Loading...
Agenda 02/27/2018 Item #16A1102/27/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) No. 18-7241 “Concrete Sidewalks, Curbs, Gutters and Related Items” to Bonness, Inc., and terminate Agreement No. 16 -6624 “Concrete: Sidewalks, Curbs, Floors and Other Applications” with Heritage Builders, LLC d/b/a Heritage Utilities. OBJECTIVE: To provide a countywide contract for various types of concrete work including the repair of critical sidewalk damage. CONSIDERATIONS: On October 25, 2017, the Procurement Services Division advertised Invitation to Bid No. 18-7241 for “Concrete Sidewalks, Curbs, Gutters and Related Items” on the Collier County Online Bidding System. The system released two thousand four hundred thirty-three (2,433) notices to vendors and sixty (60) bid packages were downloaded. Staff held a publicly posted pre-bid meeting at Procurement Services Division on November 6, 2017, during which the scope of work and specifications were thoroughly explained to the potential bidders. The County only received one (1) bid by the November 17, 2017 due date. The solicitation anticipated awarding to a Primary and Secondary contractor. However, local contractor Bonness, Inc., submitted the only bid. The Road Maintenance staff reviewed Bonness’ bid prices and determined the prices are fair and reasonable. As the sole contractor, Bonness will be responsible for all work assigned under the agreement. Individual projects or internal work orders shall not exceed $200,000, and any work exceeding that amount shall require a formal solicitation process. Staff is also requesting authorization to terminate for convenience Agreement No. 16 -6624 “Concrete: Sidewalks, Curbs, Floors and Other Applications” with Heritage Builders, LLC d/b/a Heritage Utilities, per Section 8 of the Agreement. The Agreement provides the County may terminate for convenience by providing the Contractor a thirty (30) day written notice. Heritage has failed to perform work for the Road Maintenance Division and has no objection to the termination. To affect a smooth transition, new projects will not be awarded to Heritage Builders, LLC, during the thirty-day termination notice period. FISCAL IMPACT: The Road Maintenance Division is the primary user of this bid and annually appropriates budget to utilize these materials and services to repair and maintain the unincorporated county roadways. Other county divisions requiring materials and services for projects shall use funding from their individual budgets. Standard county purchase orders will be issued for work as needs are identified. Historically, the annual countywide spend is approximately $1,000,000 for this type of work. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Invitation to Bid No. 18-7241 “Concrete Sidewalks, Curbs, Gutters and Related Items” to Bonness, Inc., terminate Agreement #16-6624 “Concrete: Sidewalks, Curbs, Floors and Other Applications” with Heritage Builders, LLC d/b/a Heritage Utilities; and authorize the Chairman to sign the attached agreement. Prepared by: Melissa Pearson, Contract Administration Specialist, Operations Support Division 16.A.11 Packet Pg. 605 02/27/2018 ATTACHMENT(S) 1. 18-7241Bonness_Agreement_VendSign (PDF) 2. 18-7241 NORA (PDF) 3. 18-7241 BID TAB (PDF) 4. [Linked] 18-7241 Bonness Bid Pkg (PDF) 5. 18-7241 Solicitation (PDF) 16.A.11 Packet Pg. 606 02/27/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.11 Doc ID: 4710 Item Summary: Recommendation to award Invitation to Bid (ITB) No. 18-7241 “Concrete Sidewalks, Curbs, Gutters and Related Items” to Bonness, Inc., and terminate Agreement No. 16 -6624 “Concrete: Sidewalks, Curbs, Floors and Other Applications” with Heritage Builders, LLC d/b/a Heritage Utilities. Meeting Date: 02/27/2018 Prepared by: Title: Contract Administration Specialist – Road Maintenance Name: Melissa Pearson 02/01/2018 12:23 PM Submitted by: Title: Division Director - Road Maintenance – Road Maintenance Name: Travis Gossard 02/01/2018 12:23 PM Approved By: Review: Growth Management Department Diane Lynch Level 1 Reviewer Completed 02/01/2018 12:59 PM Road Maintenance Travis Gossard Additional Reviewer Completed 02/01/2018 1:08 PM Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 02/01/2018 1:13 PM Growth Management Operations Support Allison Kearns Additional Reviewer Completed 02/02/2018 11:10 AM Procurement Services Michael Cox Additional Reviewer Skipped 02/02/2018 2:56 PM Procurement Services Sandra Herrera Additional Reviewer Completed 02/05/2018 3:19 PM Procurement Services Swainson Hall Additional Reviewer Completed 02/05/2018 4:21 PM Procurement Services Ted Coyman Additional Reviewer Completed 02/06/2018 10:14 AM Procurement Services Evelyn Colon Additional Reviewer Completed 02/09/2018 2:27 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 02/12/2018 12:17 PM Growth Management Department James French Deputy Department Head Review Completed 02/15/2018 10:20 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 02/16/2018 9:45 AM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 02/16/2018 9:45 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 02/16/2018 11:52 AM Budget and Management Office Mark Isackson Additional Reviewer Completed 02/16/2018 11:58 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/19/2018 12:29 PM 16.A.11 Packet Pg. 607 02/27/2018 Board of County Commissioners MaryJo Brock Meeting Pending 02/27/2018 9:00 AM 16.A.11 Packet Pg. 608 16.A.11.aPacket Pg. 609Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 610Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 611Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 612Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 613Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 614Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 615Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 616Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 617Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 618Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 619Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 620Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 621Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 622Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 623Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.a Packet Pg. 624 Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 625Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 626Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 627Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 628Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 629Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 630Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 631Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 632Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 633Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 634Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 635Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 636Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 637Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 638Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 639Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 640Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 641Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.aPacket Pg. 642Attachment: 18-7241Bonness_Agreement_VendSign (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) 16.A.11.b Packet Pg. 643 Attachment: 18-7241 NORA (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) PS: Brenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Notices 2,433 Pkgs Downloaded: 60 Bids: 1 SECTION 1 BONNESS, INC. Naples LINE ITEM UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACH 1 Square Yard 1 - 50 96.34$ 2 Square Yard 51 - 100 90.58$ 3 Square Yard 101 +90.17$ 4 Square Yard 1 - 50 72.07$ 5 Square Yard 51 - 100 54.57$ 6 Square Yard 101 +49.94$ 7 Square Yard 1 - 50 94.22$ 8 Square Yard 51 - 100 85.50$ 9 Square Yard 101 +75.07$ 10 Square Foot 1 - 50 39.75$ 11 Square Foot 51 - 100 21.53$ 12 Square Foot 101 +20.56$ 13 Square Yard 1 - 100 84.71$ 14 Square Yard 101 - 250 74.71$ 15 Square Yard 251 - 500+62.49$ 16 Square Yard 1 - 100 44.56$ 17 Square Yard 101 - 250 33.18$ 18 Square Yard 251 - 500+25.02$ 19 Square Yard 1 - 100 62.89$ 20 Square Yard 101 - 250 40.87$ 21 Square Yard 251 - 500+37.66$ 22 Square Foot 1 - 50 3.71$ 23 Square Foot 51 - 100 1.89$ 24 Square Foot 101 +1.43$ 25 Linear Feet 1 - 50 144.25$ 26 Linear Feet 51 - 150 14.97$ Concrete Sidewalk, 6" Thickness, Install/ Replacement DESCRIPTION CURB & GUTTER CONCRETE SIDEWALK AMERICANS WITH DISABILITIES ACT (ADA) ADA Sidewalk Ramps, New Installation ADA Sidewalk Ramps, New Installation ADA Sidewalk Ramps, Removal & Disposal of Existing ADA Sidewalk Ramps, Removal & Disposal of Existing ADA Sidewalk Ramps, Install/ Replacement ADA Sidewalk Ramps, Install/ Replacement ADA Sidewalk Ramps, Install/ Replacement ADA Sidewalk Ramps, New Installation ADA Sidewalk Ramps, Removal & Disposal of Existing ADA Detectable Warning Mat, Install/ Replacement ADA Detectable Warning Mat, Install/ Replacement Concrete Sidewalk, New Installation Concrete Sidewalk, Removal & Disposal of Existing Concrete Sidewalk, 6" Thickness, Install/ Replacement Concrete Grinding, County Wide ADA Detectable Warning Mat, Install/ Replacement Concrete Sidewalk, New Installation Concrete Sidewalk, Removal & Disposal of Existing Concrete Sidewalk, 6" Thickness, Install/ Replacement Concrete Grinding, County Wide Concrete Curb, Removal & Disposal, Type A Concrete Sidewalk, Removal & Disposal of Existing Concrete Grinding, County Wide Concrete Sidewalk, New Installation Concrete Curb, Removal & Disposal, Type A Page 1 of 7 16.A.11.c Packet Pg. 644 Attachment: 18-7241 BID TAB (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) PS: Brenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Notices 2,433 Pkgs Downloaded: 60 Bids: 1 LINE ITEM UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACHDESCRIPTION AMERICANS WITH DISABILITIES ACT (ADA) 27 Linear Feet 151 +10.80$ 28 Linear Feet 1 - 50 53.81$ 29 Linear Feet 51 - 150 12.40$ 30 Linear Feet 151 +11.21$ 31 Linear Feet 1 - 50 16.65$ 32 Linear Feet 51 - 150 15.91$ 33 Linear Feet 151 +9.66$ 34 Linear Feet 1 - 50 34.10$ 35 Linear Feet 51 - 150 14.57$ 36 Linear Feet 151 +12.42$ 37 Linear Feet 1 - 50 24.13$ 38 Linear Feet 51 - 150 14.97$ 39 Linear Feet 151 +10.80$ 40 Linear Feet 1 - 50 18.16$ 41 Linear Feet 51 - 150 16.05$ 42 Linear Feet 151 +15.31$ 43 Linear Feet 1 - 50 25.11$ 44 Linear Feet 51 - 150 12.52$ 45 Linear Feet 151 +8.57$ 46 Linear Feet 1 - 50 32.22$ 47 Linear Feet 51 - 150 19.20$ 48 Linear Feet 151 +18.72$ 49 Linear Feet 1 - 50 15.65$ 50 Linear Feet 51 - 150 14.96$ 51 Linear Feet 151 +10.75$ 52 Linear Feet 1 - 50 56.73$ 53 Linear Feet 51 - 150 52.39$ Concrete Curb, Removal & Disposal, Type B Concrete Curb, Install, Type B Concrete Curb, Install, Type B Concrete Curb, Removal & Disposal, Type D Concrete Curb, Removal & Disposal, Type D Concrete Curb, Install, Type D Concrete Curb, Install, Type B Concrete Curb, Removal & Disposal, Type D Concrete Curb & Gutter, Install, Type E Concrete Curb & Gutter, Removal & Disposal, Type F Concrete Curb, Install, Type A Concrete Curb, Removal & Disposal, Type B Concrete Curb, Removal & Disposal, Type B Concrete Curb, Install, Type D Concrete Curb, Install, Type A Concrete Curb & Gutter, Install, Type F Concrete Curb, Install, Type A Concrete Curb, Install, Type D Concrete Curb & Gutter, Removal & Disposal, Type F Concrete Curb & Gutter, Removal & Disposal, Type E Concrete Curb & Gutter, Install, Type E Concrete Curb & Gutter, Removal & Disposal, Type F Concrete Curb & Gutter, Install, Type F Concrete Curb & Gutter, Removal & Disposal, Type E Concrete Curb & Gutter, Removal & Disposal, Type E Concrete Curb & Gutter, Install, Type E Concrete Curb, Removal & Disposal, Type A Page 2 of 7 16.A.11.c Packet Pg. 645 Attachment: 18-7241 BID TAB (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) PS: Brenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Notices 2,433 Pkgs Downloaded: 60 Bids: 1 LINE ITEM UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACHDESCRIPTION AMERICANS WITH DISABILITIES ACT (ADA) 54 Linear Feet 151 +42.33$ 55 Linear Feet 1 - 50 13.77$ 56 Linear Feet 51 - 150 13.01$ 57 Linear Feet 151 +11.09$ 58 Linear Feet 1 - 50 16.22$ 59 Linear Feet 51 - 150 16.06$ 60 Linear Feet 151 +15.31$ 2,108.20$ 61 Ton 1 76.53$ 62 Ton 1 240.74$ 63 Ton 1 118.98$ 64 Ton 1 63.06$ 65 Ton 1 120.41$ 66 Ton 1 124.22$ 67 Each 40 LB 118.98$ 68 Each 60 LB 63.06$ 69 Each 80 LB 120.41$ 70 Square Yard 1 124.22$ 71 Square Yard 1 21.46$ 72 Cubic Yard 1 136.45$ 73 Cubic Yard 1 137.46$ 74 Cubic Yard 1 163.64$ 75 Square Foot 1 51.91$ 76 Square Yard 1 200.58$ 77 Square Yard 1 352.46$ ASPHALT SIDEWALK Concrete Miscellaneous, 5000 PSI with fiber mesh, delivered CONCRETE DRAINAGE Concrete Grinding, Alternative Method by hand, FDOT approved Mitered Ends, Removal & Disposal of Existing Rip Rap Concrete Bag Rip Rap Concrete Bag Concrete Miscellaneous, Installation, Other items than sidewalks Concrete Miscellaneous, Removal & Disposal of Existing Concrete Miscellaneous, 2500 PSI with fiber mesh, delivered Concrete Miscellaneous, 3000 PSI with fiber mesh, delivered ASPHALT Concrete Curb, Removal & Disposal, Drop Curb Concrete Curb, Install, Drop Curb CONCRETE Concrete Curb, Removal & Disposal, Drop Curb Concrete Curb, Install, Drop Curb Asphalt Miscellaneous, Install/Replacement Asphalt Sidewalk, New Installation SUBTOTAL SECTION 1. Concrete Curb & Gutter, Install, Type F Rip Rap Concrete Bag Mitered Ends, Install/ Replacement Concrete Curb, Removal & Disposal, Drop Curb Concrete Curb, Install, Drop Curb Asphalt Sidewalk Overlay SECTION 2: ADDITIONAL SERVICES Unit Prices shall be all inclusive to complete the work. Asphalt Sidewalk, Open Cut, Removal & Disposal of Existing Asphalt Sidewalk, Open Cut, Install/Replacement Asphalt Miscellaneous, Removal & Disposal Page 3 of 7 16.A.11.c Packet Pg. 646 Attachment: 18-7241 BID TAB (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) PS: Brenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Notices 2,433 Pkgs Downloaded: 60 Bids: 1 LINE ITEM UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACHDESCRIPTION AMERICANS WITH DISABILITIES ACT (ADA) 78 Square Yard 1 - 10 206.55$ 79 Square Yard 11 - 20 85.29$ 80 Square Yard 20 +77.22$ 81 Square Yard 1 - 10 1,003.19$ 82 Square Yard 11 - 20 847.02$ 83 Square Yard 20 +844.07$ 84 Square Yard 1 139.74$ 85 Square Yard 1 220.15$ 86 Square Foot 1 4.94$ 87 Linear Feet 1 - 50 25.95$ 88 Linear Feet 51 - 150 12.34$ 89 Linear Feet 151 +11.52$ 90 Linear Feet 1 - 50 67.14$ 91 Linear Feet 51 - 150 26.26$ 92 Linear Feet 151 +18.17$ 93 Linear Feet 1 - 50 17.25$ 94 Linear Feet 51 - 150 15.57$ 95 Linear Feet 151 +14.08$ 96 Linear Feet 1 - 50 28.85$ 97 Linear Feet 51 - 150 17.51$ 98 Linear Feet 151 +16.76$ 99 Linear Feet 1 - 50 25.95$ 100 Linear Feet 51 - 150 17.42$ 101 Linear Feet 151 +15.04$ 102 Linear Feet 1 - 50 38.47$ 103 Linear Feet 51 - 150 36.17$ 104 Linear Feet 151 +28.45$ Concrete Valley Gutter, Install Concrete Spall Repair, any type of concrete surface, County Wide (inclusive of labor, equipment, and materials) Curb Inlets Top, Removal & Disposal of Existing Concrete Valley Gutter, Install CONCRETE SIDEWALK Concrete Gutter, Removal & Disposal , Special – for any odd type Concrete Gutter, Install, Special – for any odd type Curb Inlets Top, Removal & Disposal of Existing Concrete Valley Gutter, Install Concrete Valley Gutter Removal & Disposal Concrete Gutter, Removal & Disposal , Special – for any odd type Concrete Gutter, Removal & Disposal , Special – for any odd type Concrete Gutter, Install, Special – for any odd type Concrete Gutter, Install, Special – for any odd type Concrete Curb & Gutter, Removal & Disposal, Special, Odd Type Concrete Valley Gutter, Removal & Disposal Concrete Valley Gutter, Removal & Disposal Concrete Curb & Gutter, Install, Special, Odd Type Concrete Curb & Gutter, Install, Special, Odd Type Concrete Curb & Gutter, Removal & Disposal, Special, Odd Type Concrete Curb & Gutter, Removal & Disposal, Special, Odd Type Concrete Curb & Gutter, Install, Special, Odd Type Curb Inlets Top, Removal & Disposal of Existing Curb Inlets Top, Install/ Replacement Curb Inlets Top, Install/ Replacement Curb Inlets Top, Install/ Replacement Flumes, Removal & Disposal of Existing Flumes, Install/ Replacement CURB & GUTTER Page 4 of 7 16.A.11.c Packet Pg. 647 Attachment: 18-7241 BID TAB (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) PS: Brenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Notices 2,433 Pkgs Downloaded: 60 Bids: 1 LINE ITEM UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACHDESCRIPTION AMERICANS WITH DISABILITIES ACT (ADA) 105 Linear Feet 1 - 50 20.17$ 106 Linear Feet 51 - 150 17.37$ 107 Linear Feet 151 +16.69$ 108 Linear Feet 1 - 50 21.74$ 109 Linear Feet 51 - 150 19.40$ 110 Linear Feet 151 +11.43$ 111 Hourly 1 - 15 Yards 296.40$ 112 Hourly 16 + Yards 222.30$ 113 Hourly 1 376.67$ 114 Hourly 1 65.46$ 115 Hourly 1 58.05$ 116 Hourly 1 94.94$ 117 Hourly 1 308.75$ 118 Hourly 1 308.75$ 119 Hourly 1 34.16$ 120 Square Feet 1 - 200 0.36$ 121 Square Feet 201 - 500 0.36$ 122 Square Feet 501 +0.36$ 123 Square Feet 1 - 200 0.68$ 124 Square Feet 201 - 500 0.68$ 125 Square Feet 501 +0.68$ 126 Ton 1 40.87$ 127 Square Yard 1 15.22$ 128 Ton 1 54.74$ 129 Square Yard 1 9.93$ 130 Cubic Yard 1 - 9 182.92$ 131 Cubic Yard 10 - 18 161.59$ Bahia Sod delivered & installed Bahia Sod delivered & installed Floratam Sod delivered & installed Floratam Sod delivered & installed Concrete Shoulder Gutter, Install Concrete Shoulder Gutter, Install Concrete Shoulder Gutter, Install Concrete Shoulder Gutter, Removal & Disposal Concrete Shoulder Gutter, Removal & Disposal Concrete Shoulder Gutter, Removal & Disposal 6" or less water pump Limerock (Delivered and Installed) Limerock (Delivered and Installed) Fill Dirt (Delivered and Installed) Fill Dirt (Delivered and Installed) Crane 100 tons and less (includes operator, delivery, and fuel) Track or Wheeled Excavator (includes operator, delivery, and fuel) Track or Wheeled Skid Steer (includes operator, delivery, and fuel) Dump Truck (Includes driver, removal and dumping of material) Dump Truck (includes driver, removal and dumping of material) Long Stick tracked Excavator (60 ft or greater) (includes operator, delivery, and fuel) Tow behind Concrete Pump (with up to 1000 ft discharge Hose) (includes operator, delivery, and fuel) Concrete Pump truck (up to 200 ft boom) (includes operator, delivery, and fuel) MATERIALS Flowable Fill, Excavatable, Mixed & Delivered EQUIPMENT LANDSCAPE Bahia Sod delivered & installed Floratam Sod delivered & installed Flowable Fill, Excavatable, Mixed & Delivered Page 5 of 7 16.A.11.c Packet Pg. 648 Attachment: 18-7241 BID TAB (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) PS: Brenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Notices 2,433 Pkgs Downloaded: 60 Bids: 1 LINE ITEM UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACHDESCRIPTION AMERICANS WITH DISABILITIES ACT (ADA) 132 Cubic Yard 19 +157.66$ 133 Cubic Yard 1 - 9 182.92$ 134 Cubic Yard 10 - 18 161.59$ 135 Cubic Yard 19 +157.66$ 136 Bag 40 LB 46.93$ 137 Bag 60 LB 83.98$ 138 Bag 80 LB 92.63$ 139 Ton 1 - 20 189.16$ 140 Ton 21 - 65 134.05$ 141 Ton 66+98.35$ 142 Linear Feet 1 - 200 1.56$ 143 Linear Feet 201 - 500 1.56$ 144 Linear Feet 501+1.56$ 145 Linear Feet 1 - 200 15.60$ 146 Linear Feet 201 - 500 10.40$ 147 Linear Feet 501+10.40$ 148 Mark-Up: Non-bid line items (receipts required)10% 9,782.32$ SECTION 3. OTHER COUNTY DEPARTMENT PROJECTS / ROAD MAINTENANCE DIVISION EXCLUDED LINE ITEM GRADE/ DESCRIPTION / THICKNESS ITEM DESCRIPTION UNIT OF MEASURE QUANTITY REINFORCED U N I T UNIT PRICE 149 3000 psi / 4"Install New Sidewalk w/cntl.jt. @5'Square Feet 1 NONE Square Feet 5.31$ 150 3000 psi / 4"Install New Sidewalk w/cntl.jt. @5'Square Feet 1 6x6 WWF-W1.4xW1.4Square Feet 5.75$ 151 3000 psi / 6"Install New Sidewalk w/cntl.jt. @5'Square Feet 1 NONE Square Feet 6.43$ 152 3000 psi / 6"Install New Sidewalk w/cntl.jt. @5'Square Feet 1 6x6 WWF-W1.4xW1.4Square Feet 6.59$ 153 unclassified / 4"Demo & Remove Sidewalk Square Feet 1 un-reinforced Square Feet 1.48$ 154 unclassified / 4"Demo & Remove Sidewalk Square Feet 1 reinforced Square Feet 1.75$ 155 unclassified / 6"Demo & Remove Sidewalk Square Feet 1 un-reinforced Square Feet 1.48$ 156 unclassified / 6"Demo & Remove Sidewalk Square Feet 1 reinforced Square Feet 15.90$ 157 3000 psi / n/a install type "D" curb Linear Feet 1 reinforced Linear Feet 29.70$ 158 3000 psi / n/a install type "A" curb w/gutter Linear Feet 1 reinforced Linear Feet 16.13$ 1. Sidewalk & Pathways Concrete Pricing: The pricing on this sheet does not include provisions of MOT or require FDOT concrete specifications. Line items may be used during the course of the contract. NOTE: The Root Barrier in items 12 & 13 shall be NDS 12" high, Part Number SM-1220 or approve equal. Percentage Flowable Fill, Excavatable, Mixed & Delivered Flowable Fill, Non-Excavatable, Mixed & Delivered SUBTOTAL SECTION 2: Floating Turbidity Barrier including Installation and removal Floating Turbidity Barrier including Installation and removal Silt Screen including Installation and removal Silt Screen including Installation and removal Flowable Fill, Non-Excavatable, Mixed & Delivered Rip Rap Rubble, delivered and laid in place 6'' - 12" Rip Rap Rubble, delivered and laid in place 6'' - 12" Rip Rap, Concrete Bag Rip Rap Rubble, delivered and laid in place 6'' - 12" Silt Screen including Installation and removal Floating Turbidity Barrier including Installation and removal Rip Rap, Concrete Bag Flowable Fill, Non-Excavatable, Mixed & Delivered Rip Rap, Concrete Bag Page 6 of 7 16.A.11.c Packet Pg. 649 Attachment: 18-7241 BID TAB (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) PS: Brenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Notices 2,433 Pkgs Downloaded: 60 Bids: 1 LINE ITEM UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACHDESCRIPTION AMERICANS WITH DISABILITIES ACT (ADA) 159 unclassified / n/a Grind Taper on Existing Concrete 12" along path x 1' wide increments to remove tripping hazard Linear Feet 1 unclassified Linear Feet 20.46$ 160 NDS -12 / 12" by 60 mil Linear Feet 1 n/a Linear Feet 24.18$ 161 NDS -12 / 12" by 60 mil Remove all roots within width of Sidewalk to a depth of 12", regrade existing Lime Rock, and install Root Barrier Both Sides Linear Feet 1 n/a Linear Feet 24.18$ 159.34$ 12,049.86$ Required Documents Provided in Bid Package Yes/No Collier County License Yes State of Florida General Contractor's License Yes Company Profile Yes Five (5) years related experience Yes Letter of Bondability Yes Equipment List Yes References Yes MOT Certification and three (3) Years Demonstrated Experience Yes Form 2 Vendor Check List Yes Form 3 Conflict of Interest Affidavit Yes Form 4 Vendor Declaration Statement Yes Form 5 Immigration Affidavit Certification Yes/Yes Form 6 Vendor Substitute W-9 Yes Form 7 Insurance and Bonding Requirements Yes Form 8 Reference Questionnaire Yes Form 9 Local Vendor Preference Yes 6. Unit Prices for invoicing shall be based on overall totals of line items for each project or work order. Example: Sidewalk repairs for multiple locations will be totaled, and the overall total quantity, shall be used to determine the invoice unit price. SUBTOTAL SECTION 3. 