Loading...
Agenda 03/27/2018 Item #16C103/27/2018 EXECUTIVE SUMMARY Recommendation to authorize payment of $540,063.82 to Ashbritt Environmental for vactor trucks and equipment, and services/equipment to prepare disaster debris management sites and residential debris drop-off sites for the collection and processing of Hurricane Irma storm related debris. OBJECTIVE: To provide payment to Ashbritt Environmental Services, Inc. (Ashbritt”) for emergency services rendered and expedited preparation of Debris Management Sites for use by Collier County and its residents for the storage and processing of storm debris resulting from the Category 4 Hurricane Irma. CONSIDERATIONS: Hurricane Irma made landfall on Marco Island during the afternoon of September 10, 2017, as a Category 4 hurricane, severely impacting Collier County as well as the entire State. In the wake of the hurricane, approximately 98 percent of the County was left without power, which had cascading impacts on communication services, roadways and the wastewater collections system. The size and severity of the storm delayed the response and availability of resources due to the time it took the hurricane to travel through the length of Florida. Equipment such as pumper trucks and vactor equipment could not be staged locally prior to landfall. The supply of resources was also impacted by the national response to Hurricane Harvey two weeks prior to Hurricane Irma. More than 800 pump stations were without FPL power immediately after the storm, and for many days there were over 200 persons in the field working 12-20 hour shifts to restore the wastewater collections system. One hundred and ten (110) pumper trucks were deployed to various wastewater pump stations as necessary to mitigate the effects of flooding and power loss. Ashbritt has a five-year contract (Agreement #15-6365) in place for Disaster Debris Management, Removal and Disposal Services. Ashbritt can, under its agreement, supply Collier County with vactor trucks/jetters at the current contract price. Due to the severity of the situation, increased mobilization of equipment was required, and Ashbritt utilized a subcontractor to perform these duties. All activities performed by Ashbritt were approved by the Deputy Department Head and Operating Division Director(s) prior to proceeding. In response to the Hurricane Irma Emergency Declaration (Resolution 2017 -144) and Declaration for Removal of Hurricane Irma Debris (Resolution 2017-145), Collier County Solid & Hazardous Waste Management Division (the “Division”) was tasked with handling the disaster debris mission for Collier County. Pursuant to Resolution 2017-144, the County’s applicable disaster emergency plans, including the Disaster Debris Management Plan (DDMP), were activated. The DDMP calls for the initiation of the debris monitoring firm and debris removal contractor activities. In preparation for the removal and processing of the estimated 4.2 million cubic yards of vegetative debris, together with construction and demolition debris (C&D), white goods, and other mixed debris, the Division had to establish disaster debris management sites in various locations throughout the County that meet standard criteria. The Division had 18 separate sites of property in various sizes from 1 to 40 acres that were either county-owned, School District or Naples Airport Authority sites that had been pre- authorized for use by the Florida Department of Environmental Protection (FDEP). As set forth in the DDMP, due to the severity and wide spread impact of the category 4 hurricane on Collier County, the debris generated was countywide and in such volume that not all of the existing sites were deemed appropriate for use as full Disaster Debris Management Sites (DDMS) and it was necessary to focus on the larger of the pre-authorized DDMS. It was also necessary to secure private property for use as DDMS in areas of the County without existing appropriate pre-authorized sites. 16.C.1 Packet Pg. 926 03/27/2018 The Division understood that the services and equipment provided to prepare the DDMS and RDDS were requested directly of its primary debris vendor in accordance with the terms and conditions of the DDMP and Contract 15-6365. The debris hauling contract was bid in compliance with the requirements of Title 2 of the Code of Federal Regulations (“C.F.R.”), Title 44 C.F.R., the Stafford Act and other federal and State requirements to allow for eligibility for FEMA reimbursement. It should also be noted that there may have been other contractors available to perform similar work, but this work had to be completed on an expedited, emergency basis to “eliminate or lessen immediate threats to life, public health and safety” by removal of the disaster debris. Improvements such as site development, road widening, and temporary fencing were done to accommodate specific site and access requirements. FISCAL IMPACT: The fiscal impact of $55,500 will come from Hurricane Fund 414, cost center 263614, and may be eligible for reimbursement by FEMA or insurance. Funding of $484,563.82 will come from Hurricane Fund 474 - Cost Center 173415 - Project 50154 and may be eligible for reimbursement by FEMA. GROWTH MANAGEMENT IMPACT: There are no Growth Management impacts associated with this action. LEGAL CONSIDERATIONS: This item is approved to form and legality and requires majority vote for Board approval. - SRT RECOMMENDATION: That the Board of County Commissioners authorizes payment of $540,063.82 to Ashbritt Environmental for vactor trucks and equipment, and services/equipment to prepare disaster debris management sites and residential debris drop-off sites for the collection and processing of Hurricane Irma storm related debris. Prepared by: Daniel R. Rodriguez, Public Utilities Deputy Department Head Lizabeth Johnssen, Director, Wastewater Division ATTACHMENT(S) 1. Ashbritt Inv 1740-005-Site development-North East Debris Management Site (PDF) 2. Ashbritt Inv 1740-006-Road widening-Resource Recovery Park (PDF) 3. Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (PDF) 4. Ashbritt Inv 1740-030-Temporary fencing-residential debris management site (PDF) 5. Ashbritt Inv 1740-035-Road stabilization-Resource Recovery Park (PDF) 6. Ashbritt Inv 1740-036-Site development-Manatee Park (PDF) 7. Ashbritt Inv 1740-037-Site development-Immokalee-New Harvest Road (PDF) 8. Debris Removal Fact Sheet (PDF) 9. [Linked] 15-6365Ashbritt_Contract (PDF) 16.C.1 Packet Pg. 927 03/27/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Doc ID: 5025 Item Summary: Recommendation to authorize payment of $540,063.82 to Ashbritt Environmental for vactor trucks and equipment, and services/equipment to prepare disaster debris management sites and residential debris drop-off sites for the collection and processing of Hurricane Irma storm related debris. Meeting Date: 03/27/2018 Prepared by: Title: Operations Analyst – Public Utilities Department Name: Susan Jacobs 03/05/2018 3:00 PM Submitted by: Title: Department Head - Public Utilities – Public Utilities Department Name: George Yilmaz 03/05/2018 3:00 PM Approved By: Review: Public Utilities Operations Support Heather Bustos Additional Reviewer Skipped 03/08/2018 12:42 PM Solid and Hazardous Waste Heather Bustos Additional Reviewer Skipped 03/08/2018 12:43 PM Wastewater Heather Bustos Additional Reviewer Skipped 03/08/2018 12:43 PM Procurement Services Heather Bustos Additional Reviewer Skipped 03/08/2018 12:44 PM Public Utilities Department Heather Bustos Level 1 Division Reviewer Completed 03/08/2018 12:44 PM Procurement Services Heather Bustos Level 1 Purchasing Gatekeeper Skipped 03/08/2018 12:45 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/08/2018 1:47 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 03/09/2018 9:38 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/09/2018 12:00 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/12/2018 4:44 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 03/19/2018 9:30 AM Grants Therese Stanley Additional Reviewer Completed 03/19/2018 3:04 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/20/2018 10:31 AM Board of County Commissioners MaryJo Brock Meeting Pending 03/27/2018 9:00 AM 16.C.1 Packet Pg. 928 AshBritt, Inc. Inv 1740-005 CollierCo_SiteDev_091917 (0923):Invoice (PRNT)Print: 9/25/2017, 1:54 PM Invoice No.:1740-005 TRUE Name:Date:9/23/2017 Address:Job Name:1740 City:Naples State:FL Zip:34112 Event Name:Hurricane Irma Attn:Event Number: Quantity Period Unit Unit Price Total Program: PO Number: Thru P/E: 1.00 Each 39,800.00$ 39,800.00$ 1.00 Each 26,600.00$ 26,600.00$ 9/19/2017 Gross Total:$66,400.00 Incorporated: FIN or SSN:65-0364711 0 Contact:Christina Demidio Total Net Due:$66,400.00 Email: Please make check payable to:AshBritt, Inc.Terms: Net 30 Push, grub, and clear 20 acres at the approximate address above Site Development 4500180304 9/19/2017 565 E. Hillsboro Blvd., Deerfield Beach, Florida 33441 Phone: 954 545-3535 Fax: 954 545-3585 Toll Free: 800-244-5094 www.ashbritt.com cdemidio@ashbritt.com Contract Item No./Description Collier County 3327 Tamiami Trail Orange Grove Site Clearing Balance site to Ground Level INVOICE Client/Applicant Yes No 16.C.1.a Packet Pg. 929 Attachment: Ashbritt Inv 1740-005-Site development-North East Debris Management Site (5025 : Recommendation to authorize payment of AshBritt, Inc. Inv 1740-006 CollierCo_RoadWide_092017 (0923):Invoice (PRNT)Print: 9/25/2017, 1:54 PM Invoice No.:1740-006 TRUE Name:Date:9/23/2017 Address:Job Name:1740 City:Naples State:FL Zip:34112 Event Name:Hurricane Irma Attn:Event Number: Quantity Period Unit Unit Price Total Program: PO Number: Thru P/E: 1.00 Each 7,800.00$ 7,800.00$ 1.00 Each 15,795.00$ 15,795.00$ 1.00 9/19/2017 Each 82,823.00$ 82,823.00$ Gross Total:$106,418.00 Incorporated: FIN or SSN:65-0364711 0 Contact:Christina Demidio Total Net Due:$106,418.00 Email: Please make check payable to:AshBritt, Inc.Terms: Net 30 565 E. Hillsboro Blvd., Deerfield Beach, Florida 33441 Phone: 954 545-3535 Fax: 954 545-3585 Toll Free: 800-244-5094 www.ashbritt.com cdemidio@ashbritt.com Contract Item No./Description Collier County 3327 Tamiami Trail Resource Recovery Park Silt Fence Road Widening 4500180304 9/20/2017 Clearing - Remaining acreage on site for road Install crushed concrete (provided by local vendor) 3.5" to build 24' wide road INVOICE Client/Applicant Yes No 16.C.1.b Packet Pg. 930 Attachment: Ashbritt Inv 1740-006-Road widening-Resource Recovery Park (5025 : Recommendation to authorize payment of $540,063.82 to AshBritt, Inc. Inv 1740-007 CollierCo_AncillaryVac_091917 (0922):Invoice (PRNT)Print: 9/25/2017, 1:53 PM Invoice No.:1740-007 TRUE Name:Date:9/22/2017 Address:Job Name:1740 City:Naples State:FL Zip:34112 Event Name:Hurricane Irma Attn:Event Number: Quantity Period Unit Unit Price Total Program: PO Number: Thru P/E: 9/11/2017 37.00 Each 750.00$ 27,750.00$ to 37.00 Each 750.00$ 27,750.00$ 9/19/2017 Gross Total:$55,500.00 Incorporated: FIN or SSN:65-0364711 0 Contact:Christina Demidio Total Net Due:$55,500.00 Email: Please make check payable to:AshBritt, Inc.Terms: Net 30 Hourly - Vacuum Trucks 4500180344 9/19/2017 565 