Loading...
Agenda 02/24/2015 Item #16A17 2/24/2015 16.A.17. n EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 15-6363 for Storm Drain Maintenance to EnviroWaste Services Group, Inc., as the Primary Contractor and Shenandoah General Construction Company as the Secondary Contractor. OBJECTIVE: To provide Storm Drain Maintenance and related services for all County Departments on an as needed basis. CONSIDERATIONS: On October 24,2014 public notices of the solicitation were sent to 874 registered email addresses in the County's Online Bidding System; 56 addresses requested bid packages, and three (3)vendors submitted bids by the deadline of November 24,2014. The original solicitation document intended to award "to a single qualified and responsive bidder determined by the lowest total based bid." Also stated in the solicitation documents was that Collier County reserves the right to select more than one vendor if it was in the best interest of the County. Staff believes it is in the County's best interest to award ITB 15-6363 to a primary vendor, and to add a secondary vendor to ensure service delivery if the primary vendor is not available or cannot meet service demands. At this time staff had intended to make the request to the Board to waive this minor irregularity in the award [per the Board's Purchasing Ordinance Section 10E Waiver of Irregularities]. Procurement Services posted the intent to award to the primary vendor:EnviroWaster Services Group and secondary vendor Shenandoah General Construction Company on Tuesday,January 6,2015. Subsequent to that notice, Shenandoah General Construction Company filed an intent to protest. After review of all of the issues raised in the protest, and the facts pertaining, the Procurement Director supported the staff's position of merely applying the original methodology outlined in the solicitation documents.Accordingly,the Purchasing Director denied Shenandoah's protest and directed staff to move forward with the award of ITB 15-6363 Storm Drain Maintenance, and to request that the Board waive the minor irregularity and award ITB 15-6363 to a primary and secondary vendor. The Board's Purchasing Ordinance (Section 23, F and G) allows the protesting party to appeal the Purchasing Director's decision. On January 15, 2015, the protesting party indicated that they were waiving their appeal rights under the protest policy. Staff is recommending that the Board waive the minor irregularity in the solicitation document and award ITB 15-6363 to: • EnviroWaste Services Group,Inc.as Primary Contractor and • Shenandoah General Construction Company as Secondary Contractor. Services from the vendors will be procured using a County Purchase Order on an as needed basis. FISCAL IMPACT: Funds for these services shall come from each individual department's budget as projects are identified. Historically, the countywide annual amount spent on these services has been approximately $1,625,000. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. Packet Page-313- 2/24/2015 16.A.17. LEGAL CONSIDERATIONS: This item has been approved to form and legality and requires a majority vote for Board approval-ERP RECOMMENDATION: That the Board of County Commissioners award ITB 15-6363 "Storm Drain Maintenance" contract to EnviroWaste Services Group, Inc as the Primary Contractor and Shenandoah General Construction Company as the Secondary Contactor and authorize the Chairman to sign the attached agreements. Prepared by: JR Gorentz, Supervisor Contracts and Projects,Road Maintenance Department,Growth Management Division Attachments: 1)EnviroWaste Services Group,Inc Contract;2)Shenandoah General Construction Company Contract;3)Exhibit B EnviroWaste Bid Schedule;4)Exhibit B Shenandoah Bid Schedule;5) Solicitation and Addenda; and 6)Protest Letter /' ■ Packet Page-314- 2/24/2015 16.A.17. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.17. Item Summary: Recommendation to award Invitation to Bid (ITB) 15-6363 for Storm Drain Maintenance to EnviroWaste Services Group, Inc., as the Primary Contractor and Shenandoah General Construction Company as the Secondary Contractor. Meeting Date: 2/24/2015 Prepared By Name: LynchDiane Title: Supervisor-Operations, Road Maintenance 1/23/2015 3:24:05 PM Approved By Name: EvelynColon Title:Purchasing-Procurement Specialist Date: 1/26/2015 11:27:56 AM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 1/26/2015 12:49:31 PM Name: VlietJohn Title: Director-Road Maintenance,Road Maintenance Date: 1/26/2015 12:59:18 PM Name: GossardTravis Title: Superintendent-Roads &Bridges, Road Maintenance Date: 1/27/2015 3:59:43 PM Name: JohnsonScott Title: Manager-Procurement,Purchasing&General Services Date: 1/28/2015 12:55:25 PM Name: HerreraSandra Title:Manager-Procurement, Purchasing&General Services Date: 1/28/2015 4:29:02 PM Packet Page-315- 2/24/2015 16.A.17. Name: MarkiewiczJoanne Title:Director-Purchasing/General Services,Purchasing&General Services Date: 1/29/2015 3:22:24 PM Name: GorentzJR Title: Supervisor-Road Maint Cont&Projects,Road Maintenance Date: 1/29/2015 5:04:39 PM Name: KearnsAllison Title:Manager Financial &Operational Support,Transportation Administration Date: 2/2/2015 2:20:46 PM Name: ShueGene Title: Director-Operations Support,Transportation Administration Date: 2/2/2015 2:31:57 PM Name: LaPierreBarbara Title: Management/Budget Analyst,Transportation Administration Date: 2/2/2015 4:33:36 PM Name: PepinEmily Title:Assistant County Attorney, CAO Litigation Date:2/4/2015 2:37:32 PM Name: MarcellaJeanne Title:Executive Secretary,Transportation Planning Date: 2/11/2015 9:11:31 AM Name: IsacksonMark Title: Director-Corp Financial and Mngmt Svs, Office of Management&Budget Date: 2/11/2015 9:40:54 AM Name: KlatzkowJeff Title: County Attorney, Date: 2/17/2015 8:43:12 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 2/17/2015 10:59:20 AM Packet Page-316- 2/24/2015 16.A.17. AGREEMENT15-6363 for Storm Drain Maintenance THIS AGREEMENT is made and entered into this day of , 2015, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and EnviroWaste Services Group, Inc., as Primary Contractor, authorized to do business in the State of Florida, whose business address is 18001 Old Cutlet Road, Suite 554, Miami, Florida 33157 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the assigned work upon issuance of a Notice to Proceed (NTP). The contract shall be for a one (1) year period, commencing on Board award or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed to the satisfaction of the County or terminated. This contract shall have three (3) additional, one (1) year renewals, renewable annually. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Storm Drain Maintenance for the Road Maintenance Department on an on-call basis in accordance with the terms and conditions of ITB # 15-6363 "Storm Drain Maintenance" and Exhibit A, "Scope of Work", hereby attached and incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any Work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the procedure to obtain Work outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Although the primary user of this Contract is the Road Maintenance Department, any County Department may use this contract provided sufficient funds are included in its budget. The process for obtaining services under this Contract is as follows: Prior to the start of each individual job or group of jobs, the user department shall provide a description of Work to be performed to the Primary Contractor. The Primary Contractor shall have five (5) business days to respond indicating they are willing and able to complete the job(s) in the required time frame. The user department will then issue a Notice to Proceed ("NTP"), provided that there has been a Purchase Order established for the work. If the Primary Contractor cannot provide requested services within the timeframe specified by the user department, then the Secondary Contractor will then be contacted. The procedure for obtaining services is the same. In each description of work, the Owner reserves the right to Packet Page -317- 'ca M. 2/24/2015 16.A.17. specify the period of completion; collection of liquidated damages in the event of late completion; and time and materials or lump sum. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Ordinance and Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Work pursuant to the prices offered by the Contractor in response to ITB # 15-6363 "Storm p 3 Storm Drain Maintenance" per Exhibit B, "Price Schedule," attached herein and incorporated by reference or subsequent quotes. Any County Agency may utilize the services offered under this contract, provided sufficient funds are included in their respective budget(s). This contract will be Purchase Order driven. 4. NOTICES. All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: EnviroWaste Services Group, Inc. 18001 Old Cutler Road, Suite 554 Miami, Florida 33157 _ Phone: 877-637-9665; Fax: 877-637-9659 Attn: Eduardo Barba, President Email: eddybarba(c�cgmail.com All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Procurement Services Department 3327 Tamiami Trail East Naples, Florida 34112 Attention: Joanne Markiewicz Director, Procurement Services Phone: 239-252-8407 Fax: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Service Agreement must be in -- writing. Packet Page -318- 2/24/2015 16.A.17. 5. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 6. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Owner will not be obligated to pay for any permits obtained by Subcontractors. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION. Should the Contractor be found to have failed to perform services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 9. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $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. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. CA Packet Page -319- 2/24/2015 16.A.17. This shall include Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$1,000,000 for each accident. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor 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 or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 11.1 The duty to defend under this Article 11 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 11 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12. PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such — claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid Packet Page -320- CA 2/24/2015 16.A.17. balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. 13. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 14. CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by Owner, and Owner shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Ordinance and Procedures in effect at the time such modifications are authorized. 15. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Ordinance and Purchasing Procedures. 16. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements in F.S. § 119.0701(2) as follows: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. Packet Page -321- CA 2/24/2015 16.A.17. 17. CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 18. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 19. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 20. WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, 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. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 22. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the Owner the Packet Page -322- =°' 2/24/2015 16.A.17. required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Owner. 23. PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 24. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 25. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Collier County Road Maintenance Department. 26. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate(s), ITB # 15-6363 "Storm Drain Maintenance" any addenda, etc, made or issued pursuant to this Agreement. 27. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County Packet Page -323- 2/24/2015 16.A.17. staff for a specified period of time; b. Prohibition by the individual and/or firm from doing _ business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 28. SUBJECT TO APPROPRIATION. It is further understood and agreed, by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 29. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. 30. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is 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 Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 31. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 32. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 33. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 34. SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 35. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person ,,-N; who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation Packet Page -324- rAO 2/24/2015 16.A.17. between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 36. SAFETY. All contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Department Safety Manager and/or Safety Engineer. ********************************* Remainder of page intentionally left blank ******************************** Packet Page -325- 2/24/2015 16.A.17. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Chairman Dated: (Seal) EnviroWaste Services Group, Inc. Contractor By: First Witness Signature Type/Print Witness Name Typed Signature Second Witness Title Type/Print Witness Name Approved as to form and legal' • ,A4 Assistant County Attorney Packet Page -326- 2/24/2015 16.A.17. #15-6363 "Storm Drain Maintenance" Exhibit A "Scope of Work" OVERVIEW: The Contractor will provide Storm Drain Maintenance services typically consisting of small projects on an as- needed basis. Such work is conducted in support of the Collier County Road Maintenance Department, including but not limited to: • The cleaning/flushing of the storm drain pipe, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • This is an on-call annual contract — projects are small and can be located anywhere in Collier County. DEFINITIONS: Cleaning refers to the removal of enough material to ensure that at least ninety-five (95%) of the pipe or basin capacity is restored. Light Cleaning refers to the removal of 1/4 diameter of the pipe/basin or less of sediment or debris from a section of the pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Medium Cleaning refers to the removal of between 1/4 to 1/2 diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Heavy Cleaning refers to the removal of greater than 1/2 diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Specialty Cleaning such as the removal of masonry plugs, calcite/concrete deposits, roots or the use of special equipment such as bucket machines will be priced in addition to Light, Medium or Heavy Cleaning as described above. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. Specialty Cleaning will only be charged for the footage for which the service was required with a 10 foot minimum for which the service was required and has authorization and written approval by the Project Manager. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe or basin capacity is restored. Video inspection may be requested by Project Manager. SCOPE: The work typically consists of, but not limited to, the following: Packet Page -327- 2/24/2015 16.A.17. • The cleaning/flushing of the storm drain pipe and structures, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • Providing quote for repairs within five (5) working days. The length of pipe and box culverts, the number of inlet boxes and CDS Systems along with the job duration all will vary. It should be anticipated that the majority of work to clean/flush pipes and structures will be on short job increments of approximately 30', 50' to 100' in length with the job duration to last approximately two (2), four (4), eight (8) to sixteen (16) hours pending permits and MOT setup; however, larger projects that exceed the prior description may be required during the term of this contract. Video recording may be performed on the older culverts which are believed to be in poor condition or have failed to identify whether repair or replacement is required. The cleaning and or video recording Contractor is not guaranteed the repair or replacement work identified when performing such work. The Contractor shall be fully responsible for the performance and for the completion of all work requested under this Contract as set forth in these special provisions and as directed by Collier County or its designee (Project Manager). The Contractor will incorporate the necessary provisions into the overall Bid Unit Price to complete the specified work under the conditions existing in the storm drain pipe, catch basins and box culverts. PTh Coordination with Collier County and other parties involved is required regarding provisions for the location specifics of each work site, traffic control signage, purchasing/acquiring water and identification of the nearest sediment disposal site. The Contractor has ultimate responsibility to perform work in accordance with all rules and regulations that pertain to the industry which work is performed. AUTHORITY OF THE PROJECT MANAGER: The Contractor will perform all work to the satisfaction to the Project Manager. The Project Manager will manage all questions, difficulties, and disputes, of whatever nature, that may arise relative to the interpretation of the plans, prosecution, and fulfillment of this Contract. Also, to the character, quality, amount, and value of any work done, and materials furnished. ACCESS OR STAGING TO PROJECT WORK AREA: Access to the work site may be limited or restricted. It will be the Contractor's responsibility to inspect the work site prior to the NTP issuance to ensure there will be no ingress and egress issues. In addition, should access to an offsite staging area be necessary other than indicated on the plans or as discussed, the Contractor must be granted and the fee owner must provide written authorization. A copy of the authorization letter must be provided to the Project Manager for the Project file. Any and all related costs to gain access to or for staging purposes for the work site shall be included in the Project Proposal. CLEANING OF STORM DRAIN PIPES, CATCH BASINS, INLET BOXES, AND BOX CULVERTS: The work specified consists of the removal and disposal of sediment, silt, debris, vegetation, soil, rock or any type of blockage including temporary dewatering plugs left behind or restriction inside a storm drain pipe, inlet box, Continuous Deflection Separation (CDS) Systems or equivalent or box culvert to restore maximum drainage capacity. The storm drain pipe segments may be required to be de-watered with the stormwater discharge being towards a downstream segment of the storm drain system all rules and regulations having jurisdiction shall be followed and barriers used to minimize any pollution from contaminating any body of water. All NPDES and Packet Page -328- .