. Monuments and markers shall be protected before construction operations commence. 8.3.2. Restoration of Landscape Damage. Any trees, beach vegetation, or other landscape feature scarred or damaged by the CONTRACTOR's equipment or operations shall be restored to a condition satisfactory to the PROJECT MANAGER. Restoration of scarred and damaged trees shall be performed in an approved manner by experienced workmen. Trees damaged beyond restoration shall be removed and disposed of by CONTRACTOR in a manner approved by PROJECT MANAGER. Trees that are to be removed because of damage shall be replaced at the CONTRACTOR's expense by nursery-grown trees of the same species or a species approved by the PROJECT MANAGER. The size and quality of nursery-grown trees shall also be approved by the PROJECT MANAGER. 2017 Clam Pass Maintenance - Technical Specification TS-6 8.3.3. Any upland storage areas required by the CONTRACTOR shall be the responsibility of the CONTRACTOR, and the CONTRACTOR shall obtain all necessary approvals for any such areas. 8.4. Post-Construction Cleanup or Obliteration. The CONTRACTOR shall obliterate all signs of construction WORK areas, waste materials, or any other vestiges of construction, including grade stakes, as directed by PROJECT MANAGER. The area will be restored to near natural conditions. 8.5. Spillage. Special measures shall be taken by the CONTRACTOR to prevent bilge pumpage or effluent, chemicals, fuels, oils, greases, bituminous materials, waste washing, herbicides and insecticides and from entering public waters. 8.6. Disposal. Disposal of any materials, wastes, effluent, trash, garbage, oil, grease, chemicals, etc., in areas adjacent to streams or other waters of the State shall not be permitted. If any waste materials are dumped in unauthorized areas, the CONTRACTOR shall remove the material(s) and restore the area(s) to the original condition. If necessary, contaminated ground shall be excavated, disposed of as directed by ENGINEER, and replaced with suitable fill material, compacted and finished with a suitable and compatible top layer of material and planted as required to reestablish vegetation. 8.7. Additional Costs. No separate payment will be made for the prevention, control, or abatement of environmental pollution, and all costs in connection therewith or incidental thereto shall be included in the applicable unit price per cubic yard for excavation. 8.8. Turbidity 8.8.1. Turbidity monitoring as required in the DEP permit and as described in this section will be conducted by the Project Wetland Biologist. The CONTRACTOR shall assist the Project Wetland Biologist with the turbidity monitoring by providing transportation to the monitoring locations, and shall provide such information on the location of the excavation as needed to complete the monitoring reports to the DEP, as needed. It is the CONTRACTOR’s responsibility to conduct the Work so that the project remains in compliance with the DEP water quality standards with regard to turbidity. 8.8.2. Any and all turbidity monitoring shall be conducted in accordance with state and federal permit requirements. 8.8.3.Turbidity Violations 8.8.3.1. Report of any violations is required by the DEP permit. If monitoring reveals an apparent violation of the State Water Quality Standard for turbidity, all construction activities must cease immediately. The occurrence of the violation must be reported to the ENGINEER immediately as well as corrective actions proposed by the CONTRACTOR to reduce turbidity. Upon instructions from the ENGINEER, corrective measures as approved by the ENGINEER shall be undertaken immediately. 8.8.3.2. If a turbidity violation has occurred, turbidity sampling after the corrective measures have been taken shall resume in the same locations. The samples shall be taken in the same manner as the 2017 Clam Pass Maintenance - Technical Specification TS-7 routine monitoring and at the same locations. If sampling still indicates that State Water Quality Standards are being violated, sampling shall occur at two hour intervals until the samples indicate no violation is present. In no case shall the Work shall resume until a set of samples indicate that the State Water Quality Standard for turbidity is no longer being violated. 8.9. Manatees 8.9.1. In order to ensure that manatees are not adversely affected by the construction activities as described in these specifications, the State DEP permit requires the following as deemed appropriate for water related activities: 8.9.1.1. The CONTRACTOR shall instruct all personnel associated with the project of the potential presence of manatees and the need to avoid collisions with the manatees. CONTRACTOR shall be responsible for all construction personnel to observe water-related activities for the presence of manatees, and shall implement appropriate precautions to ensure protection of manatees. 