E. Hillsboro Blvd., Deerfield Beach, Florida 33441 Phone: 954 545-3535 Fax: 954 545-3585 Toll Free: 800-244-5094 www.ashbritt.com cdemidio@ashbritt.com Contract Item No./Description Collier County 3327 Tamiami Trail Mobilization of Vacuum Trucks/Jetter Demobilization of Vacuum Trucks/Jetter INVOICE Client/Applicant Yes No 16.C.1.c Packet Pg. 931 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to INVOICE REMIT TO: PO BOX 538498 ATLANTA, GA 30353-8498 PHONE: 850-234-8428 E-MAIL: ar@swses.com 216884-M Progressive Environmental Services, Inc. BILL TO JOB LOCATION :Ashbritt; Collier Cty-I Collier County Collier County, FL 34139 Ashbritt, Inc. 565 Hillsboro Blvd. Deerfield Beach, FL 33441 CUSTOMER ID PO/CONTRACT #DUE DATEINVOICE DATEJOB # 10-ASH010 CO1-709-1209 9/21/2017 10/21/2017 Description Units UOMUnit Price Amount 27,775.00 1.00 27,775.00 TotalMobilization Charges-Collier County SEE ATTACHED FOR ITEMIZATION OF CHARGES CONTACT: MATT GIERDEN, 239-229-5829 I **INVOICED BY HANNAH GRAPPY, 813-241-0282 SUBTOTAL TAX RETAINAGE INVOICE TOTAL 27,775.00 0.00 0.00 27,775.00 A finance charge of 1.5% (18% Annually) will be added to invoices over 30 days.FEIN 26-3604581 Secure online bill payment options for the following payment methods: Credit Cards, Debit Cards and Bank Accounts. Please visit our website www.swses.com and click the Make Payment icon located in the top right corner. Select the PAY NOW option and enter your Customer ID and your 3 Digit Identifier: 111 to login to your account. If you need any assistance, please email us at billpay@swses.com . 16.C.1.c Packet Pg. 932 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to SWS ENVIRONMENTAL Summary of Project Charges Ashbritt, Inc. Collier Cty Vacuum Truck Services SWS TRACKING CODE CO1-709-1209 Date Day Personnel Per Diem Equipment Total 9/11/2017 1 - - 4,500.00 4,500.00 9/12/2017 2 - - 9,000.00 9,000.00 9/13/2017 3 - - 3,000.00 3,000.00 9/14/2017 4 - - 2,250.00 2,250.00 9/15/2017 5 - - 4,500.00 4,500.00 9/16/2017 6 - - 4,500.00 4,500.00 TOTAL:- - 27,750.00 27,750.00 Comments: MOBILIZATION CHARGES ONLY 16.C.1.c Packet Pg. 933 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P1 DATE:9/11/2017 SWS Environmental Services DAY OF THE WEEK:Monday CLIENT NAME:DAILY REPORT Location Report # 1 SCOPE OF WORK: DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL 0.00 0.00 0.00 - - - 0.00 0.00 0.00 0.00 - - - 0.00 0.00 0.00 0.00 - - - 0.00 0.00 0.00 0.00 - - - 0.00 Total Labor Charges 0 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 5058 Per Truck 750.00 1.00 - 750.00 1 5063 Per Truck 750.00 1.00 - 750.00 1 5042 Per Truck 750.00 1.00 - 750.00 1 6036 Per Truck 750.00 1.00 - 750.00 1 6 Per Truck 750.00 1.00 - 750.00 1 HT7 Per Truck 750.00 1.00 - 750.00 1.00 - - 1.00 - - 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 4,500.00$ Per Diem Mobilization Region FloridaCO1-709-1209 .9/11/2017 Contract Date 09/11/17 . Mobilization Ashbritt, Inc. Tracking Code Client P.O. Vacuum Truck Services Report Date Collier Cty Mobilization Cost Mobilization Mobilization Mobilization Total Equipment Charges 16.C.1.c Packet Pg. 934 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P2 DATE:9/12/2017 SWS Environmental Services DAY OF THE WEEK:Tuesday CLIENT NAME:DAILY REPORT Location Report # 2 SCOPE OF WORK:QUOTE # DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL 0.00 0.00 0.00 - - - 0.00 0.00 0.00 0.00 - - - 0.00 Total Labor Charges 0 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 1607 Per Truck 750.00 1.00 - 750.00 1 L284 Per Truck 750.00 1.00 - 750.00 1 256 Per Truck 750.00 1.00 - 750.00 1 104 Per Truck 750.00 1.00 - 750.00 1 D311 Per Truck 750.00 1.00 - 750.00 1 D309 Per Truck 750.00 1.00 - 750.00 1 D262 Per Truck 750.00 1.00 - 750.00 1 884-659 Per Truck 750.00 1.00 - 750.00 1 106 Per Truck 750.00 1.00 - 750.00 1 L89 Per Truck 750.00 1.00 - 750.00 1 884-621 Per Truck 750.00 1.00 - 750.00 1 102 Per Truck 750.00 1.00 - 750.00 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 9,000.00$ Per Diem Ashbritt, Inc. Tracking Code Client P.O. Mobilization Vacuum Truck Services Report Date Region Collier Cty Total Equipment Charges Cost Contract Date Mobilization Mobilization 9/11/2017 09/12/17 Mobilization Mobilization Mobilization Mobilization Mobilization Mobilization Florida . CO1-709-1209 . Mobilization Mobilization Mobilization 16.C.1.c Packet Pg. 935 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P3 DATE:9/13/2017 SWS Environmental Services DAY OF THE WEEK:Wednesday CLIENT NAME:DAILY REPORT Location Report # 3 SCOPE OF WORK:QUOTE # DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL 0.00 0.00 0.00 - - - 0.00 Total Labor Charges 0 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 D194 Per Truck 750.00 1.00 - 750.00 1 505 Per Truck 750.00 1.00 - 750.00 1 SS126 Per Truck 750.00 1.00 - 750.00 1 D279 Per Truck 750.00 1.00 - 750.00 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 3,000.00$ Region Collier Cty Per Diem Ashbritt, Inc. Tracking Code Client P.O. Mobilization Vacuum Truck Services Contract Date Report Date Cost Mobilization Mobilization Mobilization . CO1-709-1209 .9/11/2017 09/13/17 Florida Total Equipment Charges 16.C.1.c Packet Pg. 936 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P4 DATE:9/14/2017 SWS Environmental Services DAY OF THE WEEK:Thursday CLIENT NAME:DAILY REPORT Location Report # 4 SCOPE OF WORK:QUOTE # DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL 0.00 0.00 0.00 - - - 0.00 0.00 0.00 0.00 - - - 0.00 Total Labor Charges 0 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 5066 Per Truck 750.00 