1. Bid prices quoted, shall be all inclusive, at Contractor's expense, to include: materials, equipment, labor hours, excavation, removal and disposal fees, tree root removal, full site restoration, mobilization, and Maintenance of Traffic (MOT) for the line item unit price. 2. Markup Percentage is 10% is only used for non-bid items. Receipts must be attached for verification and submitted with the invoice as backup. 5. Quick mobilization is required for Road Maintenance sidewalk work orders that must be completed within 30 calendar days from issuance of Notice to Begin Work (NTBW). Contractor must have adequate amount of employees and equipment to perform services. 3. All Road Maintenance concrete shall be Florida Department of Transportation certified, Portland Cement, Class I, Concrete from a FDOT certified plant. 4. Road Maintenance sidewalks must be six (6) inches in depth when abutting public roadways, and there shall be no fiber used in sidewalks. AWARD BASED ON ALL LINE ITEMS (1 - 161) Page 7 of 7 16.A.11.c Packet Pg. 650 Attachment: 18-7241 BID TAB (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Concrete: Sidewalks, Curbs, Gutters and Other Related Items SOLICITATION NO.: 18-7241 BRENDA BRILHART, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 brendabrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format (Rev 8/2/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.11.e Packet Pg. 651 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 2 TABLE OF CONTENTS ITEM DESCRIPTION ...................................................................................................................................................... 1. Introduction 2. Background 3. Term of Contract 4. Award Criteria General Bid Instructions 5. Purpose/Objective 6. Pricing 7. Alternate Bid Pricing 8. Equal Product 9. Discount 10. Addenda 11. Bid Submission 12. Questions 13. Protests 14. Local Vendor Preference 15. Immigration Affidavit Certification 16. Lobbying 17. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) 18. General Information 19. Bid Award Process 20. Reserved Rights 21. Collier County Purchase Order Terms and Conditions Additional Terms and Conditions 22. Insurance and Bonding Requirements 23. Additional items and/or Service 24. Vendor Performance Evaluation 25. Additional Terms and Conditions of Contract 26. Public Records Compliance 27. Payment Method 28. Environmental Health and Safety 29. Licenses 30. Survivability 31. Relation of County 32. Termination 33. Public Entity Crime 34. Security and Background Checks 35. Conflict of Interest 36. Prohibition of Gifts to County Employees 37. Deduction for Non-Performance 38. Offer Extended to Other Governmental Entities 39. Florida Wood Products 40. Standards of Conduct 41. Protection of Property 42. Collier County Information Technology Requirements 43. Maintenance of Traffic Policy 44. Debris 45. Direct Material Purchase 46. Grant Compliance 47. Equipment Attachments Attachment A – Scope of Services Attachment B – Required Forms Attachment C – Bid Schedule 16.A.11.e Packet Pg. 652 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 3 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7241 PROJECT TITLE: Concrete: Sidewalks, Curbs, Gutters and Other Related Items POST DATE: October 25, 2017 PRE-BID CONFERENCE: November 6, 2017 at 8:30 AM LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 BID OPENING DAY/DATE/TIME: November 17, 2017 at 2:30 pm PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 1. INTRODUCTION As requested by Collier County Road Maintenance Division (hereinafter, the “Division”), and the Collier County Board of Count y Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions, and specifications stated or attached. The Contractor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used County Wide once awarded according to the Board of County Commissioners Procurement Ordinance as amended. Historically, County Departments on average have spent approximately $1 million. However, the approximate annual spend may increase each fiscal year based on their needs and available budgets. 2. BACKGROUND The Division maintains approximately 2,711 lane miles, 1,159 ce nterline miles of paved roads and 92 centerline miles of unpaved roads. They are responsible for the maintenance of roads, bridges, sidewalks, roadside ditches, drainage culverts, storm drai n system, curb inlets, and curb and gutter along county maintained roads. The Division has four (4) areas throughout the County where quarterly sidewalk inspections are performed. Area One: East-west line on Golden Gate Parkway from Gulf to I -75 then following I-75 to the east aligning with County Road (CR) 92 (does not include the City of Naples or Marco Island); Area Two: North of Golden Gate Parkway and west of CR951 to the Collier -Lee County lines; Area Three: Golden Gate Estates between Oil Well Road and I-75, to the west of Santa Barbara Blvd between Vanderbilt Beach Road and I-75 including Golden Gate City; Area Four: Lee and Hendry County lines in northeastern Collier County, south through the City of Immokalee to Chokoloskee Island, then east to the Dade County line, and Golden Gate Estates from Oil Well Road to the north. For Road Maintenance Staff Only: As Division staff for each area completes quarterly sidewalks inspections, the Division will issue a Notice to Begin Work (NTBW), internal work order, and the Area Quarterly Sidewalk Inspection spreadshee t, which list all sidewalk deficient locations. The Primary Contractor will be required to mobilize quickly, start work the next business day, and have all work completed within thirty (30) calendar days. Failure to complete the work within the time fram e may result in non- performance deductions being applied to the invoice. Additionally, the Division and other County Departments may request projects simultaneously as the quarterly sidewalk work. T he Primary Contractor will need to have dedicated emplo yees for the work and be able to coordinate and manage multiple orders while ensuring that the quarterly sidewalk repairs are completed within the time -frames. 3. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 16.A.11.e Packet Pg. 653 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 4 4. AWARD CRITERIA ITB award criteria as follows: 4.1 The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. 4.2 It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. 4.3 For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below : • Lowest overall total price 4.4 Collier County reserves the right to select one, or more than one supplier, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Primary and Secondary Awardees 4.5 The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. The County requests that the vendor submits no fewer than three (3) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal from the past five (5) years. GENERAL BID INSTRUCTIONS 5. PURPOSE/OBJECTIVE As requested by the Collier County departments or divisions identified, the Collier County Board of County Commissioners Procurement Services Division (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 forms furnished by the County noted in Attachments of this ITB. Bids may not be considered unless Bid forms are properly executed. 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 subm itted as being rejected as non-responsive. 6. 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. 7. ALTERNATE BID PRICING In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all altern ates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed may be considered technically non- responsive and will not be considered for award. 8. 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 by the County 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, the vendor must contact the Procurement Services Division for instructions on submittal. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 9. DISCOUNT 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 16.A.11.e Packet Pg. 654 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 5 no instance should payment terms less than fifteen (15) calendar days be offered. 10. 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 notifications 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. All addendums are posted on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all documents provided, 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. 11. BID SUBMISSION All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid 12. QUESTIONS If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains erro rs 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 Procurement Services Division Internet website: www.colliergov.net/bid. Questions will not be answered after the date and time noted. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 13. PROTESTS Any prospective vendor/bidder 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 Services Division prior to the time of the bid opening strictly in accordance with the County’s then current Procurement Ordinance and policies. 14. LOCAL VENDOR PREFERENCE (LVP) 14.1 The County is using the Competitive Sealed Bid methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08 establishing and adopting the Collier County Procurement Ordinance. 14.2 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 vend or’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 proposa l or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 14.3 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 contrar y, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. 14.4 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. W hen 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 lo west local bidder) shall have the opportunit y to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verif y if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement 16.A.11.e Packet Pg. 655 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 6 Services Division shall determine if the lo we st 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 Procurement Services Division 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 lo west bid, less one (1) dollar, fro m the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lo west 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. 14.5 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. 14.6 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. 14.7 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. 15. IMMIGRATION AFFIDAVIT CERTIFICATION 15.1 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 (ITB) including professional services and construction services. (1) Exceptions to the program: (a) Commodity based procurement where no services are provided. (b) Where the requirement for the affidavit is waived by the Board of County Commissioners. 15.2 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 Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor 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. 15.3 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. 15.4 For additional information regarding the Employment Eligibilit y 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. 15.5 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. 16. LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the fin al contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty-eight of County Ordinance 2017-08. 17. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (FL STATUTE 607.1501) 16.A.11.e Packet Pg. 656 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 7 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 fi rm. 18. 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 t he 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 conduct a random selection (coin toss) by the Procurement Services Director before at least three witnesses. 19. BID AWARD PROCESS Award shall be made in a manner consistent with the County’s Procurement Ordinance. Award recommendations will be posted on the Collier County Procurement Services Division website. 20. RESERVED RIGHTS Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also Collier County reserves the right to accept all or any pa rt of any bid, proposal, or offer, and to increase or decreas e quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one o r more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 21. PURCHASE ORDER TERMS AND CONDITIONS 21.1 Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 21.2 Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 21.3 Inspection 21.3.1 All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be retur ned pursuant to VENDOR'S instruction at VENDOR’S expense. 21.3.2 To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or se rvices provided early in the term of the Purchase Order are non conforming or otherwise rejected by the COUNTY. 21.4 Shipping and Invoices 21.4.1 a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. 16.A.11.e Packet Pg. 657 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 8 21.4.2 b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. 21.4.3 c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. 21.4.4 d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pur suant to the Board of County Commissioners Purchasing Policy. 21.5 Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agr ees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 21.6 Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 21.7 Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will confor m to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 21.8 Statutory Conformity 21.8.1 Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 21.9 Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 21.10 Indemnification VENDOR shall defend, indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to prop erty (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 21.11 Warranty of Non Infringement 21.11.1 VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) 16.A.11.e Packet Pg. 658 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 9 in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. 21.11.2 VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 21.11.3 If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 21.12 Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDO R. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 21.13 Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state , and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the di scretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 21.14 Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delive ry of the goods and/or services to the COUNTY. 21.15 Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 21.16 Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 21.17 Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 21.18 Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 21.19 General 21.19.1 a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida 16.A.11.e Packet Pg. 659 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 10 21.19.2 b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. 21.19.3 c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. 21.19.4 d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. 21.19.5 e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall gove rn. ADDITIONAL TERMS AND CONDITIONS FOR ITB 22. INSURANCE AND BONDING REQUIREMENTS 22.1 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 the Insurance and Bonding 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. 22.2 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. 22.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 22.4 Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” 22.5 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. 22.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificat es 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. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 22.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding 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. 22.8 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. 22.9 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. 16.A.11.e Packet Pg. 660 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 11 22.10 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 insur ance, 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 Contra ct Documents. 22.11 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) calen dar 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. 23. ADDITIONAL ITEMS AND/OR SERVICES Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 24. VENDOR PERFORMANCE EVALUATION The 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 this Agreement. 25. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 25.1 The selected Vendor may be required to sign a standard Collier County co ntract. 25.2 The resultant contract(s) may include purchase or work orders issued by the County’s project manager . 25.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 25.4 The County’s project manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 26. PUBLIC RECORDS COMPLIANCE 26.1Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 26.2 The Contractor must specifically comply with the Florida Public Records Law to: 26.2.1 Keep and maintain public records required by the public agency to perform the service. 26.2.2 Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 26.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term a nd following completion of the contract if the Contractor does not transfer the records to the public agency. 16.A.11.e Packet Pg. 661 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 12 26.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored el ectronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. 27. PAYMENT METHOD Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: Purchase Order Number and 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 East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk@collierclerk.com 27.1 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. 27.2 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. 27.3 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. 28. ENVIRONMENTAL HEALTH AND SAFETY 28.1 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. 28.2 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. 28.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 28.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 29. LICENSES 29.1 The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. 29.2 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 w ill 16.A.11.e Packet Pg. 662 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 13 need to be renewed thereafter to remain “active” in Collier County. 29.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252 -2477. 30. SURVIVABILITY The Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicit ation 18-7241 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 31. RELATION OF COUNTY It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 32. TERMINATION Should the Vendor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately 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. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 33. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or vendor under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Vendor list. 34. SECURITY AND BACKGROUND CHECKS 34.1 The Contractor is required to comply with County Ordinance 2004 -52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may incl ude, 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 t o maintain records on each employee and make them available to the County for at least four (4) years. 34.2 All of Contractor’s employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All tec hnicians shall have on their shirts the name of the contractor’s business. 34.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e -mail (DL- FMOPS@colliergov.net) whenever an employee assigned to Collier County sepa rates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 34.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 35. CONFLICT OF INTEREST Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this ITB document. 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 fr om consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 16.A.11.e Packet Pg. 663 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 14 36. 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 othe r 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, ITB, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 37. DEDUCTION 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 ma y also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non-performance. 38. 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. 39. 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. 40. 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. 41. PROTECTION OF PROPERTY The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County’s satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County’s project manager shall coordinate with the Vendor/Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 42. COLLIER COUNTY INFORMATION TECHNOLOGY REQUIREMENTS All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of acce ss. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Procurement Services Division website: www.colliergov.net/purchasing. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non -responsive. 43. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right -of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation’s Design Standards (DS) on state roadways. These projects shall also comply with Collier County’s Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Procurement Services Division 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 thi s 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 16.A.11.e Packet Pg. 664 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB #18-7241 Concrete 15 within ten (10) days of receipt of Notice of Award. 44. 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. 45. DIRECT MATERIAL PURCHASE 45.1The 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 responsibilit ies 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 s uppliers. In either instance the County may require the following information from the Vendor: 45.1.1 Required quantities of material 45.1.2 Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable 45.1.3 Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 46. 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. 47. EQUIPMENT Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service s ite, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor’s cost for time and material projects, and to withhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. ***** 16.A.11.e Packet Pg. 665 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Concrete: Sidewalks, Curbs, Gutters and Related Items SOLICITATION NO.: 18-7241 ATTACHMENT A – SCOPE OF SERVICES BRENDA BRILHART, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 BrendaBrilhart@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.11.e Packet Pg. 666 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 Concrete 1 Attachment A - Scope of Work/Services and Technical Specifications 1. General Scope of Work Contractor to perform concrete services on an “as needed” basis for work consisting of repair or replacement work County wide, but not limited to: drainage structures, catch basins, culverts, sidewalks, Americans with Disabilities Act (ADA) sidewalks, curb and gutter, ramps, driveways, pads (including bus shelters), and all other related work. The Road Maintenance Division has a quarterly sidewalk inspection program where sidewalk deficiencies must be corrected within thirty (30) calendar days. The Awarded Contractor shall be required to mobilize quickly and complete the work within specified timeframe. This requires the Contractor to have adequate employees and equipment to perform services for the Division and other County Departments. There may be other services requested on a project by project basis with varying time-frames. 2. Intent The purpose of this solicitation is to establish contracts for various types of concrete work required by all County Departments. The intent is to award Primary and Secondary Contractors. The Primary Contractor’s main responsibility will to guarantee that the Road Maintenance Division (“Division”) work orders for sidewalk deficiencies will be completed within thirty (30) calendar days from the Notice to Begin Work’s (NTBW) commencement date of services. Primary Contractor shall be responsible for all work assigned under this Contract from the Road Maintenance Division and other County Departments. For Road Maintenance specific projects, the Contractor must respond to accept the work within two (2) business days. In the event the Contractor declines the work, the Secondary Contractor will be issued the work. If the Primary declines work on multiple occasions, their contract may be subject to termination by the Board, and the Secondary Contractor will become the Primary, and they will assume all work thereafter under the terms of the contract. During any notice of default, suspension, or notice to termination period, the Division has full authority to utilize the Secondary Contractor, as the Primary Contractor. An individual project or internal work order shall not exceed $200,000.00. Payment and Performance Bonds will be required for any single project exceeding $200,000 and shall require the formal solicitation process. 3. Qualifications At bid submission OR prior to Notice of Recommended Award (NORA), the Contractor shall supply the following documentation demonstrating that they are a responsive and responsible bidder to perform the Contract requirements with their experience, reliability, capacity, facilities, and equipment. □ Collier County License. □ State of Florida General Contractor License. □ Company Profile – A brief summarization of the company’s history and relevant experience for the services being requested in the solicitation. □ Qualifications – Must have a minimum of five (5) years of relevant project experience in concrete work requested as requested in the solicitation. A brief statement of qualifications must be included with the bid submission. □ Letter of Bondability – A Letter of Bondability from the contractor Surety Company (not the surety agent) must be submitted showing their bonding capacity which shall not be less than $200,000.00. Any issuer of a Letter of Bondability must be licensed to transact a fidelity and surety business in the State of Florida, with an A.M. Best rating of A-(Excellent) or better if contractor bid is over 16.A.11.e Packet Pg. 667 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 2 $100,000.00. If the surety agent is named on the Surety’s Power of Attorney as a true and lawful Attorney-in-Fact, to make, execute, seal and deliver said letter then a letter from the surety’s agent will be allowed as long as a copy of the Surety’s Power of Attorney documenting said appointment is included with the Letter of Bondability. □ Equipment List – Contractor must provide a listing of all owned and/or leased equipment to include, but not limited to; date of manufacture, conditions, whether owned or leased and if leased, date of lease expiration for the equipment that will be used for the performance of the contract for concrete repairs and installations. □ References – Provide a minimum of three (3) commercial and/or government accounts, within five (5) years, other than Collier County, that are of similar nature to the work being requested in this solicitation. Each reference shall include, at a minimum: 1. Commercial or Government account name with current contact information to include email address and phone number. 2. A brief project description of similar work that is being requested in the solicitation with the project location; and, 3. The contract term. Note: If providing terminated accounts, state the reason the account is no longer active. □ A valid Maintenance of Traffic (MOT), Intermediate Level Certification, must have (3) years demonstrated experience. 4. Specifications (For Sections 1 and 2) These specifications are intended to provide information, so the Contractors understand the requirements of the Road Maintenance Division as it relates to Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, most current edition. Other County Departments may not require all of the FDOT specifications. Road Maintenance Division work requires Portland Cement Concrete Class 1 (Non-Structural), hereinafter referred to as “concrete.” It is composed of Portland cement, aggregates, and water, with or without chemical admixtures, slag, or pozzolanic materials. Concrete delivery shall be freshly mixed in an unhardened state to the work area site. Contractor shall ensure concrete is placed and cured in a manner that the strength and durability of the concrete is maintained. Note: Projects may be requested that are not covered by these standard specifications. They may be covered by plan notes, supplemental specifications, or special provisions for the Contract. All requirements of such supplemental specifications or special provisions shall be considered as a part of these specifications. 1.1 Materials Must meet the requirements specified in FDOT, section 520-2, current edition. Certify all materials used in concrete are from FDOT approved sources, and free from detrimental matter. Base Rock - Lime rock, shell rock, and local rock shall conform to FDOT Specifications, Section 911. Flowable Fill.................................Section 121 Water.............................................Section 923 Portland Cement Concrete……...Section 346 Chemical Admixtures..................Section 924 Grinding Concrete Pavement ......Section 352 Curing Materials ..........................Section 925 Coarse Aggregate.........................Section 901 Pozzolans and Slag.......................Section 929 Fine Aggregate..............................Section 902 Embedded Items ...........................Section 931 Portland Cement...........................Section 921 Joint Seal ......................................Section 932 1.2 Sidewalks Road Maintenance Division requires Portland Cement Concrete Class 1 (Non-Structural) that is composed of Portland cement, aggregates, and water, with or without chemical admixtures, slag, or pozzolanic materials. 16.A.11.e Packet Pg. 668 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 3 □ Contractor shall follow FDOT, Road and Bridge Standards and Specifications, Section 522 for Concrete Sidewalk, if applicable. □ All Road Maintenance Division sidewalk slabs shall have six (6) inches in depth when abutting public roadways. □ No fiber shall be used in sidewalks. 1.2.1 Forms Contractor shall provide forms as specified in FDOT, section 520-3. 1.2.2 Excavation Excavate to the required depth and compact the foundation material upon which these items are to be placed as specified in FDOT, section 120-9. □ Contractor is responsible for removing all roots, vegetation, unauthorized piping and other structures and items located in the footprint of where the work is to take place at no additional cost to the County; all cost should be included with the unit price of pay item being used. □ Upon discovery of active piping in the footprint, the Contractor will be responsible for capping off piping that may cause washouts or other damage to the location at no additional cost to the County. 1.2.3 Foundation Compact fill areas, including cut areas under the sidewalk, that have been excavated more than six (6) inches below the bottom of sidewalk to a minimum of 95% of AASHTO T 99 density. The area to be compacted is defined as that area directly under the sidewalk and one foot (1’) beyond each side of the sidewalk when right-of-way allows. Contractor is responsible for any limerock base/fill material that may be required under sidewalk to be removed and/or added, to keep consistent or level with the existing sidewalk elevation(s), at no additional cost to the County. All costs should be included in the unit price of applicable pay item. 1.2.4 Joints Contractor shall use the FDOT Standard Specifications for Road and Bridge Construction, the most current edition including all updates for the section that applies to the work being performed. □ Contraction Joints – The Contractor may use open type or sawed contraction joints. □ Expansion Joints - Form ½ inch expansion joints between the sidewalk and the curb or driveway or at fixed objects and sidewalk intersections with a preformed joint filler meeting the requirements specified in section 932- 1.1. □ Open-Type Joints - Form open type contraction joints by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, remove the bulkhead. After finishing the sidewalk over the joint, edge the slot with a tool having ½ inch radius. □ Sawed Joints - If choosing to saw the contraction joints, cut a slot approximately 3/16 inch wide and not less than 1 ½ inches deep with a concrete saw after the concrete has set, and within the following periods of time: □ 3/16 inch Saw cut joints, 1½ inch deep at not more than 30 feet intervals within (12 hours) after finishing. □ 3/16 inch Saw cut joints, 1½ inch deep within (96 hours) after finishing, maximum 5 foot centers. 1.2.5 Placing Concrete Place the concrete as specified in FDOT, section 520-5 approved by Project Manager. 1.2.6 Finishing Screeding: Strike-off the concrete by means of a wood or metal screed, used perpendicular to the forms, to obtain the required grade and remove surplus water and laitance. 16.A.11.e Packet Pg. 669 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 4 1.2.7 Surface Requirements The concrete must have a broom finish or as directed by the Division. Contractor must ensure that the surface variations are not more than ¼ inch under a 10 foot straightedge, or more than 1/8 inch on a 5 foot transverse section. Finish the edge of the sidewalk with an edging tool having a radius of ½ inch. Apply a tine finish by an approved hand method to curb cut ramps in lieu of a broom finish. The tine finish consists of transverse grooves which are 0.03 to 0.12 inch in width and 0.10 to 0.15 inch in depth, spaced at approximately ½ inch center to center. 1.2.8 Curing Cure the concrete as specified in FDOT, section 520-8 or approved by Project Manager. 1.2.9 Admixture Requirements Chemical admixtures may be added at the dosage rates recommended by the manufacturer. 1.2.10 Material Substitutions Approved material sources may be substituted for similar materials indicated on the originally approved mix design. Only use originally approved mix components and proportions, if there are unsatisfactory test results are obtained from the use of the substituted material(s). 1.2.11 Finishing-Repair Minor Defects Remove the forms within twenty-four (24) hours after placing the concrete, and then fill minor defects with mortar composed of one part Portland cement and two parts fine aggregate. No plastering is allowed on the face of the curb. Remove and replace any rejected curb, curb and gutter, or valley gutter without additional compensation. 1.3 Production, Mixing, and Delivery 1.3.1 Concrete Production Requirements Deliver concrete from a production facility that is certified by the National Ready-Mixed Concrete Association (NRMCA) or approved by FDOT’s District Materials Office and on the approved plant list. a. Produce concrete utilizing equipment that is in good operating condition and operated in a manner to ensure a consistent product. b. Within two hours prior to each day’s batching, ensure that the concrete production facility determines the free moisture for the coarse and fine aggregates. c. On concrete placements expected to exceed three hours, perform an additional moisture test approximately half way through the batching operations and adjust batch Proportions accordingly. d. Ensure that the calibration of the measuring devices of the concrete production facilities meets the requirements of Chapter 531 of the Florida Statutes. e. At least quarterly, ensure that all scales, meters and other weighing or measuring devices are checked for accuracy by a qualified representative of a scale company registered with the Bureau of Weights and Measures of the Florida Department of Agriculture. Have the accuracy of admixture measuring dispensers certified annually by the admixture supplier. 1.3.2 Mixers Mixers must be capable of combining the components of concrete into a thoroughly mixed, uniform mass, free of cementitious lumps and capable of discharging the concrete uniformly. Operate concrete mixers at speeds per the manufacturer’s design. Do not exceed the manufacturer’s rated capacity for the volume of mixed concrete in the mixer, mixing drum, or container. 1.3.3 Delivery Do not exceed one hundred twenty (120) minutes of elapsed time between the initial addition of water to the mix and depositing the concrete at the point of final placement, subject to the ability to place and consolidate the concrete in accordance with specification requirements. Make adjustments to mix consistency at the site of placement only before any concrete from the load is placed. Do not make adjustments which will cause the allowable slump or maximum specified water cementitious ratio to be exceeded. 16.A.11.e Packet Pg. 670 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 5 1.4 Quality Control 1.4.1 Concrete Mix Design Prior to producing any concrete, submit the proposed mix design to the Division. Use only concrete mix designs meeting the following requirements with prior approval from the Division. □ Maximum water to cementitious materials ratio 0.55 lbs/lbs [0.55 kg/kg] Minimum 28-Day Compressive Strength 2,500 psi [17 MPa] Minimum cementitious Materials Content 470 lbs/yd3 [280 kg/m3] Slump 0 to 6 inch [0 to 150 mm] Materials may be adjusted provided that the theoretical yield requirement of the approved Mix design is met. □ Show all required original approved design mix data and batch adjustments and substituted material on the concrete delivery ticket. □ The County may disqualify any concrete production facility for non-compliance with specification requirements. Comply with requirements of FDOT concrete mix design, sampling and testing, quality control, and as herein specified. □ Design the mix to produce standard weight concrete consisting of Portland cement, aggregate, air-entraining admixture and water to produce the following properties.  Compressive Strength: 2,500 psi for concrete encasements and cradles.  Compressive Strength: 3,000 psi for sidewalks.  Compressive Strength: 4,000 psi for driveways, curbs, and gutters.  Air Content: three to six percent (3-6%).  Concrete placement slump shall not exceed plus or minus one inch (1”) from the approved design slump. 1.4.2 Sampling and Testing Division may request written certification from a qualified testing laboratory or other acceptable source, to verify materials are compliant with the specifications, at no cost to the County. 1.4.3 Certification and Acceptance A delivery ticket must be submitted to the Division with each batch of concrete before unloading at the placement site. The concrete producer form must contain the following required information. a. Record material quantities incorporated into the mix on the delivery ticket. b. Batcher is responsible for production of the concrete, and they must certify that the batch was produced in accordance with specification requirements, and they must sign the delivery ticket. c. The Batcher’s signature on the delivery ticket is certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with specification requirements. d. Concrete acceptance by the Division will be by Certification on the delivery ticket, as described herein, by the Batcher and the Contractor. e. Division will hold the Contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump, or water to cementitious materials ratio. Contractor shall replace all concrete that does not meet the 28-day compressive strength requirement, at no cost to the County. f. At the sole discretion of the Division, they may accept concrete at a reduced pay when it is determined that the concrete may serve its intended function. 