8.9.1.2. CONTRACTOR shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act of 1972, the Endangered Species Act of 1973, and the Florida Manatee Sanctuary Act. The CONTRACTOR will be held responsible for any manatee harmed, harassed, or killed as a result of construction of the Project. 8.9.1.3. Prior to commencement of construction of the Project, the CONTRACTOR shall construct and display temporary signs concerning manatees. 8.9.1.3.1. A sign measuring at least 3 ft. by 4 ft. which reads “Caution Manatee Area” will be posted if vessels are associated with the construction, and should be placed visible to the vessel operator. 8.9.1.3.2. For all vessels, a temporary sign at least 8 1/2" X 11" reading "Caution: Manatee Habitat. Idle speed is required if operating a vessel in the construction area. All equipment must be shut down if a manatee comes within 50 feet of operation. Any collision with and/or injury to a manatee shall be reported immediately to the Florida Marine Patrol at 1-800-DIALFMP (1- 800-342-5367). The U.S. Fish and Wildlife Service should also be contacted in Jacksonville (1-904-232-2580) for north Florida or in Vero Beach (1-407-562-3909) for south Florida”. 8.9.1.4. Siltation Barriers, if used, shall be made of material in which manatees cannot become entangled, are properly secured, and are regularly monitored to avoid manatee entrapment. Barriers must not block manatee entry to or exit from essential habitat. 8.9.1.5. If manatees are seen within 100 yards of the active daily construction/dredging operation, CONTRACTOR shall ensure that all appropriate precautions shall be implemented to ensure protection of 2017 Clam Pass Maintenance - Technical Specification TS-8 the manatee. These precautions shall include the operation of all moving equipment no closer than 50 feet of a manatee. CONTRACTOR is advised that operation of any equipment closer than 50 feet to a manatee shall necessitate immediate shutdown of that equipment. 8.9.1.6.CONTRACTOR shall report any collision with and/or injury to a manatee immediately to the Florida Marine Patrol (1-800-DIAL-FMP, or 1-800-342-5367) and to the Florida Fish and Wildlife Commission Bureau of Protected Species Management at (904) 922-4330. 8.9.2. The Clam Bay ecosystem contains waterways that are difficult to navigate due to shallow water depths and meandering channels lined with protruding mangrove branches and roots to protect the significant natural resources and water quality of the Clam Bay ecosystem, and to provide protection to the public safety, a condition of the DEP permit requires that there be an idle speed and no wake restriction on motorized vessels used in the system. The CONTRACTOR shall adhere to an idle speed and “no wake” requirement in the project area. 8.10. Marine Turtle and Shorebird Nesting Protection 8.10.1. The project construction will occur during the sea turtle and shorebird nesting season and all requirements of the state and federal permits relating to endangered sea turtle and shorebird protection and work within the season must comply with those conditions. Daily clearance from the sea turtle and shorebird monitors, as deemed necessary, shall be required prior to the start of construction activity and movement of equipment across the beach. 8.10.1.1.A pre-work conference shall be held between representatives of the CONTRACTOR, the ENGINEER, the Marine Turtle Permit holder, shorebird monitor, and a representative of the State Department of Environmental Protection and Florida Fish and Wildlife Conservation Commission (FWC) prior to commencement of WORK. 8.10.1.2. In the event that an unmarked marine turtle nest or a dead, injured, or sick marine turtle is discovered during construction activities, the marine turtle permit holder and the Bureau of Protected Species Management shall be notified immediately such that appropriate conservation measures can be taken. 9. SECTION 9 FINAL CLEANUP 9.1. Final clean-up shall include the removal of all the CONTRACTOR's plant and equipment either for disposal or reuse. Plant and equipment to be disposed of shall only be disposed of in a manner and at locations approved by the ENGINEER. 