1.00 - 750.00 1 5053 Per Truck 750.00 1.00 - 750.00 1 5089 Per Truck 750.00 1.00 - 750.00 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 2,250.00$ Ashbritt, Inc. Tracking Code Client P.O. Vacuum Truck Services Mobilization Contract Date Per Diem . Region Collier Cty CO1-709-1209 .9/11/2017 09/14/17 Report Date Florida Mobilization Mobilization Cost Total Equipment Charges 16.C.1.c Packet Pg. 937 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P5 DATE:9/15/2017 SWS Environmental Services DAY OF THE WEEK:Friday CLIENT NAME:DAILY REPORT Location Report # 5 SCOPE OF WORK:QUOTE # DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL 0.00 0.00 0.00 - - - 0.00 0.00 0.00 0.00 - - - 0.00 Total Labor Charges 0 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 721 Per Truck 750.00 1.00 - 750.00 1 243 Per Truck 750.00 1.00 - 750.00 1 7508 Per Truck 750.00 1.00 - 750.00 1 724 Per Truck 750.00 1.00 - 750.00 1 720 Per Truck 750.00 1.00 - 750.00 1 740 Per Truck 750.00 1.00 - 750.00 1.00 - - 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 4,500.00$ Ashbritt, Inc. Tracking Code Client P.O. Vacuum Truck Services Mobilization Mobilization Mobilization Per Diem Mobilization Mobilization . Region Collier Cty CO1-709-1209 .9/11/2017 09/15/17 Report Date Cost Florida Contract Date Mobilization Total Equipment Charges 16.C.1.c Packet Pg. 938 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P6 DATE:9/16/2017 SWS Environmental Services DAY OF THE WEEK:Saturday CLIENT NAME:DAILY REPORT Location Report # 6 SCOPE OF WORK:QUOTE # DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL 0.00 0.00 0.00 - - - 0.00 Total Labor Charges 0 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 D306 Per Truck 750.00 1.00 - 750.00 1 D272 Per Truck 750.00 1.00 - 750.00 1 D748 Per Truck 750.00 1.00 - 750.00 1 7128 Per Truck 750.00 1.00 - 750.00 1 717 Per Truck 750.00 1.00 - 750.00 1 723 Per Truck 750.00 1.00 - 750.00 1.00 - - 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 4,500.00$ Ashbritt, Inc. Tracking Code Client P.O. Vacuum Truck Services Region Collier Cty CO1-709-1209 .9/11/2017 09/16/17 Report Date Florida Per Diem . Mobilization Mobilization Cost Contract Date Total Equipment Charges Mobilization Mobilization Mobilization Mobilization 16.C.1.c Packet Pg. 939 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to INVOICE REMIT TO: PO BOX 538498 ATLANTA, GA 30353-8498 PHONE: 850-234-8428 E-MAIL: ar@swses.com 216884-D Progressive Environmental Services, Inc. BILL TO JOB LOCATION :Ashbritt; Collier Cty-I Collier County Collier County, FL 34139 Ashbritt, Inc. 565 Hillsboro Blvd. Deerfield Beach, FL 33441 CUSTOMER ID PO/CONTRACT #DUE DATEINVOICE DATEJOB # 10-ASH010 CO1-709-1209 9/21/2017 10/21/2017 Description Units UOMUnit Price Amount 28,500.00 1.00 28,500.00 TotalDemobilization-Collier County SEE ATTACHED FOR ITEMIZATION OF CHARGES CONTACT: MATT GIERDEN, 239-229-5829 **INVOICED BY HANNAH GRAPPY, 813-241-0282 SUBTOTAL TAX RETAINAGE INVOICE TOTAL 28,500.00 0.00 0.00 28,500.00 A finance charge of 1.5% (18% Annually) will be added to invoices over 30 days.FEIN 26-3604581 Secure online bill payment options for the following payment methods: Credit Cards, Debit Cards and Bank Accounts. Please visit our website www.swses.com and click the Make Payment icon located in the top right corner. Select the PAY NOW option and enter your Customer ID and your 3 Digit Identifier: 111 to login to your account. If you need any assistance, please email us at billpay@swses.com . 16.C.1.c Packet Pg. 940 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to SWS ENVIRONMENTAL Summary of Project Charges Ashbritt, Inc. Collier Cty Vacuum Truck Services SWS TRACKING CODE CO1-709-1209 Date Day Personnel Per Diem Equipment Total 9/17/2017 7 - - 2,250.00 2,250.00 9/19/2018 9 - - 26,250.00 26,250.00 TOTAL:- - 28,500.00 28,500.00 Comments: DEMOBILIZATION CHARGES ONLY 16.C.1.c Packet Pg. 941 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P7 DATE:9/17/2017 SWS Environmental Services DAY OF THE WEEK:Sunday CLIENT NAME:DAILY REPORT Location Report # 7 SCOPE OF WORK:QUOTE # DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL Total Labor Charges 1 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 7508 Per Truck 750.00 1.00 - 750.00 1 7124 Per Truck 750.00 1.00 - 750.00 1 5042 Per Truck 750.00 1.00 - 750.00 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 2,250.00$ Ashbritt, Inc. Tracking Code Client P.O. Vacuum Truck Services Region Collier Cty CO1-709-1209 .9/11/2017 09/17/17 Report Date Florida Contract Date Demobilization Per Diem . Demobilization Cost Demobilization Total Equipment Charges 16.C.1.c Packet Pg. 942 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to P9 DATE:9/19/2018 SWS Environmental Services DAY OF THE WEEK:Wednesday CLIENT NAME:DAILY REPORT Location Report # 9 SCOPE OF WORK:QUOTE # DAILY REPORT - PERSONNEL CHARGES TIME HOURS RATE AMOUNT Name Labor Classification Start End ST OT PT ST OT PREMIUM Straight Overtime PREMIUM TOTAL Total Labor Charges 1 Person(s)$0.00 $0.00 DAILY REPORT - EQUIPMENT CHARGES Fuel Quantity Description Equip #U/M Rate Units Rate/Mile Miles Recovery Amount 1 5089 Per Truck 750.00 1.00 - 750.00 1 5066 Per Truck 750.00 1.00 - 750.00 1 5058 Per Truck 750.00 1.00 - 750.00 1 6036 Per Truck 750.00 1.00 - 750.00 1 5053 Per Truck 750.00 1.00 - 750.00 1 1607 Per Truck 750.00 1.00 - 750.00 1 HT7 Per Truck 750.00 1.00 - 750.00 1 L284 Per Truck 750.00 1.00 - 750.00 1 102 Per Truck 750.00 1.00 - 750.00 1 106 Per Truck 750.00 1.00 - 750.00 1 256 Per Truck 750.00 1.00 - 750.00 1 6 Per Truck 750.00 