1.5 Concrete Gutter, Curb Elements Contractor shall be responsible for the removal all roots, vegetation, unauthorized piping and other structures and items located in the footprint of where the work is to take place, at no additional cost to the Division. All cost should be included with the unit price. 16.A.11.e Packet Pg. 671 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 6 During the course of work and upon discovery of active piping in the footprint, the contractor will be responsible for capping off piping that may cause washouts or other damage to the location, at no additional cost to the County. 1.5.1 Concrete Use Class I concrete meeting the requirements of FDOT, section 347. 1.5.2 Reinforcement For all steel reinforcement that may be required, it must meet the requirements of FDOT, section 415. 1.5.3 Joint Materials The materials must meet the requirements of FDOT, section 932. 1.5.4 Form Materials Construct forms for this work of either wood or metal. Provide forms that are straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. For all items constructed on a radius, use flexible forms. 1.5.5 Depth of Forms Forms must have a depth equal to the plan dimensions for the depth of concrete being deposited against them. 1.5.6 Machine Placement Contractor may place these items by machine methods with the approval of the Division provided that the Contractor consistently produces an acceptable finished product, true to line, grade, and cross section. 1.5.7 Excavation Excavate to the required depth, and compact the foundation material upon which these items are to be placed as specified in FDOT, section 120-9. The following items shall be included in the unit price at no additional costs to the Division: □ Removal of roots, unauthorized piping or other structures or items that have intentionally/unintentionally been placed in footprint of the work to be completed that must be removed. □ Limerock base/fill material that may be required to be removed and/or added, to keep consistent with the existing elevation(s). 1.5.8 Placing Concrete Place the concrete in the form, and tamp and spade it to prevent honeycombing, until the top of the structure can be floated smooth and the edges rounded to the radius shown. 1.5.9 Contraction Joints Except for machine placed items, the Contractor may form joints by using dummy joints (either formed or sawed) or by using sheet metal templates. □ If using sheet metal templates, ensure that they are of the dimensions, and set to the lines shown. Hold templates firmly while placing the concrete. Leave templates in place until the concrete has set sufficiently to hold its shape, but remove them while the forms are still in place. □ Saw contraction joints, for machine placed items, unless the Division approves an alternate method. Saw the joints as soon as the concrete has hardened to the degree that excessive raveling will not occur and before uncontrolled shrinkage cracking begins. Space contraction joints at intervals of ten feet (10’) except where closure requires a lesser interval, but do not allow any section to be less than four feet (4’) in length. 1.5.10 Expansion Joints Construct expansion joints at all inlets, at all radius points, and at other locations indicated on plans or by Division Representative or designee. Locate them at intervals of five hundred (500) feet between other expansion joints or ends of a run. Ensure that the joint is ½ inch in width. 1.5.11 Finishing – Repair of Minor Defects 16.A.11.e Packet Pg. 672 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 7 Remove the forms within twenty-four (24) hours after placing the concrete, and then fill minor defects with mortar composed of one part Portland cement and two parts fine aggregate. The Division will not allow plastering on the face of the curb. Remove and replace any rejected curb, curb and gutter, or valley gutter at no additional cost to the Division. 1.5.12 Final finish Finish all exposed surfaces while the concrete is still green. The Division requires a brush finish. For any surface areas, which are too rough or where other surface defects, make additional finishing necessary. Division may require the Contractor to rub the curb to a smooth surface with a soft brick or wood block, using water liberally. If necessary, for a suitable surface, the Division may require the Contractor to rub further, using thin grout or mortar. 1.5.13 Surface Requirements Test the gutter section of curb and gutter with ten (10) feet straightedge laid parallel to the centerline of the roadway and while the concrete is still plastic. Perform straight edging along the edge of the gutter adjacent to the pavement or along other lines on the gutter cross-section, as directed by the Division. Immediately correct irregularities in excess of ¼ inch. 1.5.14 Full Restoration Full restoration is defined as bringing a disturbed area back to original or improved conditions. Areas that are disturbed due to the Contractor staging area will be restored by the Contractor, at no additional cost to the Division. 1.6 Curing-General Continuously cure the concrete for a period of at least seventy-two (72) hours. Commence curing after completely finishing and as soon as the concrete has hardened sufficiently to permit application of the curing material without marring the surface. Immediately replace any curing material removed or damaged during the seventy-two (72) hour period. After removing the forms, cure the surfaces exposed by placing a berm of moist earth against them or by any of the methods described below, for the remainder of the seventy-two (72) hour curing period. 1.6.1 Wet Burlap Method Place burlap, as specified in FDOT, section 925-1, over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches. Hold the burlap securely in place such that it will be in continuous contact with the concrete at all times, and do not allow any earth between the burlap surfaces at laps or between the burlap and the concrete. Saturate the burlap with water before placing it, and keep it thoroughly wet throughout the curing period. 1.6.2 Membrane Curing Compound Method Apply clear membrane curing compound or white pigmented curing compound, as specified in FDOT, section 925-2 by a hand sprayer meeting the requirements of FDO, section 350-3.10, in a single coat continuous film at a uniform coverage of at least two hundred (200) square feet per gallon. Immediately recoat any cracks, checks, or other defects appearing in the coating. Thoroughly agitate the curing compound in the drum prior to application, and during application as necessary to prevent settlement of the pigment. 1.6.3 Polyethylene Sheeting Method Place polyethylene sheeting, as specified in FDOT, section 925-3, over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of six (6) inches. Hold the sheeting securely in place and in continuous contact with the concrete at all times. 1.7 Backfilling and Compaction After the concrete has set sufficiently, not exceeding more than three (3) days after pouring, refill the spaces in front and back of the curb to the required elevation with suitable material. □ Contractor is responsible for any limerock base/fill material that may be required to be removed and/or added, to keep consistent with the existing elevation(s). Place and thoroughly compact the material in layers not thicker than six inches (6”). There will be no additional cost to the County, and all costs must be included with the unit price. 1.8 Quality & Final Cleaning Up of Right-of-Way The Division will inspect completed areas for quality and acceptance upon completion of the work. Prior to the Division accepting the work and approving the invoice for payment, the Contractor shall remove from the right-of- 16.A.11.e Packet Pg. 673 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 8 way and adjacent property all work debris, equipment, discarded materials, rubbish and temporary structures. □ Restore work area(s) public and private property that may have been damaged during the project, to an acceptable manner approved by the Division. □ Waterways shall be unobstructed and the roadway left in a neat and presentable condition throughout the entire length of the work under Contract. □ Do not dispose of materials of any character, rubbish or equipment, on abutting property, with or without the consent of the property owners. □ Areas determined to be unsatisfactory by the Division shall be removed and replaced at no additional cost to the County.  Repairs shall be completed prior to submission of the Contractor invoice for work completed during the cycle.  The Division will make the final determination if work was completed satisfactory. 2. Bid Schedule Unit Prices (Sections 1 & 2) The bid schedule prices shall be all inclusive, at the Contractor expense, to include all costs for skilled labor, equipment, supplies, materials, transportation, supervision, tools, excavation, dumping fees, tree root removal, labor hours to return the area to full restoration, Maintenance of Traffic (MOT), FDOT Index 600, and all MOT equipment and labor that is required for the project location. Unit Price invoicing shall be based on overall totals of line items for each project or work order. Example: Sidewalk repairs for multiple locations will be totaled, and the overall total quantity, shall be used to determine the invoice unit price. 3. Guarantee All restored areas on private property within the public right-of-way shall be guaranteed for one (1) year. In the event of settlement of paved areas more than one-quarter inch (¼”) below the undisturbed adjacent permanent pavement, the Contractor shall make the necessary repairs to restore the pavement level within ten (10) calendar days after notification by the Division and the Contractor shall be responsible for the cost of such repairs. 4. Internal Work Orders (May not be applicable to other County Departments) The Division may generate and issue an internal work order for each project and assign a Division Inspector. If a work order is issued, it will be emailed to the Division Contract Administration Specialist to process a Notice to Begin Work (NTBW). 5. Notice To Begin Work (May not be applicable to other County Departments) The Division Contract Administration Specialist shall generate the Notice to Begin Work for each project to include a commencement and completion date. The NTBW will be emailed to the Contractor designated representative for the Contract. Contractor shall not commence work without a Notice to Begin Work and Purchase Order. 6. Contractor Work Schedule (May not be applicable to other County Departments) Upon the issuance of the Notice to Begin Work (NTBW) and prior to work commencing, the Contractor shall submit to the Division no later than 7:00 a.m. EST their work schedule. 7. Key Personnel Contractor shall provide the Division with assigned Project Manager with contact information to reach at any time. In addition, contact information must be provided for the on-site work Supervisor and/or Crew Leader to include cell phone number(s) and email addresses following contract execution. Those employees shall be able to effectively communicate with the Division staff and the crews. The work issued must be given the attention necessary to ensure work progresses in accordance with the schedule and the established time-frames. In the event the Contractor’s assigned Project Manager will be unavailable, the Contractor shall immediately notify the Division and provide the names and contact information for a substitute Project Manager via email to the Division. 16.A.11.e Packet Pg. 674 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 9 8. Meetings Meetings throughout the contract term may be requested by the either party. There shall be no additional charges to the Division for meeting attendance.  Kick-Off Meeting Immediately following award of the contract, and prior to commencement of work, the Contractor shall meet with the Division for a kick-off meeting to review the requirements and discuss the overall scope of work.  Emergency Response Meeting Contractor’s Project Manager may be required to travel immediately to a work site to meet with the Division to resolve an emergency situation. 9. Communication Communication and cooperation are required from both Contractor and the Division. 10. Delays Contractor must notify the Division immediately of any delays via phone call, and they must follow-up with an email the next business day with a written summary. □ Inclement weather that may cause the project completion to be delayed and within the established time-frame as outlined in the NTBW, the Contractor is required to submit in writing via to the Division Representative at the time of inclement weather conditions which caused the delay. □ Unforeseen or extenuating circumstances not caused by the Contractor shall be requested in writing and sent via email to the Division. □ The request will be reviewed by the Division Representative, and if approved and authorized, a revised NTBW will be issued to extend the completion date. 11. Interference with Traffic At all times conduct work in such manner and in such sequence as to ensure the least practicable interference with traffic. Operate all vehicles and other equipment safely and without hindrance to the traveling public. Park all private vehicles outside the clear zone. Place materials stored along the roadway so as to limit obstruction to the traveling public. 12. Contractor Supervision The work shall be given constant attention necessary to ensure the scheduled progress is on-time and there is full cooperation with the Division and with other Contractors working in the vicinity. 13. Contractor Supervisor A Supervisor must be at the site at all times while work is in progress. They must be able to communicate effectively and understand the Contract documents and thoroughly experienced in concrete work.  Must have full authority to receive instructions from the Division and promptly supply any materials, tools, equipment, and labor, for any incidentals that may occur.  They must speak and understand English, and at the work site, there shall be at least one other person who speaks and understands English. 14. Maintenance of Traffic (MOT), Intermediate Level, Certified Personnel The Contractor shall supply, install, and maintain all traffic control devices for MOT, at the Contractor expense, which is inclusive in the bid prices for bid schedule Section 1, Road Maintenance Pricing tab. The Contractor shall be required to have a MOT, Intermediate Level, certified employee at the job site during the performance of all work where MOT is required. □ Reviews the project on a day-to-day basis and participates in all changes to traffic control. □ Submits Road Alert Notification forms to the County in a timely manner and prior lane closures. 16.A.11.e Packet Pg. 675 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 10 □ Must have access to Contractor equipment and materials needed to maintain traffic control and handle traffic related situations. □ Required to immediately correct all safety deficiencies. Any minor deficiencies that are not an immediate safety hazards must be corrected within twenty-four (24) hours. □ MOT employee shall be present and remain at the job site to direct the initial setup of the traffic control plan and remain on-site for any changes that may occur. □ The Division may remove the MOT employee from the project if they fail to comply with the requirements in this section. Contractor shall have replacement employee that has MOT Intermediate Level certification. 15. Alterations of Plans or Character Of Work The Division Representative reserves the right to make, at any time prior to or during the progress of the work, such increases or decreases in quantities, whether a significant change or not, and such alterations in the details of construction, whether a substantial change or not, including but not limited to alterations in the grade or alignment of the road or structure or both, as may be found necessary or desirable.  Such increases, decreases or revisions shall not constitute a breach of Contract, and shall not invalidate the Contract.  The Contractor agrees to perform the work, as revised, the same as if it had been a part of the original Contract. In the instance above, the determination by the Division shall be conclusive and shall not be subject to challenge by the Contractor in any forum, except upon the Contractor establishing by clear and convincing proof that the determination by the Division was without any reasonable and good-faith basis.  Any changes by the Division for approved work shall be in writing stating the revision and time line extensions, if applicable. Road Maintenance Division shall issue a revised Notice to Begin Work (NTBW). 16. Authority and Duties Division Representative may appoint designees that will have authorization to issue, revise, and inspect completed work. □ Designees are not authorized to revoke, alter, or waive any requirement of these Specifications. □ They have authorization to call to the attention of the Contractor any failure of the work or materials to meet the Contract Documents, and have the authority to reject materials or suspend the work until any questions at issue can be referred to and decided by the Division. □ Contract Administration Specialist will immediately notify the Contractor in writing of any such suspension of the work stating in detail the reasons for the suspension. □ The presence of the Division Inspector or designee does not lessen the responsibility of the Contractor. 17. Measurement and Payment Division will measure all work completed under the Contract in accordance with the United States Standard Measures [International System of Units (SI) Measures]. Sidewalk square yards are bid at unit price for six (6) inches of thickness, for thickness other than six (6) inches a multiplier will be used to calculate the square yards. All sidewalks shall have a depth of six (6) inches unless otherwise specified in the work order. Measurement Payment Examples  Four (4) inch thickness would use a 0.67 multiplier which one square yard four (4) inches thick would be equivalent to 0.67 square yards for payment purposes. 16.A.11.e Packet Pg. 676 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 11  Eight (8) inch thickness would use a 1.33 multiplier so that one square yard eight (8) inches thick would be equivalent to 1.33 square yards for payment purposes.  Twelve (12) inch thickness would use a 2.0 multiplier so that one square yard twelve (12) inches thick would be equivalent to 2.0 square yards for payment purposes.  All Other Bid Items shall be measured using the unit of measure on the bid schedule. 18. Withholding Payment for Defective Work If the County discovers defective work or materials prior to the final acceptance, the payment shall not be approved until the deficiency has corrected. 19. Inspections Division will inspect completed areas per the specifications and the work requested. Areas determined to be unsatisfactory and deemed as unacceptable per the specifications, shall be corrected at no additional cost to the County. Carelessness by the Contractor that results in damage to turf, curbs, sidewalks, pavement or structures, mail boxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the Division at no additional cost to the Division. Repairs shall be completed prior to submission of the Contractor invoice for work accomplished. 20. Compliance with Time Requirements Commence work in accordance with the approved working schedule and provide sufficient labor, materials and equipment to complete the work within the time limits set forth in the NTBW. 21. Property Damages Contractor shall take every precaution to avoid damaging objects. If damage occurs, the following shall apply: Contractor shall notify the Division immediately following any damages to the property or objects such as, but not limited to: signs, curbs, guardrails, and posts. Any damages by Contractor crews shall be repaired or replaced at the sole expense of the contractor within ten (10) calendar days from damage. The repairs/replacements shall be in accordance to FDOT or applicable specification and standards that are in effect at that time. It shall be at the discretion of the Division to withhold estimated damage repair / replacement costs from an invoice until said repairs are completed and accepted. Contractor crews shall inform the Division of existing damages. Any damages found, that were not caused by the contractor crew, shall have written documentation and may include photographs and/or video footage. The Division must be informed immediately and followed by an email to the Division Representative or designee. The contractor must notify the Division within one (1) hour when the contractor equipment has been involved in an accident at the project work site. 22. Performance Standards The Contractor shall perform to the standards set forth in the solicitation, as subsequent Contract Documents. The Contractor agrees to warrant all work performed and perform all services in a professional manner. If Contractor fails to perform in accordance to the Scope of Work/Specifications, including subsequent Contract Documents, the Division has the sole discretion to deem such failure as sufficient cause for default which may result in Contract termination. 