9.2. Unless otherwise approved in writing by the ENGINEER, the CONTRACTOR will not be permitted to abandon any equipment or materials in the construction area including access areas, or other areas adjacent to or within the work site. 2017 Clam Pass Maintenance - Technical Specification TS-9 10. SECTION 10 RESTRICTION OF ACCESS BY THE PUBLIC 10.1. CONTRACTOR shall erect such barricades, fences and signs and maintain such barricades as necessary to prevent public access to the construction area. CONTRACTOR shall also be responsible to post appropriate warnings within the construction area to prevent pedestrians entering the construction project. It will be the CONTRACTOR's responsibility to insure that the construction project area is sufficiently posted and monitored to prevent swimmers, boaters and pedestrians from injury from the construction. Fencing shall be reviewed in advance at the pre-construction meeting to be held with local marine turtle permit holder, DEP and FWC. 11. SECTION 11 BEACH COMPACTION AND TILLING 11.1. Post project compaction testing and tilling, if deemed necessary, shall be the responsibility of the County. STATION EASTING NORTHING ID (FEET) (FEET) A 387,864.9 686,400.0 B 388,229.4 686,403.3 C 388,261.0 686,413.3 D 388,449.3 686,482.0 E 388,498.3 686,489.3 F 388,536.6 686,523.6 G 388,517.0 686,571.6 H 388,500.5 686,619.9 I 388,480.6 686,768.5 J 388,496.9 686,811.4 K 388,636.4 686,926.6 L 388,686.5 686,935.5 M 388,746.0 686,911.9 N 388,779.5 686,873.5 O 388,829.1 686,786.7 P 388,785.7 686,761.8 Q 388,726.2 686,785.4 R 388,692.9 686,843.5 S 388,584.4 686,753.9 T 388,586.3 686,732.2 U 388,599.6 686,633.1 V 388,591.3 686,581.6 W 388,559.4 686,478.0 X 388,483.5 686,404.2 Y 388,442.5 686,373.3 Z 388,301.2 686,321.8 AA 388,228.9 686,353.2 BB 387,864.9 686,350.4 DREDGE TEMPLATE CONTROL INFORMATION Co ler Co7.f.19ty Administrative Services Department Procurement Services Division 17-7181 - Quote Request All quotes must be made on the Quote form furnished by the County. No Quote will be considered unless the Quote form is properly signed. 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, time and materials or unit price. DATE SENT: 6/28/2017 DESCRIPTION: Clam Pass Emergency Site Work REQUIRED DELIVERY DATE: Start work on or about July 5`2017 AWARD CRITERIA: Low line 4 Bidder COUNTY CONTACT INFORMATION: Name Phone/fax number Email address Quotation Due Date - - ---- _-- --- -- - - ---- ._....._.. ..__...--._.___..._._.__.._.,....... ... _.........__.._........... ---...._..._._.............. ----- — _----...----_._.......... _.... ....--_....._..__....... _...... .... ... ..... _.............. _................. Adam Northrup 239-252-6098 Adamnorthrup@colliergov.net 6/30/2017; 3:OOPM BASE BID Item Description Unit of Measure Quantity Unit Price Total 1 Mobilization & Demobilization' Lump Sum 1 $4800.00 $4800.00 2a Channel Excavation & Beach Disposal2° 4 Stations 0+50 to 3+30 Cubic Yard 4,300 cy $14.00CU $60,200.00 2b Cuffill Grading along Inlet Banks Lump Sum 5,600 cy $10,000.00 3 Project Contingency $6,000 $6,000 4 Total ALTERNATE ITEMS Item Description Unit of Measure Quantity Unit Price Total 5 Bid Alternate3 Daily Rate 1 $3500.00 1. Access for equipment mobilization shall be from the Vanderbilt Beach access north of the project. 2. This quantity is based on the June survey conducted by Park Coastal Surveying, Inc. The quantity listed at 4,300 cy represents the design grade and includes the over -depth allowance of 6 inches. 3. The Bid Alternate is to conduct additional work with the mobilized equipment based on site conditions at the time construction commences. This is to be provided based on a daily rate. Optimal partial channel excavation between stations 3+30 to 5+10 to restore flow connection based on conditions at the time work commences. Estimated amount 1,400 CY. 1 RFQ Quote Request for Department Use_06132026 4. Post Construction Survey can be a combination of pay surveys completed under the direction of a registered Professional Surveyor and Mapper. 5. Please state the shortest amount of time your firm can complete this project from receipt of a written Notice to Proceed from the County (in days). 3 weeks OR 21 Days 6. Please state the Ie datey4w6rFrAm can start this work. July 101h 2017 Contractor Signature: /. �r Date: 6-30-17 — .. ......... _. ......... --............ _ IN WITNESS WH EOF, WE have hereunto subscribed our names on this day of in the County , in the State of. Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number (www.sunbiz.orq\search.html) Federal Tax Identification Number CCR # or CAGE Code Telephone Number FAX Number Signature / Title Type Name of Signature Date Donald Dachuk Tractor Service 13060 Rio Grande Dr. Bonita Springs, FI. 34135 i -b 00 65-0179142 239-913-8331 2017 06-30-17 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 2 RFQ Quote Request for Department Use_06132026 Collier County Administrative Services Department Procurement Services Division Attachment I Affidavit for Claiming Status as a Local Business State of Florida (Select County if Vendor is described as a Local Business (Check box below) ❑ Collier County q 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 15 of the Collier County Procurement 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. Vendor must complete the following information: Year Business Established in ❑Collier County or [Z(Lee County: Since 