1.00 - 750.00 1 104 Per Truck 750.00 1.00 - 750.00 1 884-659 Per Truck 750.00 1.00 - 750.00 1 884-621 Per Truck 750.00 1.00 - 750.00 1 L89 Per Truck 750.00 1.00 - 750.00 1 309 Per Truck 750.00 1.00 - 750.00 1 SS126 Per Truck 750.00 1.00 - 750.00 1 262 Per Truck 750.00 1.00 - 750.00 1 311 Per Truck 750.00 1.00 - 750.00 1 194 Per Truck 750.00 1.00 - 750.00 1 279 Per Truck 750.00 1.00 - 750.00 1 505 Per Truck 750.00 1.00 - 750.00 1 243 Per Truck 750.00 1.00 - 750.00 1 720 Per Truck 750.00 1.00 - 750.00 1 721 Per Truck 750.00 1.00 - 750.00 1 740 Per Truck 750.00 1.00 - 750.00 1 743 Per Truck 750.00 1.00 - 750.00 1 723 Per Truck 750.00 1.00 - 750.00 1 748 Per Truck 750.00 1.00 - 750.00 1 306 Per Truck 750.00 1.00 - 750.00 1 717 Per Truck 750.00 1.00 - 750.00 1 272 Per Truck 750.00 1.00 - 750.00 1 724 Per Truck 750.00 1.00 - 750.00 1 269 Per Truck 750.00 1.00 - 750.00 1.00 - - Cost Plus Vendor / Subcontractor Name Purchase Description Vendor Invoice#% Markup 30.0%- 30.0%- 30.0%- 30.0%- 30.0%- 26,250.00$ Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Ashbritt, Inc. Tracking Code Client P.O.Contract Date Report Date Region Collier Cty CO1-709-1209 .9/11/2017 09/19/18 Florida Vacuum Truck Services . Per Diem Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Demobilization Cost Total Equipment Charges 16.C.1.c Packet Pg. 943 Attachment: Ashbritt Inv 1740-007-Vactor trucks mobilization-demobilization (5025 : Recommendation to authorize payment of $540,063.82 to Invoice No.:1740-030 TRUE Name:Date:12/1/2017 Address:Job Name:1740 City: Naples State: FL Zip: 34112 Event Name:Hurricane Irma Attn:Event Number: Quantity Period Unit Unit Price Total Program: PO Number: Thru P/E: 2304.00 9/8/2017 Temporary Fencing Installation Per/Ft 6.58$ 15,165.83$ 936.00 Temporary Fencing Installation 305 Collier Ave. Everglades City Per/Ft 6.65$ 6,225.78$ 780.00 to Temporary Fencing Installation 240 Patriot Way Naples Airport Per/Ft 6.58$ 5,134.27$ 2064.00 Temporary Fencing Installation Santa Barbara & Davis Blvd Per/Ft 6.58$ 13,586.05$ 216.00 10/10/2017 Temporary Fence Relocation Santa Barbara & Davis Blvd Per/Ft 6.45$ 1,393.87$ Gross Total: $41,505.82 Incorporated: FIN or SSN: 65-0364711 0 Contact:Christina Demidio Total Net Due: $41,505.82 Email: Please make check payable to:AshBritt, Inc.Terms: Net 30 565 E. Hillsboro Blvd., Deerfield Beach, Florida 33441 Phone: 954 545-3535 Fax: 954 545-3585 Toll Free: 800-244-5094 www.ashbritt.com cdemidio@ashbritt.com Contract Item No./Description Collier County 3327 Tamiami Trail Temporary Fencing 4500180304 12/1/2017 950 Harvest Rd Immokalee INVOICE Client/Applicant Yes No AshBritt, Inc. Inv 1740-030 CollierCo_Temporary Fencing_Invoice_120117:Invoice (PRNT)Print: 12/6/2017, 9:01 AM 16.C.1.d Packet Pg. 944 Attachment: Ashbritt Inv 1740-030-Temporary fencing-residential debris management site (5025 : Recommendation to authorize payment of Invoice No.:1740-035 TRUE Name:Date:12/11/2017 Address:Job Name:1740 City: Naples State: FL Zip: 34112 Event Name:Hurricane Irma Attn:Event Number: Quantity Period Unit Unit Price Total Program: PO Number: Thru P/E: 1.00 9/26/2017 Each 147,648.00$ 147,648.00$ Gross Total: $147,648.00 Incorporated: FIN or SSN: 65-0364711 0 Contact:Christina Demidio Total Net Due: $147,648.00 Email: Please make check payable to:AshBritt, Inc.Terms: Net 30 4500180304 9/26/2017 Stabilize 24-foot Roadway throughout the Resource Recovery Road – Install crushed concrete to stabilize 565 E. Hillsboro Blvd., Deerfield Beach, Florida 33441 Phone: 954 545-3535 Fax: 954 545-3585 Toll Free: 800-244-5094 www.ashbritt.com cdemidio@ashbritt.com Contract Item No./Description Collier County 3327 Tamiami Trail Resource Recovery Road Stabilization Site Development INVOICE Client/Applicant Yes No AshBritt, Inc. Inv 1740-035 CollierCo_SiteDev_Resource Road Stabilization 121117 (0923):Invoice (PRNT)Print: 12/13/2017, 8:52 AM 16.C.1.e Packet Pg. 945 Attachment: Ashbritt Inv 1740-035-Road stabilization-Resource Recovery Park (5025 : Recommendation to authorize payment of $540,063.82 to Invoice No.:1740-036 TRUE Name:Date:12/11/2017 Address:Job Name:1740 City: Naples State: FL Zip: 34112 Event Name:Hurricane Irma Attn:Event Number: Quantity Period Unit Unit Price Total Program: PO Number: Thru P/E: 1.00 9/23/2017 Each 7,200.00$ 7,200.00$ 1.00 Each 109,872.00$ 109,872.00$ Gross Total: $117,072.00 Incorporated: FIN or SSN: 65-0364711 0 Contact:Christina Demidio Total Net Due: $117,072.00 Email: Please make check payable to:AshBritt, Inc.Terms: Net 30 565 E. Hillsboro Blvd., Deerfield Beach, Florida 33441 Phone: 954 545-3535 Fax: 954 545-3585 Toll Free: 800-244-5094 www.ashbritt.com cdemidio@ashbritt.com Contract Item No./Description Collier County 3327 Tamiami Trail Manatee Debris Management Site Site Development 4500180304 9/23/2017 Install crushed concrete – 3.5” to build 24’ Road Push, Grub, and Clear remaining acreage for access road at the address location INVOICE Client/Applicant Yes No AshBritt, Inc. Inv 1740-036 CollierCo_SiteDev_Manatee Road Access 121117 (0923):Invoice (PRNT)Print: 12/13/2017, 8:51 AM 16.C.1.f Packet Pg. 946 Attachment: Ashbritt Inv 1740-036-Site development-Manatee Park (5025 : Recommendation to authorize payment of $540,063.82 to Ashbritt Invoice No.:1740-037 TRUE Name:Date:12/11/2017 Address:Job Name:1740 City: Naples State: FL Zip: 34112 Event Name:Hurricane Irma Attn:Event Number: Quantity Period Unit Unit Price Total Program: PO Number: Thru P/E: 1.00 9/26/2017 Each 5,520.00$ 5,520.00$ Gross Total: $5,520.00 Incorporated: FIN or SSN: 65-0364711 0 Contact:Christina Demidio