23. Inspection and Acceptance Division Inspector shall inspect any and all services rendered under the Contract. The completed work shall be inspected for the quality and completeness of the work area site that are within the required time lines. Invoices shall be rejected for work that is incomplete; partial work completed within a work site area shall be considered incomplete. 24. Traffic Control (When required as specified per project) Contractor shall comply with the requirements of Collier County’s Maintenance of Traffic (MOT) Policy. Copies are 16.A.11.e Packet Pg. 677 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 12 available through the Risk Management or the Procurement Services Division. The Contractor shall be required to obtain the County MOT policy to review the requirements prior to submitting a bid.  MOT costs shall be all inclusive, at the Contractor expense, and incorporated into the line item prices as outlined on the bid form.  A MOT Plan with proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones, and etc. shall be approved prior to the lane being restricted from traffic.  An employee with MOT Intermediate Level certification must be at the work site at all times when MOT is required.  The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, and familiarize themselves with their requirements. Strict adherence to the requirements of the MOT policy will be enforced under this Contract.  Contractor shall be compliant with Florida DOT Design Standards, Index 600. 25. Lane Closures Proper placement of lane closed signs, pre-warning signs, arrow boards, traffic cones etc., No lane closures will be permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on weekdays. The Contractor is required to contact the Growth Management Department, Customer Service Specialist on Wednesday prior to lane closures so it can be announced in Collier County’s public Road Alert Notification. A Road Alert form must be submitted. 26. Safety Requirements Division may inspect the Contractor equipment prior to contract commencement and may inspect throughout the Contract term to ensure safety devices are intact and it is in good working conditions. □ If the Division Safety Coordinator finds any equipment to be inadequate of safety devices or it is not in proper working condition and may cause safety issues, then the Contractor shall immediately remove the equipment from service until the deficiency has been corrected to the satisfaction of the Division Safety Coordinator. □ Contractor shall have replacement equipment so the Contract performance is not delayed. Delayed performance from equipment being out-of-service shall result in deductions for non-performance if time lines are surpassed. □ Contractor employees and/or sub-contractors employees’ safety equipment shall be required to be in accordance with current Florida DOT design standards, index 600 when working within County Right-of-Ways. 27. Utilities Contractor shall be responsible in exercising caution while in the vicinity of utilities. Prior to digging, the contractor is responsible to call Sunshine811 at 811 or 800-432-4770, Monday – Friday from 7:00 a.m. – 5:00 p.m. (Sunshine 811 requires advance notice of two (2) full business days). Any damage to utilities will be the Contractor’s sole responsibility. 28. Non-Performance Deductions Contractor agrees that time is of the essence for services being requested in this document. The County may suffer financial loss if the work is not completed within the established time-frame. Division reserves the right to deduct ten percent (10%) from any invoice for work that is not completed or services not performed, in accordance with the specifications, including required timeframe. The Division may also deduct or chargeback the Contractor the costs necessary to correct the deficiencies directly related to the Contractor’s non- performance. NOTE: At the discretion of the Division, the final completion date may be extended to due unforeseen circumstances or acts of force majeure that are beyond the Contractor’s control. Contractor must notify the Division within twenty- four (24) hours in writing via email notification stating the cause of the delay. 16.A.11.e Packet Pg. 678 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ITB 18-7241 CONCRETE 13 29. Price Adjustments The Procurement Director may authorize annual (every 365 calendar days) price adjustments based on percentage change from U.S. Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) (https://www.bls.gov/PPI/) for the bid materials PPI commodity groups and item codes. a. Requests shall be in writing addressed to the Procurement Director and received thirty (30) days prior to the annual adjustment date (month and day of contract execution date of the current year). If a Contractor fails to request a PPI price adjustment thirty (30) days prior to the adjustment date, the adjustment will be effective thirty (30) days after the Procurement Services Division receives their written request. b. Contractors requesting price adjustments shall be responsible in providing the information using the PPI Commodity Data located on BLS website. All price adjustments calculations must be shown for verification and approval. c. No retroactive contract price adjustments will be allowed. 16.A.11.e Packet Pg. 679 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) ADDENDUM 1 Memorandum Date: November 13, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 - ITB 18-7241 Concrete: Sidewalks, Curbs, Gutters & Other Related Items The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: CHANGE: 3. TERM OF CONTRACT (Page 3 of the Solicitation) The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial term the first year of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Page 13, Attachment A – Scope of Services Price Adjustments If you The Procurement Director may authorize annual (every 365 calendar days) price adjustments based on percentage change from U.S. Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) (https://www.bls.gov/PPI/) for the bid materials PPI commodity groups and item codes. ADD:  Examples of Work Distribution. If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. Encs: Email: brendabrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 16.A.11.e Packet Pg. 680 Attachment: 18-7241 Solicitation (4710 : ITB No. 18-7241 Concrete: Sidewalks, Curbs, Gutters and Other Related Items) Co 'ger County Ad mtntsVatve Servs DepaMrQnt Flroa!rement Ser, [es Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) [Con Concrete: Sidewalks, Curbs, Gutters and Related Items Submitted by Bonness, Inc. SOLICITATION NO.: 18-7241 ATTACHMENT B — REQUIRED FORMS BRENDA BRILHART, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8446 brendabrilhart@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format (rev 8 30 17). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. PS: Brenda Brilhart ITB 18-7241 PM: Travis Gossard CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Submitted By Bonness Inc. 1. Bid prices quoted, shall be all inclusive, at Contractors expense, to include: materials, equipment, labor hours, excavation, removal and disposal fees, tree root removal, full site restoration, mobilization, and Maintenance of Traffic (MOT) for the line item unit price. 2. Markup Percentage is 10% is only used for non -bid items. Receipts must be attached for verification and submitted with the invoice as backup. 3. All Road Maintenance concrete shall be Florida Department of Transportation certified, Portland Cement, Class 1, Concrete from a FDOT certified plant. 4. Road Maintenance sidewalks must be six (6) inches in depth when abutting public roadways, and there shall be no fiber used in sidewalks. 5. Quick mobilization is required for Road Maintenance sidewalk work orders that must be completed within 30 calendar days from issuance of Notice to Begin Work (NTBW). Contractor must have adequate amount of employees and equipment to perform services. 6. Unit Prices for Invoicing shall be based on overall totals of line Items for each project or work order. Example: Sidewalk repairs for multiple locations will be totaled, and the overall total quantity, shall be used to determine the Invoice unit price. SECTION 1 submitted by Bonness, Inc. UNE ITEM DESCRIPTION UNIT OF MEASURE QUANTITY UNIT PRICE PER I EACH AMERICANS WITH DISABILITIES ACT ADA I ADA Sidewalk Ramps, New Installation Square Yard 1 -50 $ 96.34 2 ADA Sidewalk Ramps, New Installation Square Yard 51 -100 $ 90.58 3 1ADA Sidewalk Ramps, New Installation Square Yard 101 + $ 90.17 4 ADA Sidewalk Ramps, Removal & Disposal of Existing Square Yard 1 -50 $ 72.07 5 ADA Sidewalk Ramps, Removal & Disposal of Existing Square Yard 51 -100 $ 54.57 6 1ADA Sidewalk Ramps, Removal & Disposal of Existing Square Yard 101 + $ 49.94 7 ADA Sidewalk Ramps, Install/ Replacement Square Yard 1 -50 $ 94.22 8 ADA Sidewalk Ramps, Install/ Replacement Square Yard 51 -100 $ 85.50 9 1ADA Sidewalk Ramps, Install/ Replacement Square Yard 101 + $ 75.07 10 ADA Detectable Warning Mat, Install/ Replacement Square Foot 1 -50 $ 39.75 11 ADA Detectable Warning Mat, Install/ Replacement Square Foot 51 -100 $ 21.53 12 1ADA Detectable Warning Mat, Install/ Replacement Square Foot 101 + $ 20.56 CONCRETE SIDEWALK 13 Concrete Sidewalk, New Installation Square Yard 1 -100 $ 84.71 14 Concrete Sidewalk, New Installation Square Yard 101 -250 $ 74.71 15 Concrete Sidewalk, New Installation Square Yard 251 - 500+ $ 62.49 16 Concrete Sidewalk, Removal & Disposal of Existing Square Yard 1 - 100 $ 44.56 17 Concrete Sidewalk, Removal & Disposal of Existing Square Yard 101 -250 $ 33.18 18 lConcrete Sidewalk, Removal & Disposal of Existing Square Yard 251 -500+ $ 25.02 19 Concrete Sidewalk, 6" Thickness, Install/ Replacement Square Yard I - 100 $ 62.89 20 Concrete Sidewalk, 6" Thickness, Install/ Replacement Square Yard 101 -250 $ 40.87 21 lConcrete Sidewalk, 6" Thickness, Install/ Replacement Square Yard 251 -500+ $ 37.66 22 Concrete Grinding, County Wide Square Foot 1 -50 $ 3.71 23 Concrete Grinding, County Wide Square Foot 51 -100 $ 1.89 Page 1 of 7 PS: Brenda Brilhart ITB 18-7241 PM: Travis Gossard CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Submitted By Bonness Inc. UNE ITEM DESCRIPTION UNIT OF MEASURE QUANTITY UNIT PRICE PER I EACH 24 Concrete Grinding. County Wide Square Foot 101 + $ 1.43 CURB & GUTTER 25 Concrete Curb, Removal & Disposal, Type A Linear Feet 1 -50 $ 144.25 26 Concrete Curb, Removal & Disposal, Type A Linear Feet 51 - 150 $ 14.97 27 Concrete Curb. Removal & Disposal, Type A Linear Feet 151 + $ 10.80 28 Concrete Curb, Install, Type A Linear Feet 1 -50 $ 53.81 29 Concrete Curb, Install, Type A Linear Feet 51 - 150 $ 12.40 30 Concrete Curb, Install, Type A Linear Feet 151 + $ 11.21 31 Concrete Curb, Removal & Disposal, Type B Linear Feet 1-50 $ 16.65 32 Concrete Curb, Removal & Disposal. Type B Linear Feet 51 - 150 $ 15.91 33 lConcrete Curb, Removal & Disposal, Type B Linear Feet 151 + $ 9.66 34 Concrete Curb, Install, Type B Linear Feet 1 -50 $ 34.10 35 Concrete Curb, Install, Type B Linear Feet 51 - 150 $ 14.57 36 lConcrete Curb, Install, Type B Linear Feet 151 + $ 12.42 37 Concrete Curb, Removal & Disposal, Type D Linear Feet 1-50 $ 24.13 38 Concrete Curb, Removal & Disposal, Type D Linear Feet 51 - 150 $ 14.97 39 Concrete Curb, Removal & Disposal, Type D Linear Feet 151 + $ 10.80 40 Concrete Curb, Install, Type D Linear Feet 1-50 $ 18.16 41 Concrete Curb, Install, Type D Linear Feet 51 - 150 $ 16.05 42 Concrete Curb, Install, Type D Linear Feet 151 + $ 15.31 43 Concrete Curb & Gutter, Removal & Disposal, Type E Linear Feet 1-50 $ 25.11 44 Concrete Curb & Gutter, Removal & Disposal, Type E Linear Feet 51 - 150 $ 12.52 45 Concrete Curb & Gutter, Removal & Disposal, Type E Linear Feet 151 + $ 8.57 46 Concrete Curb & Gutter, Install, Type E Linear Feet 1-50 $ 32.22 47 Concrete Curb & Gutter, Install, Type E Linear Feet 51 - 150 $ 19.20 48 lConcrete Curb & Gutter, Install, Type E Linear Feet 151 + $ 18.72 49 Concrete Curb & Gutter, Removal & Disposal, Type F Linear Feet 1 -50 $ 15.65 50 Concrete Curb & Gutter, Removal & Disposal, Type F Linear Feet 51 - 150 $ 14.96 51 Concrete Curb & Gutter, Removal & Disposal, Type F Linear Feet 151 + $ 10.75 52 Concrete Curb & Gutter, Install, Type F Linear Feet I - 50 $ 56.73 Page 2 of 7 PS: Brenda Brilhart ITS 18-7241 PM: Travis Gossard CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Submitted By eonness Inc. UNE ITEM DESCRIPTION UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACH 53 Concrete Curb & Gutter, Install, Type F Linear Feet 51 -150 $ 52.39 54 Concrete Curb & Gutter, Install, Type F Linear Feet 151 + 42.33 55 Concrete Curb, Removal & Disposal, Drop Curb Linear Feet 1 -50 $ 13.77 56 Concrete Curb, Removal & Disposal, Drop Curb Linear Feet 51 - 150 $ 13.01 57 lConcrete Curb, Removal & Disposal, Drop Curb Linear Feet 151 + 11.09 58 Concrete Curb, Install, Drop Curb Linear Feet 1 -50 16.22 59 Concrete Curb, Install, Drop Curb Linear Feet 51 - 150 $ 16.06 60 lConcrete Curb, Install, Drop Curb Linear Feet 151 + $ 15.31 SUBTOTAL SECTION 1. $ 2,108.20 SECTION 2: ADDITIONAL SERVICES Unit Prices shall be all Inclusive to complete the work. ASPHALT 6: Asphalt Miscellaneous, Removal & Disposal Ton $ 76.53 62 Asphalt Miscellaneous, Install/Replacement Ton 240.74 ASPHALT SIDEWALK 63 Asphalt Sidewalk, New Installation Ton $ 118.98 64 Asphalt Sidewalk, Open Cut, Removal & Disposal of Existing Ton $ 63.06 65 lAspholt Sidewalk, Open Cut, Install/Replacement Ton $ 120.41 66 Asphalt Sidewalk Overlay Ton 124.22 CONCRETE 67 Rip Rap Concrete Bag Each 40 LB $ 46.93 68 Rip Rap Concrete Bag Each 60 LB $ 83.98 69 Rip Rap Concrete Bag Each 80 LB $ 92.63 70 Concrete Miscellaneous, Installation, Other items than sidewalks Square Yard 1 59.26 71 Concrete Miscellaneous, Removal & Disposal of Existing Square Yard 21.46 72 Concrete Miscellaneous, 2500 PSI with fiber mesh, delivered Cubic Yard $ 136.45 73 Concrete Miscellaneous, 3000 PSI with fiber mesh, delivered Cubic Yard $ 137.46 74 Concrete Miscellaneous, 5000 PSI with fiber mesh, delivered Cubic Yard $ 163.64 75 Concrete Grinding, Alternative Method by hand, FDOT approved Square Foot I $ 51.91 CONCRETE DRAINAGE 76 Mitered Ends, Removal & Disposal of Existing Square Yard 200.58 77 Mitered Ends, Install/ Replacement Square Yard 1 352.46 78 ICurb Inlets Top, Removal & Disposal of Existing Square Yard I I - 10 206.55 79 Curb Inlets Top, Removal & Disposal of Existing Square Yard 1 11 -20 85.29 Page 3 of 7 PS: Brenda Brilhart ITB 18-7241 PM: Travis Gossard CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Submitted By Bonness Inc. UNE ITEM DESCRIPTION UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACH 80 Curb Inlets Top, Removal & Disposal of Existing Square Yard 20+ $ 77.22 81 ICurb Inlets Top, Install/ Replacement Square Yard 1 - 10 $ 1,003.19 82 Curb Inlets Top, Install/ Replacement Square Yard 11 -20 $ 847.02 83 Curb Inlets Top, Install/ Replacement Square Yard 20+ $ 844.07 84 Flumes, Removal & Disposal of Existing Square Yard I I $ 139.74 85 lFlumes, Install/ Replacement Square Yard 1 $ 220.15 CONCRETE SIDEWALK 86 Concrete Spall Repair, any type of concrete surface, County Wide (inclusive of labor, equipment, and materials) Square Foot 1 $ 4.94 CURB 8 GUTTER 87 Concrete Curb & Gutter, Removal & Disposal, Special, Odd Type Linear Feet 1 -50 $ 25.95 88 Concrete Curb & Gutter, Removal & Disposal, Special, Odd Type Linear Feet 51 - 150 $ 12.34 89 Concrete Curb & Gutter, Removal & Disposal, Special, Odd Type Linear Feet 151 + $ 11.52 90 Concrete Curb & Gutter, Install, Special, Odd Type Linear Feet 1 -50 $ 67.14 91 Concrete Curb & Gutter, Install, Special, Odd Type Linear Feet 51 -150 $ 26.26 92 Concrete Curb & Gutter, Install, Special, Odd Type Linear Feet 151 + $ 18.17 93 Concrete Valley Gutter, Removal & Disposal Linear Feet 1 -50 $ 17.25 94 Concrete Valley Gutter, Removal & Disposal Linear Feet 51 -150 $ 15.57 95 lConcrete Valley Gutter Removal & Disposal Linear Feet 151 + $ 14.08 96 Concrete Valley Gutter, Install Linear Feet 1 -50 $ 28.85 97 Concrete Valley Gutter, Install Linear Feet 51 -150 $ 17.51 98 lConcrete Valley Gutter, Install Linear Feet 151 + $ 16.76 99 Concrete Gutter, Removal & Disposal , Special - for any odd type Linear Feet 1 -50 $ 25.95 100 Concrete Gutter, Removal & Disposal, Special - for any odd type Linear Feet 51 - 150 $ 17.42 101 Concrete Gutter, Removal & Disposal, Special - for any odd type Linear Feet 151 + $ 15.04 102 Concrete Gutter, Install, Special - for any odd type Linear Feet 1 -50 $ 38.47 103 Concrete Gutter, Install, Special - for any odd type Linear Feet 51 -150 $ 36.17 104 lConcrete Gutter, Install, Special - for any odd type Linear Feet 151 + $ 28.45 105 Concrete Shoulder Gutter, Removal & Disposal Linear Feet 1 -50 $ 20.17 106 Concrete Shoulder Gutter, Removal & Disposal Linear Feet 51 -150 $ 17.37 107 lConcrete Shoulder Gutter, Removal & Disposal Linear Feet 151 + $ 16.69 108 Concrete Shoulder Gutter, Install Unear Feet 1 -50 $ 21.74 109 Concrete Shoulder Gutter, Install L near Feet 51 - 150 $ 19.40 Page 4 of 7 P5: Brenda Brilhart ITB 18-7241 PM: Travis Gossard CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Submitted By Bonness Inc. UNE ITEM DESCRIPTION UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACH 110 Concrete Shoulder Gutter, Install Linear Fee, 151 + $ 11.43 EQUIPMENT Ill Dump Truck (Includes driver, removal and dumping of material) Hourly 1 - 15 Yards $ 296.40 112 Dump Truck (includes driver, removal and dumping of material) Hourly 16 + Yards $ 222.30 113 Crane 100 tons and less (includes operator, delivery, and fuel) Hourly 1 $ 376.67 114 Track or Wheeled Excavator (includes operator, delivery, and fuel) Hourly 1 $ 65.46 115 Track or Wheeled Skid Steer (includes operator, delivery, and fuel) Hourly 1 $ 58.05 116 Long Stick tracked Excavator (60 ft or greater) (includes operator, delivery, and fuel) Hourly 1 $ 94.94 117 Tow behind Concrete Pump (with up to 1000 ft discharge Hose) (includes operator, delivery, and fuel) Hourly 1 $ 308.75 118 Concrete Pump truck (up to 200 It boom) (includes operator, delivery, and fuel) Hourly 1 $ 308.75 119 6" or less water pump Hourly 1 $ 34.16 LANDSCAPE 120 Bahia Sod delivered & installed Square Feet 1 -200 $ 0.36 121 Bahia Sod delivered & installed Square Feet 201 -500 $ 0.36 122 Bahia Sod delivered & installed Square Feet 501 + $ 0.36 123 Floratam Sod delivered & Installed Square Feet 1 -200 $ 0.68 124 Floratam Sod delivered & Installed Square Feet 201 -500 $ 0.68 125 lFloratom Sod delivered & installed Square Feet 501 + $ 0.68 MATERIALS 126 Limerock (Delivered and Installed) Ton 1 $ 40.87 127 Limerock (Delivered and Installed) Square Yard 1 $ 15.22 128 Fill Dirt (Delivered and Installed) Ton 1 $ 54.74 129 Fill Dirt (Delivered and Installed) Square Yard 1 $ 9.93 130 Flowable Fill, Excavatable, Mixed & Delivered Cubic Yard 1 -9 $ 182.92 131 Flowable Fill, Excavatable, Mixed & Delivered Cubic Yard to- 18 $ 161.59 132 lFlowable Fill, Excavatable, Mixed & Delivered Cubic Yard 19+ $ 157.66 133 Flowable Fill, Non-Excavatable, Mixed & Delivered Cubic Yard 1 -9 $ 182.92 134 Flowable Fill, Non-Excavatable, Mixed & Delivered Cubic Yard 10- 18 $ 161.59 135 lFlowable Fill, Non-Excavatable, Mixed & Delivered Cubic Yard 19+ $ 157.66 136 Rip Rap, Concrete Bag Bag 40 LB $ 46.93 137 Rip Rap, Concrete Bag Bag 60 LB $ 83.98 138 Rip Rap, Concrete Bag IBag 80 LB $ 92.63 139 Rip Rap Rubble, delivered and laid in place 6" - 12 Ton 1 -20 $ 189.16 Page 5 of 7 PSBrenda Brilhart PM: Travis Gossard ITB 18-7241 CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Submitted By Bonness Inc. UNE ITEM DESCRIPTION UNIT OF MEASURE QUANTITY UNIT PRICE PER 1 EACH 140 Rip Rap Rubble, delivered and laid In place 6" - 17' QUANTITY REINFORCED 21 -65 $ 134.05 141 lRip Rap Rubble, delivered and laid in place 6" - 17' Ton 66+ $ 98.35 142 Silt Screen including Installation and removal Linear Fee 1 -200 $ 1.56 143 Silt Screen including Installation and removal Linear Fee 201 -500 $ 1.56 144 ISO Screen including Installation and removal Linear Fee 501+ $ 1.56 145 Floating Turbidity Barrier including Installation and removal Linear Feet 1 -200 $ 15.60 146 Floating Turbidity Barrier Including Installation and removal Linear Feet 201 -500 $ 10.40 147 1 Floating Turbidity Barrier Including Installation and removal Linear Feet 501+ $ 10.40 148 Mark-Up: Non -bid line items (receipts required) Percentage 10% SUBTOTAL SECTION 2: $ 9,638.45 SECTION 3. OTHER COUNTY DEPARTMENT PROJECTS / ROAD MAINTENANCE DIVISION EXCLUDED 1. Sidewalk & Pathways Concrete Pricing: The pricing on this sheet does not include provisions of MOT or require FDOT concrete specifications. Line items may be used during the course of the contract. NOTE: The Root Barrier in items 12 & 13 shall be NDS 12" high, Part Number SM 1220 or approve equal. UNE ITEM GRADE/ DESCRIPTION/ THICKNESS ITEM DESCRIPTION UNIT OF MEASURE QUANTITY REINFORCED UNIT PRICE 149 3000 psi / 4' install New Sidewalk w cit .1 . Square Feet I NONE $ 5.31 150 3000 psi / 4' Install New Sidewalk w/cntl.jt. @5 Square Feet I 6x6 WWF -W 1.4xW 1.4 $ 5.75 151 3000 psi / 6" Install New Sidewalk w/cntl.jt. @5 Square Feet 1 NONE $ 6.43 152 3000 psi / 6" Install New Sidewalk w/cnil.it. @5 Square Feet 1 6x6 WWF -W 1.4xW 1.4 $ 6.59 153 unclassified / 4" Demo & Remove Sidewalk Square Feet I