1980 / 37 years Number of Employees (Including Owner(s) or Corporate Officers):4 Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 4 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. Contractor Name: Donald Dachul ctor Service Date: 06-30-2017 Collier or Lee Co y d s: 13060 io Grande Dr. Bonita Springs, FI. 34135 Signature: Title: Uj qQ C-�6r STATEORID'A ❑ COL ER COUNTY LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of uUL , 20 i 7 L/ Notary Public My Commission Expires: fo 2 / ®� �� . • • 7/ ®s®® (AFFIX OFFICIAL SEAL) AR comm. Exp o 2 ® My, n 24 2()A 1360 C)53 Y ® 6 ° FargoP UB •• C) ®®/ jR Q&VR�qug✓gP or Department Use 06132026 Collier County Administrative Services Department Procurement Services Division Attachment II: Vendor Submittal - Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Compensation Government Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form 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 $ 500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per noted: Occurrence ❑ 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 RFQ Quote Request for Department Use_06132026 ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ 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 6/28/2016 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 Auto ers Ins a Date 06-30-17 Vendor Signature - Print Name aso Peters 8 RFQ Quote Request for Department Use_06132026 Administrative Services Department Procurement Services Division 17-7181 - Quote Request All quotes must be made on the Quote form furnished by the County. No Quote will be considered unless the Quote form is properly signed. 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, time and materials or unit price. DATE SENT: 6/28/2017 DESCRIPTION: Clam Pass Emergency Site Work REQUIRED DELIVERY DATE: Start work on or about July 5h 2017 AWARD CRITERIA: Low line 4 Bidder COUNTY CONTACT INFORMATION: ----.... _-..-.-.- T_.— _ .._....... - --- -. _. ------ - - Name Phone/fax number Email address Quotation Due Date ....111.1.. --- A ----.._ --- - - --- Adam Northrup 239-252-6098 Adamnorthrup@colliergov.net 6/30/2017; 3:OOPM BASE BID ALTERNATE ITEMS Item Description Unit of Quantity Unit Price Total Item Description Measure Quantity Unit Price Total 1 Mobilization & Demobilizations Lump Sum 1 $19,500.00 $19,500.00 2a Excavation & Beach Channel E4 Cubic Yard 4,300 cy $ 9.00 $38,700.00 Disposal ' Stations 0+50 to 3+30 2b Cut/Fill Grading along Inlet Banks Lump Sum 5,600 cy $ 4.00 $22,400.00 3 Project Contingency$6,000 9=000 4 Total $86,600.00 ALTERNATE ITEMS Item Description Unit of Measure Quantity Unit Price Total 5 Bid Alternate3 Daily Rate 1 $ 7,000.00 $7,000.00 ** (1) excavator, (2) dozers, (2) 25ton off road haul truck, layout, support staff ** 1. Access for equipment mobilization shall be from the Vanderbilt Beach access north of the project. 2. This quantity is based on the June survey conducted by Park Coastal Surveying, Inc. The quantity listed at 4,300 cy represents the design grade and includes the over -depth allowance of 6 inches. 3. The Bid Alternate is to conduct additional work with the mobilized equipment based on site conditions at the time construction commences. This is to be provided based on a daily rate. Optimal partial channel excavation between stations 3+30 to 5+10 to restore flow connection based on conditions at the time work commences. Estimated amount 1,400 CY. 1 RFQ Quote Request for Department Use_06132026 4. Post Construction Survey can be a combination of pay surveys completed under the direction of a registered Professional Surve}'or and Mapper, 5. Please state the shortest amount of time your firm can complete this project from receipt of a written Notice to Proceed from the County (in days). 7 6. Please state the earli"ate your firm can start t0s work. July 7, 2017 Contractor Signature: IN WITNESS N'NEREOF, N'E have hereunto su in the County of Coi I irg , in the State of Date: 6-30-17 m on this 30THdav of JUNE 2017 Firm's Complete Legal Name EARTH TECH ENTERPRISES, INC. Address 5425 GOLDEN GATE PARKWAY, SUITE 3 City, State, Zip NAPLES, FLORIDA 34116 Florida Certificate of Authority Document Number P00000098390 ( www. s u n biz. o rglsea rc h. htm I ) Federal Tax Identification Number 59.3679652 CCR # or CAGE Code CAGE CODE: 4YD47 Telephone Number 239-774-1713 FAX Number 239.774.1227 Signature / Title President Type Name of Signature Christopher Gerhring Date June 30, 2017 ........++..«...................«++.++.....«,.+.........+.+++.+++.+............+++.++++.«+««...... 