Total Net Due: $5,520.00 Email: Please make check payable to:AshBritt, Inc.Terms: Net 30 4500180304 9/23/2017 Installation of 60 feet of 15-inch Reinforced Concrete Pipe roadways 565 E. Hillsboro Blvd., Deerfield Beach, Florida 33441 Phone: 954 545-3535 Fax: 954 545-3585 Toll Free: 800-244-5094 www.ashbritt.com cdemidio@ashbritt.com Contract Item No./Description Collier County 3327 Tamiami Trail Immokalee Debris Site Culvert Installation 950 Harvest Road Site Development INVOICE Client/Applicant Yes No AshBritt, Inc. Inv 1740-037 CollierCo_SiteDev_Imokalee DMS Culvert 121117 (0923):Invoice (PRNT)Print: 12/13/2017, 8:52 AM 16.C.1.g Packet Pg. 947 Attachment: Ashbritt Inv 1740-037-Site development-Immokalee-New Harvest Road (5025 : Recommendation to authorize payment of DEBRIS REMOVAL FACT SHEET In response to the Hurricane Irma Emergency Declaration (Resolution 2017-144) and Declaration for Removal of Hurricane Irma Debris (Resolution 2017-145), Collier County Solid & Hazardous Waste Management Division (the “Division”) was tasked with handling the disaster debris mission for Collier County. Pursuant to Resolution 2017-144, the County’s applicable disaster emergency plans, including the Disaster Debris Management Plan (DDMP), was activated. The DDMP calls for the initiation of the debris monitoring firm and debris removal contractor activities. In preparation for the removal and processing of the estimated 4.2 million cubic yards of vegetative debris, together with construction and demolition debris (C&D), white goods, and other mixed debris, the Division had to establish disaster debris management sites in various locations around the County that meet standard criteria. The Division had eighteen separate sites of property in various sizes from 1 to 40 acres that were either County-owned, School District, or Naples Airport Authority sites that had been pre-authorized for use by the Florida Department of Environmental Protection (FDEP). As set forth in the DDMP, due to the severity and wide spread impact of the category 4 hurricane on Collier County, the debris generated was countywide and in such volume that not all of the existing sites were deemed appropriate for use as full Disaster Debris Management Sites (DDMS) and it was necessary to focus on the larger of the pre-authorized DDMS, and it was also necessary to secure private property for use as DDMS in areas of the County where we did not have existing, appropriate pre-authorized sites located. Immediately after the storm, the Division requested that FDEP approve the following existing pre- authorized sites to be opened for use for storage and processing of debris: Resource Recovery Business Park (RRBP) – Central Site – 40 acres Collier Landfill – Backup Central Site - 5 acres Heritage Bay – North Central Site – 5 acres Bembridge – South Central Site – 5 acres Naples Airport – one of the 5 small sites – 1-3 acres Manatee Park – Southeast Site – 15-20 acres Carnestown – East Site– 3-4 acres Immokalee Landfill/Transfer Station – Immokalee Site - 3-5 acres Fairgrounds – NE Site - 5 acres NEWTP/WRF – NE Site (for use in the event of a Category 4 or 5 storm) – up to 200 acres However, as the Division performed post-event site visits with the monitoring and removal vendors it was determined that several of the sites were not appropriate for use for this disaster event as follows: A. Collier Landfill – due to ongoing operation as the County’s active landfill and since it overlapped with the RRBP collection area, this site was deemed as not needed for debris. B. Heritage Bay – since being added to our existing DDMS site, an emergency medical facility and several commercial establishments had been constructed adjacent to this site and with the traffic and road construction this site was deemed undesirable for use in this event and recommended to be removed for future consideration. C. Bembridge – the site appeared to be wet and with it being located adjacent to an elementary school and EMS station, and small, this site was deemed undesirable for this event. D. Carnestown – in order for this site to be used as a DDMS requiring larger trucks routinely accessing the site, it would be required to bring in large amounts of fill. The County does not own the access and based on further size and environmental limitations at and around the site, it was determined not to be a best values situation. (FDEP supported this recommendation.) Once the access dried out, however, it was determined that the site was appropriate for use as a Residential Debris Drop- 16.C.1.h Packet Pg. 948 Attachment: Debris Removal Fact Sheet (5025 : Recommendation to authorize payment of $540,063.82 to Ashbritt Environmental) off Site (RDDS) using roll-off dumpsters for collection. E. Immokalee Transfer Station – Due to the volume of debris generated in the Immokalee area, there was not sufficient space available at the Immokalee Transfer Station site. However, this site was utilized as a RDDS for the residents of the area. F. Fairgrounds – Immediately after the storm, most of the open spaces at the Fairgrounds were being used by FP&L as a staging area. Due to this being a category 4 hurricane and based on the estimated debris to be handled for the northeastern portion of the County (south of Immokalee), it was determined to open the County-owned NE Orange Grove site (east of the Fairgrounds). The Fairgrounds could be utilized after FP&L moved off for a residential drop-off location and/or a truck certification site. Based on our site evaluations and estimated debris numbers, the Division identified