un -reinforced $ 1.48 154 unclassified / 4" Demo & Remove Sidewalk Square Feet 1 reinforced $ 1.75 155 unclassified / 6" Demo & Remove Sidewalk Square Feet 1 un -reinforced $ 1.48 156 unclassified / 6" Demo & Remove Sidewalk Square Feet 1 reinforced $ 15.90 157 3000 psi / n/a install type "D" curb Linear Feet I reinforced $ 29.70 158 3000 psi / n/a install type "A" curb w/gutter Linear Feet 1 reinforced $ 16.13 Grind Taper on Existing Concrete 17' unclassified / n/a along path x ]'wide increments to Linear Feet 1 unclassified $ 20.46 159 remove tripping hazard Remove all roots within width of NDS -12 / 17' by 60 mil Sidewalk to a depth of 17', regrade Linear Fee' n10 $ existing Lime Rock, and install Root 160 Barrier Both Sides Remove all roots within width of Sidewalk to a depth of 17', regrade 161 NDS -12 / 17' by 60 mil existing Lime Rock, and Install Root Linear Fee j Barrier Both Sides SUBTOTAL SECTION 3. $ 4 AWARD BASED ON ALL LINE ITEMS (1 - 161) $ 11,905.99 Bid submitted by Bonness. Inc. Required Documents Collier County License State of Florida General Contractor's License Company Profile Five (5) years related experience Letter of Bndability, Equipment List Page 6 of 7 Provided In Bid Package Yes/No Yes Yes Yes Yes Yes Yes P5: Brenda Brilhart ITB 18-7241 PM: Travis Gossard CONCRETE, SIDEWALKS, CURBS, GUTTERS AND RELATED ITEMS Submitted By Bonness Inc. UNE ITEM I DESCRIPTION I UNIT OF MEASURE I QUANTITY I UNIT PRICE PER 1 EACH References MOT Certification and three )3) Years Demonstrated Experience Form 2 Vendor Check List Form 3 Conflict of Interest Affidavit Form 4 Vendor Declaration Statement Form 5 Immigration Affidavit Certification Form 6 Vendor Substitute W-9 Form 7 Insurance and Bonding Requirements Form 8 Reference Questionnaire Page 7 of 7 Yes Yes Yes Yes Yes Yes Yes Coder- C014nty Adri istrativa Services Department Procurement Services Diwsm rVI/I Form 1: Vendor's Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this ITB, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112. We are not responding to Solicitation 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications. scope of work. ❑ Specifications scope of work not clearly understood or applicable (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): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date Coler County stm�ve SeNicm Departmnt Fisxurement Services Orv.sron Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ® The Bid Submittal has been signed. ® All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. ALL SUBMITTALS MUST HAVE THE ITB NUMBER AND TITLE Name of Firm: Bonness, Inc. Address: 1900 Seward Avenue City, State, Zip: Naples, FL 34109 Telephone: (239) 597-6221 Email: srayfield@bonnessinc.com Representative Signature: Representative Name: F. David Teets, Jr. Date November 1,�: 2017 CFO/Treasurer Coder County Administaove Services oapatnent Procurement Services Division Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The fine has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Bonness, Inc. Signature and Print Name: F. David Teets, Jr. Title of Signatory: CFO/Treasurer Novemberft., 2017 Coder C014Mty A&nam alive Services Departme„t Prowrentent Sernces Dmsm Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation: 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items Dear Commissioners: The undersigned, as Vendor declares that this bid is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this bid submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted bid is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this�. day of November 20 17in the County of Collier in the State of Florida Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: Bonness, Inc. 1900 Seward Avenue Naples, FL 34109 F19249 59-2055219 (239) 597-6221 Additional Contact Information Send payments to: Same (required if different from Company name used as payee above) Contact name: Cindy Hueston Title: Accounts Receivable Address: same City, State, ZIP Telephone: Email: chueston@bonnessinc.com Office servicing Collier same County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: srayfield@bonnessinc.com and estimating@bonnessinc.com Coder County Services Department Pinevrement Seances Division Form 5: Immigration Affidavit Certification Solicitation: 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Request for for Proposals (RFP) submittals. Further, Vendors 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 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 proeram may deem the Vendor'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 proposal. Company Name Bonness, Inc. Print Name F. David Teets, Jr. Title CFO Treasurer Signature Date November sk , 2017 State of Florida County of Collier The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Co ier COUMZY Admr4VX*vq 5e beS ❑epWMcn! Aoanwam sermn ave Form 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) requires 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. L General Information (provide all information) Taxpayer Name Bonness. Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 1900 Seward Avenue State Florida City Naples Zip 34109 Telephone (239) 597-6221 Email srayfield(a,bonnessinc.com Order Information Address same City State Zip Email 2. Company Status (check only one) Remit / Payment Information Address same City State Zip chueston c,,,bonnessinc.com _Individual Sole Proprietor X 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 3. Taxpayer Identification Number (for tax reportingpinposes only) Federal Tax Identification Number (TIN) 59-2055219 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under Penalties ofueriurv. I certifv that the alb F. ffavid Teets,— Jr. Title CFO,Treasurer shown on this Date November 06, 2017 Phone Number (239)597-6221 Co 'ger C014Hty Admnsfmtive Senfx= Department Prowrement Services Omsm Form 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General 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 shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability S_1,000,000 —Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ 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 & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 7. ❑ 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 510 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. 8. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 10010 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. ® 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. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® 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. 12. ® Thirty (30) Days Cancellation Notice required. GG 10 25 17 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 Bonness, Inc. Vendor Signatur Print Name F. David Teets, Jr., CFO/Treasurer Insurance Agency Gulfshore Insurance Date November +L, 2017 Agent Name Susan Klein Telephone Number (239) 659-7283 Cotler C0114 ty Acknin�sira4ve Services Depamnent Form 8: Reference Questionnaire (Have Your Clients Complete and Return Required Number with Bid Package) Solicitation: 18-7241 Concrete: Sidewalks, Curbs, Cutters and Related Items Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Susan J. Rayfield, Contract Administrator (Name of Individuals Requesting Reference Information) Name: Michelle Royals, P.E. Company: Bonness, Inc. P (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: inroyals@capecoral.net FAX: 239-574-0732 Telephone: 239-242-3216 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of fin -ns to perfonn this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously perfonned work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firnVindividual again) and l representing that you were very unsatisfied (and would never hire the firni/indivdival again). If you do not have sufficient knowledge of past perfonnance in a particular area, leave it blank and the item or forni will be scored "0." (Please note, references from Collier County staff will not be accepted.) Project Description: Cape Coral 2016 Resurfacing Project Budget: $319,240.51 Completion Date: 1/25/2017 Project Number of Days:_ 11/1/2016 Item Citeria Score I Ability to manage the project costs minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Maximum 100 Points 100 �.�Ct� AdrrniLativn Services DeparDr�er� Prod fwrwd Services Diftoo Form 8: Reference Questionnaire (Nave Your Clients Comolete and Return Required Number with Bid Packages Solicitation: 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Susan J. Rayfield, Contract Administrator (Name of Individuals Requesting Reference Information) Name: Blaine Capps (Evaluator completing reference questionnaire) ecapps@cityftmyers.com FAX: Company: City of Ft Myers (Evaluator's Company completing reference) 239-321-7220 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." (Please note, references from Collier County staff will not be accepted.) Project Description: Colonial Manor Utilities Project Budget: $1,546,198.07 Completion Date: q /% Project Number of Days: :3S5— Item Citeria Score 1 Ability to manage the project costs minimize change orders to scope). / 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 1 Quality of consultative advice provided on the project. Q 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) / 7 Abilit • to verbally communicate and document information clearly and succinctly. ,I Abiltity to manage risks and unexpected project circumstances. O 9 Abilityto follow contract documents policies,procedures, rules regulations, etc. U 10 Overall comfort level with hiring the company in the future customer satisfaction). t TOTAL SCORE OF ALL ITEMS Maximum 100 Points Q � 6_"ce 41e, /�� rrvt..�e C � C'vy Coder C010ay Admvtat -Am Servicw Departrnerit Pmwrement Services Rrnsxm Form 8: Reference Questionnaire ()lave Your Clients Complete and Return Required Number with Bid Package) Solicitation: 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items Reference Questionnaire for: Bonness. Inc. (Name of Company Requesting Reference Information) Susan J. Rayfield, Contract Administrator (Name of Individuals Requesting Reference Information) Name: Josh Fruth (Evaluator completing reference questionnaire) Josli �7davidsonengineerinmg.co Email: FAX: Company: Davidson Engineering P (Evaluator's Company completing reference) Telephone: 239-434-6001 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm individual again) and 1 representing that you were very unsatisfied (and would never hire the firm indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." (Please note, references from Collier County staff will not be accepted.) Project Description: Heritage Baj Tract D Project Budget 1,207,690 Completion Date: 12/2016 Project Number of Days: 180 Item Citeria Score 1 Ability to manage the project costs minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). in 3 Quality of work. in 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. in 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS Maximum 100 Points 100 Joshua;'- Fruth i 71 4 County Adrnrigrafive Sam Deo9MYm t P*,:-p-oMnent Serous Omsvn Form 8: Reference Questionnaire (Have Your Clients Complete and Return Required 'Number i0th Bid PackaLxe) Solicitation: 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Susan J Rayfield. Contract Administrator (Name of Individuals Requesting Reference Information) Name: Tim Harvey (Evaluator completing reference questionnaire) Email: thaarvey vantagellp.com Company: Vantage Properties, Inc. (Evaluator's Company completing reference) 727-331-5229 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." (Please note, references from Collier County staff will not be accepted.) Project Description: University Plaza West PH 1&2 Project Budget: $1,189,745 Completion Date: Project Number of Days: fir' Item Citeria Score 1 Ability to manage the project costs minimize change orders to scope). i V 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. ' p 5 1 Professionalism and ability to manage personnel. Y{ 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 1 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 1 Overall comfort level with hiring the company in the future (customer satisfaction). eV TOTAL SCORE OF ALL ITEMS Maximum 100 Points) t &,-d Cofer County Administrative Services Depatytent PrcQow ent Services Dtwsron Form 9: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 18-7241 Concrete: Sidewalks, Curbs, Gutters and Related Items (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business M Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ®Collier County or ❑ Lee County: 36 Number of Employees (Including Owner(s) or Corporate Officers): 119 63 Lee Co Number of Employees Living in ® Collier County or ® Lee (Including Owner(s) or Corporate Officers): 53 Collier Co 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: Bonness, Inc. Date: November(, 2017 Address in Col ier or ee County: 1900 Seward Avenue, Naples, FL 34109 Signatu : 4=0 F. David Teets, Jr. Title: CFO/Treasurer WillisTowers Watson 1.11111.1 November 6, 2017 Collier County Board of County Commissioners 3327 Tamiami Trail East Naples, FL 34112 RE: BONNESS, INC. SOLICITATION NO.: 18-7241. CONCRETE: SIDEWALKS, CURBS, GUTTERS AND RELATEDITEMS To Whom It May Concern: Per your request for evidence of surety bonding, this letter is to advise you that Bonness, Inc. is set up for bonding with Berkshire Hathaway Specialty Insurance Company. Berkshire Hathaway Specialty Insurance Company has bonded Bonness, Inc. on a variety of projects and has found them to be an outstanding contractor, with a good reputation in the construction industry. Based on their past experience, Berkshire Hathaway Specialty Insurance Company would consider single jobs of $10,000,000, with an aggregate program of $25,000,000. Berkshire Hathaway Specialty Insurance Company carries an A.M. Best Rating of A++ XV, is listed in the Department of the Treasury's Listing of Approved Sureties and is licensed to conduct business in the State of Florida. If Bonness, Inc. is awarded the captioned project and if all other normal underwriting requirements are met, with surety approval, we look forward to providing performance and payment bonds for the captioned Project. As this is a letter of recommendation and not a bid bond, Willis of Florida, Inc., Berkshire Hathaway Specialty Insurance Company, their agents and owners accept no liab lity for its contents. The Surety reserves the right to review each submission and base their final decision upon normal underwriting requirements and conditions, which exist at the time of the bond request. If I can be of additional assistance, please give me a call. Thank you. Sincerely, Berkshire Hathaway Specialty Insurance Company Brandy L. Baich Attorney -in -Fact Florida Licensed Resident Agent 4211 W. Boy Scout Blvd. Suite 1000 Tampa, FL 33607 USA T +1 813 2812095 W willistowerswatson.com kigBerkshire Hathaway Specialty Insurance Power Of Attorney BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY NATIONAL INDEMNITY COMPANY/ NATIONAL LIABILITY & FIRE INSURANCE COMPANY Know all men by these presents, that BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Nebraska and having an office at 100 Federal Street, 20th Floor, Boston, Massachusetts 02110, NATIONAL INDEMNITY COMPANY. a corporation existing under and by virtue of the laws of the State of Nebraska and NATIONAL LIABILITY & FIRE INSURANCE COMPANY. a corporation existing under and by virtue of the laws of the State of Connecticut (hereinafter collectively the "Companies"), pursuant to and by the authority granted as set forth herein, do hereby name, constitute and appoint: Brandy L Balch, Anett Cardinale, Margaret A. Ginem, 4211 W. Boy Scout Blvd, Suite 1000 of the city of Tampa. State of Florida. their true and lawful attorney(s)-in-fact to make, execute, seal, acknowledge, and deliver, for and on their behalf as surety and as their act and deed, any and all undertakings, bonds, or other such writings obligatory in the nature thereof, in pursuance of these presents, the execution of which shall be as binding upon the Companies as if it has been duly signed and executed by their regularly elected officers in their own proper persons. This authority for the Attorney -In -Fact shall be limited to the execution of the attached bond(s) or other such writings obligatory in the nature thereof. In witness whereof, this Power of Attorney has been subscribed by an authorized officer of the Companies, and the corporate seals of the Companies have been affixed hereto this date of November 18, 2014. This Power of Attorney is made and executed pursuant to and by authority of the Bylaws, Resolutions of the Board of Directors, and other Authorizations of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, which are in full force and effect, each reading as appears on the back page of this Power of Attorney, respectively. BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, By: David Fields, Executive Vice President 3'� appq r��Y `s suReiv � SEAL R NATIONAL INDEMNITY COMPANY, NATIONAL LIABILITY & FIRE INSURANCE COMPANY, By: David Fields, Vice President pEMNiT` JbfIRE/rys& OPPORA� 2�SURETY ; 3 SURETY o SEAL Q i SEAL n rbyti,,�`h�' yO p,1,REc}`�,+SAO �` ♦ 1�Nt�N NOTARY State of Massachusetts, County of Suffolk, ss: On this 18th day of November, 2014 before me appeared David Fields, Executive Vice President of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY and Vice President of NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, who being duly sworn, says that his capacity is as designated above for such Companies; that he knows the corporate seals of the Companies; that the seals affixed to the foregoing instrument are such corporate seals; that they were affixed by order of the board of directors or other governing body of said Companies pursuant to its Bylaws, Resolutions and other Authorizations, and that he signed said instrument in that capacity of said Companies. [Notary Seal] �a5 SOL,„ s.sobIrk", . c= Notary Public wrr ail, I, Ralph Tortorella, the undersigned, Officer of BERKSHIRE HATHAWAY SPECIALTY INSURANCE COMPANY, NATIONAL INDEMNITY COMPANY and NATIONAL LIABILITY & FIRE INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto affixed the seals of said companies this date of November 6. 2017. 