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 2 RFO Ouote Request for Department Use 06132026 Exhibit I: Standard Purchase Order Terms and Conditions 1. Offer actual receipt of the goods by the COUNTY This offer is subject to cancellation by the nonetheless remain with VENDOR. COUNTY without notice if not accepted by b) No charges will be paid by the COUNTY for VENDOR within fourteen (14) days of issuance. packing, crating or cartage unless otherwise specifically stated in this 2. Acceptance and Confirmation Purchase Order. Unless otherwise This Purchase Order (including all provided in Purchase Order, no invoices documents attached to or referenced shall be issued nor payments made prior to therein) constitutes the entire agreement delivery. Unless freight and other charges between the parties, unless otherwise are itemized, any discount will be taken on specifically noted by the COUNTY on the face the full amount of invoice. of this Purchase Order. Each delivery of goods c) All shipments of goods scheduled on the and/or services received by the COUNTY from same day via the same route must be VENDOR shall be deemed to be upon the consolidated. Each shipping container terms and conditions contained in this Purchase must be consecutively numbered and Order. marked to show this Purchase Order number. The container and Purchase No additional terms may be added and Order numbers must be indicated on bill of Purchase Order may not be changed except by lading. Packing slips must show Purchase written instrument executed by the COUNTY. Order number and must be included on VENDOR is deemed to be on notice that the each package of less than container load COUNTY objects to any additional or different (LCL) shipments and/or with each car load terms and conditions contained in any of equipment. The COUNTY reserves the acknowledgment, invoice or other right to refuse or return any shipment or communication from VENDOR, notwithstanding equipment at VENDOR'S expense that is the COUNTY'S acceptance or payment for any not marked with Purchase Order numbers. delivery of goods and/or services, or any similar VENDOR agrees to declare to the carrier act by VENDOR. the value of any shipment made under this Purchase Order and the full invoice value of 3. Inspection such shipment. All goods and/or services delivered hereunder d) All invoices must contain the Purchase shall be received subject to the COUNTY'S Order number and any other specific inspection and approval and payment therefore information as identified on the Purchase shall not constitute acceptance. All payments Order. Discounts of prompt payment will are subject to adjustment for shortage or be computed from the date of receipt of rejection. All defective or nonconforming goods goods or from date of receipt of invoices, will be returned pursuant to VENDOR'S whichever is later. Payment will be made instruction at VENDOR'S expense. upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., To the extent that a purchase order requires a otherwise known as the "Local Government series of performances by VENDOR, the Prompt Payment Act," and, pursuant to the COUNTY prospectively reserves the right to Board of County Commissioners cancel the entire remainder of the Purchase Purchasing Policy. Order if goods and/or services provided early in the term of the Purchase Order are 5. Time Is Of the Essence non -conforming or otherwise rejected by the Time for delivery of goods or performance of COUNTY. services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery 4. Shipping and Invoices schedules or deliver within a reasonable time, a) All goods are FOB destination and must be as interpreted by the COUNTY in its sole suitably packed and prepared to secure the judgment, shall entitle the COUNTY to seek all lowest transportation rates and to comply remedies available to it at law or in equity. with all carrier regulations. Risk of loss of VENDOR agrees to reimburse the COUNTY for any goods sold hereunder shall transfer to any expenses incurred in enforcing its rights. the COUNTY at the time and place of VENDOR further agrees that undiscovered delivery; provided that risk of loss prior to delivery of nonconforming goods and/or 3 RFQ Quote Request for Department Use 06132026 services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non -Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non -infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against a RFQ Quote Request for Department Use 06132026 discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations 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 conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 5 RFQ Quote Request for Department Use 06132026 CAMO Y c01tcy AdmFrst a iveServices Deparo-nent ProwremeM Sp,{ DAVW Attachment I Affidavit for Claiming Status as a Local Business State of Florida (Select Count• if Vendor is described as a Local Business (Check box belo") ® 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 15 of the Collier County Procurement 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. Vendor must