° af) 2/24/2015 16.A.17. Clean Water Acts rules and regulations must be adhered. Jet rodding and vacuum cleaning of the storm drain pipes in preparation for videotaping of the cleaned storm facilities will be required. Storm drain pipe sizes and segments will vary. Collier County reserves the right to specify actual footages and/or cubic feet of boxes or CDS system(s) as may be required during this contract period, but does not guarantee any minimum or maximum to be ordered during the period specified. GENERAL REQUIREMENTS: The Contractor shall clean the storm drain pipe, catch basin, inlet box, box culvert or CDS system so that the drainage capacity is one hundred percent (100%) of the existing capacity of the pipe, box culvert or CDS system. All activities shall be performed meeting the requirements of Federal, State and local environmental standards and laws. Erosion and water pollution control shall be accomplished, meeting the requirements of Section 104 of the Standard Specifications for Road and Bridge Construction and revisions thereto (current at the time of Contract award). When water is present, the storm drain pipe or box culvert shall be de-watered to facilitate cleaning. Cleaning shall be done in a manner not to damage the storm drain pipe, inlet boxes, box culvert, CDS system or surrounding area. Access to the storm drain pipe, inlet box or box culvert may require temporary removal of fence, signs, guardrail, grates or manhole covers. They shall be replaced according to Collier County standards at the completion of the cleaning operation or each day, as appropriate for safety. No undermined areas shall be allowed at in fall or outfall ends of the pipe or box culvert. Any disturbed areas shall be re-sodded after regraded at no additional cost to the county. Needed repairs to the storm drain pipes or box culverts identified during the cleaning operation shall be brought to the attention of the Project Manager. All sediment, silt, and debris removed in the cleaning operations shall be disposed of by the Contractor in areas meeting Federal, State and local rules and regulations. Contaminated soils (sewage, solvents, etc.) or suspected contaminated soils shall be reported to the County Project Manager immediately for investigation. Quotes for repair work may be requested and shall be submitted within five (5) working days. DE-WATERING: When de-watering, other than associated with an item with a linear foot unit price is required, the costs will be based on an hourly fee as shown in the Unit Price. Time log of time start and time completed of the de-watering shall be kept and submitted as back-up with the invoicing. DOCUMENTS AND REPORTS: All video tapes/discs shall be of the two (2) hour DVD/Windows/Word format with each being professionally labeled showing the Collier County's name, the lines recorded on the tape/disc, the date of viewing, and the name of the Contractor. Detailed one (1) page summaries with a sketch or map drawn to scale shall also be prepared for each storm drain pipe line segment observed during the data review, presenting the Project Manager with a synopsis of the general line segment condition and the relative severity of observed defects. The reports shall also document any cross-connects with sanitary sewer lines and any contaminated soils or hazardous substances encountered. These summaries shall also be included in all field report copies immediately before each associated report to further assist Collier County in understanding and using the results of the viewed project. Direct submittal of copies of the superintendent's logs without his secondary review and summary pages shall not be acceptable. Photographs taken from the video monitor for remote TV observations shall also be presented in the same manner as described in above. Collier County desires photos of all significant defects observed during remote observation task; however, it is understood that it may not be possible to obtain clear, still photos from the monitor for inspections in large- diameter lines where manual observations are not performed. Original video tapes/discs for the project shall be forwarded to Collier County with final report submittals and shall become the property of Collier County. Additional copies of the video tapes/discs, if required, shall be made by the Contractor on professional -- duplication equipment. 't `A Packet Page -329- 2/24/2015 16.A.17. Two (2) complete copies of the final project reports shall be submitted to Collier County within forty-five (45) days of completion of all field activities and within the stated time of completion for the project. One (1) of the two (2) copies shall contain the original photos as required above. An overall summary narrative shall be provided in each County report describing the overall conditions found in each associated storm drain line segment grouping. Detailed summary tables shall also be compiled showing those storm drain lines where major and significant defects were located to assist the Project Manager in subsequent project review. GENERAL SITE CONDITIONS CARE: Due care shall be taken of all existing landscaping. The Contractor may be required to perform necessary site pruning on any existing plant's foliage which will interfere with the equipment or work area to limit total removal and/or replacement of the landscape material. The Contractor shall be responsible for replacement at the Contractor's costs unless otherwise approved by the Project Manager. EQUIPMENT SUGGESTED: The Contractor for this project should make four (4) basic methods of internal storm drain pipe observation available. • Conventional color observation cameras specifically designed for use in storm drain pipe line observation work and mounted on conventional skids. • Conventional color observation cameras specifically designed for use in storm drain pipe line inspection work mounted on floating skids or rafts. • Special industrial grade color observation cameras, contained in waterproof housings and carried manually through the storm drain pipe during observation work. • Special industrial grade color observation cameras, contained in waterproof housing, and mounted on — floating skids or rafts. The Contractor may be required to submit sample video recordings from recently completed projects demonstrating the picture quality obtained with each available inspection system for storm drain pipe diameters ranging from twelve inch (12") to seventy-two inch (72"). The intent is to insure that the best possible picture quality is made available to Collier County. In all cases, the complete video system (cameras, lens, lighting, cables, monitors and recorders) shall be capable of providing a picture quality acceptable to the Project Manager, and if unsatisfactory, the equipment shall be removed and no payment will be made for unsatisfactory product. As with manual observations, accurate and continuous footage readings shall be superimposed on the video recording for each storm drain line observed by remote methods. Also shown shall be the date of the observation and a three-digit number designation for each manhole or inlet box in the line segment taped. DAILY LOGS: The Contractor shall complete and submit to the Project Manager on a weekly basis a Daily Log documenting the Contractor's activities at the Project site such as: • Soil or weather conditions which adversely affect the work; • Daily job site hours ,of operation; • Number of Contractor's and Sub-Contractor's personnel present and working at the project site; • Equipment on the project site; • Work description being preformed; • Materials received; • List of visitors; • Any problems that might impact either the cost or quality of the work or the time of performance. • Location of any temporary plugs (inflatable or brick and mortar). Packet Page -330- 'Ca. 2/24/2015 16.A.17. METHOD OF OPERATION FOR VIDEO TAPING: All videotaping observation will be done on clean, dry lines when authorized. The storm drain pipes are to be checked for cleanliness by the Project Manager and the Contractor before the start of videotaping observation procedures. Dirty lines or structures identified after cleaning by the Contractor determined to be unacceptable by the Project Manager shall be re-cleaned to the satisfaction of the Project Manager, within the time specified at no additional cost to Collier County and re-inspected by the Project Manager and Contractor, before the start of the videotaping observation. De-watering as required will be done by the Contractor and will be paid in accordance with the contract. Temporary plugs used to block the storm sewer for dewatering purposes must be removed prior to rainfall events at no additional cost to the County. The Contractor will be held accountable for any and all damages due to flooding caused by blocking of the storm drain pipe system if not removed in a timely manner. The video equipment used for the observation shall be specifically designed and constructed for such task. Lighting for the camera shall be suitable to allow for a clear picture of the entire periphery of the storm drain pipe. The camera shall be operative in one hundred percent (100%) humidity conditions. The cameras, monitors, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Project Manager, and if unsatisfactory, equipment will be removed, with no payment being made for an unsatisfactory product result. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the pipe's condition. In no case should the camera be pulled at a speed greater than thirty feet (30') per minute. Manual winches, power winches, TV cable, and powered rewinds, or other devices that do not obstruct the camera view or interfere with proper documentation of the pipe _ conditions shall be used to move the camera through the storm drain. If during the operation the camera will not pass through the entire manhole section or drain pipe segment, the Contractor shall set up the equipment so that the viewing can be performed from the opposite manhole. If the camera fails to pass through the entire manhole section or drain pipe segment a second time, the task shall be considered complete and no additional viewing will be required. When manually operated winches are being used to pull the camera through the line, telephones or other suitable means of communication shall be set up between the two manholes or inlet boxes of the section being viewed, to insure good communications between members of the crew. MISCELLANEOUS RESPONSIBILITIES: The Contractor shall make every effort to protect existing facilities. It shall be the Contractor's responsibility to notify in writing the Project Manager of any construction problems or additional project needs. Should additional costs be involved which are not covered within the Contract Unit Costs, a Unit Cost shall be agreed upon, a Modification to the Purchase Order completed by the Contractor and Project Manager prior to performing additional services. The Contractor shall communicate frequently with the Project Manager and provide a working schedule after the NTP has been issued. The written schedule is required to be kept current with the progress of the work. Should the schedule be changed, it shall be immediately up-dated. The Contractor shall provide all materials, labor, equipment, mobilization/ demobilization, any other necessary effort, element and/or component(s) needed to complete the work in its entirety per plans and/or as instructed by the Project Manager and at the Unit Pricing submitted. PLUG INSTALLATION AND REMOVAL: When a plug is required the costs shall include a weekly rental, all materials and labor to install and remove the plug for the various pipe sizes. Packet Page -331- �'AO 2/24/2015 16.A.17. PRECONSTRUCTION VIDEO: When work is authorized, it is recommended that the Contractor's provide a preconstruction video tape in DVD format documenting the condition of the Project area prior to commencement of any work. This video tape should capture pre-project conditions of all private property adjacent to the proposed project area and public property in the r/w with the intent to document all existing conditions for use in resolving any post-project private or public property alleged damage claims. The video is to be submitted to the Project Manager prior to construction commencement for the Project file at no additional costs. PROJECT SCHEDULE AND TIME PERIOD: After issuance of the NTP, the Contractor shall prepare and submit to the Project Manager the Project's schedule. If required, the schedule of the work's progress shall be frequently updated and provided to the Project Manager. Micro Soft Project Format is recommended. The Project shall commence upon receipt of a NTP letter from the Project Manager and will remain in effect until Final Completion and submission of all the Project closeout documents. Notification of Substantial Completion, Final Completion, and any Claims shall be done in written letter format. Electronic transmission via E-mail is not an acceptable notification form. Should the Contractor see that additional days will be required a Time Extension Letter will be prepared by the Project Manager or a Modification to the Purchase Order shall be approved. OBSERVATION RECORDS: Printed records of the locations shall be kept by the Contractor. The records must clearly indicate the culvert size, length of the segment, sump depth within the inlet box, storm drain pipe inverts at each end, and type of storm drain, unusual conditions such as the encroachment of roots, bad or failed storm drain joint connections, broken drain pipe, and other discernible features will be recorded, and a copy of such records will be supplied to the Project Manager. PROJECT SITE LOCATION: The Contractor will be provided by the Project Manager approved location/segment plans. Both will meet at the site prior to work authorization to review the existing conditions and verify what work is to be accomplished. REPAIRS OF STORM DRAINS PIPES: Repairs of storm drain pipes will be determined by Collier County Project Manager when such repairs will be made after damage or defects are identified. When repairs are requested the Project Manager will request a Proposal from the Contractor who will have five (5) days to respond, unless an emergency situation arises where a repair maybe authorized by the Project Manager to ensure safety of the public and lessen liability for the County. Once Proposal has been received by the Project Manager he/she will either approve or reject and issue a Notice to Proceed (NTP) if approved and funding is available. Once the NTP has been issued the Contractor shall perform the repairs in the required timeframe. RESPONSE TIMES: On a twenty-four (24) hour basis, the Contractor may be required to travel to the site immediately to meet with the Project Manager, law enforcement or emergency personnel to resolve an emergency. The Contractor shall respond to a telephone, beeper, or radio call within one (1) hour. There shall be no additional charge for these responses. If Contractor cannot perform these services, it may be cause for termination. The Contractor must have staffed office ready to respond within one hundred (100) miles of Naples, Florida. SANITARY FACILITIES: If the duration of the work is estimated to extend beyond five (5) days, the Contractor shall provide and have serviced portable toilet(s) within the work site area limits as approved by the Project Manager. Each toilet shall be located no further apart within the work area than one-quarter(1/4) mile. SEDIMENT STORAGE & TESTING: Sediment removed from the storm drain pipe system may be taken to a Collier County specified facility for storage and drying if available; otherwise the contractor assumes responsibility to store and dispose of sediment in accordance with all Federal, State and Local laws, rules and regulations. Sediment sampling and soil testing may be required for FDEP Priority Pollutants if requested by A�l Packet Page -332- "O 2/24/2015 16.A.17. Collier County to determine whether the sediments can be reused or should be disposed in the appropriate landfill. There shall be no additional costs for this testing. SITE MAINTENANCE: The work site areas shall be kept clean and neatly maintained during the progression of the work. Any debris on the roadway shall be swept daily or as directed by the Project Manager. The disposal of all debris and project litter must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Bid Schedule Unit Price. Upon completion, leftover materials are to be collected, hauled away, and disposed of by the Contractor leaving the work site in a restored order. SITE PROTECTION: Improved landscape areas containing landscaping, irrigation systems and mailboxes shall be noted and maintained wherever possible. If removed or destroyed during the accomplishment of the work, the Contractor shall replace or restore to the original condition or better as part of Project completion. The cost of these items shall be considered incidental to the Project unless discussed and addressed with the Project Manager prior to Project commencement. The Contractor shall make every effort to preserve stakes/laths, monuments, bench marks, and other control points. A Florida Registered P.S.M. is responsible for the replacement of any and all survey control or boundary corners damaged or destroyed during construction at the Contractor's expense. STORM DRAIN PIPE SIZES: Indicated in Bid Schedule are expected storm drain pipe sizes and are for the purpose of Bid Unit Price submission. Collier County reserves the right to adjust/utilize such sizing as may be required for the various anticipated sites during this Contract. UTILITY CONFLICTS: Utility locates may be conducted prior to commencement of work. Soft digging, pot holing and/or any commonly approved method at the Contractor's discretion may be used to locate existing utilities. In the event that utility conflict(s) arise, the Contractor will be principally responsible for coordinating _ with the pertinent utility company/companies in order to resolve such conflict(s). Any and all costs associated with utility conflict(s) would be incidental and should be included in the pricing provided in the Bid Response Form. The Project Manager may make exceptions pending justifications by the Contractor. VIDEO TAPE RECORDINGS: Video tape recordings will be selective and therefore not all storm drain pipe segments will be required to be videotaped. When authorized, the purpose of tape recording shall be to supply a visual and audio record of the storm drains problem area segment(s). Videotaped recording playbacks shall be in the same speed that it was recorded. Slow motion or stop-motion playback features may be supplied at the option of the Contractor. Title to the tape shall become the property of Collier County. The Contractor shall have all video tapes for each storm drain segment accessible for review by the Project Manager. The cleaned storm drain pipes will be videotaped in DVD format to document and enable evaluation of the existing storm drain conditions. Two (2) copies of the video tape along with written observation reports will be provided to the County. If pipe damage is significant, the pipe cleaning will have to be terminated at the heavily damaged area to avoid casing further damage by additional soil settlement into the storm drain system. WATER SUPPLY: The Contractor shall supply their own water for cleaning/flushing of the storm drain pipe and or box culvert. It may be necessary to have an account with the Collier County Public Utilities Division for a temporary 2" water meter with an approved and inspected RPZ devise as a source for the storm drain pipe cleaning process. MAINTENANCE OF TRAFFIC (MOT): For all projects that are conducted within a Collier County Right-of- Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed — in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. Packet Page -333- 2/24/2015 16.A.17. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the IVId.I IItCI IdI ICiC of Tr alfflc `"MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be at unit price, Each, and only allowed one for each project throughout the duration. If MOT is required, MOT certification is to be provided within ten (10) days of receipt of Notice of Award. MOBILIZATION: All costs associated with Mobilization shall be at unit price, Each, and only allowed one for each project throughout the duration. PAYMENT: Payment shall be for the Unit Cost linear feet of storm drain pipe cleaned, lined, observed and accepted for the various storm drain pipe sizes. Payment shall be for the Unit Cost for box culverts and/or CDS system(s) will be for Cubic Foot of material removed. Payment shall be for full compensation for the Unit Cost per linear feet for services furnishing: • Equipment • Tools • Labor • Dewatering • Cleaning/flushing • Videotaping • Photos • On-site material transport & disposal • Erosion control _ • Clean-up • Disposal/tipping fee charges • Water pollution control • Water meter and water supply shall be included in the Unit Pricing • And all other incidentals necessary for satisfactory performance of the work including the cost of temporary removal and subsequent replacement of fence, signs, guardrail, grates or manhole covers and removal of inlet lids/grates and the cleaning of the inlet boxes. Unless otherwise noted, these above services are considered incidental to the contract and shall not be paid separately, but shall be included in the Contract Unit Price per linear feet of storm drain pipe and/or box culverts cleaned, lined, observed and accepted. The Contractor will accept the compensation as provided in this Contract as full payment for furnishing all materials and for performing all work contemplated and embraced under the Purchase Order also for: • All loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its final acceptance; • All other costs incurred under the provisions of Division I of the Florida Department of Transportation, Standard Specifications for Road and Bridge Construction, 2014 Edition or latest revision thereof. ' 1 Packet Page -334- 2/24/2015 16.A.17. #15-6363 "Storm Drain Maintenance" Exhibit B "Price Schedule" (following this page) Packet Page-335- CA 2/24/2015 16.A.17. AGREEMENT 15-6363 for Storm Drain Maintenance THIS AGREEMENT is made and entered into this day of , 2015, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Shenandoah General Construction Company, as Secondary Contractor, authorized to do business in the State of Florida, whose business address is 1888 NW 22nd Street, Pompano Beach, Florida 33069 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT. The Contractor shall commence the assigned work upon issuance of a Notice to Proceed (NTP). The contract shall be for a one (1) year period, commencing on Board award, or until such time as all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed to the satisfaction of the County or terminated. This contract shall have three (3) additional, one (1) year renewals, renewable annually. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Storm Drain Maintenance for the Road Maintenance Department on an on-call basis in accordance with the terms and conditions of ITB # 15-6363 "Storm Drain Maintenance" and Exhibit A, "Scope of Work", hereby attached and incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any Work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the procedure to obtain Work outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement during the term and any extension of the term of this Agreement. Although the primary user of this Contract is the Road Maintenance Department, any County Department may use this contract provided sufficient funds are included in its budget. The process for obtaining services under this Contract is as follows: Prior to the start of each individual job or group of jobs, the user department shall provide a description of Work to be performed to the Primary Contractor. The Primary Contractor shall have five (5) business days to respond indicating they are willing and able to complete the job(s) in the required time frame. The user department will then issue a Notice to Proceed ("NTP"), provided that there has been a Purchase Order established for the work. if the Primary Contractor cannot provide requested services within the timeframe specified by the user department, then the Secondary Contractor will then be contacted. The procedure for Packet Page -336- �.� 2/24/2015 16.A.17. obtaining services is the same. In each description of work, the Owner reserves the right to specify the period of completion; collection of liquidated damages in the event of late completion; and time and materials or lump sum. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Ordinance and Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Work pursuant to the prices offered by the Contractor in response to ITB # 15-6363 "Storm Drain Maintenance" per Exhibit B, "Price Schedule", attached herein and incorporated by reference or subsequent quotes. Any County Agency may utilize the services offered under this contract, provided sufficient funds are included in their respective budget(s). This contract will be Purchase Order driven. 4. NOTICES. All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Shenandoah General Construction Company 1888 NW 22nd Street Pompano Beach, Florida 33069 Phone: 954-975-0098; Fax: 954-975-9718 Attn: Daniel DiMura, Vice President Email: margaret.larv(a shenandoahconstruction.com All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Procurement Services Department 3327 Tamiami Trail East Naples, Florida 34112 Attention: Joanne Markiewicz Director, Procurement Services Phone: 239-252-8407 Fax: 239-252-6480 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Service Agreement must be in writing. Packet Page -337- 2/24/2015 16.A.17. 5. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a — partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 6. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Owner will not be obligated to pay for any permits obtained by Subcontractors. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. 9. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of$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. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Packet Page -338- 1 2/24/2015 16.A.17. Liability. This shall include Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$1,000,000 for each accident. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor 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 or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 11.1 The duty to defend under this Article 11 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 11 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12. PAYMENTS WITHHELD. Owner may decline to approve any invoice, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid Packet Page -339- 2/24/2015 16.A.17. balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. 13. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 14. CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by Owner, and Owner shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Ordinance and Procedures in effect at the time such modifications are authorized. 15. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in accordance with the Purchasing Ordinance and Purchasing Procedures. 16. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements in F.S. § 119.0701(2) as follows: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. Packet Page -340- �`~ 2/24/2015 16.A.17. 17. CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 18. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 19. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB, the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 20. WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, 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. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 22. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the Owner the Packet Page -341- 2/24/2015 16.A.17. required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Owner: 23. PROTECTION OF WORK. - A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 24. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after — the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a written Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 25. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Collier County Road Maintenance Department. 26. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate(s), ITB # 15-6363 "Storm Drain Maintenance" any addenda, etc, made or issued pursuant to this Agreement. 27. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County Packet Page -342- 2/24/2015 16.A.17. staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 28. SUBJECT TO APPROPRIATION. It is further understood and agreed, by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 29. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. 30. IMMIGRATION LAW COMPLIANCE., By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is 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 Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 31. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 32. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 33. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 34. SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 35. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation Packet Page -343- 2/24/2015 16.A.17. between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 36. SAFETY. All contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Department Safety Manager and/or Safety Engineer. — ****'**************************** Remainder of page intentionally left blank ******************************** Packet Page -344- 2/24/2015 16.A.17. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: ,Chairman Dated: (Seal) Shenandoah General Construction Company Contractor By: First Witness Signature Type/Print Witness Name Typed Signature Second Witness Title Type/Print Witness Name Approved as to form and legality: Assistant County Attorney Packet Page -345- 1 2/24/2015 16.A.17. #15-6363 "Storm Drain Maintenance" Exhibit A "Scope of Work" OVERVIEW: The Contractor will provide Storm Drain Maintenance services typically consisting of small projects on an as- needed basis. Such work is conducted in support of the Collier County Road Maintenance Department, including but not limited to: • The cleaning/flushing of the storm drain pipe, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • This is an on-call annual contract — projects are small and can be located anywhere in Collier County. DEFINITIONS: Cleaning refers to the removal of enough material to ensure that at least ninety-five (95%) of the pipe or basin capacity is restored. Light Cleaning refers to the removal of % diameter of the pipe/basin or less of sediment or debris from a section of the pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Medium Cleaning refers to the removal of between 1/4 to 1/2 diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Heavy Cleaning refers to the removal of greater than 1/2 diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Specialty Cleaning such as the removal of masonry plugs, calcite/concrete deposits, roots or the use of special equipment such as bucket machines will be priced in addition to Light, Medium or Heavy Cleaning as described above. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. Specialty Cleaning will only be charged for the footage for which the service was required with a 10 foot minimum for which the service was required and has authorization and written approval by the Project Manager. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe or basin capacity is restored. Video inspection may be requested by Project Manager. SCOPE: The work typically consists of, but not limited to, the following: Packet Page -346- ( 2/24/2015 16.A.17. • The cleaning/flushing of the storm drain pipe and structures, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • Providing quote for repairs within five (5) working days. The length of pipe and box culverts, the number of inlet boxes and CDS Systems along with the job duration all will vary. It should be anticipated that the majority of work to clean/flush pipes and structures will be on short job increments of approximately 30', 50' to 100' in length with the job duration to last approximately two (2), four (4), eight (8) to sixteen (16) hours pending permits and MOT setup; however, larger projects that exceed the prior description may be required during the term of this contract. Video recording may be performed on the older culverts which are believed to be in poor condition or have failed to identify whether repair or replacement is required. The cleaning and or video recording Contractor is not guaranteed the repair or replacement work identified when performing such work. The Contractor shall be fully responsible for the performance and for the completion of all work requested under this Contract as set forth in these special provisions and as directed by Collier County or its designee (Project Manager). The Contractor will incorporate the necessary provisions into the overall Bid Unit Price to complete the specified work under the conditions existing in the storm drain pipe, catch basins and box culverts. Coordination with Collier County and other parties involved is required regarding provisions for the location specifics of each work site, traffic control signage, purchasing/acquiring water and identification of the nearest sediment disposal site. The Contractor has ultimate responsibility to perform work in accordance with all rules and regulations that pertain to the industry which work is performed. AUTHORITY OF THE PROJECT MANAGER: The Contractor will perform all work to the satisfaction to the Project Manager. The Project Manager will manage all questions, difficulties, and disputes, of whatever nature, that may arise relative to the interpretation of the plans, prosecution, and fulfillment of this Contract. Also, to the character, quality, amount, and value of any work done, and materials furnished. ACCESS OR STAGING TO PROJECT WORK AREA: Access to the work site may be limited or restricted. It will be the Contractor's responsibility to inspect the work site prior to the NTP issuance to ensure there will be no ingress and egress issues. In addition, should access to an offsite staging area be necessary other than indicated on the plans or as discussed, the Contractor must be granted and the fee owner must provide written authorization. A copy of the authorization letter must be provided to the Project Manager for the Project file. Any and all related costs to gain access to or for staging purposes for the work site shall be included in the Project Proposal. CLEANING OF STORM DRAIN PIPES, CATCH BASINS, INLET BOXES, AND BOX CULVERTS: The work specified consists of the removal and disposal of sediment, silt, debris, vegetation, soil, rock or any type of blockage including temporary dewatering plugs left behind or restriction inside a storm drain pipe, inlet box, Continuous Deflection Separation (CDS) Systems or equivalent or box culvert to restore maximum drainage capacity. The storm drain pipe segments may be required to be de-watered with the stormwater discharge being towards a downstream segment of the storm drain system all rules and regulations having jurisdiction shall be followed and barriers used to minimize any pollution from contaminating any body of water. All NPDES and Packet Page -347- �� 2/24/2015 16.A.17. Clean Water Acts rules and regulations must be adhered. Jet rodding and vacuum cleaning of the storm drain -� pipes in preparation for videotaping of the cleaned storm facilities will be required. Storm drain pipe sizes and segments will vary. Collier County reserves the right to specify actual footages and/or cubic feet of boxes or CDS system(s) as may be required during this contract period, but does not guarantee any minimum or maximum to be ordered during the period specified. GENERAL REQUIREMENTS: The Contractor shall clean the storm drain pipe, catch basin, inlet box, box culvert or CDS system so that the drainage capacity is one hundred percent (100%) of the existing capacity of the pipe, box culvert or CDS system. All activities shall be performed meeting the requirements of Federal, State and local environmental standards and laws. Erosion and water pollution control shall be accomplished, meeting the requirements of Section 104 of the Standard Specifications for Road and Bridge Construction and revisions thereto (current at the time of Contract award). When water is present, the storm drain pipe or box culvert shall be de-watered to facilitate cleaning. Cleaning shall be done in a manner not to damage the storm drain pipe, inlet boxes, box culvert, CDS system or surrounding area. Access to the storm drain pipe, inlet box or box culvert may require temporary removal of fence, signs, guardrail, grates or manhole covers. They shall be replaced according to Collier County standards at the completion of the cleaning operation or each day, as appropriate for safety. No undermined areas shall be allowed at in fall or outfall ends of the pipe or box culvert. Any disturbed areas shall be re-sodded after regraded at no additional cost to the county. Needed repairs to the storm drain pipes or box culverts identified during the cleaning operation shall be brought to the attention of the Project Manager. All sediment, silt, and debris removed in the cleaning operations shall be disposed of by the Contractor in areas meeting Federal, State and local rules and regulations. Contaminated soils (sewage, solvents, etc.) or suspected contaminated soils shall be reported to the County Project Manager immediately for investigation. Quotes for repair work may be requested and shall be submitted within five (5) working days. _ DE-WATERING: When de-watering, other than associated with an item with a linear foot unit price is required, the costs will be based on an hourly fee as shown in the Unit Price. Time log of time start and time completed of the de-watering shall be kept and submitted as back-up with the invoicing. DOCUMENTS AND REPORTS: All video tapes/discs shall be of the two (2) hour DVD/WindowsNVord format with each being professionally labeled showing the Collier County's name, the lines recorded on the tape/disc, the date of viewing, and the name of the Contractor. Detailed one (1) page summaries with a sketch or map drawn to scale shall also be prepared for each storm drain pipe line segment observed during the data review, presenting the Project Manager with a synopsis of the general line segment condition and the relative severity of observed defects. The reports shall also document any cross-connects with sanitary sewer lines and any contaminated soils or hazardous substances encountered. These summaries shall also be included in all field report copies immediately before each associated report to further assist Collier County in understanding and using the results of the viewed project. Direct submittal of copies of the superintendent's logs without his secondary review and summary pages shall not be acceptable. Photographs taken from the video monitor for remote TV observations shall also be presented in the same manner as described in above. Collier County desires photos of all significant defects observed during remote observation task; however, it is understood that it may not be possible to obtain clear, still photos from the monitor for inspections in large- diameter lines where manual observations are not performed. Original video tapes/discs for the project shall be forwarded to Collier County with final report submittals and shall become the property of Collier County. Additional copies of the video tapes/discs, if required, shall be made by the Contractor on professional duplication equipment. — Packet Page -348- f.A 2/24/2015 16.A.17. Two (2) complete copies of the final project reports shall be submitted to Collier County within forty-five (45) days of completion of all field activities and within the stated time of completion for the project. One (1) of the two (2) copies shall contain the original photos as required above. An overall summary narrative shall be provided in each County report describing the overall conditions found in each associated storm drain line segment grouping. Detailed summary tables shall also be compiled showing those storm drain lines where major and significant defects were located to assist the Project Manager in subsequent project review. GENERAL SITE CONDITIONS CARE: Due care shall be taken of all existing landscaping. The Contractor may be required to perform necessary site pruning on any existing plant's foliage which will interfere with the equipment or work area to limit total removal and/or replacement of the landscape material. The Contractor shall be responsible for replacement at the Contractor's costs unless otherwise approved by the Project Manager. EQUIPMENT SUGGESTED: The Contractor for this project should make four (4) basic methods of internal storm drain pipe observation available. • Conventional color observation cameras specifically designed for use in storm drain pipe line observation work and mounted on conventional skids. • Conventional color observation cameras specifically designed for use in storm drain pipe line inspection work mounted on floating skids or rafts. • Special industrial grade color observation cameras, contained in waterproof housings and carried manually through the storm drain pipe during observation work. • Special industrial grade color observation cameras, contained in waterproof housing, and mounted on floating skids or rafts. The Contractor may be required to submit sample video recordings from recently completed projects demonstrating the picture quality obtained with each available inspection system for storm drain pipe diameters ranging from twelve inch (12") to seventy-two inch (72"). The intent is to insure that the best possible picture quality is made available to Collier County. In all cases, the complete video system (cameras, lens, lighting, cables, monitors and recorders) shall be capable of providing a picture quality acceptable to the Project Manager, and if unsatisfactory, the equipment shall be removed and no payment will be made for unsatisfactory product. As with manual observations, accurate and continuous footage readings shall be superimposed on the video recording for each storm drain line observed by remote methods. Also shown shall be the date of the observation and a three-digit number designation for each manhole or inlet box in the line segment taped. DAILY LOGS: The Contractor shall complete and submit to the Project Manager on a weekly basis a Daily Log documenting the Contractor's activities at the Project site such as: • Soil or weather conditions which adversely affect the work; • Daily job site hours of operation; • Number of Contractor's and Sub-Contractor's personnel present and working at the project site; • Equipment on the project site; • Work description being preformed; • Materials received; • List of visitors; • Any problems that might impact either the cost or quality of the work or the time of performance. • Location of any temporary plugs (inflatable or brick and mortar). C9Packet Page -349- 2/24/2015 16A17. METHOD OF OPERATION FOR VIDEO TAPING: All videotaping observation will be done on clean, dry lines ._ when authorized. The storm drain pipes are to be checked for cleanliness by the Project Manager and the Contractor before the start of videotaping observation procedures. J. Dirty lines or structures identified after cleaning by the Contractor determined to be unacceptable by the Project Manager shall be re-cleaned to the satisfaction of the Project Manager, within the time specified at no additional cost to Collier County and re-inspected by the Project Manager and Contractor, before the start of the videotaping observation. De-watering as required will be done by the Contractor and will be paid in accordance with the contract. Temporary plugs used to block the storm sewer for dewatering purposes must be removed prior to rainfall events at no additional cost to the County. The Contractor will be held accountable for any and all damages due to flooding caused by blocking of the storm drain pipe system if not removed in a timely manner. The video equipment used for the observation shall be specifically designed and constructed for such task. Lighting for the camera shall be suitable to allow for a clear picture of the entire periphery of the storm drain pipe. The camera shall be operative in one hundred percent (100%) humidity conditions. The cameras, monitors, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Project Manager, and if unsatisfactory, equipment will be removed, with no payment being made for an unsatisfactory product result. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the pipe's condition. In no case should the camera be pulled at a speed greater than thirty feet (30') per minute. Manual winches, power winches, TV cable, and powered rewinds, or other devices that do not obstruct the camera view or interfere with proper documentation of the pipe conditions shall be used to move the camera through the storm drain. If during the operation the camera will not pass through the entire manhole section or drain pipe segment, the Contractor shall set up the equipment so that the viewing can be performed from the opposite manhole. If the camera fails to pass through the entire manhole section or drain pipe segment a second time, the task shall be considered complete and no additional viewing will be required. When manually operated winches are being used to pull the camera through the line, telephones or other suitable means of communication shall be set up between the two manholes or inlet boxes of the section being viewed, to insure good communications between members of the crew. MISCELLANEOUS RESPONSIBILITIES: The Contractor shall make every effort to protect existing facilities. It shall be the Contractor's responsibility to notify in writing the Project Manager of any construction problems or additional project needs. Should additional costs be involved which are not covered within the Contract Unit Costs, a Unit Cost shall be agreed upon, a Modification to the Purchase Order completed by the Contractor and Project Manager prior to performing additional services. The Contractor shall communicate frequently with the Project Manager and provide a working schedule after the NTP has been issued. The written schedule is required to be kept current with the progress of the work. Should the schedule be changed, it shall be immediately up-dated. The Contractor shall provide all materials, labor, equipment, mobilization/ demobilization, any other necessary effort, element and/or component(s) needed to complete the work in its entirety per plans and/or as instructed by the Project Manager and at the Unit Pricing submitted. PLUG INSTALLATION AND REMOVAL: When a plug is required the costs shall include a weekly rental, all materials and labor to install and remove the plug for the various pipe sizes. Packet Page-350- (T- , • 2/24/2015 16.A.17. PRECONSTRUCTION VIDEO: When work is authorized, it is recommended that the Contractor's provide a preconstruction video tape in DVD format documenting the condition of the Project area prior to commencement of any work. This video tape should capture pre-project conditions of all private property adjacent to the proposed project area and public property in the r/w with the intent to document all existing conditions for use in resolving any post-project private or public property alleged damage claims. The video is to be submitted to the Project Manager prior to construction commencement for the Project file at no additional costs. PROJECT SCHEDULE AND TIME PERIOD: After issuance of the NTP, the Contractor shall prepare and submit to the Project Manager the Project's schedule. If required, the schedule of the work's progress shall be frequently updated and provided to the Project Manager. Micro Soft Project Format is recommended. The Project shall commence upon receipt of a NTP letter from the Project Manager and will remain in effect until Final Completion and submission of all the Project closeout documents. Notification of Substantial Completion, Final Completion, and any Claims shall be done in written letter format. Electronic transmission via E-mail is not an acceptable notification form. Should the Contractor see that additional days will be required a Time Extension Letter will be prepared by the Project Manager or a Modification to the Purchase Order shall be approved. OBSERVATION RECORDS: Printed records of the locations shall be kept by the Contractor. The records must clearly indicate the culvert size, length of the segment, sump depth within the inlet box, storm drain pipe inverts at each end, and type of storm drain, unusual conditions such as the encroachment of roots, bad or failed storm drain joint connections, broken drain pipe, and other discernible features will be recorded, and a copy of such records will be supplied to the Project Manager. — PROJECT SITE LOCATION: The Contractor will be provided by the Project Manager approved location/segment plans. Both will meet at the site prior to work authorization to review the existing conditions and verify what work is to be accomplished. REPAIRS OF STORM DRAINS PIPES: Repairs of storm drain pipes will be determined by Collier County Project Manager when such repairs will be made after damage or defects are identified. When repairs are requested the Project Manager will request a Proposal from the Contractor who will have five (5) days to respond, unless an emergency situation arises where a repair maybe authorized by the Project Manager to ensure safety of the public and lessen liability for the County. Once Proposal has been received by the Project Manager he/she will either approve or reject and issue a Notice to Proceed (NTP) if approved and funding is available. Once the NTP has been issued the Contractor shall perform the repairs in the required timeframe. RESPONSE TIMES: On a twenty-four (24) hour basis, the Contractor may be required to travel to the site immediately to meet with the Project Manager, law enforcement or emergency personnel to resolve an emergency. The Contractor shall respond to a telephone, beeper, or radio call within one (1) hour. There shall be no additional charge for these responses. If Contractor cannot perform these services, it may be cause for termination. The Contractor must have staffed office ready to respond within one hundred (100) miles of Naples, Florida. SANITARY FACILITIES: If the duration of the work is estimated to extend beyond five (5) days, the Contractor shall provide and have serviced portable toilet(s) within the work site area limits as approved by the Project Manager. Each toilet shall be located no further apart within the work area than one-quarter (1/4) mile. SEDIMENT STORAGE & TESTING: Sediment removed from the storm drain pipe system may be taken to a Collier County specified facility for storage and drying if available; otherwise the contractor assumes responsibility to store and dispose of sediment in accordance with all Federal, State and Local laws, rules and i.egulations. Sediment sampling and soil testing may be required for FDEP Priority Pollutants if requested by Packet Page -351- 2/24/2015 16.A.17. Collier County to determine whether the.sediments can be reused or should be disposed in the appropriate landfill. There shall be no additional costs for this testing. SITE MAINTENANCE: The work site areas shall be kept clean and neatly maintained during the progression of the work. Any debris on the roadway shall be swept daily or as directed by the Project Manager. The disposal of all debris and project litter must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Bid Schedule Unit Price. Upon completion, leftover materials are to be collected, hauled away, and disposed of by the Contractor leaving the work site in a restored order. SITE PROTECTION: Improved landscape areas containing landscaping, irrigation systems and mailboxes shall be noted and maintained wherever possible. If removed or destroyed during the accomplishment of the work, the Contractor shall replace or restore to the original condition or better as part of Project completion. The cost of these items shall be considered incidental to the Project unless discussed and addressed with the Project Manager prior to Project commencement. The Contractor shall make every effort to preserve stakes/laths, monuments, bench marks, and other control points. A Florida Registered P.S.M. is responsible for the replacement of any and all survey control or boundary corners damaged or destroyed during construction at the Contractor's expense. • STORM DRAIN PIPE SIZES: Indicated in Bid Schedule are expected storm drain pipe sizes and are for the purpose of Bid Unit Price submission. Collier County reserves the right to adjust/utilize such sizing as may be required for the various anticipated sites during this Contract. UTILITY CONFLICTS: Utility locates may be conducted prior to commencement of work. Soft digging, pot holing and/or any commonly approved method at the Contractor's discretion may be used to locate existing utilities. In the event that utility conflict(s) arise, the Contractor will be principally responsible for coordinating with the pertinent utility company/companies in order to resolve such conflict(s). Any and all costs associated with utility conflict(s) would be incidental and should be included in the pricing provided in the Bid Response Form. The Project Manager may make exceptions pending justifications by the Contractor. VIDEO TAPE RECORDINGS: Video tape recordings will be selective and therefore not all storm drain pipe segments will be required to be videotaped. When authorized, the purpose of tape recording shall be to supply a visual and audio record of the storm drains problem area segment(s). Videotaped recording playbacks shall be in the same speed that it was recorded. Slow motion or stop-motion playback features may be supplied at the option of the Contractor. Title to the tape shall become the property of Collier County. The Contractor shall have all video tapes for each storm drain segment accessible for review by the Project Manager. The cleaned storm drain pipes will be videotaped in DVD format to document and enable evaluation of the existing storm drain conditions. Two (2) copies of the video tape along with written observation reports will be provided to the County. If pipe damage is significant, the pipe cleaning will have to be terminated at the heavily damaged area to avoid casing further damage by additional soil settlement into the storm drain system. WATER SUPPLY: The Contractor shall supply their own water for cleaning/flushing of the storm drain pipe and or box culvert. It may be necessary to have an account with the Collier County Public Utilities Division for a temporary 2" water meter with an approved and inspected RPZ devise as a source for the storm drain pipe cleaning process. MAINTENANCE OF TRAFFIC (MOT): For all projects that are conducted within a Collier County Right-of- Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. Packet Page -352- ) 2/24/2015 16.A.17. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT') policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be at unit price, Each, and only allowed one for each project throughout the duration. If MOT is required, MOT certification is to be provided within ten (10) days of receipt of Notice of Award. MOBILIZATION: All costs associated with Mobilization shall be at unit price, Each, and only allowed one for each project throughout the duration. PAYMENT: Payment shall be for the Unit Cost linear feet of storm drain pipe cleaned, lined, observed and accepted for the various storm drain pipe sizes. Payment shall be for the Unit Cost for box culverts and/or CDS system(s) will be for Cubic Foot of material removed. Payment shall be for full compensation for the Unit Cost per linear feet for services furnishing: • Equipment • Tools • Labor • Dewatering • Cleaning/flushing • Videotaping • Photos • On-site material transport & disposal • Erosion control • Clean-up • Disposal/tipping fee charges • Water pollution control • Water meter and water supply shall be included in the Unit Pricing • And all other incidentals necessary for satisfactory performance of the work including the cost of temporary removal and subsequent replacement of fence, signs, guardrail, grates or manhole covers and removal of inlet lids/grates and the cleaning of the inlet boxes. Unless otherwise noted, these above services are considered incidental to the contract and shall not be paid separately, but shall be included in the Contract Unit Price per linear feet of storm drain pipe and/or box culverts cleaned, lined, observed and accepted. The Contractor will accept the compensation as provided in this Contract as full payment for furnishing all materials and for performing all work contemplated and embraced under the Purchase Order also for: • All loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its final acceptance; • All other costs incurred under the provisions of Division I of the Florida Department of Transportation, Standard Specifications for Road and Bridge Construction, 2014 Edition or latest revision thereof. Packet Page -353- ��`� 2/24/2015 16.A.17. #15-6363 "Storm Drain Maintenance" Exhibit B "Price Schedule" (following this page) Packet Page -354- "" 2/24/2015 16.A.17. Exhibit B-Price Schedule Bid Tabulation#15-6363 Storm Drain Maintenance �� Line# Description I Unit Qty Unit Price Total EnviroWaste Services Group,Inc. TV Viewinc 1 Storm Drain(Video Camera)Observation 0-48"Log/Written Report Linear Ft 10 $ 5.00 $ 50.00 2 Storm Drain(Video Camera)Observation 49"-72"Log/Written Report Linear Ft 10 $ 6.00 $ 60.00 3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft3 1 $ 25.00 $ 25.00 4 Vacuuming of Continuous Deflection Separation(CDS)Systems Removal of Debris and Bituminous Materials Per Ft3 1 $ 20.00 $ 20.00 Plug Installation&Removal(Includes Minimum Weekly Rental)for. 5 0"to 12"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 0.01 $ 0.01 6 15"to 30"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 0.01 $ 0.01 7 36"to 42"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 0.01 $ 0.01 8 48"to 60"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 0.01 $ 0.01 9 72"to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 0.01 $ 0.01 Pumping 10 4"hydraulic Pump(with up to 1000'of discharge hose) Hours 40 $ 0.01 $ 0.40 11 6"hydraulic Pump(with up to 1000'of discharge hose) Hours 40 $ 0.01 $ 0.40 12 8"hydraulic Pump(with up to 1000'of discharge hose) Hours 40 $ 0.01 $ 0.40 Cleaning of CMP or Equivalent Elliptical Circumference 13 Light Cleaning of 15"Pipe Linear Ft 1 $ 3.00 $ 3.00 14 Medium Cleaning of 15"Pipe Linear Ft 1 $ 3.50 $ 3.50 15 Heavy Cleaning of 15"Pipe Linear Ft 1 $ 4.00 $ 4.00 16 Specialty Cleaning 15"Pipe Linear Ft 1 $ 0.01 $ 0.01 17 Light Cleaning of 18"Pipe Linear Ft 1 $ 3.50 $ 3.50 18 Medium Cleaning of 18"Pipe Linear Ft 1 $ 4.00 $ 4.00 19 Heavy Cleaning of 18"Pipe Linear Ft 1 $ 4.50 $ 4.50 20 Specialty Cleaning 18"Pipe Linear Ft 1 $ 0.01 $ 0.01 21 Light Cleaning of 24"Pipe Linear Ft 1 $ 4.00 $ 4.00 22 Medium Cleaning of 24"Pipe Linear Ft 1 $ 5.00 $ 5.00 23 Heavy Cleaning of 24"Pipe Linear Ft 1 $ 6.50 $ 6.50 24 Specialty Cleaning of 24"Pipe Linear Ft 1 $ 0.01 $ 0.01 25 Light Cleaning of 30"Pipe Linear Ft 1 $ 5.00 $ 5.00 26 Medium Cleaning of 30"Pipe Linear Ft 1 $ 7.00 $ 7.00 27 Heavy Cleaning of 30"Pipe Linear Ft 1 $ 8.00 $ 8.00 28 Specialty Cleaning of 30"Pipe Linear Ft 1 $ 0.01 $ 0.01 29 Light Cleaning of 36"Pipe Linear Ft 1 $ 6.00 $ 6.00 30 Medium Cleaning of 36"Pipe Linear Ft 1 $ 8.00 $ 8.00 31 Heavy Cleaning of 36"Pipe Linear Ft 1 $ 9.00 $ 9.00 32 Specialty Cleaning of 36"Pipe Linear Ft 1 $ 0.01 $ 0.01 33 Light Cleaning of 42"Pipe Linear Ft 1 $ 7.00 $ 7.00 34 Medium Cleaning of 42"Pipe Linear Ft 1 $ 9.00 $ 9.00 35 Heavy Cleaning of 42"Pipe Linear Ft 1 $ 12.00 $ 12.00 36 Specialty Cleaning of 42"Pipe Linear Ft 1 $ 0.01 $ 0,01 37 Light Cleaning of 48"Pipe Linear Ft 1 $ 9.00 $ 9.00 38 Medium Cleaning of 48"Pipe Linear Ft 1 $ 14.00 $ 14.00 39 Heavy Cleaning of 48"Pipe Linear Ft 1 $ 17.00 $ 17.00 40 Specialty Cleaning of 48"Pipe Linear Ft 1 $ 0.01 $ 0.01 41 Light Cleaning of 54"Pipe Linear Ft 1 $ 10.00 $ 10.00 42 Medium Cleaning of 54"Pipe Linear Ft 1 $ 15.00 $ 15.00 43 Heavy Cleaning of 54"Pipe Linear Ft 1 $ 18.00 $ 18.00 44 Specialty Cleaning of 54"Pipe Linear Ft 1 $ 0.01 $ 0.01 45 Light Cleaning of 60"Pipe Linear Ft 1 $ 12.00 $ 12.00 46 Medium Cleaning of 60"Pipe Linear Ft 1 $ 16.00 $ 16.00 47 Heavy Cleaning of 60"Pipe Linear Ft 1 $ 19.00 $ 19.00 48 Specialty Cleaning of 60"Pipe Linear Ft 1 $ 0.01 $ 0.01 49 Light Cleaning of 66"Pipe Linear Ft 1 $ 13.00 $ 13.00 50 Medium Cleaning of 66"Pipe Linear Ft 1 $ 18.00 $ 18.00 51 Heavy Cleaning of 66"Pipe Linear Ft 1 $ 20.00 $ 20.00 52 Specialty Cleaning of 66"Pipe Linear Ft 1 $ 0.01 $ 0.01 53 Light Cleaning of 72"Pipe Linear Ft 1 $ 15.00 $ 15.00 54 Medium Cleaning of 72"Pipe Linear Ft 1 $ 17.00 $ 17.00 55 Heavy Cleaning of 72"Pipe Linear Ft 1 $ 22.00 $ 22.00 56 Specialty Cleaning of 72"Pipe Linear Ft 1 $ 0.01 $ 0.01 57 Light Cleaning of 84"Pipe Linear Ft 1 $ 17.00 $ 17.00 /� 58 Medium Cleaning of 84"Pipe Linear Ft 1 $ 25.00 $ 25.00 59 Heavy Cleaning of 84"Pipe Linear Ft 1 $ 30.00 $ 30.00 60 Specialty Cleaning of 84"Pipe Linear Ft 1 $ 0.01 $ 0.01 61 Light Cleaning of 96"Pipe Linear Ft 1 $ 20.00 $ 20.00 62 Medium Cleaning of 96"Pipe Linear Ft 1 $ 30.00 $ 30.00 63 Heavy Cleaning of 96"Pipe Linear Ft 1 $ 40.00 $ 40.00 64 Specialty Cleaning of 96"Pipe Linear Ft 1 $ 0.01 $ 0.01 Packet Page-355- 2/24/2015 16.A.17. Line# Description Unit tatty Unit Price Total Cleaning of RCP or Equivalent Elliptical Circumference 65 Light Cleaning of 15"Pipe Linear Ft 1 $ 3.00 $ 3.00 66 Medium Cleaning of 15"Pipe Linear Ft 1 $ 3.50 $ 3.50 �-..., 67 Heavy Cleaning of 15"Pipe Linear Ft 1 $ 4.00 $ 4.00 68 Specialty Cleaning of 15"Pipe Linear Ft 1 $ 0.01 $ 0.01 69 Light Cleaning of 18"Pipe Linear Ft 1 $ 3.50 $ 3.50 70 Medium Cleaning of 18"Pipe Linear Ft 1 $ 4.00 $ 4.00 71 Heavy Cleaning of 18"Pipe Linear Ft 1 $ 4.50 $ 4.50 72 Specialty Cleaning of 18"Pipe Linear Ft 1 $ 0.01 $ 0.01 73 Light Cleaning of 24"Pipe Linear Ft 1 $ 4.00 $ 4.00 74 Medium Cleaning of 24"Pipe Linear Ft 1 $ 5.00 $ 5.00 75 Heavy Cleaning of 24"Pipe Linear Ft 1 $ 6.50 $ 6.50 76 Specialty Cleaning of 24"Pipe Linear Ft 1 $ 0.01 $ 0.01 77 Light Cleaning of 30"Pipe Linear Ft 1 $ 5.00 $ 5.00 78 Medium Cleaning of 30"Pipe Linear Ft 1 $ 7.00 $ 7.00 79 Heavy Cleaning of 30"Pipe Linear Ft 1 $ 8.00 $ 8.00 80 Specialty Cleaning of 30"Pipe Linear Ft 1 $ 0.01 $ 0.01 81 Light Cleaning of 36"Pipe Linear Ft 1 $ 6.00 $ 6.00 82 Medium Cleaning of 36"Pipe Linear Ft, 1 $ 8.00 $ 8.00 83 Heavy Cleaning of 36"Pipe Linear Ft 1 $ 9.00 $ 9.00 84 Specialty Cleaning of 36"Pipe Linear Ft 1 $ 0.01 $ 0.01 85 Light Cleaning of 42"Pipe Linear Ft 1 $ 7.00 $ 7.00 86 Medium Cleaning of 42"Pipe Linear Ft 1 $ 9.00 $ 9.00 87 Heavy Cleaning of 42"Pipe Linear Ft 1 $ 12.00 $ 12.00 88 Specialty Cleaning of 42"Pipe Linear Ft 1 $ 0.01 $ 0.01 89 Light Cleaning of 48"Pipe Linear Ft 1 $ 9.00 $ 9.00 90 Medium Cleaning of 48"Pipe Linear Ft 1 $ 14.00 $ 14.00 91 Heavy Cleaning of 48"Pipe Linear Ft 1 $ 17.00 $ 17.00 92 Specialty Cleaning of 48"Pipe Linear Ft 1 $ 0.01 $ 0.01 93 Light Cleaning of 54"Pipe Linear Ft 1 $ 10.00 $ 10.00 94 Medium Cleaning of 54"Pipe Linear Ft 1 $ 15.00 $ 15.00 95 Heavy Cleaning of 54"Pipe Linear Ft 1 $ 18.00 $ 18.00 96 Specialty Cleaning of 54"Pipe Linear Ft 1 $ 0.01 $ 0.01 97 Light Cleaning of 60"Pipe Linear Ft 1 $ 12.00 $ 12.00 98 Medium Cleaning of 60"Pipe Linear Ft 1 $ 16.00 $ 16.00 99 Heavy Cleaning of 60"Pipe Linear Ft 1 $ 19.00 $ 19.00 100 Specialty Cleaning of 60"Pipe Linear Ft 1 $ 0.01 $ 0.01 T\ 101 Light Cleaning of 66"Pipe Linear Ft 1 $ 13.00 $ 13.00 102 Medium Cleaning of 66"Pipe Linear Ft 1 $ 18.00 $ 18.00 103 Heavy Cleaning of 66"Pipe Linear Ft 1 $ 20.00 $ 20.00 104 Specialty Cleaning of 66"Pipe Linear Ft 1 $ 0.01 $ 0.01 105 Light Cleaning of 72"Pipe Linear Ft 1 $ 15.00 $ 15.00 106 Medium Cleaning of 72"Pipe Linear Ft 1 $ 17.00 $ 17.00 107 Heavy Cleaning of 72"Pipe Linear Ft 1 $ 22.00 $ 22.00 108 Specialty Cleaning of 72"Pipe Linear Ft 1 $ 0.01 $ 0.01 109 Light Cleaning of 84"Pipe Linear Ft 1 $ 17.00 $ 17.00 110 Medium Cleaning of 84"Pipe Linear Ft 1 $ 25.00 $ 25.00 111 Heavy Cleaning of 84"Pipe Linear Ft 1 $ 30.00 $ 30.00 112 Specialty Cleaning of 84"Pipe Linear Ft 1 $ 0.01 $ 0.01 113 Light Cleaning of 96"Pipe Linear Ft 1 $ 20.00 $ 20.00 114 Medium Cleaning of 96"Pipe Linear Ft 1 $ 30.00 $ 30.00 115 Heavy Cleaning of 96"Pipe Linear Ft 1 $ 40.00 $ 40.00 116 Specialty Cleaning of 96"Pipe Linear Ft 1_$ 0.01 $ 0.01 •ce\ Packet Page-356- 2/24/2015 16.A.17. Line# Description Unit Qty Unit Price Total Cleaning of HDPE Pipe or Equivalent Elliptical Circumference 117 Light Cleaning of 15"Pipe Linear Ft 1 $ 3.00 $ 3.00 .