th at the Resource Recovery Business Park, Manatee Park and the NE Orange Grove site would be our primary County-owned parcels for use as DDMS. However, to meet the DDMP schedule and requirements, each of those sites required work to be performed on an expedited basis for the site to be ready to safely and quickly handle the amount of debris that would be processed. • RRBP: The 40 acres previously cleared and used for debris from the 2015 MLK wind storm, had grown over necessitating clearing and stabilization. Access to the site will ultimately be via the City Gate Boulevard North extension, but that road project has not been construction. Therefore, the utility easement along the Golden Gate Canal was the only access point, but to accommodate two-way traffic for the number of trucks that was anticipated, additional widening and stabilization of that access was required for safe transit. • Manatee Park: Immediately after the storm, the property was almost inaccessible along its limerock entrance road because of standing water, downed trees and overgrowth. The Division sought alternative private parcels to replace the Manatee Park site to handle debris for the southeastern portion of the County including Marco Island. Without agreeing to make substantial developmental improvements to private parcels after the debris mission was over, the County was not successful in acquiring a private parcel of sufficient acreage for use as a DDMS in that area. By this time, the standing water at Manatee Park had receded but the access still required clearing and stabilization. • NE Orange Grove: Without use of the Fairgrounds and needing a larger site for the northeastern portion of the County (outside of Immokalee), the County’s property east of the Fairgrounds which will be the future site for the Big Corkscrew Island Regional Park and the NE Water and Wastewater Plants allowed up to 200 acres for use. However, this property was existing orange groves and sugar sand with access limitations. Both access points to the site - from Oil Well north along the County’s canal, and the access east along 39th Ave NE - were evaluated and compared for safety and best value improvements. With the construction of NE Recycling Center in progress, the area immediately to the east of that construction site was determined to be the best solution. It was further concluded that to handle the volume and location of debris, additional debris sites were needed. There being no appropriate parcels in the County’s inventory, the Division worked with Real Property Management to locate private parcels with property owners willing to work with the County for use of their property. The Division acquired agreements for use of sites in Everglades City, Immokalee and on Wiggins Road for the northwest quadrant of the County. Two of those sites required temporary fencing for security and some preparatory work for utilization. The Division was also advised that a new option was available to allow property owners to bring their own debris to drop off at smaller sites, if they did not want to wait on pick up. So we utilized several of our existing pre-authorized sites (Carnestown, Immokalee Transfer Station, and one of the Naples Airport sites) and one private property site (Santa Barbara and Davis behind CVS) as RDDS. It was necessary to obtain temporary fencing for two of those sites. 16.C.1.h Packet Pg. 949 Attachment: Debris Removal Fact Sheet (5025 : Recommendation to authorize payment of $540,063.82 to Ashbritt Environmental) The Division understood that the services and equipment provided to prepare the DDMS and RDDS were requested directly of its primary debris vendor in accordance with the terms and conditions of our DDMP and Contract 15-6365. The debris hauling contract was bid in compliance with the requirements of 2 CFR, 44 CFR, the Stafford Act and other federal and state requirements to allow for eligibility for FEMA reimbursement. It should also be noted that there may have been other contractors available to perform similar work, but this work had to be completed on an expedited basis in an emergency situation to “eliminate or lessen immediate threats to life, public health and safety” by removal of the disaster debris, and the improvements set forth below had to be done to accommodate specific site and access requirements. Invoice Number Invoice Date Location Invoice Type Amount Amt Outstanding 1740-005 9/23/2017 NE Orange Grove Site Development 66,400.00 66,400.00 1740-006 9/23/2017 CityGate to RRBP Road Widening 106,418.00 106,418.00 1740-030 12/1/2017 Various Temporary Fencing 41,505.82 41,505.82 1740-035 12/11/2017 RRBP Site Development 147,648.00 147,648.00 1740-036 12/11/2017 Manatee Park Site Development 117,072.00 117,072.00 1740-037 12/11/2017 Immokalee culverts Site Development 5,520.00 5,520.00 TOTAL $ 484,563.82 $ 484,563.82 Prepared by: Sue Jim Zimmerman, CPM, Planner, Solid & Hazardous Waste Management Division 16.C.1.h Packet Pg. 950 Attachment: Debris Removal Fact Sheet (5025 : Recommendation to authorize payment of $540,063.82 to Ashbritt Environmental) Exhibit _C_ Supplemental General Grant Terms and Conditions The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound b y all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Exhibit _C_ Supplemental General Grant Terms and Conditions 1. Administrative, contractual, or legal remedies Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 2. Energy Conservation Requirements - The Energy Conservation requirements are applicable to all contracts and subcontracts. The Contractor shall comply with any mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. Section 6201) 3. Access to Records and Reports - The vendor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Vendor agrees to maintain same until the Purchaser, the Grantor Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 4. No Government Obligation to Third Parties - Applies to all contracts. The Purchaser and Vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Vendor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified, except to identify the subcontract who will be subject to its provisions. 