complete the following information: 2000 Year Business Established in [@ Collier County or E] Lee County: Number of Employees (Includin !LO,wners) or Corporate Officers): 65 Number of Employees Living in U Collier County or ® Lee (Including Owner(s) or Corporate Officers): 65 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. Contractor Name: EARTH TECH ENTERPRISES, INC. Collier or Lee C Sionalure• r- Date: June 2017 5425 GO,l�pEN 9ATE PARKWAY, SUITE 3 NAPLES, FLORIDA 34116 STATE OF FLORIDA © COLLIER COUNTY ❑ Christopher Gehring President Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 30th Day of JUNE IWI-tary Public Bernard McGovern My Commission Expires: _ (m) -2-7--k 6 (AFFIX OFFICIAL SEAL) 6 RFO Ouate Request for Department Use_06132026 <" BERNARD F. MCGOVERN Notary Public - State of Florida My Comm. Expires Jun 22, 2018 .; Commission n FF 134510 6 RFO Ouate Request for Department Use_06132026 c ler couvay Administrative Services Department Prmumrr end Services Division Attachment II: 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 $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ® Automobile Liability $ 500.000 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 ❑ Employee Dishonesty / Crime $ Per Occurrence RFQ Quote Request for Department Use 06132026 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 6/28/2016 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 EARTH TECH ENTERPRISES, INC. Vendor Signature (_ L, —,- v Print Name CHRISTOPHER GEHRING - PRESIDENT Insurance Agency SMITH INSURANCE AND BONDS, INC. Agent Name MATTHEW SMITH JUNE 30, 2017 Telephone Number 239.560.0137 8 RFp Quote Request for Department Use 06132026 Attachment III: Technical Specifications See Attachment titled: 17-7181 - Technical Specs - 062817 s RFQ Quote Request for Department Use 06132026 Attachment IV: Plans See Attachment titled: 17-7181 — Plans — 062817 10 RFQ Quote Request for Department Use 06132026 2017 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P00000098390 Entity Name: EARTH TECH ENTERPRISES, INC. Current Principal Place of Business: 5425 GOLDEN GATE PARKWAY #3 NAPLES, FL 34116 Current Mailing Address: 5425 GOLDEN GATE PARKWAY #3 NAPLES, FL 34116 FEI Number: 593679652 Name and Address of Current Registered Agent GEHRING, CHRISTOPHER L 3420 3RD AVE. S.W. NAPLES, FL 34117 US FILED Mar 01, 2017 Secretary of State CC1281702851 Certificate of Status Desired: No The above named entity submits this statement for the purpose o/ changing its registered office or registered agent, or both, in the State o/ Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail Title PD Name GEHRING, CHRISTOPHER L Address 3420 3RD AVE. S.W. City -State -Zip: NAPLES FL 34117 Title VP Name LIRETTE-GEHRING, LISA Address 3420 3RD AVE SW City -State -Zip: NAPLES FL 34117 I hereby certify that the information indkated on this report or supplemental report is true arM accurate and that my slecborm signature shall have the same legal effect as d made under oath: that I am an officer or director of the corporation or the receiver or hustee empowered to execute this report as required by Chapter 601, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: LISA A LIRETTE-GEHRING VP 03/01/2017 Electronic Signature of Signing Officer/Director Detail Date Collier Comnty Administrative Services Department Procurement Services Division 17-7181 - Quote Request All quotes must be made on the Quote form furnished by the County. No Quote will be considered unless the Quote form is properly signed. 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, time and materials or unit price. DATE SENT: 6/28/2017 DESCRIPTION: Clam Pass Emergency Site Work REQUIRED DELIVERY DATE: Start work on or about July 512017 AWARD CRITERIA: Low line 4 Bidder COUNTY CONTACT INFORMATION: _ — Name Phone/fax number Email address Quotation Due Date Adam Northrup 239-252-6098 Adamnorthrup(ocolhergov.net 6/30/2017; 3 OOPM BASS min Item Description Unit of Measure Quantity Unit Price Total 1 Mobilization & Demobilizations Lump Sum 1 $15,000.00 $15,000.00 2a Channel Excavation & Beach Disposal Stations 0+50 to 3+30 Cubic Yard 4,300 cy 9.88 $42,484.00 2b Cut/Fill Grading along Inlet Banks Lump Sum 5,600 cy $9.88 $55,328.00 3 Project Contingency $6,000 $6,000 4 Total $118,812.00 ALTERNATE ITEMS Item Description Unit of Measure Quantity Unit Price Total 5 Bid Alternate' Daily Rate 1 $14,820.00 $14,820.00 1. Access for equipment mobilization shall be from the Vanderbilt Beach access north of the project. 2. This quantity is based on the June survey conducted by Park Coastal Surveying, Inc. The quantity listed at 4,300 cy represents the design grade and includes the over -depth allowance of 6 inches. 