'tgPEtIAL�Y �oEMN/., +'FIRE �^,S PPORA,SEAL �,G?j� _ SURETY z( SURETY° ; 3 SURETY m �ypneNNEcL°J a�o� Officer �Y * A�+ y • �1 �N � �� BHSIC, NICO & NLF POA (2014) 6*141 1900 Seward Ave Naples, FL 34109 ph (239) 597 62'21 Fx (239) 597 7416 www.Bonnessinc.com Ilonda C C ' 1 da C With more than 35 years serving Southwest Florida, Bonness, Inc. is a family owned and operated full- service paving and sitework contractor serving the needs of homeowners, condominiums, businesses, communities, contractors, developers, and counties and municipalities in Southwest Florida. Our employees are a team of highly motivated individuals who are committed to building nothing but the best. Through honesty and integrity, and a strong commitment to customer service, Bonness, Inc. has earned a reputation for being a preferred civil contractor in the region. From Driveways to Highways, Bonness does the groundwork for beautiful sites. MISSION STATEMENT To fully serve Southwest Florida's paving and sitework needs with honesty and integrity by providing a quality product, outstanding customer service, value, and innovation. OUR VISION STATEMENT To be recognized as the preferred construction company in Southwest Florida for paving, sitework, and underground utility services; where no job is too big or too small; where the needs of developers, contractors, homeowners, businesses, associations, and governments are equally met; where success is derived from providing hassle -free customer service and a quality product; where employees can expect a safe working environment, an opportunity for growth, and satisfying wages and benefits; and where there is a fundamental commitment to community and environment. With a full-time staff of more than 120 field and office personnel, Bonness, Inc. will manage your project with a team of employees who are dedicated to exceeding your expectations. The team includes a Contract Administrator, Project Manager, Project Coordinator, Safety Specialist, Superintendent and Foreman and the necessary field crews to complete your projects in a timely, safe and efficient manner. Bonness has a staff of qualified employees with many years of experience in the industry as well as with Bonness. On a weekly basis we assess our staffing needs and make adjustments as necessary to meet our customers' schedules. We have successfully managed more than 350 projects annually for over a decade as a matter of standard operations. SERVICES PROVIDED ROADS Since its inception in 1981, Bonness Inc. has been recognized as a premier quality builder of paved streets and roads. We specialize in edge milling, full milling, and overlays of many types of asphalt depending on the traffic class and speed requirements. Bonness Inc. always utilizes manhole, and valve box risers to ensure a proper pavement tie-in to newly paved or repaved roadways. With a reputation for high standards of quality and customer service, our company has enjoyed successful relationships with the city, county, and private customers alike. Our employees are a team of highly motivated individuals who are committed to building nothing but the best. SITEWORK Bonness Inc. has all the necessary resources in terms of operators, equipment, and expertise to handle all aspects of earthwork and sitework development including clearing, demolition, excavation, importing of fill material, blasting, rock hammering and trenching, stabilizing, subgrading, rough and final grading, Swale grading, sloping, and grassing. Through proper job planning, scheduling, and execution, Bonness Inc. will take the utmost pride in completing the groundwork for your beautiful site. UNDERGROUND UTILITES Underground utility installation is a crucial step in the site development process requiring specialized equipment and expertise. Bonness Inc. is a State Certified Underground Utility and Excavation Contractor and a Certified Class V Fire Protection System Contractor. Bonness Inc.'s experienced utility crews employ a systematic approach to safely and skillfully install these utility systems utilizing the latest technology to ensure accuracy. It is our goal not only to meet the standards and specifications of the project but to exceed the expectations of the customer and inspector. CURBS & WALKS Bonness, Inc. specializes in curbs and walks of all types. Our concrete employees have made an art of their work, especially with their handcrafted curbs. Bonness' expertise is backed up with over a decade of continued success in producing the most beautifully finished products in Southwest Florida. Bonness Inc. is your best choice for a finished product that encompasses competitive pricing, quality, and superior customer service. PARKING LOTS With experienced and talented crews, right -sized equipment, and expertise for any type project, Bonness Inc. is well equipped to build your new parking lot or renovate your existing parking lot. New Construction services include stabilized subgrade, limerock or shell base, asphalt pavement or specialty surfaces, concrete curb and sidewalks, carstops, stripes, and traffic signs. Renovation and maintenance services include additions, removals, re -installations, patching, sealcoating, and re -striping. Bonness Inc.'s strength comes from decades of paving diverse and challenging projects throughout Southwest Florida. DRIVEWAYS First impressions can be lasting. Bonness Inc. has been setting the standards for driveway excellence in Southwest Florida since 1981. Our goal is to construct or renovate your driveway in the most efficient and cost effective manner without sacrificing quality. The key to a long lasting and functional driveway is a solid base. On top of your properly constructed base, a surface course of asphalt, brick pavers, or decorative stone will give your driveway the first impression appearance that will add beauty and value to your home. Concrete and stamped -concrete are also available. STREET LIGHTING & SIGNALIZATION As part of the overall package, Bonness, Inc. will supervise the installation or modification of street lighting or traffic signalization as part of your new construction or renovation project.. PAVEMENT MARKING AND STRIPING Painted or reflective thermoplastic stripes, crosswalks, stop bars, stop signs, speed limit signs, crosswalks, reflective pavement markers, ADA handicap mats, and more. Bonness Inc. has specialty crews who install all pavement markings and signs to complete your project. Installation guidelines are dictated by the plan specifications as well as local traffic control ordinances and Florida D.O.T. Design Standards. TRAFFIC CONTROL Safety is a major concern for the general public as well as our employees. Bonness Inc. provides traffic control in the way of signs, barricades, flagmen, message boards, etc. Lane closures are done only with the permission and guidance of the city, county, or state, depending on the jurisdiction. STATE CERTIFIED LICENSES Bonness Incorporated carries both a Certified Building Contractor license and a Certified Underground Contractor License. Florida# CBC059904 Florida# CUC1224797 Florida Certificate of Authority Document Number: F19249 rONNESS INC. ving and Sitework Contractors 1900 Seward Ave Naples. t:L 54109 ph (239) 597-6221 (x (2.59) 597 7416 www.13onnessinc.com f Iond. ll CU599W 1 kmb & C'11CI2247)7 • L1_1 ec . 1W6) 1—' 1ti11NN14 Major Projects and Customer References - Last 5 Years Collier County Transportation Construction Management Department Growth Management Division 3299 Tamiami Trail E Ste 700 Naples, FL 34112 John Conti, Senior Field Inspector JohnContiaColliergov. net (239) 253-0354 (cell) Roadway Improvements of Immokalee Rd, & Valewood - 2012 Contract No 12-5947, Collier County Project 60016.5 Roadway improvements including underground utility drainage, pipe culverts, asphalt, signals and striping Project Total $1,109,456.17 Collier County Board of County Commissioners 3299 Tamiami Trail E Ste 700 Naples, FL 34112 Wayne Karlovich waynekarlovich(a)_collierQov.net (239) 252-5372 MPS 306 Force Main -Phase II Installation of Force Main pipe, including maintenance of traffic Project Total $1,107,858.57 City of Fort Myers 2600 Dr. Martin Luther King Jr. Blvd., Suite 101 Fort Myers, FL 33916 Elaine Capps ecapps(cb-cityftmyers.com (239) 321-7220 Colonial Manor Utilities August, 2015 -June, 2016. Water Main, drainage and sanitary sewer installation, including all maintenance of traffic as well as driveway/lawn restoration as needed. Project Total $1,546,198 Charlotte County 18500 Murdock Circle Port Charlotte, FL 33948 John Elias (941)743-1378 john.elias@charlottecountyfl.gov Burnt Store Rd Widening — Phase 1 2010-2012 Four lane road construction and storm water management including large box culverts and canal construction. Scope also included new bridge, complete landscaping and electrical work. Project Total $10,135,637 Vantage Properties, Inc. 400 Carillion Parkway, Suite 230 St. Petersburg, FL 33716 Tim Harvey, Construction Manager (727) 331-5229 tharvey@vantagllp.com University Plaza West PH 1822 April, 2014 to August, 2014 Site development including, concrete curb and sidewalk, drainage, sewer, water, asphalt paving Project Total $1,189,745 Charlotte County 18500 Murdock Circle Port Charlotte, FL 33948 John Elias (941)743-1378 john.elias@charlottefl.com Garden of Gulf Cove Sidewalks- 2014— Charlotte County/ Constructed new sidewalks Project Total - $122,850.00 Habitat for Humanity of Collier County 11550 E Tamiami Trail Naples, FL 34113 Nick Kouloheras (239)775-0036 nkouloheras@habitatcollier.org Legacy Lakes November, 2015 -September, 2016 Residential sitework including clearing and grubbing, underground potable water, sanitary sewer and drainage, concrete curbing and asphalt paving Project Total $1,930,225 Collier County Growth Management Division 2885 South Horseshoe Drive Naples, FL 34104 Daniel G. Hall, P.E 239-252-6077 Palm River Park 2014 Improvement including Sidewalk, curbing, playground, pavers and underground utilities including inlet protection, Inlets, pipe culverts, fire hydrants and sign installation. Project Total $305,000 Hideaway Beach Association 250 South Beach Drive Marco Island, FL 34145 Katie Maline (239)394-5555 kmaline@hideawaybeachclub.org Hideaway Beach – 2013 Large residential community in Collier County - Limerock base, milling, remove/replace asphalt, valley gutter, curbing, striping Project Total: $1,225,421 Taylor Morrison 551 N Cattlemen Rd Suite 200 Sarasota, FL 34232 Keith Berg (941) 554-2888 kberg(cD-taylormorrison.org Oyster Harbor Phase 1– 2014-2015 Main Entry, Roadway and Roundabout, including Sitework, Sanitary Sewer, Potable Water Storm Drainage, Roadway and irrigation. Project Total: $5,249,194 City of Bonita Springs Public Works 9101 Bonita Beach Road Bonita Springs, FL 34135 David Liccardi, Senior Project Manager (239) 949-6244 david.liccardi(cD-cityofbonitasprings.orq Shangri-La Road sidewalk improvements 2015 Sidewalk, drainage, curb & gutter, Fire hydrant, pipe handrail, precast fencing Project Total: $431,025 McGarvey Development 9260 Estero Park Commons Blvd. Fort Myers, FL 33928 Jeff McGarvey (239) 738-7997 JeffMcGarvey(aD-mcgarveydevelopment.com Franklin Academy Sunrise Facility 2015 Turn lane development, sidewalk, site prep, curb Project Total: $639,069 Franklin Academy 2013-2014 Copper City – South Military Trail, Boynton Beach—Full site development of New Charter School Project: $1,150,901 Franklin Academy 2013-14 Boynton Beach- New Charter school site development Project total: $1,405,231 W.H. Bass, Inc. 230 Scientific Drive, Suite 200 Norcross, GA 30092 Brian Snelling (770) 662-8430 Loves Travel Center 2014 Bayshore Rd, Fort Myers Full Site Development of Loves Truck Stop Project Total $1,762,500 Davidson Engineering, Inc. 4365 Radio Road, Suite 201 Naples, FL 34104 Josh Fruth, Vice President (239) 434-6001 ]osh(c-)-davidsonenaineerina.com Heritage Bay Commons -Tract D May 2015-2016 Site clearing and development, concrete curbing, sidewalk, asphalt paving, ADA mats, irrigation system, site lighting, underground utilities including potable water and drainage Project Total $1,207,925 Tamiami Hyundai Airport -Pulling Road 2013-14 Full site development of a car dealership Project Total $2,168,452 D. R. Horton 10541 Ben C. Pratt Six Mile Cypress Fort Myers, FL 33966 Wayne Everett, (239) 225-2631 jweverett(c)-drhorton.com Tuscany Point 2014-15 Site development, underground utilities, drainage, sidewalk and asphalt paving Project total $1,780.904 Sunset Pointe October, 2015-2016 Underground Utilities including Water, sewer, and drainage, Precast Concrete wall installation, concrete curb and gutter, Asphalt paving, signage and striping, pond excavation Project Total $1,139,237.90 Finfrock Construction, Inc. 2400 Apopka Blvd. Apopka, FL 32703 Jin S. Wang (407) 293-4000 JWangO-finfrock.com Hyatt Hotel Naples March, 2015-2016 Site Development, Underground utilities sanitary sewer, potable water and drainage, curbing, sidewalk and asphalt paving, pavement markings and signage Project Total $1,758,818 Parkway Construction & Associates 1000 Civic Circle Lewisville, TX 75067 Jon Shaw, Project Manager (214) 490-5811 jshaw@pkwycon.com Naples Grande Clubhouse May, 2015-2016 Site clearing and development, Underground utilities, including potable water, drainage, sewer and fireline, Asphalt paving and pavement marking, concrete sidewalks and asphalt cart paths Project Total $1,239,559 Lutgert Companies 4200 Gulfshore Blvd. Naples, FL 34103 Melanie Peck (239) 261-6100 Residences at Mercato 2015 Site Development, sanitary sewer, water and drainage, curb and gutter Project total $1,140,556 Haley Construction, Inc. 900 Orange Avenue Daytona Beach, FL 32114 Stacy McRitchie, Vice President, Project Manager, (386) 566-7437 Cooper's Hawk Winery & Restaurant Asphalt Paving and striping, Concrete Curb and sidewalk, underground sewer, drainage, water and fireline, new drives and parking areas Project Total $714,384 Naples United Church 5200 Crayton Road Naples, fl- 34103 Cynthia Taft (239) 261-5469 ctaft(aD-charlesgateart.com Naples United Church Parking Upgrade April, 2016 -November, 2016 Signs, Drainage, Asphalt paving, concrete curbing, Concrete sidewalk, Irrigation, sealcoating Project Total $524,461 CRIer C011 ' JEmail: brendabrilhart@colliergov.net Pdmuustra5veservixs!]epartmerdTelephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUMI Memorandum Date: November 13, 2017 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 - ITB 18-7241 Concrete: Sidewalks, Curbs, Gutters & Other Related Items The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: CHANGE: 3. TERM OF CONTRACT (Page 3 of the Solicitation) The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial t@Fm the first year of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Page 13, Attachment A — Scope of Services Price Adjustments 4LY9t+-The Procurement Director may authorize annual (every 365 calendar days) price adjustments based on percentage change from U.S. Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) (httos://www.bls.gov[PPI/) for the bid materials PPI commodity groups and item codes. ADD: • Examples of Work Distribution. If you require additional information, please post a question on the Online Bidding site or contact me using the above contact information. Encs: Formatted: French (France) � 8 o IL CL > CV CL o0 � 0 7 E FLu 0 a � m E Y . V mLLEB a Q44* Q Q d y 0 to m 0 W .0 co z LZ C cc .o 40 :L a ai .S o O E c v a CL u N C r O W F t� JA: wpm rtrrrt { ttir,' � i,lryy�r�T``,f ryrr'' .•ire ,;44 r��t' i'i>' �'.;��i, ,,'if, e���, � f.1�r`i rrkt X�t r+} yy ♦'ir•+ t }ryr `��.t rry+�,•f�a.itr, ,+i�l� '`�ti� �i,Yf`r# r'..�t'ai :r'1, �{ +r��r{' r }r t,{i }y1�t tr 1+,'Y' �t[1 'ryy{{.�ty" { �`J t, •:, r ��,, i a '{- 'r->��`:'�:'.�i•Y._ �4fi?�}�:k��s. .. _.r5�"1;tiYti�t.....�+.ai;:;��4'.y�;S'.;h�i}:�:.�,�4-,`.•n:?•'i.� , y,:µ k�-L r:-" k'e �� 7{t `i,��t•hfrr 1, *,: �'�,: � {isNlr i;�; .•. .•. tia,r1 � Yt tt {[ y„ tl' rte? +t% ,tt tt1r 1� } }r,: -t ,'i`�.,y.'}�'r i1. i�� t;t `1 *i ki}j rr t�i'F. �,r �t.iDtk ���:: vi i;x �.^r, ,�yA,, j�' i' r't`t'' .' } ,i; i' 'i,.i t i 1'. t r #r t :7 + .. { � `x }�, r t. � +� � .may _ � '•��`'•:%�:'.D�tt:..J�., Yj�it��'{I Advanced Maintenance of Traffic (MOT) Class I Metro Florida Safety Council Page 2 of 2 Advanced Maintenance of Traffic (MOT) Metro Florida Safety Council Is an approved Florida Department of Transportation (FOOT) Maintenance of Traffic (MOT) Advanced Course provider d 140. Students MUST understand English to attend and pass the required exam as specNed by Florida Department o1 Transportadon (FDOT). As required by FDOT this training course is required for personnel with responsibility or authority to decide on the specific Maintenance of Traffic requirements to be Implemented. These include the following: 1. The Engineer responsible for the work zone traffic control plan development; 2. The work zone traffic control Supervisor. On successful completion of the Maintenance of Traffic Advanced Training Course the student will have a FDOT recognized 4 year qualification to perform work zone traffic control planning, design, implementation, inspection and/or supervising the selection, Placement or maintenance of traiflc control schemes or devlaes in work zones. Flagging operations will be covered in enough detall that a person who successfully completes this course is capable of providing bask; training. PRE -REQUISITE: 6 months prior experience In Work Zone traffic control is recommended but not mandatory. C��D-cgs: Certificate valid for 4 years and must be renewed before expiration date. Course Length: 20hrs Price: $415.00 .G Ti R ■ A valid driver's license or photo ID is required to take the exam. Students that fail to complete the course including the exam will be required to retake the 16hrs at full cost Please call (984) 6034900 for more information. Onsite pricing also avai/ablel See also: intermediate LeveI — 16 Hour • intermediate Refresher Figggg • Advanced Refresher ® 2016 Metro Florida Safety Council http://www.metrofloridasafet.vcouncii.com/advancecLhtm 8/18/2016 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CUC1224797 The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS Expiration date: AUG 31, 2018 BAILIE, KATHLEEN M BONNESS INC - 1900 SEWARD AVE NAPLES FL 34109 ISSUED. 08/04/2016 DISPLAY AS REQUIRED BY LAW uc W oh rncrcc RICK SCOTT, GOVERNOR LICENSE NUMBER SEQ # L1608040001656 KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD The BUILDING CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 BAILIE, KATHLEEN M BONNESS INC 1900 SEWARD AVE NAPLES FL 34109 ISSUED. 08/07/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1508070001957 Jeff Atwater Casia Sinco CHIEF FINANCIAL OFFICER BUREAU CHIEF Julius Hales DIVISION DIRECTOR Keith McCarthy .a SAFETY PROGRAM MANAGER FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FME MARSHAL 200 East Gaines Street - Tallahassee, Florida 32399-0342 Tel. 850-413-3644 Fax. 950-010-2467 CERTIFICATE OF COMPETENCY OFFICIAL COPY THIS CERTIFIES THAT: Margaret M Kelly 1990 Seward Ave Naples FL 34109 BUSINESS ORGANIZATION: Bonness Inc. Contractor V means a contractor whose business is limited to the execution of contracts requiring the ability to fabricate, install, inspect, alter, repair and service the underground piping for a fire protection system using water as the extinguishing agent beginning at the point of service as defined in the act and ending no more than 1 foot above the finished floor. Issue Date: Type: Class: County: License/Permit #: Expiration Date: 07/01/2016 09 14 Collier 170889-0001-2009 06/30/2018 Chief Financial Officer COLLIER COUNTY BUSINESS TAX BUSINESS rAX NUMBER: 100787 COLLIER.COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (249) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2018 LOr;A11ON: 1900 SEWARD AVE ZONED: INDUSTRIAL BUSINESS PHONE: 597-6221. STATE LIC: CUC1224797 C o DISPLAY AT PLACE OF BUSINESS FOR PUBLIC FAILURE TO DO SO IS CONTRARY TO LOCA r CORP TION�� - THIS TAXIS NODI -REFUNDABLE - NUMBER OF EMPLOYEES: 1-10 EMPLOYSES 'Q.,%� r".o �,.�►� CLASSIFICATION: UNDERGFjOUND tJTIMCAVATING CONTRA L Co CLASSIFICATION CODE: 05102801 This docurpent is a business tax only. This is not certification that licensee is qualified. It does not permit -the licensee to violate any existing regulatory zoning laws of the state, county or cities nor does it exempt the licensee from any other taxes or permits that may be required bylaw; B9NNESSJNC BAILIE, KATHLEEN 1900 SEWARD AVE NAPLES FL 34109-0000 DATE 07/21/2017 AMOUNT 18.00 RECEIPT 1487.41 CE Z" TT , R" COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 100788 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (230) 252-2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2018 LOCATION: 1900 SEWARD AVE ZONED: INDUSTRIAL BUSINESS PHONE: 597-6221 STATE LIC* CBC059904 �{ ,r CDISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION �L,�tllw AILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CORP TIONV*. ariFN ' r � - THIS TAX IS NON-REFUNDABLE - BONNESSINC BAILIE, KATHLEEN 1900 SEWARD AVE NAPLES FL 34109-0000 4Arr or ��l * op 10 NUMBER OF EMPLOYEES; --1-10 EMPLOYEES �y �'r a �01 •� CLASSIFICATION: BUILDING CONTRACTOR CIO DATE 071'21/2017 CLASSIFICATION CODE: 05104801 L�"' AMOUNT 18.00 This document is a business tax only. This is not certification that licensee is qualified. RElI CEPT 14888.41 It dais not permR the licensee to violate any existing regulatory zoning layers of the State, county or cities��; TT , "7 nor does It exelnpf the licensee from any other taxes or permits that rgaybe required by law. COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 100817 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colliertu.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2018 LOCATION 1900 SEWARD AVE ZONED: INDUSTRIAL BUSINESS PHONE: 597-6221 STATE LIC: 1708890001 - COUNTY LIC: 2009 01K ;0 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC II FAILURE TO DO SO IS CONTRARY TO LOCAL �r CORPO TION% . 4 -� �l A� V. i �� NUMBER OF EMPLOYEES: 1-tUMPLOYEE;3 40"r- CLASSIFICATION: FIRE PROTECTION CONTRACTgR � CLASSIFICATION CODE: 05aa-1101 —,,••��" Tins document is a business tax only This is not certification that licensee js qualtfl-ed. it does n6i permit the licensee to violate any existing regulatory zoning laws of the state, courityor cities nor does -it exempt the licensee from any other taxes or permits that may be required by-law. - THIS TAXIS NON-REFUNDABLE - BONNES'S, INC KELLY, MAROARETM 1900 SEWARD AVE NAPLES FL 34109-0000 DATE 07121/2017 AMOUNT 18.00 RECEIPT 1489.41 _d r3 " , E -Verify - Employer Wizard - Company Information Employment Eligibility Verification Click any a for help Home My Cases New Case View Cases Search Cases My Profile Edi: Profits Change Password Change Security Questions My Company Edit Company Profile Add New User View Eldatlrrg Users Claw Company Account My Reports View Repots My Resources View Essential Resources Take Tukzial View User Manual Share Ideas Contact Ua Company Information Company Name: Bonness Ina Page 1 of 1 Wale— tNe. ID Last Loran Modesta Chavez MCFIA5827 1233 PM - 04/08/2015 Log Out Vlawf Edit Company ID Number. 228379 Doing Business As (DBA) Name: DUNS Number: Physical Location: Mailing Address: Address 1: 1900 Seward Ave Address 1: PO BOX 9140 Address 2: Address 2: City: Naples City: Naples State: FL State: FL Zip Code: 34109 Zlp Code: 34101 County: COLLIER Additional Information: Employer Identification Number: 592055219 Total Number of Employees: 100 to 499 Parent Organization: Administrator: Bonness Inc. Organization Designation: Employer Category: Federal Contractor without FAR E -Verify Clause NAICS Code: 238 - SPECIALTY TRADE CONTRACTORS Nissan !Edit Total Hiring Sites: 1 views Eon Total Points of Contact: View r Edit US DepaMlenlofHomeland Security -www.dns.gav U.S. Citizenship and lmNQatonSerAn-wvw.uscia.gov Emla Permanent Toolaps Acceasrli4pr Download Awn; https://e-verify-uscis-gov/emp/EmployerWizard.aspx 4/8/2015 7/21/2017 Detail by Entity Name DIvI510N OF CORPORATIONS J1`JL>"ttisi �f JV1 Org �',t'y,rr•+�„ eu+ r fj%ctu! :;tore ul F'lurlrlu s:eLxit=_� Department of State / Division of Corporations I Search Records ! Detail By Document Number ! Detail by Entity Name Florida Profit Corporation BONNESS, INC. Filing Information Document Number F19249 FEI/EIN Number 59-2055219 Date Filed 02/04/1981 State FL Status ACTIVE Principal Address 1900 SEWARD AVE NAPLES, FL 34109 Changed: 01/14/2015 Mailing Address 1900 SEWARD AVE NAPLES, FL 34109 Changed: 01/14/2015 Reaistered Aaent Name & Address BAILIE, KATHLEEN M 1900 SEWARD AVE NAPLES, FL 34109 Name Changed: 01/18/2006 Address Changed: 01/14/2015 Officer/Director Detail Name 8: Address Title Director, Secretary BONNESS, MAUREEN S 7390 ROOKERY LANE NAPLES, FL 34120 Title Director, President http://search.sunbiz.org/Inquiry/CorporationSearctVSearchResultDetail?inqui rytype=EntityName&di rectionType= Initial&searchNameOrder=BONN ESS%20171.. 