••••-••■ 118 Medium Cleaning of 15"Pipe Linear Ft 1 $ 3.50 $ 3.50 119 Heavy Cleaning of 15"Pipe Linear Ft 1 $ 4.00 $ 4.00 120 Specialty Cleaning of 15"Pipe Linear Ft 1 $ 0.01 $ 0.01 121 Light Cleaning of 18"Pipe Linear Ft 1 $ 3.50 $ 3.50 122 Medium Cleaning of 18"Pipe Linear Ft 1 $ 4.00 $ 4.00 123 Heavy Cleaning of 18"Pipe Linear Ft 1 $ 4.50 $ 4.50 124 Specialty Cleaning of 18"Pipe Linear Ft 1 $ 0.01 $ 0.01 125 Light Cleaning of 24"Pipe Linear Ft 1 $ 4.00 $ 4.00 126 Medium Cleaning of 24"Pipe Linear Ft 1 $ 5.00 $ 5.00 127 Heavy Cleaning of 24"Pipe Linear Ft 1 $ 6.50 $ 6.50 128 Specialty Cleaning of 24"Pipe Linear Ft 1 $ 0.01 $ 0.01 129 Light Cleaning of 30"Pipe Linear Ft 1 $ 5.00 $ 5.00 130 Medium Cleaning of 30"Pipe Linear Ft 1 $ 7.00 $ 7.00 131 Heavy Cleaning of 30"Pipe Linear Ft 1 $ 8.00 $ 8.00 132 Specialty Cleaning of 30"Pipe Linear Ft 1 $ 0.01 $ 0.01 133 Light Cleaning of 36"Pipe Linear Ft 1 $ 6.00 $ 6.00 134 Medium Cleaning of 36"Pipe Linear Ft 1 $ 8.00 $ 8.00 135 Heavy Cleaning of 36"Pipe Linear Ft 1 $ 9.00 $ 9.00 136 Specialty Cleaning of 36"Pipe Linear Ft 1 $ 0.01 $ 0.01 137 Light Cleaning of 42"Pipe Linear Ft 1 $ 7.00 $ 7.00 138 Medium Cleaning of 42"Pipe Linear Ft 1 $ 9.00 $ 9.00 139 Heavy Cleaning of 42"Pipe Linear Ft 1 $ 12.00 $ 12.00 140 Specialty Cleaning of 42"Pipe Linear Ft 1 $ 0.01 $ 0.01 141 Light Cleaning of 48"Pipe Linear Ft 1 $ 9.00 $ 9.00 142 Medium Cleaning of 48"Pipe Linear Ft 1 $ 14.00 $ 14.00 143 Heavy Cleaning of 48"Pipe Linear Ft 1 $ 17.00 $ 17.00 144 Specialty Cleaning of 48"Pipe Linear Ft 1 $ 0.01 $ 0,01 145 Light Cleaning of 54"Pipe Linear Ft 1 $ 10.00 $ 10.00 146 Medium Cleaning of 54"Pipe Linear Ft 1 $ 15.00 $ 15.00 147 Heavy Cleaning of 54"Pipe Linear Ft 1 $ 18.00 $ 18.00 148 Specialty Cleaning of 54"Pipe Linear Ft 1 $ 0.01 $ 0.01 149 Light Cleaning of 60"Pipe Linear Ft 1 $ 12.00 $ 12.00 150 Medium Cleaning of 60"Pipe Linear Ft 1 $ 16.00 $ 16.00 151 Heavy Cleaning of 60"Pipe Linear Ft 1 $ 19.00 $ 19.00 ^• 152 Specialty Cleaning of 60"Pipe Linear Ft 1 $ 0.01 $ 0.01 153 Light Cleaning of 66"Pipe Linear Ft 1 $ 13.00 $ 13.00 154 Medium Cleaning of 66"Pipe Linear Ft 1 $ 18.00 $ 18.00 155 Heavy Cleaning of 66"Pipe Linear Ft 1 $ 20.00 $ 20.00 156 Specialty Cleaning of 66"Pipe Linear Ft 1 $ 0.01 $ 0.01 157 Light Cleaning of 72"Pipe Linear Ft 1 $ 15.00 $ 15.00 158 Medium Cleaning of 72"Pipe Linear Ft 1 $ 17.00 $ 17.00 159 Heavy Cleaning of 72"Pipe Linear Ft 1 $ 22.00 $ 22.00 160 Specialty Cleaning of 72"Pipe Linear Ft 1 $ 0.01 $ 0.01 161 Light Cleaning of 84"Pipe Linear Ft 1 $ 17.00 $ 17.00 162 Medium Cleaning of 84"Pipe Linear Ft 1 $ 25.00 $ 25.00 163 Heavy Cleaning of 84"Pipe Linear Ft 1 $ 30.00 $ 30.00 164 Specialty Cleaning of 84"Pipe Linear Ft 1 $ 0.01 $ 0.01 165 Light Cleaning of 96"Pipe Linear Ft 1 $ 20.00 $ 20.00 166 Medium Cleaning of 96"Pipe Linear Ft 1 $ 30.00 $ 30.00 167 Heavy Cleaning of 96"Pipe Linear Ft 1 $ 40.00 $ 40.00 168 Specialty Cleaning of 96"Pipe Linear Ft 1 $ 0.01 $ 0.01 '%3s%a x.. 7=, vETe�£�u....a'bf '` 3 0;4.�+csn....s. Slip Lining or Equivalent Elliptical Circumference 169 Slip Lining 15"Pipe Linear Ft 1 $ 38.00 $ 38.00 170 Slip Lining 18"Pipe Linear Ft 1 $ 42.00 $ 42.00 171 Slip Lining 24"Pipe Linear Ft 1 $ 51.00 $ 51.00 172 Slip Lining 30"Pipe Linear Ft 1 $ 82.00 $ 82.00 173 Slip Lining 36"Pipe Linear Ft 1 $ 125.00 $ 125.00 174 Slip Lining 42"Pipe Linear Ft 1 $ 145.00 $ 145.00 175 Slip Lining 48"Pipe Linear Ft 1 $ 215.00 $ 215.00 176 Slip Lining 54"Pipe Linear Ft 1 $ 225.00 $ 225.00 177 Slip Lining 60"Pipe Linear Ft 1 $ 250.00 $ 250.00 178 Slip Lining 66"Pipe Linear Ft 1 $ 315.00 $ 315.00 179 Slip Lining 72"Pipe Linear Ft 1 $ 375.00 $ 375.00 180 Slip Lining 84"Pipe Linear Ft 1 $ 415.00 $ 415.00 181 Slip Lining 96"Pipe Linear Ft 1 $ 525.00 $ 525.00 Packet Page-357- 2/24/2015 16.A.17. Line# Description Unit Qty Unit Price Total Cured-In-Place Pipe(CIPP)or Equivalent Elliptical Circumference 182 CIPP 15"Pipe 15 x 6.7 mm(Burial Depth is 0-6') Linear Ft 1 $ 75.00 $ 75.00 18 CIPP 15"Pipe 15 x 8.2 mm(Burial Depth is 6-12') , Linear Ft 1 $ 78.00 $ 78.00 �� 31 CIPP 18"Pipe x 8.1 mm (Burial Depth is 0-61 Linear Ft 1 $ 116.00 $ 116.00 84 CIPP 18"Pipe x 9.7 mm(Burial Depth is 6-12') Linear Ft 1 $ 120.00 $ 120.00 185 CIPP 24"Pipe x 10.1 mm(Burial Depth is 0-6') Linear Ft 1 $ 156.00 $ 156.00 186 CIPP 24"Pipe x 12.4 mm(Burial Depth is 6-12') Linear Ft 1 $ 165.00 $ 165.00 187 CIPP 30"Pipe x 13.5 mm(Burial Depth is 0-6') Linear Ft 1 $ 204.00 $ 204.00 188 CIPP 30"Pipe x 15.4 mm(Burial Depth is 6-12') Linear Ft 1 $ 217.00 $ 217.00 189 CIPP 36"Pipe x 17.2 mm(Burial Depth is 0-6') Linear Ft 1 $ 305.00 $ 305.00 190 CIPP 36"Pipe x 18.1 mm(Burial Depth is 6-12') Linear Ft 1 $ 312.00 $ 312.00 191 CIPP 42"Pipe x 20.9 mm(Burial Depth is 0-6') Linear Ft 1 $ 360.00 $ 360.00 192 CIPP 42"Pipe x 20.6 mm(Burial Depth is 6-12') Linear Ft 1 $ 360.00 $ 360.00 193 CIPP 48"Pipe x 25.2 mm(Burial Depth is 0-6') Linear Ft 1 $ 430.00 $ 430.00 194 CIPP 48"Pipe x 22.6 mm(Burial Depth is 6-12') Linear Ft 1 $ 420.00 $ 420.00 195 CIPP 54"Pipe x 282 mm(Burial Depth is 0-6') Linear Ft I $ 430.00 $ 430.00 196 CIPP 54"Pipe x 24.7 mm(Burial Depth is 6-12') Linear Ft 1 $ 400.00 $ 400.00 197 CIPP 60"Pipe x 30.3 mm (Burial Depth is 0-6') Linear Ft 1 $ 395.00 $ 395.00 198 CIPP 60"Pipe x 27.3 mm(Burial Depth is 6-12') Linear Ft 1 $ 370.00 $ 370.00 199 CIPP 66"Pipe x 31.6 mm (Burial Depth is 0-6') Linear Ft 1 $ 400.00 $ 400.00 200 CIPP 66"Pipe x 29.1 mm(Burial Depth is 6-12') Linear Ft 1 $ 375.00 $ 375.00 201 CIPP 72"Pipe x 30.4 mm Linear Ft 1 $ 400.00 $ 400.00 202 CIPP 84"Pipe x 35.5 mm Linear Ft 1 $ 500.00 $ 500.00 203 CIPP 96"Pipe x 40.6 mm Linear Ft 1 $ 600.00 $ 600.00 Open Cut/Headwall Repairs&Other services 204 Construction Foreman Hr 8 $ 50.00 $ 400.00 205 Equipment Operator Hr 8 $ 65.00 $ 520.00 206 Laborer Hr 8 $ 50.00 $ 400.00 207 Pipe Layer Hr 8 $ 50.00 $ 400.00 208 Welding(Above&Below Water) Hr 8 $ 25.00 $ 200.00 209 Diving Crew(3 Man Team)Certified Hr 8 $ 100.00 $ 800.00 210 Crane 100 Ton&Below Hr 8 $ 75.00 $ 600.00 211 Track or Wheeled Excavator Hr 8 $ 50.00 $ 400.00 212 Long Stick Tracked Excavator(60'or Greater) Hr 8 $ 50.00 $ 400.00 213 Wheel Loader Hr 8 $ 40.00 $ 320.00 214 Backhoe Loader Hr 8 $ 100.00 $ 800.00 �,,..1 215 Bulldozer Hr 8 $ 40.00 $ 320.00 216 Double Drum Compactor Hr 8 $ 15.00 $ 120.00 217 Vibratory Plate Compactor Hr 8 $ 10,00 $ 80.00 218 100 CFM Air Compressor with Hammer Hr 8 $ 10.00 $ 80.00 219 De-Watering Hr 8 $ 50.00 $ 400.00 220 Asphalt Pavement Replacement Tons 1 $ 200.00 $ 200.00 221 Limerock Tons 1 $ 25.00 $ 25.00 222 Dirt Tons 1 $ 25.00 $ 25.00 223 Driveway Restoration SY 1 $ 45.00 $ 45.00 224 Mitered Ends SY 1 $ 50.00 $ 50.00 225 Pressure Grout Injection Joints 1 $ 250.00 $ 250.00 226 Bahia Sod Sq Ft 400 $ 0.45 $ 180.00 227 Floratan Sod Sq Ft 400 $ 0.75 $ 300.00 228 Rip Rap Rubble 6"-12" Tons 1 $ 25.00 $ 25.00 229 Rip Rap Bag(80 lb Bags) Ea 1 $ 12.50 $ 12.50 230 Concrete Pillow Blanket slope protection SY 1 $ 125.00 $ 125.00 231 Silt Screen Installation&Removal per100 ft Ea 1 $ 50.00 $ 50.00 232 Maintenance of Traffic Ea 1 $ 0.01 $ 0.01 233 Mobilization Fee Ea 1 $ 1.00 $ 1.00 234 Material Mark Up% % 15% RESPONSE TIMES: On a twenty-four(24)hour basis,the Contractor may be required to travel to the site immediately to meet with the Project Manager,law enforcement or emergency personnel to resolve an emergency(See page 36 of Solicitation). If awarded Packet Page -358- 2/24/2015 16.A.17. Exhibit B-Price Schedule Bid Tabulation#15-6363 Storm Drain Maintenance ��• Line# Description Unit Qty Unit Price Total Shenandoah General Construction TV Viewing Co. 1 Storm Drain(Video Camera)Observation 0-48"Log/Written Report Linear Ft 10 $ 6.00 $ 60.00 2 Storm Drain(Video Camera)Observation 49"-72"Log/Written Report Linear Ft 10 $ 7.00 $ 70.00 3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft3 1 $ 30.00 $ 30.00 4 Vacuuming of Continuous Deflection Separation(CDS)Systems Removal of Debris and Bituminous Materials Per Ft3 1 $ 20.00 $ 20.00 Plug Installation&Removal(Includes Minimum Weekly Rental)for. 5 0"to 12"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 1.00 $ 1.00 6 15"to 30"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 5.00 $ 5.00 7 36"to 42"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 10.00 $ 10.00 8 46"to 60"Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 15.00 $ 15.00 9 72"to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week 1 $ 25.00 $ 25.00 Pumping 10 4"hydraulic Pump(with up to 1000'of discharge hose) Hours 40 $ 5.00 $ 200.00 11 6"hydraulic Pump(with up to 1000'of discharge hose) Hours 40 $ 10.00 $ 400.00 12 8"hydraulic Pump(with up to 1000'of discharge hose) Hours 40 $ 10.00 $ 400.00 Cleaning of CMP or Equivalent Elliptical Circumference 13 Light Cleaning of 15"Pipe Linear Ft 1 $ 0.50 $ 0.50 14 Medium Cleaning of 15"Pipe Linear Ft 1 $ 1.00 $ 1.00 15 Heavy Cleaning of 15"Pipe Linear Ft 1 $ 2.00 $ 2.00 16 Specialty Cleaning 15"Pipe Linear Ft 1 $ 5.00 $ 5.00 17,Light Cleaning of 18"Pipe Linear Ft 1 $ 0.75 $ 0.75 18 Medium Cleaning of 18"Pipe Linear Ft 1 $ 1.00 $ 1.00 19 Heavy Cleaning of 18"Pipe Linear Ft 1 $ 2.00 $ 2.00 20 Specialty Cleaning 18"Pipe Linear Ft 1 $ 5.00 $ 5.00 21 Light Cleaning of 24"Pipe Linear Ft 1 $ 0.75 $ 0.75 22 Medium Cleaning of 24"Pipe Linear Ft 1 $ 1.00 $ 1.00 23 Heavy Cleaning of 24"Pipe Linear Ft 1 $ 1.75 $ 1.75 24 Specialty Cleaning of 24"Pipe Linear Ft 1 $ 5.00 $ 5.00 25 Light Cleaning of 30"Pipe Linear Ft 1 $ 1.00 $ 1.00 26 Medium Cleaning of 30"Pipe Linear Ft 1 $ 2.50 $ 2.50 27 Heavy Cleaning of 30"Pipe Linear Ft 1 $ 4.50 $ 4.50 28 Specialty Cleaning of 30"Pipe Linear Ft 1 $ 10.00 $ 10.00 29 Light Cleaning of 36"Pipe Linear Ft 1 $ 1.50 $ 1.50 30 Medium Cleaning of 36"Pipe Linear Ft 1 $ 3.50 $ 3.50 31 Heavy Cleaning of 36"Pipe Linear Ft 1 $ 5.50 $ 5.50 32 Specialty Cleaning of 36"Pipe Linear Ft 1 $ 15.00 $ 15.00 33 Light Cleaning of 42"Pipe Linear Ft 1 $ 3.50 $ 3.50 34 Medium Cleaning of 42"Pipe Linear Ft 1 $ 5.50 $ 5.50 35 Heavy Cleaning of 42"Pipe Linear Ft 1 $ 7.50 $ 7.50 36 Specialty Cleaning of 42"Pipe Linear Ft 1 $ 15.00 $ 15.00 37 Light Cleaning of 48"Pipe Linear Ft 1 $ 4.50 $ 4.50 38 Medium Cleaning of 48"Pipe Linear Ft 1 $ 7.50 $ 7.50 39 Heavy Cleaning of 48"Pipe Linear Ft 1 $ 9.50 $ 9.50 40 Specialty Cleaning of 48"Pipe Linear Ft 1 $ 20.00 $ 20.00 41 Light Cleaning of 54"Pipe Linear Ft 1 $ 5.50 $ 5.50 42 Medium Cleaning of 54"Pipe Linear Ft 1 $ 8.25 $ 8.25 43 Heavy Cleaning of 54"Pipe Linear Ft 1 $ 11.25 $ 11.25 44 Specialty Cleaning of 54"Pipe Linear Ft 1 $ 20.00 $ 20.00 45 Light Cleaning of 60"Pipe Linear Ft 1 $ 6.50 $ 6.50 46 Medium Cleaning of 60"Pipe Linear Ft 1 $ 8.50 $ 8.50 47 Heavy Cleaning of 60"Pipe Linear Ft 1 $ 12.00 $ 12.00 48 Specialty Cleaning of 60"Pipe Linear Ft 1 $ 25.00 $ 25.00 49 Light Cleaning of 66"Pipe Linear Ft 1 $ 7.50 $ 7.50 50 Medium Cleaning of 66"Pipe Linear Ft 1 $ 1.50 $ 1.50 51 Heavy Cleaning of 66"Pipe Linear Ft 1 $ 13.50 $ 13.50 52 Specialty Cleaning of 66"Pipe Linear Ft 1 $ 25.00 $ 25.00 53 Light Cleaning of 72"Pipe Linear Ft 1 $ 8.50 $ 8.50 54 Medium Cleaning of 72"Pipe Linear Ft 1 $ 19.50 $ 19.50 55 Heavy Cleaning of 72"Pipe Linear Ft 1 $ 24.50 $ 24.50 56 Specialty Cleaning of 72"Pipe Linear Ft 1 $ 30.00 $ 30.00 57 Light Cleaning of 84"Pipe Linear Ft 1 $ 9.50 $ 9.50 �� 58 Medium Cleaning of 84"Pipe Linear Ft 1 $ 24.50 $ 24.50 59 Heavy Cleaning of 84"Pipe Linear Ft 1 $ 34.50 $ 34.50 60 Specialty Cleaning of 84"Pipe Linear Ft 1 $ 40.00 $ 40.00 61 Light Cleaning of 96"Pipe Linear Ft 1 $ 12.50 $ 12.50 62 Medium Cleaning of 96"Pipe Linear Ft 1 $ 23.50 $ 23.50 63 Heavy Cleaning of 96"Pipe Linear Ft 1 $ 48.50 $ 48.50 64 Specialty Cleaning of 96"Pipe Linear Ft 1 $ 55.00 $ 55.00 Packet Page-359- 2/24/2015 16.A.17. Line# Description Unit Qty Unit Price Total Cleaning of RCP or Equivalent Elliptical Circumference 65 Light Cleaning of 15"Pipe Linear Ft 1 $ 0.50 $ 0.50 66 Medium Cleaning of 15"Pipe Linear Ft 1 $ 1.00 $ 1.00 �� 67 Heavy Cleaning of 15"Pipe Linear Ft 1 $ 2.00 $ 2.00 68 Specialty Cleaning of 15"Pipe Linear Ft 1 $ 5.00 $ 5.00 69 Light Cleaning of 18"Pipe Linear Ft 1 $ 0.75 $ 0.75 70 Medium Cleaning of 18"Pipe Linear Ft 1 $ 1.00 $ 1.00 71 Heavy Cleaning of 18"Pipe Linear Ft 1 $ 2.00 $ 2.00 72 Specialty Cleaning of 18"Pipe Linear Ft 1 $ 5.00 $ 5.00 73 Light Cleaning of 24"Pipe Linear Ft 1 $ 0.75 $ 0.75 74 Medium Cleaning of 24"Pipe Linear Ft 1 $ 1.00 $ 1.00 75 Heavy Cleaning of 24"Pipe Linear Ft 1 $ 1.75 $ 1.75 76 Specialty Cleaning of 24"Pipe Linear Ft 1 $ 5.00 $ 5.00 77 Light Cleaning of 30"Pipe Linear Ft 1 $ 1.00 $ 1.00 78 Medium Cleaning of 30"Pipe Linear Ft 1 $ 2.50 $ 2.50 79 Heavy Cleaning of 30"Pipe Linear Ft 1 $ 4.50 $ 4.50 80 Specialty Cleaning of 30"Pipe Linear Ft 1 $ 10.00 $ 10.00 81 Light Cleaning of 36"Pipe Linear Ft 1 $ 1.50 $ 1.50 82 Medium Cleaning of 36"Pipe Linear Ft 1 $ 3.50 $ 3.50 83 Heavy Cleaning of 36"Pipe Linear Ft 1 $ 5.50 $ 5.50 84 Specialty Cleaning of 36"Pipe Linear Ft 1 $ 15.00 $ 15.00 85 Light Cleaning of 42"Pipe Linear Ft 1 $ 3.50 $ 3.50 86 Medium Cleaning of 42"Pipe Linear Ft 1 $ 5.50 $ 5.50 87 Heavy Cleaning of 42"Pipe Linear Ft 1 $ 7.50 $ 7.50 88 Specialty Cleaning of 42"Pipe Linear Ft 1 $ 15.00 $ 15.00 89 Light Cleaning of 48"Pipe Linear Ft 1 $ 4.50 $ 4.50 90 Medium Cleaning of 48"Pipe Linear Ft 1, $ 7.50 $ 7.50 91 Heavy Cleaning of 48"Pipe Linear Ft 1 $ 9.50 $ 9.50 92 Specialty Cleaning of 48"Pipe Linear Ft 1 $ 20.00 $ 20.00 93 Light Cleaning of 54"Pipe Linear Ft 1 $ 5.50 $ 5.50 94 Medium Cleaning of 54"Pipe Linear Ft 1 $ 8.25 $ 8.25 95 Heavy Cleaning of 54"Pipe Linear Ft 1 $ 11.25 $ 11.25 96 Specialty Cleaning of 54"Pipe Linear Ft 1 $ 20.00 $ 20.00 97 Light Cleaning of 60"Pipe Linear Ft 1 $ 6.50 $ 6.50 98 Medium Cleaning of 60"Pipe Linear Ft 1 $ 8.50 $ 8.50 99 Heavy Cleaning of 60"Pipe Linear Ft 1 $ 12.00 $ 12.00 100 Specialty Cleaning of 60"Pipe Linear Ft 1 $ 25.00 $ 25.00 "^ 101 Light Cleaning of 66"Pipe Linear Ft 1 $ 7.50 $ 7.50 102 Medium Cleaning of 66"Pipe Linear Ft 1 $ 10.50 $ 10.50 103 Heavy Cleaning of 66"Pipe Linear Ft 1 $ 13.50 $ 13.50 104 Specialty Cleaning of 66"Pipe Linear Ft 1 $ 25.00 $ 25.00 105 Light Cleaning of 72"Pipe Linear Ft 1 $ 8.50 $ 8.50 106 Medium Cleaning of 72"Pipe Linear Ft 1 $ 19.50 $ 19.50 107 Heavy Cleaning of 72"Pipe Linear Ft 1 $ 24.50 $ 24.50 108 Specialty Cleaning of 72"Pipe Linear Ft 1 $ 30.00 $ 30.00 109 Light Cleaning of 84"Pipe Linear Ft 1 $ 9.50 $ 9.50 110 Medium Cleaning of 84"Pipe Linear Ft 1 $ 24.50 $ 24.50 111 Heavy Cleaning of 84"Pipe Linear Ft 1 $ 34.50 $ 34.50 112 Specialty Cleaning of 84"Pipe Linear Ft 1 $ 40.00 $ 40.00 113 Light Cleaning of 96"Pipe Linear Ft 1 $ 12.50 $ 12.50 114 Medium Cleaning of 96"Pipe Linear Ft 1 $ 23.50 $ 23.50 115 Heavy Cleaning of 96"Pipe Linear Ft 1 $ 48.50 $ 48.50 116 Specialty Cleaning of 96"Pipe Linear Ft 1 $ 55.00 $ 55.00 • Packet Page-360- 2/24/2015 16.A.17. Line# Description Unit Qty Unit Price Total Cleaning of HDPE Pipe or Equivalent Elliptical Circumference 117 Light Cleaning of 15"Pipe Linear Ft 1 $ 0.50 $ 0.50 i-... 118 Medium Cleaning of 15"Pipe Linear Ft 1 $ 0.75 $ 0.75 119 Heavy Cleaning of 15"Pipe Linear Ft . 1 $ 1.00 $ 1.00 120 Specialty Cleaning of 15"Pipe Linear Ft 1 $ 1.00 $ 1.00 121 Light Cleaning of 18"Pipe Linear Ft 1 $ 0.50 $ 0.50 122 Medium Cleaning of 18"Pipe Linear Ft 1 $ 0.75 $ 0.75 123 Heavy Cleaning of 18"Pipe Linear Ft 1 $ 1.00 $ 1.00 124 Specialty Cleaning of 18"Pipe Linear Ft 1 $ 1.00 $ 1.00 125 Light Cleaning of 24"Pipe Linear Ft 1 $ 0.50 $ 0.50 126 Medium Cleaning of 24"Pipe Linear Ft 1 $ 0.75 $ 0.75 127 Heavy Cleaning of 24"Pipe Linear Ft 1 $ 1.00 $ 1.00 128 Specialty Cleaning of 24"Pipe Linear Ft 1 $ 1.00 $ 1.00 129 Light Cleaning of 30"Pipe Linear Ft 1 $ 0.75 $ 0.75 130 Medium Cleaning of 30"Pipe Linear Ft 1 $ 1.00 $ 1.00 131 Heavy Cleaning of 30"Pipe Linear Ft 1 $ 1.25 $ 1.25 132 Specialty Cleaning of 30"Pipe Linear Ft 1 $ 1.25 $ 1.25 133 Light Cleaning of 36"Pipe Linear Ft 1 $ 0.75 $ 0.75 134 Medium Cleaning of 36"Pipe Linear Ft 1 $ 1.00 $ 1.00 135 Heavy Cleaning of 36"Pipe Linear Ft 1 $ 1.25 $ 1.25 136 Specialty Cleaning of 36"Pipe Linear Ft 1 $ 1.25 $ 1.25 137 Light Cleaning of 42"Pipe Linear Ft 1 $ 0.75 $ 0.75 138 Medium Cleaning of 42"Pipe Linear Ft 1 $ 1.00 $ 1.00 139 Heavy Cleaning of 42"Pipe Linear Ft 1 $ 1.25 $ 1.25 140,Specialty Cleaning of 42"Pipe Linear Ft 1 $ 1.25 $ 1.25 141 Light Cleaning of 48"Pipe Linear Ft 1 $ 1.00 $ 1.00 142 Medium Cleaning of 48"Pipe Linear Ft 1 $ 1.25 $ 1.25 143 Heavy Cleaning of 48"Pipe Linear Ft 1 $ 1.50 $ 1.50 144 Specialty Cleaning of 48"Pipe Linear Ft 1 $ 1.50 $ 1.50 145 Light Cleaning of 54"Pipe Linear Ft 1 $ 1.00 $ 1.00 146 Medium Cleaning of 54"Pipe Linear Ft 1 $ 1.25 $ 1.25 147 Heavy Cleaning of 54"Pipe Linear Ft 1 $ 1.50 $ 1.50 148 Specialty Cleaning of 54"Pipe Linear Ft 1 $ 1.50 $ 1.50 149 Light Cleaning of 60"Pipe Linear Ft 1 $ 1.00 $ 1.00 150 Medium Cleaning of 60"Pipe Linear Ft 1 $ 1.25 $ 1.25 151 Heavy Cleaning of 60"Pipe Linear Ft 1 $ 1.50 $ 1.50 " " 152 Specialty Cleaning of 60"Pipe Linear Ft 1 $ 1.50 $ 1.50 153 Light Cleaning of 66"Pipe Linear Ft 1 $ 1.50 $ 1.50 154 Medium Cleaning of 66"Pipe Linear Ft 1 $ 1.50 $ 1.50 155 Heavy Cleaning of 66"Pipe Linear Ft 1 $ 1.75 $ 1.75 156 Specialty Cleaning of 66"Pipe Linear Ft 1 $ 1.75 $ 1.75 157 Light Cleaning of 72"Pipe Linear Ft 1 $ 1.50 $ 1.50 158 Medium Cleaning of 72"Pipe Linear Ft 1 $ 1.50 $ 1.50 159 Heavy Cleaning of 72"Pipe Linear Ft 1 $ 1.75 $ 1.75 160 Specialty Cleaning of 72"Pipe Linear Ft 1 $ 1.75 $ 1.75 161 Light Cleaning of 84"Pipe Linear Ft 1 $ 1.50 $ 1.50 162 Medium Cleaning of 84"Pipe Linear Ft 1 $ 1.50 $ 1.50 163 Heavy Cleaning of 84"Pipe Linear Ft 1 $ 1.75 $ 1.75 164 Specialty Cleaning of 84"Pipe Linear Ft 1 $ 1.75 $ 1.75 165 Light Cleaning of 96"Pipe Linear Ft 1 $ 1.50 $ 1.50 166 Medium Cleaning of 96"Pipe Linear Ft 1 $ 1.50 $ 1.50 167 Heavy Cleaning of 96"Pipe Linear Ft 1 $ 1.75 $ 1.75 168 Specialty Cleaning of 96"Pipe Linear Ft 1 $ 1.75 $ 1.75 t� ,.,1' =c��w,..M��y�..rt:�..:a..w...��". .'' .' v.La. �T _ e :.,x. '� �'°'if,�.. �....�..:u;.'-,`TE. 7kRT��.s�z� T,'.�'h..`.7kdx_;,7..,: Slip Lining or Equivalent Elliptical Circumference 169 Slip Lining 15"Pipe Linear Ft 1 $ 40.00 $ 40.00 170 Slip Lining 18"Pipe Linear Ft 1 $ 45.00 $ 45.00 171 Slip Lining 24"Pipe Linear Ft 1 $ 55.00 $ 55.00 172 Slip Lining 30"Pipe Linear Ft 1 $ 85.00 $ 85.00 173 Slip Lining 36"Pipe Linear Ft 1 $ 125.00 $ 125.00 174 Slip Lining 42"Pipe Linear Ft 1 $ 145.00 $ 145.00 175 Slip Lining 48"Pipe Linear Ft 1 $ 215.00 $ 215.00 176 Slip Lining 54"Pipe Linear Ft 1 $ 225.00 $ 225.00 177 Slip Lining 60"Pipe Linear Ft 1 $ 250.00 $ 250.00 178 Slip Lining 66"Pipe Linear Ft 1 $ 315.00 $ 315.00 179 Slip Lining 72"Pipe Linear Ft 1 $ 375.00 $ 375.00 180 Slip Lining 84"Pipe Linear Ft 1 $ 415.00 $ 415.00 181 Slip Lining 96"Pipe Linear Ft 1 $ 425.00 $ 425.00 Packet Page-361- 2/24/2015 16.A.17. Line# Description Unit Qty Unit Price Total Cured-In-Place Pipe(CIPP)or Equivalent Elliptical Circumference 182 CIPP 15"Pipe 15 x 6.7 mm(Burial Depth is 0-6') Linear Ft 1 $ 65.00 $ 65.00 18 CIPP 15"Pipe 15 x 8.2 mm(Burial Depth is 6-12') Linear Ft 1 $ 70.00 $ 70.00 �...„ 31 CIPP 18"Pipe x 8.1 mm (Burial I?eAth is 0-6') , Linear Ft 1 $ 75.00 $ 75.00 84 CIPP 18"Pipe x 9.7 mm(Burial Depth is 6-12') Linear Ft 1 $ 80.00 $ 80.00 185 CIPP 24"Pipe x 10.1 mm(Burial Depth is 0-6') Linear Ft 1 $ 90.00 $ 90.00 186 CIPP 24"Pipe x 12.4 mm(Burial Depth is 6-12') Linear Ft 1 $ 95.00 $ 95.00 187 CIPP 30"Pipe x 13.5 mm(Burial Depth is 0-6') Linear Ft 1 $ 110.00 $ 110.00 188 CIPP 30"Pipe x 15.4 mm(Burial Depth is 6-12') Linear Ft 1 $ 115.00 $ 115.00 189 CIPP 36"Pipe x 17.2 mm(Burial Depth is 0-6') Linear Ft 1 $ 125.00 $ 125.00 190 CIPP 36"Pipe x 18.1 mm(Burial Depth is 6-12') Linear Ft 1 $ 140.00 $ 140.00 191 CIPP 42"Pipe x 20.9 mm(Burial Depth is 0-6') Linear Ft 1 $ 225.00 $ 225.00 192 CIPP 42"Pipe x 20.6 mm(Burial Depth is 6-12') Linear Ft 1 $ 205.00 $ 205.00 193 CIPP 48"Pipe x 25.2 mm(Burial Depth is 0-6') Linear Ft 1 $ 240.00 $ 240.00 194 CIPP 48"Pipe x 22.6 mm(Burial Depth is 6-12') Linear Ft 1 $ 225.00 $ 225.00 195 CIPP 54"Pipe x 28.2 mm(Burial Depth is 0-6') Linear Ft 1 $ 400.00 $ 400.00 196 CIPP 54"Pipe x 24.7 mm(Burial Depth is 6-12') Linear Ft 1 $ 365.00 $ 365.00 197 CIPP 60"Pipe x 30.3 mm (Burial Depth is 0-6') Linear Ft 1 $ 535.00 $ 535.00 198 CIPP 60"Pipe x 27.3 mm(Burial Depth is 6-12') Linear Ft 1 $ 515.00 $ 515.00 199 CIPP 66"Pipe x 31.6 mm (Burial Depth is 0-6') Linear Ft 1 $ 630.00 $ 630.00 200 CIPP 66"Pipe x 29.1 mm(Burial Depth is 6-12') Linear Ft 1 $ 620.00 $ 620.00 201 CIPP 72"Pipe x 30.4 mm Linear Ft 1 $ 750.00 $ 750.00 202 CIPP 84"Pipe x 35.5 mm Linear Ft 1 $ 850.00 $ 850.00 203 CIPP 96"Pipe x 40.6 mm Linear Ft 1 $ 950.00 $ 950.00 Open Cut!Headwall Repairs&Other services 204 Construction Foreman Hr 8 $ 55.00 $ 440.00 205 Equipment Operator Hr 8 $ 120.00 $ 960.00 206 Laborer Hr 8 $ 40.00 $ 320.00 207 Pipe Laver Hr 8 $ 30.00 $ 240.00 208 Welding(Above&Below Water) Hr 8 $ 85.00 $ 680.00 209 Diving Crew(3 Man Team)Certified Hr 8 $ 210.00 $ 1,680.00 210 Crane 100 Ton&Below Hr 8 $ 65.00 $ 520.00 211 Track or Wheeled Excavator Hr 8 $ 20.00 $ 160.00 212 Long Stick Tracked Excavator(60'or Greater) Hr 8 $ 30.00 $ 240.00 213 Wheel Loader Hr 8 $ 10.00 $ 80.00 214 Backhoe Loader Hr 8 $ 10.00 $ 80.00 ^� 215 Bulldozer Hr 8 $ 10.00 $ 80.00 216 Double Drum Compactor Hr 8 $ 20.00 $ 160.00 217 Vibratory Plate Compactor Hr 8 $ 10.00 $ 80.00 218 100 CFM Air Compressor with Hammer Hr 8 $ 15.00 $ 120.00 219 De-Watering Hr 8 $ 80.00 $ 640.00 220 Asphalt Pavement Replacement Tons 1 $ 150.00 $ 150.00 221 Limerock Tons 1 $ 50.00 $ 50.00 222 Dirt Tons 1 $ 25.00 $ 25.00 223 Driveway Restoration SY 1 $ 50.00 $ 50.00 224 Mitered Ends SY 1 $ 150.00 $ 150.00 225 Pressure Grout Injection Joints 1 $ 175.00 $ 175.00 226 Bahia Sod Sq Ft 400 $ 0.45 $ 180.00 227 Floratan Sod Sq Ft 400 $ 0.50 $ 200.00 228 Rip Rap Rubble 6"-12" Tons 1 $ 50.00 $ 50.00 229 Rip Rap Bag(80 lb Bags) Ea 1 $ 8.00 $ 8.00 230 Concrete Pillow Blanket slope protection SY 1 $ 55.00 $ 55.00 231 Silt Screen Installation&Removal per100 ft Ea 1 $ 500.00 $ 500.00 232 Maintenance of Traffic Ea 1 $ 250.00 $ 250.00 233 Mobilization Fee Ea 1 $ 300.00 $ 300.00 234 Material Mark Up% % 10% RESPONSE TIMES: On a twenty-four(24)hour basis,the Contractor maybe required to travel to the site immediately to meet with the Project Manager,law enforcement or emergency personnel to resolve an emergency(See page 36 of Solicitation). If awarded ,i• Packet Page-362- 2/24/2015 16.A.17. Cite?" County Ad€ nistrative Service Division Purthasing INVITATION TO BID Date: October 24, 2014 From: Evelyn Colon, Procurement Strategist (239) 252-2667 (Telephone) (239) 252-2810 (FAX) evelyncolon @colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 15-6363 Storm Drain Maintenance As requested by the Road Maintenance, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: JR Gorentz, Project Manager Note: All ITB responses submitted must include one (1) original labeled MASTER, along with one (1) exact duplicate copies, including all required forms. i.Ltp� Pudhmg •3327 Tan,arni Traii East•Na-ies,Florida 341124301•vrim.coliiergov.net,Purchasing 15-6363 Storm Drain Maintenance 1 Packet Page-363- 2/24/2015 16.A.17. Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 6 Exhibit III: Standard Purchase Order Terms and Conditions 12 Exhibit IV: Additional ITB Terms and Conditions 15 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 23 Attachment 2: Vendor's Check List 24 Attachment 3: Vendor Submittal - Bid Response Form 25 Attachment 4: Vendor Submittal— Local Vendor Preference Affidavit 27 Attachment 5: Vendor Submittal— Immigration Affidavit 28 Attachment 6: Vendor Substitute W—9 29 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 30 15-6363 Storm Drain Maintenance 2 Packet Page-364- 2/24/2015 16.A.17. Public Notice Sealed bid responses for Solicitation 15-6363 Storm Drain Maintenance, will be received electronically or manually only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00PM, Collier County local time on November 24, 2014. Solicitation responses received after the stated time and date will not be accepted. Solicitation 15-6363 Storm Drain Maintenance All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.collieroov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Joanne Markiewicz Director, Procurement Services Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the lobby of the Purchasing Building on October 24,2014. 15-6363 Storm Drain Maintenance 3 Packet Page-365- 2/24/2015 16.A.17. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Road Maintenance Department (hereinafter, the "Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB")with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The work typically consists of small projects on an as needed basis: • The cleaning/flushing of the storm drain pipe, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • This is an on-call annual contract — projects are small and can be located anywhere in Collier County. Historically, County departments have spent approximately$1,625,872.95. Average project cost: Usually under$25,000 but can be up to $500,000. Detailed Scope of Work See Exhibit A Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) in accordance with the following methodology: 15-6363 Storm Drain Maintenance 4 Packet Page-366- 2/24/2015 16.A.17. To select a single qualified and responsive bidder determined by the lowest total base bid. • Collier County reserves the right to select one, or more than one contractor; however, it is the intent to select a single awardee. • The contract will be in the form of a Collier County standard agreement and purchase order driven. Term of Contract The contract term, if an award(s) is/are made is intended to be for one (1) year with three (3) one year renewal options. Prices shall remain firm for the initial term of this contract. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice October 24, 2014 Last Date for Receipt of Written Questions November 10, 2014 @ 3:00PM Addendum Issued Resulting from Written Questions November 14, 2014 Solicitation Deadline Date and Time November 24, 2014 @ 3:00PM Anticipated Board of County Commissioner's Contract Approval Date January 2015 Vendor Required Documents • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement 15-6363 Storm Drain Maintenance 5 Packet Page-367- 2/24/2015 16.A.17. Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or"Bid")with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 15-6363 Storm Drain Maintenance 6 Packet Page-368- 2/24/2015 16.A.17. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department Online Bidding System: www.colliergov.net/bid. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests 15-6363 Storm Drain Maintenance 7 Packet Page-369- 2/24/2015 16.A.17. Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In 15-6363 Storm Drain Maintenance 8 Packet Page-370- 2/24/2015 16.A.17. such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Purchasing Department shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security(DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/vendor's proposal may be deemed non-responsive. 15-6363 Storm Drain Maintenance 9 Packet Page-371- 2/24/2015 16.A.17. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s)to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on 15-6363 Storm Drain Maintenance 10 Packet Page-372- 2/24/2015 16.A.17. the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 15-6363 Storm Drain Maintenance 11 Packet Page-373- 2/24/2015 16.A.17. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14)days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and/or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and/or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and/or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. 15-6363 Storm Drain Maintenance 12 Packet Page-374- 2/24/2015 16.A.17. VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys'fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or of this Purchase Order. Should any such change are incident to the goods and/or services to be increase or decrease the cost of, or the time provided hereunder. required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. change is ordered or within such additional period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S ---`, specified by the COUNTY, and will be of representations and warranties in section 11 (a). satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, claim of any third party. These warranties shall procure for the COUNTY the right to continue survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional Goods and services provided pursuant to this cost to the COUNTY). Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. contracted with the COUNTY for goods and/or services, or appropriate or make use of the 13. Compliance with Laws COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on 15-6363 Storm Drain Maintenance 13 Packet Page-375- 2/24/2015 16.A.17. the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce comply with the laws referenced herein shall any of the terms and conditions of this constitute a breach of the award agreement and Purchase Order shall be the Twentieth the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in be regarded by the COUNTY as a material and response to a breach of this Purchase Order substantial breach of the contract arising from by VENDOR shall not constitute a waiver of this Purchase Order. breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. responsible for any delay or failure in c) All notices under this Purchase Order shall performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by When VENDOR has knowledge of any actual or personal delivery and will be deemed potential force majeure or other conditions which effective upon receipt. Postage, delivery and will delay or threatens to delay timely other charges shall be paid by the sender. A performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. /'• VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with 15. Assignment Florida Statute Chapter 112.061, Per Diem VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, nor any money due or to become due without the employees and authorized persons. prior written consent of the COUNTY. Any e) In the event of any conflict between or assignment made without such consent shall be among the terms of any Contract Documents deemed void. related to this Purchase Order, the terms of the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and /or Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall 17. Annual Appropriations govern. The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and 15-6363 Storm Drain Maintenance 14 Packet Page-376- 2/24/2015 16.A.17. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of$25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51% or more of the solicitation amount for said work. 5. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 6. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 7. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. 15-6363 Storm Drain Maintenance 15 Packet Page-377- 2/24/2015 16.A.17. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8. Florida Wood Products The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 9. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 10. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 11. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at(239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt(formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 12. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the 15-6363 Storm Drain Maintenance 16 Packet Page-378- 2/24/2015 16.A.17. Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. 13. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 14. Invoice and Payments Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(cr7collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional— payment by check, wire transfer or other cash equivalent. • Standard —payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees)as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. 15-6363 Storm Drain Maintenance 17 Packet Page-379- 2/24/2015 16.A.17. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees)to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 15. Survivability Purchase Orders: The Consultant/ContractorNendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 15-6363 Storm Drain Maintenance will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 16. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 15-6363 Storm Drain Maintenance 18 Packet Page-380- 2/24/2015 16.A.17. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO)forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four(24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 17. Security and Background Checks If required, Vendor/ Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4)years. 18. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein 15-6363 Storm Drain Maintenance 19 Packet Page-381- 2/24/2015 16.A.17. by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway &Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 19. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 20. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: • Required quantities of material. • Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable • Pricing and availability of goods and/or materials provided under Vendor's agreements with material suppliers 21. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 22. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site. In the event that additional specialized and/or heavy equipment(backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site. The County reserves the right to request and obtain documentation of the Vendor's cost, and to withhold payments until documentation is provided. 15-6363 Storm Drain Maintenance 20 Packet Page-382- 2/24/2015 16.A.17. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from �-� furnishing a complete unit. All equipment must be new and of current manufacture in production at the time of ITB opening, and carry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. 23. Storage Tank Installation and Closure Requirements The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 &403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST &API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing /will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials/ petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 24. 62-761.300 Applicability 1) General Requirements: a) Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST systems with individual storage tank capacities greater than110 gallons that contain or contained: i) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984 ii) Pollutants or hazardous substances after December 10, 1990; or iii) Regulated substances in unmaintained storage tank systems. b) This rule is applicable to non-residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only-not required by this Chapter). 25. 62-762.301, F.A.C. Applicability 1) General Requirements: a) Aboveground storage tank systems: The requirements of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17- 61, F.A.C., after May 21, 1984 (1) Vehicular fuel, subject to Chapter 17-61, F.A.C., after May 21, 1984; (2) Pollutants after March 12, 1991; or (3) Pollutants in unmaintained storage tank systems. b) Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62-762.401(1)-(2), F.A.C. c) Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of 15-6363 Storm Drain Maintenance 21 Packet Page-383- 2/24/2015 16.A.17. greater than 110 gallons containing mineral acids are only required to comply with Rule 62- 762.891, F.A.C. 26. Definitions 62-761.200(11) and 62-762.201(16), F.A.C.: "County' means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62-761.200(48) and 62-762.201(62), F.A.C.: "Pollutants" includes any"product" as defined in Section 377.19(11), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62-761.200(51) and 62-762.201(65), F.A.C.: "Product' as defined in Section 377.19(11), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. 62-761(73) and 62-762(84), F.A.C.: "Vehicular fuel" means a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. 15-6363 Storm Drain Maintenance 22 Packet Page-384- 2/24/2015 16.A.17. Ca Wier County Administrative seoe Division Purchasing Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 15-6363 Storm Drain Maintenance ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: 15-6363 Storm Drain Maintenance 23 Packet Page-385- 2/24/2015 16.A.17. Cott County --� Adnanisfaffve Services DMsion Purchasing Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 15-6363 Storm Drain Maintenance • Opening Date: November 24, 2014 @ 3:00PM 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 15-6363 Storm Drain Maintenance 24 Packet Page-386- 2/24/2015 16.A.17. county Administrative Services INvisian Purchasing Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 15-6363 Storm Drain Maintenance Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: *** SEE FOLLOWING PAGES * ** Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days ® Bid Response Form is electronic. Please input your prices online. ❑ Bid Response is as follows: N/A Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. 15-6363 Storm Drain Maintenance 25 Packet Page-387- 2/24/2015 16.A.17. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR#or CAGE Code Telephone Number FAX Number Signature/Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address 15-6363 Storm Drain Maintenance 26 Packet Page-388- 2/24/2015 16.A.17. Colter County Administrative Services Division Purchasing Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 15-6363 Storm Drain Maintenance (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business El Collier County El Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way.This may include, but not be limited to,the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County.Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a"local business" under this section.A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or El Lee County: Number of Employees (Including Owner(s)or Corporate Officers): Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) 15-6363 Storm Drain Maintenance 27 Packet Page-389- 2/24/2015 16.A.17. Cvaer County Administrative Seneoes Division Purchasing Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 15-6363 Storm Drain Maintenance This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program. may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/ Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of ,20 , by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 15-6363 Storm Drain Maintenance 28 Packet Page-390- 2/24/2015 16A 17. Cofer County Ac rate Services Division /"■ Purchasing Attachment 6:Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation _Partnership Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 15-6363 Storm Drain Maintenance 29 Packet Page-391- 2/24/2015 16.A.17. Co ker County Administrative Seivices Division Purchasing Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $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 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. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired;Automobile Included 5. El Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate 15-6363 Storm Drain Maintenance 30 Packet Page-392- 2/24/2015 16.A.17. ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 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. 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 15-6363 Storm Drain Maintenance 31 Packet Page-393- 2/24/2015 16.A.17. EXHIBIT A—SCOPE OF SERVICES DEFINITIONS: Cleaning refers to the removal of enough material to ensure that at least ninety-five (95%) of the pipe or basin capacity is restored. Light Cleaning refers to the removal of diameter of the pipe/basin or less of sediment or debris from a section of the pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Medium Cleaning refers to the removal of between 1/4 to 1/2 diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Heavy Cleaning refers to the removal of greater than 'A diameter of the pipe/basin of sediment or debris from a section of pipe or basin. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe capacity is restored. Video inspection may be requested by Project Manager. Specialty Cleaning such as the removal of masonry plugs, calcite/concrete deposits, roots or the use of special equipment such as bucket machines will be priced in addition to Light, Medium or Heavy Cleaning as described above. This item will be billed, at a minimum of a 10 foot increment and may be mixed with other types of cleaning. r1 Specialty Cleaning will only be charged for the footage for which the service was required with a 10 foot minimum for which the service was required and has authorization and written approval by the Project Manager. The Contractor will provide certification that at least ninety-five percent (95%) of the pipe or basin capacity is restored. Video inspection may be requested by Project Manager. SCOPE: The work typically consists of, but not limited to, the following: • The cleaning/flushing of the storm drain pipe and structures, which may include temporary plugging and dewatering of individual storm drain segments; • Vacuuming of the storm drain pipe and appurtenances (inlet boxes); • Vacuuming of Continuous Deflection Separation (CDS) Systems; • Videotaping in DVD format of the segment cleaned when authorized; • Providing a written report of the condition of the facilities to the County; • Furnishing all of the associated equipment, labor, and materials required to meet the work objectives. • Providing quote for repairs within five (5)working days. The length of pipe and box culverts, the number of inlet boxes and CDS Systems along with the job duration all will vary. It should be anticipated that the majority of work to clean/flush pipes and structures will be on short job increments of approximately 30', 50' to 100' in length with the job duration to last approximately two (2), four (4), eight (8) to sixteen (16) hours pending permits and MOT setup; however, larger projects that exceed the prior description may be required during the term of this contract. Video recording may be performed on the older culverts which are believed to be in poor condition or have failed to identify whether repair or replacement is required. The cleaning and or video recording Contractor is not guaranteed the repair or replacement work identified when performing such work. 15-6363 Storm Drain Maintenance 32 Packet Page-394- 2/24/2015 16.A.17. The Contractor shall be fully responsible for the performance and for the completion of all work requested under this Contract as set forth in these special provisions and as directed by Collier County or its designee '. (Project Manager). The Contractor will incorporate the necessary provisions into the overall Bid Unit Price to complete the specified work under the conditions existing in the storm drain pipe, catch basins and box culverts. Coordination with Collier County and other parties involved is required regarding provisions for the location specifics of each work site, traffic control signage, purchasing/acquiring water and identification of the nearest sediment disposal site. The Contractor has ultimate responsibility to perform work in accordance with all rules and regulations that pertain to the industry which work is performed. AUTHORITY OF THE PROJECT MANAGER_ The Contractor will perform all work to the satisfaction to the Project Manager. The Project Manager will manage all questions, difficulties, and disputes, of whatever nature, that may arise relative to the interpretation of the plans, prosecution, and fulfillment of this Contract. Also, to the character, quality, amount, and value of any work done, and materials furnished. ACCESS OR STAGING TO PROJECT WORK AREA: Access to the work site may be limited or restricted. It will be the Contractor's responsibility to inspect the work site prior to the NTP issuance to ensure there will be no ingress and egress issues. In addition, should access to an offsite staging area be necessary other than indicated on the plans or as discussed, the Contractor must be granted and the fee owner must provide written authorization. A copy of the authorization letter must be provided to the Project Manager for the Project file. Any and all related costs to gain access to or for staging purposes for the work site shall be included in the Project Proposal. CLEANING OF STORM DRAIN PIPES, CATCH BASINS, INLET BOXES, AND BOX CULVERTS: The work specified consists of the removal and disposal of sediment, silt, debris, vegetation, soil, rock or any type of blockage including temporary dewatering plugs left behind or restriction inside a ^ storm drain pipe, inlet box, Continuous Deflection Separation (CDS) Systems or equivalent or box culvert to restore maximum drainage capacity. The storm drain pipe segments may be required to be de-watered with the stormwater discharge being towards a downstream segment of the storm drain system all rules and regulations having jurisdiction shall be followed and barriers used to minimize any pollution from contaminating any body of water. All NPDES and Clean Water Acts rules and regulations must be adhered. Jet rodding and vacuum cleaning of the storm drain pipes in preparation for videotaping of the cleaned storm facilities will be required. Storm drain pipe sizes and segments will vary. Collier County reserves the right to specify actual footages and/or cubic feet of boxes or CDS system(s) as may be required during this contract period, but does not guarantee any minimum or maximum to be ordered during the period specified. GENERAL REQUIREMENTS: The Contractor shall clean the storm drain pipe, catch basin, inlet box, box culvert or CDS system so that the drainage capacity is one hundred percent (100%) of the existing capacity of the pipe, box culvert or CDS system. All activities shall be performed meeting the requirements of Federal, State and local environmental standards and laws. Erosion and water pollution control shall be accomplished, meeting the requirements of Section 104 of the Standard Specifications for Road and Bridge Construction and revisions thereto (current at the time of Contract award). When water is present, the storm drain pipe or box culvert shall be de-watered to facilitate cleaning. Cleaning shall be done in a manner not to damage the storm drain pipe, inlet boxes, box culvert, CDS system or surrounding area. Access to the storm drain pipe, inlet box or box culvert may require temporary removal of fence, signs, guardrail, grates or manhole covers. They shall be replaced according to Collier County standards at the completion of the cleaning operation or each day, as appropriate for safety. No undermined areas shall be allowed at in fall or outfall ends of the pipe or box culvert. Any disturbed areas shall be re-sodded after regraded at no additional cost to the county. Needed repairs to the storm drain pipes or box culverts identified during the cleaning operation shall be brought to the attention of the Project Manager. All 15-6363 Storm Drain Maintenance 33 Packet Page-395- 2/24/2015 16.A.17. sediment, silt, and debris removed in the cleaning operations shall be disposed of by the Contractor in areas meeting Federal, State and local rules and regulations. Contaminated soils (sewage, solvents, etc.) or suspected contaminated soils shall be reported to the County Project Manager immediately for investigation. Quotes for repair work may be requested and shall be submitted within five (5) working days. DE-WATERING: When de-watering, other than associated with an item with a linear foot unit price is required, the costs will be based on an hourly fee as shown in the Unit Price. Time log of time start and time completed of the de-watering shall be kept and submitted as back-up with the invoicing. DOCUMENTS AND REPORTS: All video tapes/discs shall be of the two (2) hour DVD/Windows/Word format with each being professionally labeled showing the Collier County's name, the lines recorded on the tape/disc, the date of viewing, and the name of the Contractor. Detailed one (1) page summaries with a sketch or map drawn to scale shall also be prepared for each storm drain pipe line segment observed during the data review, presenting the Project Manager with a synopsis of the general line segment condition and the relative severity of observed defects. The reports shall also document any cross-connects with sanitary sewer lines and any contaminated soils or hazardous substances encountered. These summaries shall also be included in all field report copies immediately before each associated report to further assist Collier County in understanding and using the results of the viewed project. Direct submittal of copies of the superintendent's logs without his secondary review and summary pages shall not be acceptable. Photographs taken from the video monitor for remote TV observations shall also be presented in the same manner as described in above. Collier County desires photos of all significant defects observed during remote observation task; however, it is understood that it may not be possible to obtain clear, still photos from the monitor for inspections in large-diameter lines where manual observations are not performed. Original video tapes/discs for the project shall be forwarded to Collier County with final report submittals and shall become the property of Collier County. Additional copies of the video tapes/discs, if required, shall be made by the Contractor on professional duplication equipment. Two (2) complete copies of the final project reports shall be submitted to Collier County within forty-five (45) days of completion of all field activities and within the stated time of completion for the project. One (1) of the two (2) copies shall contain the original photos as required above. An overall summary narrative shall be provided in each County report describing the overall conditions found in each associated storm drain line segment grouping. Detailed summary tables shall also be compiled showing those storm drain lines where major and significant defects were located to assist the Project Manager in subsequent project review. GENERAL SITE CONDITIONS CARE: Due care shall be taken of all existing landscaping. The Contractor may be required to perform necessary site pruning on any existing plant's foliage which will interfere with the equipment or work area to limit total removal and/or replacement of the landscape material. The Contractor shall be responsible for replacement at the Contractor's costs unless otherwise approved by the Project Manager. EQUIPMENT SUGGESTED: The Contractor for this project should make four (4) basic methods of internal storm drain pipe observation available. 1. Conventional color observation cameras specifically designed for use in storm drain pipe line observation work and mounted on conventional skids. 2. Conventional color observation cameras specifically designed for use in storm drain pipe line inspection work mounted on floating skids or rafts. 15-6363 Storm Drain Maintenance 34 Packet Page-396- 2/24/2015 16.A.17. 3. Special industrial grade color observation cameras, contained in waterproof housings and carried manually through the storm drain pipe during observation work. n 4. Special industrial grade color observation cameras, contained in waterproof housing, and mounted on floating skids or rafts. The Contractor may be required to submit sample video recordings from recently completed projects demonstrating the picture quality obtained with each available inspection system for storm drain pipe diameters ranging from twelve inch (12") to seventy-two inch (72"). The intent is to insure that the best possible picture quality is made available to Collier County. In all cases, the complete video system (cameras, lens, lighting, cables, monitors and recorders) shall be capable of providing a picture quality acceptable to the Project Manager, and if unsatisfactory, the equipment shall be removed and no payment will be made for unsatisfactory product. As with manual observations, accurate and continuous footage readings shall be superimposed on the video recording for each storm drain line observed by remote methods. Also shown shall be the date of the observation and a three-digit number designation for each manhole or inlet box in the line segment taped. DAILY LOGS: The Contractor shall complete and submit to the Project Manager on a weekly basis a Daily Log documenting the Contractor's activities at the Project site such as: • Soil or weather conditions which adversely affect the work; • Daily job site hours of operation; • Number of Contractor's and Sub-Contractor's personnel present and working at the project site; • Equipment on the project site; • Work description being preformed; • Materials received; • List of visitors; • Any problems that might impact either the cost or quality of the work or the time of performance. • Location of any temporary plugs (inflatable or brick and mortar). METHOD OF OPERATION FOR VIDEO TAPING: All videotaping observation will be done on clean, dry lines when authorized. The storm drain pipes are to be checked for cleanliness by the Project Manager and the Contractor before the start of videotaping observation procedures. Dirty lines or structures identified after cleaning by the Contractor determined to be unacceptable by the Project Manager shall be re-cleaned to the satisfaction of the Project Manager, within the time specified at no additional cost to Collier County and re-inspected by the Project Manager and Contractor, before the start of the videotaping observation. De-watering as required will be done by the Contractor and will be paid in accordance with the contract. Temporary plugs used to block the storm sewer for dewatering purposes must be removed prior to rainfall events at no additional cost to the County. The Contractor will be held accountable for any and all damages due to flooding caused by blocking of the storm drain pipe system if not removed in a timely manner. The video equipment used for the observation shall be specifically designed and constructed for such task. Lighting for the camera shall be suitable to allow for a clear picture of the entire periphery of the storm drain pipe. The camera shall be operative in one hundred percent (100%) humidity conditions. The cameras, monitors, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Project Manager, and if unsatisfactory, equipment will be removed, with no payment being made for an unsatisfactory product result. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the pipe's condition. In no case should the camera be pulled at a speed greater than thirty feet (30') per minute. Manual winches, power winches, TV cable, and powered rewinds, or other devices that do not obstruct the camera view or interfere with proper documentation of the pipe conditions shall be used to move the camera through the storm drain. If during the operation the camera 15-6363 Storm Drain Maintenance 35 Packet Page-397- 2/24/2015 16.A.17. will not pass through the entire manhole section or drain pipe segment, the Contractor shall set up the equipment so that the viewing can be performed from the opposite manhole. If the camera fails to pass through the entire manhole section or drain pipe segment a second time, the task shall be considered '' complete and no additional viewing will be required. When manually operated winches are being used to pull the camera through the line, telephones or other suitable means of communication shall be set up between the two manholes or inlet boxes of the section being viewed, to insure good communications between members of the crew. MISCELLANEOUS RESPONSIBILITIES: The Contractor shall make every effort to protect existing facilities. It shall be the Contractor's responsibility to notify in writing the Project Manager of any construction problems or additional project needs. Should additional costs be involved which are not covered within the Contract Unit Costs, a Unit Cost shall be agreed upon, a Modification to the Purchase Order completed by the Contractor and Project Manager prior to performing additional services. The Contractor shall communicate frequently with the Project Manager and provide a working schedule after the Notice To Proceed (NTP) has been issued. The written schedule is required to be kept current with the progress of the work. Should the schedule be changed, it shall be immediately up-dated. The Contractor shall provide all materials, labor, equipment, mobilization/ demobilization, any other necessary effort, element and/or component(s) needed to complete the work in its entirety per plans and/or as instructed by the Project Manager and at the Unit Pricing submitted. PLUG INSTALLATION AND REMOVAL: When a plug is required the costs shall include a weekly rental, all materials and labor to install and remove the plug for the various pipe sizes. PRECONSTRUCTION VIDEO: When work is authorized, it is recommended that the Contractor's provide a preconstruction video tape in DVD format documenting the condition of the Project area prior to commencement of any work. This video tape should capture pre-project conditions of all private property adjacent to the proposed project area and public property in the r/w with the intent to document all existing conditions for use in resolving any post-project private or public property alleged damage claims. The video is to be submitted to the Project Manager prior to construction commencement for the Project file at no additional costs. PROJECT SCHEDULE AND TIME PERIOD: After issuance of the "Notice to Proceed", the Contractor shall prepare and submit to the Project Manager the Project's schedule. If required, the schedule of the work's progress shall be frequently updated and provided to the Project Manager. Micro Soft Project Format is recommended. The Project shall commence upon receipt of a "Notice to Proceed" letter from the Project Manager and will remain in effect until Final Completion and submission of all the Project closeout documents. Notification of Substantial Completion, Final Completion, and any Claims shall be done in written letter format. Electronic transmission via E-mail is not an acceptable notification form. Should the Contractor see that additional days will be required a Time Extension Letter will be prepared by the Project Manager or a Modification to the Purchase Order shall be approved. SERVATION RECORDS: Printed records of the locations shall be kept by the Contractor. The records must clearly indicate the culvert size, length of the segment, sump depth within the inlet box, storm drain pipe inverts at each end, and type of storm drain, unusual conditions such as the encroachment of roots, bad or failed storm drain joint connections, broken drain pipe, and other discernible features will be recorded, and a copy of such records will be supplied to the Project Manager. 15-6363 Storm Drain Maintenance 36 Packet Page-398- 2/24/2015 16.A.17. PROJECT SITE LOCATION: The Contractor will be provided by the Project Manager approved location/segment plans. Both will meet at the site prior to work authorization to review the existing r'''N. conditions and verify what work is to be accomplished. REPAIRS OF STORM DRAINS PIPES: Repairs of storm drain pipes will be determined by Collier County Project Manager when such repairs will be made after damage or defects are identified. When repairs are requested the Project Manager will request a Proposal from the Contractor who will have five (5) days to respond, unless an emergency situation arises where a repair maybe authorized by the Project Manager to ensure safety of the public and lessen liability for the County. Once Proposal has been received by the Project Manager he/she will either approve or reject and issue a Notice to Proceed (NTP) if approved and funding is available. Once the NTP has been issued the Contractor shall perform the repairs in the required timeframe. RESPONSE TIMES: On a twenty-four (24) hour basis, the Contractor may be required to travel to the site immediately to meet with the Project Manager, law enforcement or emergency personnel to resolve an emergency. The Contractor shall respond to a telephone, beeper, or radio call within one (1) hour. There shall be no additional charge for these responses. If awarded vendor cannot perform these services, it may be cause for termination. Awarded vendor must have staffed office ready to respond within one hundred (100) miles of Naples, Florida. SANITARY FACILITIES: If the duration of the work is estimated to extend beyond five (5) days, the Contractor shall provide and have serviced portable toilet(s) within the work site area limits as approved by the Project Manager. Each toilet shall be located no further apart within the work area than one-quarter (1/4) mile. SEDIMENT STORAGE & TESTING: Sediment removed from the storm drain pipe system may be taken to a Collier County specified facility for storage and drying if available; otherwise the contractor assumes responsibility to store and dispose of sediment in accordance with all Federal, State and Local laws, rules and regulations. Sediment sampling and soil testing may be required for FDEP Priority Pollutants if requested by Collier County to determine whether the sediments can be reused or should be disposed in the appropriate landfill. There shall be no additional costs for this testing. SITE MAINTENANCE: The work site areas shall be kept clean and neatly maintained during the progression of the work. Any debris on the roadway shall be swept daily or as directed by the Project Manager. The disposal of all debris and project litter must be at a proper landfill or disposal site. All disposal fees, tipping or charges are to be included in the Bid Schedule Unit Price. Upon completion, leftover materials are to be collected, hauled away, and disposed of by the Contractor leaving the work site in a restored order. SITE PROTECTION_ Improved landscape areas containing landscaping, irrigation systems and mailboxes shall be noted and maintained wherever possible. If removed or destroyed during the accomplishment of the work, the Contractor shall replace or restore to the original condition or better as part of Project completion. The cost of these items shall be considered incidental to the Project unless discussed and addressed with the Project Manager prior to Project commencement. The Contractor shall make every effort to preserve stakes/laths, monuments, bench marks, and other control points. A Florida Registered P.S.M. is responsible for the replacement of any & all survey control or boundary corners damaged or destroyed during construction at the Contractor's expense. STORM DRAIN PIPE SIZES: Indicated in Bid Schedule are expected storm drain pipe sizes and are for the purpose of Bid Unit Price submission. Collier County reserves the right to adjust/utilize such sizing as may be required for the various anticipated sites during this Contract. UTILITY CONFLICTS: Utility locates may be conducted prior to commencement of work. Soft digging, pot holing and/or any commonly approved method at the Contractor's discretion may be used to locate existing