3. The Bid Alternate is to conduct additional work with the mobilized equipment based on site conditions at the time construction commences. This is to be provided based on a daily rate. Optimal partial channel excavation between stations 3+30 to 5+10 to restore flow connection based on conditions at the time work commences. Estimated amount 1,400 CY. 1 RFQ Quote Request for Department Use_06132026 4. Post Construction Survey can be a combination of pay surveys completed under the direction of a registered Professional Surveyor and Mapper. 5. Please state the shortest amount of time your firm can complete this project from receipt of a written Notice to Proceed from the County (in days). _10 days earliest date vouur firm Contractor Signature: Date: —Z6 -17 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of d�/hB 20'1 in the County in the State of RL pr �j�WA MICNEIIE L.IEIIETIEII WW Firm's Complete Legal Name di m #Fr919323 Eastman A re ate Enterprises. LLC "I sw IE, 2011 Address 48W '"Am City, State, Zip Florida Certificate of Authority Document Number (wwW.sunbiz.org\search.html) Federal Tax Identification Number CCR # or CAGE Code Telephone Number FAX Number Signature / Title Type Name of Signature cry' onoG coo I y o 20-1556749 561-969-7147 Bernard Eastman Date 6/28/2017 Additional Contact Information Send Payments To: (REQUHaD ONLY if different from above) Firm's Complete Legal Name SAME Address City, State, Zip Contact Name Telephone Number FAX Number Email Address 2 RFQ Quote Request for Department Use_06132026 Exhibit 1: Standard Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non -conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or 3 RFQ Quote Request for Department Use_06132026 services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department, 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non -Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non -infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against a RFQ Quote Request for Department Use_06132026 discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation 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, at seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations 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 conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 5 RFQ Quote Request for Department Use_06132026 Collier County Administrative Services Department Procurement Services Division Attachment I Affidavit for Claiming Status as a Local Business State of Florida (Select County if Vendor is described as a Local Business (Check box below) ❑ Collier County n 1 / /1 ❑ Lee County ly'i/ C Vendor affirms that it is a local business as defined b the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section 15 of the Collier County Procurement 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. 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. Contractor Name: Date: Collier or Lee County Address: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of .20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) 6 RFQ Quote Request for Department Use_06132026 Collier County Administrative Services Department Procurement Services Division Attachment II: Vendor Submittal - Insurance and Bonding Requirements Insurance I Bond Type 1. ® Worker's Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1.000.000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1.000.000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. E 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 $ 500.000 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. S 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 ❑ Professional Liability • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability ❑ Valuable Papers Insurance ❑ Employee Dishonesty / Crime Per Occurrence $ per claim and in the aggregate $ Per Occurrence $ Per Occurrence $ Per Occurrence RFQ Quote Request for Department Use 06132026 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. Z 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 6/28/2016 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 Vendor Signature Print Name Insurance Agency Agent Name _Eastman Aggregate Enterprises LLC Date _6/29/2017 _Bernard _Travelers Property Casualty Company _Gateway-Acentria Insurance LLC Telephone Number _954-735-5500_ 8 RFQ Quote Request for Department Use 06132026 Attachment III: Technical Specifications See Attachment titled: 17-7181 — Technical Specs — 062817 s RFQ Quote Request for Department Use_06132026 Attachment IV: Plans See Attachment titled: 17-7181 — Plans — 062817 10 RFQ Quote Request for Department Use_06132026 I ELEV., FT. NAVD O LD o cn o 0 p'n m`�eW C/) D 0m0 m M N p r W v m u' z Ao> O n (/) vD,nD D c rri m n m1 N (A zm0ZN O (A N � D 0 N D -Ti < v I Z < p n z c r, m C m F_m •• r Nz Z r M o o z z ^ �l � r � rel �=nZnrn ox -0 f-4 frl z r O N N 0 O O N�°r y O W A N O C 3 0 Ol N O N N 1 o �^ NN N O O f W cO 3