1/3 7/21/2017 Detail by Entity Name httpl/search.sunbiz.org/Inqui ry/CorporationSearch/SearchResultDetail?inqui rytype=EnWName&di rectionType=Initial&searchNameOrder=BONN ESS%20F1... 213 BAILIE, KATHLEEN M 267 CHANNING CT. NAPLES, FL 34110 Title Director, Treasurer TEETS, FRANK D 351 Burnt Pine Drive Naples, FL 34119 Title Director COTY, MARK E 2007 145TH STREET EAST BRADENTON, FL 34212 Title Director AMON, LAWRENCE 9024 TERRANOVA DRIVE NAPLES, FL 34109 Annual Reports Report Year Filed Date 2016 01/14/2016 2017 02/02/2017 2017 05/09/2017 Document Images 07/03/2017 — Off/Dir Resignation View image in PDF format 05/09/2017—AMENDED ANNUAL REPORT View image in PDF format 02/02/2017 — ANNUAL REPORT View image in PDF format 01/14/2016 — ANNUAL REPORT View image in PDF format 01/14/2015 — ANNUAL REPORT View image in PDF format 04/0312014 — ANNUAL REPORT View image in PDF format 09/10/2013 — AMENDED ANNUAL REPORT View image in PDF format 01/25/2013 — ANNUAL REPORT View image in PDF format 06/29/2012 — ANNUAL REPORT View image in PDF format 04/2012012 — ANNUAL REPORT View image in PDF format 02/07/2012 — ANNUAL REPORT View image In PDF format 04/01/2011 —ANNUAL REPORT View image In PDF format 02/24/2011 —ANNUAL REPORT View image in PDF format 09/20/2010 — ANNUAL REPORT View image in PDF format 01/05/2010 — ANNUAL REPORT View image in PDF format 03/30/2009 — ANNUAL REPORT View image in PDF format 01115/2009 — ANNUAL REPORT View image In PDF format 03/24/2008 —ANNUAL REPORT View image in PDF format 04116/2007 — ANNUAL REPORT View image in PDF format httpl/search.sunbiz.org/Inqui ry/CorporationSearch/SearchResultDetail?inqui rytype=EnWName&di rectionType=Initial&searchNameOrder=BONN ESS%20F1... 213 7/21/2017 01118/2006 — ANNUAL REPORT 04/30/2005 — ANNUAL REPORT 04/30/2004 — ANNUAL REPORT 01/21/2003 — ANNUAL REPORT 07/01/2002 —ANNUAL REPORT 04/04/2001 — ANNUAL REPORT 05/22/2000 — ANNUAL REPORT 05/06/1999 — ANNUAL REPORT 04/22/1998 — ANNUAL REPORT 05/09/1997 — ANNUAL REPORT 01/25/1996 — ANNUAL REPORT 06/20/1995 — ANNUAL REPORT Detail by Entity Name View image in PDF format View image in PDF format View image in PDF fornat View image in PDF format View image in PDF format View image in PDF format j View image in PDF format View image in PDF format j View image in PDF format i View image in PDF format View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EnbtyName&directionType=Initial&searchNameOrder=BONN ESS%20F 1... 3/3 Client#: 70615 BONINI ACORD_ CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 7/13/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Gulfshore Insurance, Inc SWFL NAME: CT Ashley Myers PHONE 239 435-7156 AX 239 213-2803 Ext): Alc, Nc 4100 Goodlette Road NE-MAILL Naples, FL 34103 239 261-3646 ADDRESS: amyers@gulfshoreinsurance.com INSURER(S) AFFORDING COVERAGE NAIC p INSURER A: National Trust Insurance Co. INSURED B: FCCI Insurance Company BonINSURER Inc. 1900 Se 1900 Seward Avenue IC Pan INSURER C: HomelandInsurance Company Y PERSONAL 8 ADV INJURY $ 2,000,000 Naples, FL 34109 INSURER D INSURER E: INSURER F: B COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL X X LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR PD Ded:5,000 X X GLOO1793003 6/01/2017 06/01/2018 s2,000,000 EEACH�OECCCURRENCE PREMISES Ea occurrence $100,000 MED EXP (Any one person) $ 5 000 PERSONAL 8 ADV INJURY $ 2,000,000 GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRC LOC JECT PRODUCTS - COMP/OP AGG $4,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS X X CA10000232202 06/01/2017 06101/2018 BINED COMEaaidentSINGLE LIMIT $1,000,000 cc BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident B X UMBRELLALIABX EXCESS LIAB OCCUR CLAIMS -MADE X X UMB10001417401 6/01/2017 06/01/201 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 DED I X RETENTION $10000 $ B WORKERS COMPENSATIONX AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? FN (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A 001WC17A73702 6/01/2017 06/01/201 X WCSTATU- OTH- E.L EACH ACCIDENT $110001000 E.L DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 C B Pollution Leased/Rented Equipment 7930063790000 CM000925702 6/01/2017 6/01/2017 06/01/2018 06/01/2018 $1,000,000 Limit $1,500,000 Limit $5,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Project: For any and all work performed on behalf of Collier Countv. Collier County Board of Commissioners is Named as Additional Insured with respect to work performed by the named insured for General Liability as needed by contract, per form CGL 088 10 13 (First Choice Contractors Liability Endorsement), which includes Waiver of Subrogation. General Liability coverage is primary and non contributory ; Additional Insured is included for Ongoing and completed Operations per form CGL 084 10 (See Attached Descriptions) Collier County Board of Commissioners 3327 Tamiami Trail East Naples, FL 34112 ACORD 25 (2010/05) 1 of 2 #S1176397/M1176030 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ASH BONNESS EM Equipment List - Summary Equipment Vin Number Department: 11 Dirt Category: 20 Supervisory Vehicles 2016 2012 Ford Truck F150 Reg Cab 8" 1 FTNF1 CF1 CKD48098 2018 2012 Ford Truck F150 Seri 1FTNF1CF4CKD28976 274 Ford F-150 Ext Cab 4WD 1 FTPX14536NA19904 276 Ford F-150 Pickup 1 FTRF14WX6NB65916 Department: 12 Limerock Category: 14 Spare Vehicles 2010 2010 Ford 4x4 Truck 1 FTFX1 EV2AFB45880 Category: 20 Supervisory Vehicles 2011 2010 Ford F-150 4x4 1 FTFX1 EV3AFC28136 2024 2011 Ford F150XL Extended Cab 1 FTEX1 CM4BFB39036 275 Ford F-150 Pickup 1 FTRF1 2W1 6NA69272 Department: 21 Asphalt Category: 20 Supervisory Vehicles 2003 2007 Ford Truck F-150 1 FTVX12547NA49585 2026 2011 Ford Truck F-150 Extended Cab 1 FTEX1 CMXBFA24540 Department: 22 Concrete Category: 20 Supervisory Vehicles 2015 2012 Ford Truck F150 Ext Cab 4x4 1 FTFX1 EF9CFC17170 2019 2012 Ford Truck F150 Ser 1FTNFlCFlCKE38531 277 Ford F-150 Pickup 1 FTPX14526NA00096 Category: 40 Crew Vehicles 3005 2009 Isuzu NPR Crew Cab JALC4J16297001275 3011 2014 Isuzu 14' Flatbed Truck JALC4J169E7004362 3012 2005 Ford Truck F-450 XL Flatbed 1 FDXW46P15EB18069 351 Ford F550XL Flat Bed Truck/Sealing 1 FDAF56S9XEC36003 Department: 23 Sealcoating Category: 20 Supervisory Vehicles 2017 2012 Ford Truck F150 Ser 1FTNF1CF7CKE15996 2034 2016 Ford F-250 Super Duty 1 FT7X2A68GEA25718 278 Ford F-150 Truck 1 FTVX12567NA34988 Department: 30 Underground Utilities Category: 40 Crew Vehicles 2006 GMC 2500 Pickup 1 GTHC29U46E202699 2008 GMC Sierra 1GTHC29U85E225241 3007 2013 F450 Ford Truck 1 FDOW4HT7DEB89738 3008 2013 F450 Ford Truck 1 FDOW4HT7DEB64080 3009 2013 F450 Ford Truck 1 FDOW4HT1 DEB31513 3010 2013 F450 Ford Truck 1 FDOW4HT9DEB26110 3015 2015 F450 Underground Service Truck 1 FDOW4HTXFEB05480 Department: 41 General Superintendant Category: 20 Supervisory Vehicles 2014 2012 Ford Truck F150 4Dr 1 FTFW1 CFXCFB40492 2022 2014 Ford Truck F150 1 FTFW1 EFXEFB38175 Department: 41 General Superintendant Category: 20 Supervisory Vehicles 2032 2014 Ford F-150 SuperCrew 1 FTFW1 EF8EKG24409 2035 2015 Ford F-150 Crew Cab 1 FTEW 1 EF8FKE57420 2036 2015 Ford F-150 Crew Cab Pickup 1 FTEW 1 EF6FFA04874 2040 2017 GMC Sierra Crew Cab 3GTU2NEC4HG227467 Department: 42 Paving Superintendant Category: 20 Supervisory Vehicles 2038 2015 Ford F-150 XL Crew Pickup 1FTEW1CFXFKE34739 Department: 43 Concrete Superintendant Category: 20 Supervisory Vehicles 2012 2010 Ford F150 XLT 4x4 1FTEX1E87AFC34124 2037 2015 Ford F-150 XL 4WD Pickup 1 FTEW1 EF7FFC03352 Department: 44 Underground Superintendant Category: 20 Supervisory Vehicles 2013 Chevy Silverado 2028 2015 Ford F150 4dr 4x4 Department: 50 Field Equipment Category: 21 357 359 W3000 W3017 W362 W367 Category: 30 354 Category: 31 3001 353 621 R00298 1 -Ton Dump Trucks Ford F450 1 Ton Dump Ford Asphalt Patch'g Truck Ford F550 Dump Truck Ford F550 Dump Truck Ford F550 Dump Truck Ford F550 4x2 Diesel Dump Single Axle Dump Trucks F800 Single Axle Dump Water Trucks Peterbilt 4500 Gal Water Kenworth Water Truck Cat D300D O/R Water Truck Water Truck Category: 32 Transport Trucks Department: 50 Field Equipment Category: 32 Transport Trucks 4004 Witzco TT -25 Trailer Category: 33 Specialty Trucks 3013 2003 Ford Truck F-350 XL Flatbed 3014 2002 Etnyre Distributor 347 Int'I Spreader Truck 361 Etnyre Distribut Category: 40 Crew Vehicles 3GCPKSE39BG207444 1 FTFW1 EF5EKF69630 3FDXF46F5XMA36057 1FDXW46P73EB79326 1FDAF56R88EA06175 1FDUF5GT4FEA78219 1FDAX56P85EB06591 1FDAF56P77EB35263 3FEXF8018XMA23464 2NPNLDOX45M846538 1XKADB9X3NS576122 5MG-00266 1 HTMPAFMX8H558872 1W8S41B32AS000176 1FDWF36L53EA66817 2FZAAKBVX2AK12128 1HTSAZPM2LH291824 2FZAASDC04AN21136 3006 2012 Ford Truck S -Dry F-4 1 FDOW4GT4CEC72902 352 Ford F550XL Thermal Truck/Service 1 FDAF56F3XEB07239 364 Nissan UD 2300LP JNALC80H75AN50101 366 Ford Truck F-550 1 FDAW56P27EB51662 Category: 400 4005 4006 4008 4011.1 4012 4013 4014 4015 453 456 W4001 W4002 W4007 Trailers Striping Flatbed Thermo Trailer 6 x 12 Caliber Utility Trailer LODC Trailer Stinger 6X12X6 Enclosed Cargo Trailer Enclosed Trailer Diamond C Trailer 2016 EZ Ramp EZ -1980 Trailer Water Wagon Trailer Carry -On Trailer 4X6 Butler Trailer Trailer 7 x 16 Emerson Trailer 1A9HF152XYD561073 1TTAGE613A1013659 1LDC23200HB876038 1G9YY1015FB336630 53BPTEA15FU013940 53BPTEA23FU016179 46UFU2426F1163879 1 P9UT1 924GN343268 FTL8028RR 4YMUL06124G016056 1BUD12200U1007163 1XNU616T261012426 1E9AL122X1L252449 W4009 Tilt Top Trailer 1 R9PT2329DM356133 W4010 Tilt Top Trailer 1 R9PT2322DM356183 W447 Homemade Paint Trailer RWC52992 W449 Cherokee Service Trailer J-4002 W452 Bobcat Trailer FLT0128BB W455 Tilt Top Trailer 1 R9PT2227AM356032 W457 Tilt Top Trailer 1 R9PT22205M356234 W459 Top Brand Fuel Trailer 5HLTF18233F036009 W460 Trailer World 7x14 Traile 1TTHG714564889960 Category: 510 Roller -Static 3-5 582 Hypac C330B Roller 901 B15803870 Category: 511 Roller - Static 5-8 568 Ferguson 5-8BTndmStatic Roller 743 Category: 520 Roller -Vib Dbl-Drm Sm 579 Cat CB214E Vibratory Roll 21400379 585 LeeBoy Asphalt Roller 400 46942 Category: 520R Roller - Vib Dbl-Drm Sm Rental J00466 Double Drum Roller 20171888 R00308 Asphalt Roller 2B200184 Category: 521 Roller - Vib Dbl-Drm Medium 5002 Bomag BW 278 AD Roller 901 D21501011 Category: 522 Roller - Vib Dbl-Drm Large 5007 2011 Hamm HD 090V Asphalt Roller H1850239 Category: 530 Roller - Vib Sgl-Drm Small 572 Bomag 100AD-3 Roller 510935 Department: 50 Field Equipment Category: 530 Roller - Vib Sgl-Drm Small 580 Bomag BW213D-4 Roller 101582501239 Category: 530R Roller - Vib Sgl-Drm Small Ren R00307 Dirt Roller 51400272 Category: 531 Roller -Vib Sgl-Drm Medium 5003 Bomag BW124D-3 901581371251 578 Bomag BW177D-3 Roller 901581531104 581 Bomag BW177D-3 Roller 901581531338 584 Bomag 177D-3 Roller 9015Z1531474 Category: 532 Roller - Vib Sgl-Drm Large 5005 2008 Cat CS56 Vibratory Roller C5S00218 5006 2012 Cat CS54B Vibratory Roller L4H00191 566 Bomag BW172 D-2 Roller 101520611022 571 Dynapac CA152D Roller 64220189 583 Bomag 213D-4 Roller 101582501585 Category: 532R Roller - Vib Sgl-Drm Lg Rental R00306 Dirt Roller CS500394 R00314 Dirt Roller CS300119 R00316 Dirt Roller N/A Category: 540 Roller - Traffic 576 Bomag 11 RH Traffic Roller 109A22201959 586 Bomag 11R Roller 901A22202269 Category: 600 Earthmoving equipment 622.1 Nortrax 0506-190187-1/4 Category: 610 Dozer - Small 6023 John Deere 450J Dozer TO450JX136284 618 Cat D3GLGP Dozer BYR00678 696 Cat D3C LGP Dozer 5GS00377 Category: 611 Dozer - Medium 603 John Deere 650 H Dozer 877650 6043 2013 Cat D5K2 Dozer KYY00671 692 John Deere 650G Dozer 850508 Category: 611 R Dozer- Medium Rental R00280 Dozer KYY00833 R00288 Dozer KYY01006 R00305 Dozer KY202428 Category: 612 Dozer - Large 6020 John Deere 750 J Dozer TO750JX157253 Category: 612R Dozer - Large Rental D133 Dozer KY202428 Category: 620 Grader - Driveway 661 Huber M850 Maintainer M 776 662 Champion C80A Motor Grader 200461 Category: 622 Grader - Roadway 616 Cat 120H Motor Grader 6YN00041 625 Cat 12H Motor Grader AMZ00494 627 Cat 12H Motor Grader AMZ00642 628 135H Cat Grader 3YK00374 640 2017 Caterpillar 12M3 Motor Grader N9F00694 641 2017 Caterpillar 12M3 Motor Grader N9F00718 Department: 50 Field Equipment Category: 622 Grader - Roadway 686A Topeon Grade Control 4 Plus Category: 630 Loader - Small 6000 Komatsu WA50-3 Wheel Loader 23922 Category: 630R Loader - Small Rental R00276 Loader Mini MW400584 R00309 Mini Loader H6601644 Category: 631 Loader - Medium 6004 Volvo Loader L60E 2006 1047 6046 2016 Volvo L70H Wheel Loader 1-70H622153 6049 2016 Volvo L70H Loader L70H622282 699 Cat 924F Loader 05NN01278 Category: 632 Loader - Large 6006 Volvo L70C Loader L70CV16024 6007 Volvo L70C Loader L70CV15997 6008 Volvo L70D Loader L70DV37011 602 John Deere 624H Loader 572819 6022 John Deere 624K Loader DW624KZ624582 6024 John Deere 624K Loader DW624KZ624580 6035 Loader 614117 6036 Loader 617307 6037 Loader 617455 6045 2016 Volvo L90H Loader 1-90H623109 6047 2015 Volvo L90H Loader L90H623176 6050 2015 Volvo L90H Loader 1-90H623212 622 John Deere 624J Loader 602068 626 John Deere 544J Loader DW544J2605080 679 John Deere 624G Loader DW624GB558627 684 John Deere 544G Loader 560408 688 John Deere 644G Loader 562935 693 Cat 928G Loader 6XR01505 694 Cat 928G Loader 6XR01445 Category: 636 Loader - Skid Steer 6025 Skid Steer CAT0262CEMST02851 6033 Skid Steer TAW02709 6041 2012 Cat 289C2 Skid Steer RTDO0439 6042 2014 Cat 299DXHP Skid Steer JST00663 9198 Bucket EQ38601 Category: 636R Loader - Skid Steer Rental FPK03031 D127 Skid Steer 1 FF075GXADJ015127 R00277 Skid Steer JST00851 R00282 Skid Steer DX200309 R00294 Skid Steer FTL04311 R00302 Skid Steer 201228 R00310 Skid Steer TAW08011 R00311 Skid Steer FTL13784 R00312 Skid Steer FTL13780 R00313 Skid Steer DX202098 Category: 640 Excavator - Small 6001 Takeuchi Excavator -Mini 14514148 6011 Cat 312CL Excavator CBA03027 6018 Caterpillar Mini Excavator FPK03585 Department: 50 Field Equipment Category: 640 Excavator - Small 6026 Cat 304 Mini Excavator FPK01889 6028 Caterpillar Mini Excavator 304CCR FPK03022 6029 Caterpillar Mini Excavator 304CCR FPK02606 6030 Mini Excavator FPK03523 6031 Mini Excavator FPK03031 6034 Mini Excavator 75G 1 FF075GXADJ015127 6038 Mini Excavator TYK00883 6039 Mini Excavator TYK00531 6040 Mini Excavator RKY02451 6044 2014 John Deere 75G Mini Excavator 1 FF075GXLEJO15129 6048 2015 JD 75G Mini Excavator 1 FF075GXCEJ015479 612 Takeuchi Excavator 13512952 Category: 640R Excavator - Small Rental D135 Mini Exc DJX01105 R00283 Mini Excavator EJX00841 R00284 Mini Excavator EJX00897 R00285 Mini Excavator CR500152 R00286 Mini Excavator CR500154 R00300 Mini Excavator H5M01510 R00301 Mini Excavator H5M02021 Category: 641 Excavator - Medium 6032 Excavator/Thumb SPNO0572 Category: 641 R Excavator- Medium Rental D139 Excavator R00290 Excavator XCF00201 Category: 642 Excavator - Large 6013 Samsung Excavator 42" HDY0040 6021 Excavator 1 FF350DXHAO806823 6051 2017 Cat336FL Excavator RKB10126 6052 2017 Cat 336FL Excavator SSN10013 620 John Deere 450CLC Excavator FF450CX091801 Category: 642R Excavator - Large Rental R00304 Excavator HPDO0583 Category: 643 Excavator - Hammer 6016 Komatsu PC400LC-5L Hammer A70712 9239 Lincoln Lubrication System installed on Category: 644R Excavator - Mini Rental D125 Mini Excavator TTN02852 D136 Mini Exc DJX01105 R00303 Mini Excavator H5M02683 Category: 645 Backhoe Combination A445014 6009 Cat416C Backhoe/loader 4ZN0668 6010 Cat 420D Backhoe/loader FDP23724 Category: 650 Box Blade 6002 Challenger MT285B Broom 72" Bx JRB43506 6005 Ford 260C Box Tractor CU5JW2 6019 Challenger MT265B Broom JBP41015 615 New Holland 345D Tractor A445014 623 Challenger MT285B Tractor JPB41112 624 Challenger MT285B Tractor JPB42504 Department: 50 Field Equipment 2013 Massey Furgeson MF4608 Broom DJK23802 Category: 650 Box Blade 629 Challenger MT285 Broom 72"Box JR3 42007 673 Ford Box Blade Tractor 250C CU5PW2 685 New Holland 345D 2WD Tractor A440938 697 Ford 345DTractor/Box Blade A437917 698 New Holland 345DT2 Box Blade A442940 Category: 651 Box Blade - Broom 0112-72965 631 2013 Massey Furgeson MF4608 Broom DJK23802 Category: 651 R Box Blade - Broom Rental 9160 R00296 Broom 304390 R00299 Broom EM46080DJK25003 Category: 690 Miscellaneous Earthmoving 611 CAT 613C Scraper (Pan) 8LJO1960 791 John Deere 485E Forklift 829860 793 Bomag 364 DM Mixer 901A23001545 9134 Bucket 113075 9181 Bucket 7LWO2617 Category: 700 Specialty equipment 7000 Bomag TW500 Tack Wagon 1 B9PT112X71744034 9081 Hot Tap Machine Hydraulic 9089 Tap Machine Hand held 9156 Arrow Board 0497159 9157 Arrow Board 03966X9 9158 Light Tower 0112-72965 9159 Light Tower 052013 9160 Light Tower 066765 9172 Harrow Disk N/A 9177 Gas Detector MA214-024448 9180 Portable Salinity JC00501 9191 Gas Detector MA214-024514 9192 Gas Detector MA214-026927 9195 Pipe Plug 62847 921 Arrow Board 991060174 9219 Scissor Lift 45532 9220 Pipe Plug N/A 9226 Chainsaw 297981447 9230 A/C Recovery, Recycling, Recharging h260252 9232 Cat H140E Hydraulic Hammer W9A00390 9247 Gas Detector MA214-024513 9366 Air Monitor 00457233 9370 2017 Trimble Accugrade GPS 72614986 Category: 710 Paver - Sidewalk 797 Paver Leeboy 5000 LD 042570 Category: 712 Paver 7004 2016 Weiler P385B Paver P385B-2059 7005 2017 Roadtec RP -170E Asphalt Paver RP-170Ex4O15 790 Paver Attachment 9040 Category: 712R Paver Rental Category: 811 Department: 50 Field Equipment Striping Machine Powerliner Category: 712R Paver Rental Thermo Stripe Machine/Melt Pot D126 Paver AP600113 D132 Paver P385A-P385A-1540 D134 Paver P385B-2059 R00281 Paver 1598 Category: 720 Curb Machine 2017 Graco Line Striper 3900 792 Curb Machine pull behind PC150-05-0431357 Category: 721 Curb Machine - Walk Behind Broom Trimmer 788 Curb Machine pull behind PC150-02-0020084 799 5700 Power Curber Super B 57BO3061031802 9211 Curb Machine Pull Behind 21277056 Category: 730 Trenchers 787 Vermeer V1 150 Trencher 1VRF05lM4X1002556 9210 Trencher 1T1706 Category: 750 Sealing Equipment 8001 2009 Pull Behind Sealing Tank 1 N9U718269V262100 889 Neal Smt-6000 Sealer Mix Tank 12859600031 SK 9363 Edger 9040 Category: 760 Striping Category: 811 9004 Striping Machine Powerliner 823200093 9005 Thermo Stripe Machine/Melt Pot 930 9014 Bitumen Applicator 679 9041 2xPavem Line Striper Scotsman NS10000960 9121 Striping Machine BA8671 9257 Scarfiier 8" 150810358 9360 2017 Graco Line Striper 3900 BA1521 9362 2017 Graco Line Driver HD 262005 9364 Broom Trimmer 507820206 Category: 810 Tanks 8000 SMT 6000 Storage Mixing Tank 885 Water Tank with Pump 890 Neal SMT -550 Skip Tank 12860550031SK Category: 811 Storage Units 9040 Mobile Mini Storage Unit (JW) EX25NZJ7090 Department: 50 Field Equipment Category: 811 Storage Units 9206 40' Storage Container Model 40S3 665, 7269177MSG 928 Storage Container 20' Box 6804650 930 Storage Container 20' Box Category: 910 Pumps 9010 8" Thompson Pump HPU-129 9011 Thompson Power Unit Pump 32HPU-88 9012 Thompson Power Unit Pump 32HPU-90 9016 4" Double Diaphragm Pump G21401704 9018 4" Double Diaphragm Pump 621401006 9020 4" Double Diaphram Pump ? KG3870601 9021 Water Pump D1448 D1448 Category: J10 Fuel Med Exc, Med End Dump D137 Excavator DZW01830 D138 Excavator N/A J00388 Excavator YC13-13115 J00409 Excavator CEBAO-001125 J00413 Excavator w/Hammer DHKCECAIED0001174 J00436 Excavator RKBO1647 J00437 Crusher 412287-412289 J00440 Hammer DHKCECAITC0001084 J00446 Hammer Excavator 001125 J00524 End Dump TFB00395 Category: J12 Fuel Lg End Dump J00364 End Dump T41R02038 J00370 End Dump T4R01089 J00488 End Dump T4R01631 Category: J15 Fuel Lg Excavator J00404 Excavator 1FF470GXECE470656 J00406 Excavator 1FF470GXJFE471169 J00449 Excavator HPDO0351 Category: J18 Fuel Xtra Lg Excavator J00401 Excavator VWBT00282 Category: J2 Fuel Mini Exc, Sm Asphalt Roll D131 Mini Excavator H5M01544 J00383 Hydraulic Pump 6" J00384 Hydrolic Pump 8" J00405 Hydraulic Water Pump 8802 J00407 Trash Pump 9079/4260 J00408 Trash Pump 8518/4453 J00410 Trash Pump 8696/4851 J00416 Trash Pump 8233/3981 J00423 Mini Loader 104368 J00427 Mini Excavator WM003240 Department: 50 Field Equipment Category: 33 Specialty Trucks 3004 2007 Sterling Acterra Mechanic Truck 2FZACFDC27AX87554 3018 2007 Peterbilt 335 Service Trk w/Crane 2NPLHZ7XX7M688222 Department: 52 Heavy/Transport Trucks Category: 32 Transport Trucks 3016 2008 Mack Tractor 1 M1AN07Y38N003362 349 Mack Tractor Transport 1 M1AA13Y2WW093554 363 Mack CHN613 Tractor 1 M1AJ06Y36N002920 4011 Lowboy Trailer 1G9BN5239BB336127 4016 2017 Landoll 440-53 Trailer 1LH440WH2H1A2Y553 458 Etnyre Lowboy Trailer 1 E92880275E111088 Category: 34 Tri -Axle Dump Trucks 3002 Mack Dump Truck 1M2AG11C17M050063 Department: 54 Job Runner Trucks -Underground Category: 33 Specialty Trucks 365 Ford F-450 Superduty 1 FDXF47P16EC07009 1 Bonness Inc. Page 20 Date Format - MM/DD/YY