utilities. In the event that utility conflict(s) arise, the Contractor will be principally responsible for 15-6363 Storm Drain Maintenance 37 Packet Page-399- 2/24/2015 16.A.17. coordinating with the pertinent utility company/companies in order to resolve such conflict(s). Any and all costs associated with utility conflict(s) would be incidental and should be included in the pricing provided in the Bid Response Form. The Project Manager may make exceptions pending justifications by the Contractor. VIDEO TAPE RECORDINGS: Video tape recordings will be selective and therefore not all storm drain pipe segments will be required to be videotaped. When authorized, the purpose of tape recording shall be to supply a visual and audio record of the storm drains problem area segment(s). Videotaped recording playbacks shall be in the same speed that it was recorded. Slow motion or stop-motion playback features may be supplied at the option of the Contractor. Title to the tape shall become the property of Collier County. The Contractor shall have all video tapes for each storm drain segment accessible for review by the Project Manager. The cleaned storm drain pipes will be videotaped in DVD format to document and enable evaluation of the existing storm drain conditions. Two (2) copies of the video tape along with written observation reports will be provided to the County. If pipe damage is significant, the pipe cleaning will have to be terminated at the heavily damaged area to avoid casing further damage by additional soil settlement into the storm drain system. WATER SUPPLY:_The Contractor shall supply his own water for cleaning/flushing of the storm drain pipe and or box culvert. It may be necessary to have an account with the Collier County Public Utilities Division for a temporary 2" water meter with an approved and inspected RPZ devise as a source for the storm drain pipe cleaning process. MAINTENANCE OF TRAFFIC (MOT): For all projects that are conducted within a Collier County Right-of- Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These n projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway& Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be at unit price, Each, and only allowed one for each project throughout the duration. If MOT is required, MOT certification is to be provided within ten (10) days of receipt of Notice of Award. MOBILIZATION: All costs associated with Mobilization shall be at unit price, Each, and only allowed one for each project throughout the duration. PAYMENT: Payment shall be for the Unit Cost linear feet of storm drain pipe cleaned, lined, observed and accepted for the various storm drain pipe sizes. Payment shall be for the Unit Cost for box culverts and/or CDS system(s) will be for Cubic Foot of material removed. Payment shall be for full compensation for the Unit Cost per linear feet for services furnishing: • Equipment • Tools • Labor • Dewatering • Cleaning/flushing 15-6363 Storm Drain Maintenance 38 Packet Page-400- 2/24/2015 16.A.17. • Videotaping • Photos • On-site material transport & disposal • Erosion control • Clean-up • Disposal/tipping fee charges • Water pollution control • Water meter and water supply shall be included in the Unit Pricing • And all other incidentals necessary for satisfactory performance of the work including the cost of temporary removal and subsequent replacement of fence, signs, guardrail, grates or manhole covers and removal of inlet lids/grates and the cleaning of the inlet boxes. Unless otherwise noted, these above services are considered incidental to the contract and shall not be paid separately, but shall be included in the Contract Unit Price per linear feet of storm drain pipe and/or box culverts cleaned, lined, observed and accepted. The Contractor will accept the compensation as provided in this Contract as full payment for furnishing all materials and for performing all work contemplated and embraced under the Purchase Order also for: • All loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its final acceptance; • All other costs incurred under the provisions of Division I of the Florida Department of Transportation, Standard Specifications for Road and Bridge Construction, 2014 Edition or latest revision thereof. 15-6363 Storm Drain Maintenance 39 Packet Page-401- 2/24/2015 16.A.17. Cofer County mail: evel ncolon collier ov.net � Y @ 9 Administrative Senrioes Division Telephone: (239) 252-2667 Purchasing FAX: (239) 252-2810 Addendum 1 Date: October 24, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #and Title 15-6363 Storm Drain Maintenance This Addendum 1 is just to fix an error on the online bidding system. This Addendum does not affect the bid in anyway. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page-402- 2/24/2015 16.A.17. Cctitr County Email: evelyncolon @colliergov.net Administrative Services Telephone: (239) 252-2667 FAX: (239) 252-2810 Purchasing Addendum 2 Date: October 30, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation #and Title 15-6363 Storm Drain Maintenance This Addendum 2 is to provide all potential bidders with previous bid tabulation. Please see the attachment. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page-403- 2/24/2015 16.A.17. Coo 7'E'T County Email: evelyncolon @colliergov.net Administrative Telephone: (239) 252-2667 Purchasing FAX: (239) 252-2810 Addendum 3 Date: November 13, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #3 - Solicitation #and Title 15-6363 Storm Drain Maintenance This Addendum 3 is to provide all potential bidders with a revised bid schedule. The Unit Price on Line 232, Maintenance of Traffic was set up incorrectly. Please see the attachment. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) "'Date (Name of Firm) Packet Page-404- 2/24/2015 16.A.17. Coiker C 0 1 ) Email: evelyncolon @colliergov.net Adrrrtinislrave Services Division Telephone: (239) 252-2667 FAX: (239) 252-2810 Purchasing Addendum 4 Date: November 21, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #4 - Solicitation #and Title 15-6363 Storm Drain Maintenance This Addendum 4 is to provide all potential bidders with the last two previous bid schedules. Please see the attachment. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page-405- 2/24/2015 16.A.17. HENANDOAH CONSTRUCTION 1888 N.W. 22' Street • Pompano Beach,FL 33069 (954)975-0098 Fax: (954)975-9718 January 12,2015 1) Formal Protest for Contract# 15-6363 "Storm Drain.Maintenance" Collier County Administrative Services Division Purchasing Joanne Markiewicz,CPM,Director of Procurement Services 3327 Tamiami Trail E.,Naples,FL 34112 2) Protesting Party: Shenandoah General Construction Co. 1888 NW 22nd Street Pompano Beach,FL 33069 Danny DiMura,VP 3) Shenandoah General Construction is filing a formal protest due to the fact the apparent low bidder, Envirowaste Service Group, has submitted an unbalanced bid, for Contract # 15-6363 "Storm Drain Maintenance". If award is given to the apparent low bidder,Envirowaste Service Group,Collier County will not be getting the lowest ultimate cost to the public. Envirowaste Service Group's bid is both mathematically and materially unbalanced,as described below. :Mathematically Unbalanced Bid means a hid containing lump sum or unit hid items which do not reflect reasonable actual costs plus a reasonable proportionate share of the bidder's r� anticipated profit,overhead costs,and other indirect costs. Materially Unbalanced Bid means a bid which generates a reasonable doubt that award to the bidder submitting a mathematically unbalanced bid will result in the lowest ultimate cost to the County;or which is so mathematically unbalanced as to result in an advance payment. 4) Included with this document is a spread sheet that includes the actual total of each individual bid item quantities used under the Shenandoah General Construction previous contract, #10-5507, for calendar year 2014. In this spread sheet a comparison is made of Envirowaste's and Shenandoah's submitted bid prices for contract# 15-6363 "Storm Drain Maintenance".This spread sheet demonstrates proof that the apparent low bid prices are both mathematically and materially unbalanced,resulting in the County not receiving the lowest ultimate cost. 5) Shenandoah General Construction is.requesting the County award contract# 15-6363 to us, or award to both contractors, Envirowaste Service Group and Shenandoah General Construction releasing work orders on lowest proposals submitted by each contractor, for each specific job based on unit contract prices. 6) Attached is a spread sheet of price comparisons utilizing 2014 quantities used adjusted to the 2015 contract pricing from both contractors. `incerely, / Danny DiMura Vice President Packet Page-406- 2/24/2015 16.A.17. Collier County Administrative Services Division Procurement Services January 14, 2015 Mr. Danny DiMura, Vice President Shenandoah Construction 1888 NW 22nd Street Pampano Beach, FL 33069 Telephone: (954)975-0098 Email: d.dimura @shenandoahconstruction.com RE: Protest Decision Regarding Solicitation 15-6363 Storm Drain Maintenance Dear Mr. DiMura: I am writing in response to your formal protest letter of January 12, 2015, filed on behalf of Shenandoah Construction pertaining to the recommended award of the referenced Solicitation. The following is a summary of the issue raised in your protest and a summary of finding. 1. Shenandoah Construction indicates that the apparent low bidder submitted a mathematically and materially unbalanced bid for the above referenced solicitation; as a result the public may not be receiving the best overall price. More specifically, the unit prices submitted do not reflect reasonable actual costs plus a reasonable share of anticipated profit, overhead and indirect costs. The bid tendered has generated a reasonable doubt that the award will result in the lowest ultimate cost to the County. FINDINGS: This office found that the solicitation award criteria was identified on pages four (4) and five (5) of the solicitation document: "To select a single qualified and responsive bidder determined by the lowest total base bid." No exceptions, challenges or questions were made by any bidders to the County's solicitation documents during the bidding process. Once all bids were received, the County validated responsiveness of each bidder and ranked responsive bidders from lowest to highest total base bid as described in the bidding documents. The County staff than issued a clarification memo to the low bidder EnviroWaste Services Group regarding line items priced at$0.01. EnviroWaste Services Group confirmed prices submitted to the County indicating that they "stand by them." Fia`anertServasDepa4ret•3327 Tam6mi Trai East!Naples,Florida 3411249/11•Yens.w0ergev.neNp",hasirg 1 Packet Page-407- 2/24/2015 16.A.17. Protest Decision Regarding Solicitation 15-6363 Storm Drain Maintenance Page 2 As you know, a public agency has wide discretion in soliciting and selecting bids. In this case, the award recommendation is made as described in the solicitation documents, and will be based on the most responsive and lowest total base bid, versus comparative information from a previous contract. Therefore, it is the decision of this office to deny the protest and direct staff to move forward with the award recommendation to the Board of County Commissioners for Solicitation 15-6363 Storm Drain Maintenance. The recommendation to award to the two (2) most responsive and lowest bidders, EnviroWaste Services Group (primary) and Shenandoah Construction (secondary), is tentatively scheduled to be presented to the Board of County Commissioners on February 10, 2015. Under Section 23 (Protest of Bid or Proposal Award) of the County's Purchasing Ordinance, the decision of the Purchasing Director shall be considered final and conclusive unless the protestor delivers a subsequent written notice of appeal to my attention within two (2) calendar days from the date of receipt of this decision or not later than 5PM, Naples Local Time on January 16, 2015. Mr. DiMura, enclosed also find the check for five hundred ($500) dollars submitted in your formal protest. This check was not required for the Purchasing Director protest, however, should you decide to appeal this decision you must follow the Board's protest process as presented in the excerpt attached to this letter, including a check for the value of the contract as described below in Section J; the historical value of this contract described in the solicitation document was approximately$1.6 million, and therefore, a three thousand ($3,000)filing fee would be required. Respectfully, a.. Ma Ll is , CPM �~ Director, Procurement Services Enclosures 2 Packet Page -408- 2/24/2015 16.A.17. Collier County Board of County Commissioner's Purchasing,Ordinance Excerpt of Protest Policy SECTION TWENTY-THREE: Protest of Bid or Proposal Award. The purpose of this section is to accommodate legitimate protests concerning formal competitive invitations to bid or requests for proposals and recommended contract awards above the formal competitive bid or proposal thresholds prior to award of a contract by the Board of County Commissioners. A. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal, who has a substantial interest and alleges to be aggrieved in connection with the solicitation or award of a contract, (hereafter referred to as "the protesting party") may protest to the Purchasing Director, who shall serve as the sole recipient of any and all notices of intent to protest and all formal protests. B. With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for formal protests of recommended contract awards as set forth under subsection C. The Purchasing Director, shall render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Purchasing Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Purchasing Director's decision. C. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal who desires to protest a recommended contract award shall submit a notice of intent to protest to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. D. All formal protests with respect to a recommended contract award shall be submitted in writing to the Purchasing Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Purchasing Director, and accompanied by the fee, as set forth below. The protesting party must have standing as defined by established Florida case law to maintain a protest. The formal protest shall contain, but not be limited to the following information: 3 Packet Page-409- 2/24/2015 16.A.17. 1. Name and address of County Agency affected and the solicitation number and title. 2. The name and address of the protesting party. 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. 5. The protesting party's entitled demand for the relief. 6. Such other information as the protesting party deems to be material to the issue. The formal protest shall contain all arguments, facts or data supporting and advancing the protestor's position. Under no circumstances shall the protestor have the right to amend, supplement or modify its formal protest after the filing thereof. Nothing herein shall preclude the County's authority to request additional information from the protesting party or other bidders or proposers in conjunction with the review and rendering of decisions on the protest, including any subsequent appeal. E. In the event of a timely protest of contract award consistent with the requirements of this section, the Purchasing Director shall not proceed further with the award of the contract until all appropriate administrative remedies as delineated under this section have been exhausted or until the Board of County Commissioners makes a determination on the record that the award of a contract without delay is in the best interests of the County. During this process, the protesting party shall limit their communications with the County to the Office of the County Attorney, and neither the protesting party, their agents or their representatives shall have any private contact or discussions with individual County Commissioners, the County Manager, other County employees, or any independent hearing officer (where applicable) regarding the protest except such communications as may be required or permitted during a hearing, if applicable, or a meeting of the County Commission wherein the solicitation or award is to be considered. F. The Purchasing Director shall review the merits of each timely protest and in consultation with the contract manager and other appropriate County staff, issue a decision stating the reasons for the decision and the protesting party's rights of appeal under this section. Said decision shall be in writing and mailed or otherwise furnished to the protesting party. The decision of the Purchasing Director shall be final and conclusive unless the protesting party delivers a subsequent written notice of appeal to the Purchasing Director within two (2) calendar days, excluding weekends and County holidays from the date of receipt of the decision. In filing a written objection to the Purchasing Director's decision, the protestor shall not introduce new arguments or alter in any other way their protest submission. An appeal of the Purchasing 4 Packet Page -410- 2/24/2015 16.A.17. Director's decision shall be limited to a review of the grounds set forth in the formal protest, and no new grounds or arguments will be introduced or considered. G. In the event of a subsequent appeal pursuant to subsection F, the County Manager shall determine whether to appoint an independent Hearing Officer to review the formal protest and the_Purchasing Director's decision. The Hearing Officer's review shall be limited to the grounds set forth in the formal protest, and shall be for the purpose of determining whether the County's intended action is arbitrary, capricious, illegal, dishonest or fraudulent. The protesting party shall have the burden of proof. The Hearing Officer shall consider the formal protest, the Purchasing Director's decision, and supporting documents and evidence presented at the hearing. In any hearing, irrelevant, immaterial or unduly repetitious evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in a trial in the courts of Florida. The Hearing Officer may grant the motion of any person having standing under Florida law to intervene in the proceedings. Persons or parties shall have the right to be represented by counsel in the proceedings, to call witnesses, and present evidence; provided, however, that the Hearing Officer shall not have the right to compel attendance of witnesses or to permit or compel any discovery. The Hearing Officer will have a maximum of 60 days to schedule and conduct a hearing into the matter and issue a recommended finding of fact and an opinion in writing to the County Manager or designee for submission to the Board of County Commissioners. Should the Hearing Officer find in favor of the County, the protesting party pay, in full, the costs of the Hearing Officer. If the Hearing Officer's recommended decision is in favor of the protesting party, then the County will assume this cost. The County Manager's discretion as to whether to appoint a Hearing Officer shall in no way afford the protestor the right to demand such an appointment or hearing. The decision of a Hearing Officer on a protesting party's appeal shall be submitted to the Board for its consideration as part of a final award decision. Nothing herein shall be construed as creating a right of judicial review of the Hearing Officer's decision, nor shall such decision be binding upon the Board. Additionally, nothing herein shall be construed as limiting the Board's right to reject any and all bids or proposals. H. Decisions of the Purchasing Director and Hearing Officer (where applicable) will be provided to the protestor and other interested parties prior to the award recommendation being presented to the Board of County Commissioners. Neither the County Manager's decision nor the Hearing Officer's recommended decision shall be construed as an award recommendation triggering additional rights of protest pursuant to this policy. Notwithstanding anything set forth herein to the contrary, the Board of County Commissioners shall retain the authority to make the final award decision. Failure to file a formal protest within the time and manner prescribed by this policy shall constitute a waiver of the right to protest by any protesting party as defined by subsection "A" of this policy. 5 Packet Page-411- 2/24/2015 16.A.17. J. As a condition of filing a formal appeal to the Purchasing Director's initial finding, the protesting party shall submit a non-refundable filing fee for the purpose of defraying the costs of administering the protest. The filing fee shall be submitted with the formal protest. Failure to pay the filing fee shall result in the denial of the protest. The amount of the filing fee shall be as follows: Estimated Contract Amount Filing Fee $250,000 or less $500 $250,000.01 to $500,000 $1,000 $500,000.01 to $5 million $3,000 $5 million or more $5,000 This fee may be modified by Resolution of the Board of County Commissioners. 6 Packet Page-412-