5. Clean Air Act, Federal Water Pollution Control Act, Executive Order 11738, and US EPA Regulations - Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the Contractor or recipient to comply with all applicable standards, orders, or requirements issued pursuant to the Clean Air Act (42 U.S.C. 7401–7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 –1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). 6. Energy Policy and Conservation Act - The contractor shall comply with any mandatory standards and policies relating to energy efficiency which are contained in the F l o r i d a state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 7. Debarment and Suspension (Executive Orders 12549 and 12689) - Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the government wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), ‘‘Debarment and Suspension.’’ The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 8. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Vendors must certify it will not and has not used Federal appropriated funds have been paid or will be paid, by or to any person or organization for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. The certification includes any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Exhibit _C_ Supplemental General Grant Terms and Conditions 9. Procurement of Recovered Materials - (a) In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price. (b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that contract. 10. Disadvantaged Business Enterprise (DBE) - Vendors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Vendors shall make a good faith effort to assure that registered disadvantaged business enterprises are used as sources of supplies, equipment, construction, and services as much as possible. Each vendor shall identify the anticipated level of participation by DBE's in the project and report its actual DBE participation (if any).” The offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance and required to convey all changes in anticipated levels of participation to the County in a timely manner. The vendor is required to pay its DBE subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the vendor’s receipt of payment for that work from Collier County. In addition, the vendor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this contract is satisfactorily completed. The vendor must promptly notify Collier County, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The vendor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of Collier County. 11. Equal Employment Opportunity - Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of ‘‘federally assisted construction contract’’ in 41 CFR Part 60–1.3 must include the equal opportunity clause provided under 41 CFR 60–1.4(b), in accordance with Executive Order 11246, ‘‘Equal Employment Opportunity’’ (30 FR 12319, 12935, 3 CFR Part, 1964– 1965 Comp., p. 339), as amended by Executive Order 11375, ‘‘Amending Executive Order 11246 Relating to Equal Employment Opportunity,’’ and implementing regulations at 41 CFR part 60, ‘‘Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.’’ 12. Termination 1. TERMINATION FOR DEFAULT. 1. Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 2. Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without Exhibit _C_ Supplemental General Grant Terms and Conditions prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 3. If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 4. The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 5. If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 6. In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor’s intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor’s intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor’s written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 2. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 1. Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. Exhibit _C_ Supplemental General Grant Terms and Conditions 2. Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. INSR ADDLSUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTEDCOMMERCIAL GENERAL LIABILITY $PREMISES (Ea occurrence) CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS - COMP/OP AGG $ $PRO-POLICY LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $AUTOS (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2010/05) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1/14/2016 USI Insurance Services, LLC 500 Columbia Drive, Suite 500 West Palm Beach, FL 33409 561 693-0500 Curtis A Weaver 561 693-0500 AshBritt, Inc 565 East Hillsboro Blvd Deerfield Beach, FL 33441 SAGITTA 25.3 (2010/05) DESCRIPTIONS (Continued from Page 1) products and completed operations, Protection and Indemnity Liability $1,000,000. Worker's Compensation includes USL&H endorsement covering employees of the insured. Excess Liability follows form to General Liability, Pollution and Professional Liability. 2 of 2 #S17079492/M16701876