Loading...
Agenda 04/24/2012 Item #16C1Proposed Agenda Changes Board of County Commissioners Meeting April 24, 2012 Move Item 16B1 to Item 14111: Recommendation to provide "after- the - fact" approval of the submission of the attached Community Development Block Grant (CDBG) Application to Collier County Housing and Human Service Department seeking grant funding in the amount of $360,000 to support further implementation of the services provided by the Immokalee Business Development Center (IBDC). (Commissioner Henning's request) Move Item 16C1 to Item 11E: Recommendation to approve a work order in the amount of $648,324.35 to Haskins, Inc., for construction tasks set forth in Request for Quotation 08- 5011 -60, Davis Boulevard from Santa Barbara Boulevard to Radio Road. (Commissioner Coyle's request) Move Item 16J5 to Item 13A: Recommendation that the Board accept the investment status update report for the quarter ending March 31, 2012. (Commissioner Fiala's request) Add Item 16J6: Recommend that the Board of County Commissioners serve as the local coordinating unit of government for the Florida Department of Law Enforcement's Federal Fiscal Year 2012 Edward Byrne Memorial, Justice Assistance Grant (JAG) Countywide Program and authorize the Chairman to execute the Certification of Participation, designate the Sheriff as the official applicant, Sheriffs office staff as grant financial and program managers, approve the grant application when completed, and authorize acceptance of awards and associated budget amendments. (Sheriffs Department requires Board approval in order to continue in the capacity of local coordinating agency receiving the Edward Byrne Memorial JAG grant funding.) Move Item 16K1 to Item 12A: Recommendation pursuant to Collier County Resolution No. 95 -632, that the Board of County Commissioners authorize the Office of the County Attorney to represent Airport Authority Executive Director Thomas C. Curry, and Airport Manager Thomas Vergo, who are all being sued by Stephen J. Fletcher and Fletcher Flying Service, Inc., a tenant at the Immokalee Airport, in the case styled Stephen J. Fletcher and Fletcher Flying Service, Inc. v. Thomas C. Curry and Thomas Vergo, Case No. 12- 1124-CA, Twentieth Judicial Circuit in and for Collier County, Florida. (Commissioner Hiller's request) Move Item 16K2 to Item 12B: Request for authorization to join the Florida Association of Counties as a plaintiff in litigation challenging the constitutionality of Chapter 2012 -33, Laws of Florida (HB 5301). (Commissioner Fiala and Commissioner Henning's separate requests) 4/24/2012 Item 16.C.1. EXECUTIVE SUMMARY Recommendation to approve a work order in the amount of $648,324.35 to Haskins, Inc., for construction tasks set forth in Request for Quotation 08- 5011 -60, Davis Boulevard from Santa Barbara Boulevard to Radio Road. OBJECTIVE: To minimize disruptions to services during the relocation of water and wastewater underground infrastructure associated with the construction of an important road improvement project. CONSIDERATIONS: On June 24, 2008, as Agenda Item 10G, the Board of County Commissioner (Board) adopted the 2008 Water and Wastewater Master Plan Updates that identified the need to relocate utility infrastructure in coordination with Florida Department of Transportation (FDOT) road improvement projects. The. scope of work for Projects 70045 and 73045 is consistent with the 2010 Water and Wastewater CIP Updates as identified in the 2011 User Fee Rate Study. On March 27, 2012, Agenda Item 16C3, the Board approved a Utility Work Agreement with the FDOT for the Collier County Water -Sewer District to perform required utility relocations ahead of the FDOT road widening construction project. The scope of work for the project includes relocating approximately 3,600 feet of wastewater force main, and 2,000 feet of water main. To expedite the project, the following piping and other materials are being purchased separately and in advance, for an additional $150,723.25. 1. 1,520 feet of 16" PVC 6. 500 feet of 16" HDPE 2. 240 feet of 16" DI 7. 350 feet of 18" HDPE 3. 720 feet of 4" HDPE 8. 300 feet of 20" HDPE 4. 960 feet of 8" HDPE 9. 16 Plug Valves 5. 320 feet of 10" HDPE Request for Quotation 08- 5011 -60, Davis Boulevard from Santa Barbara Boulevard to Radio Road, was electronically distributed to the five vendors of the Fixed -Term Underground Utilities Contract 08 -5011 on March 15, 2012. All five vendors submitted quotations by the April 6, 2012, deadline. The quotations are summarized in the table below. Firm Total $ Haskins, Inc. $ 648,324.35 Quality Enterprises $ 673,448.87 Kyle Construction $ 708,120.55 DN Higgins $ 746,299.40 Mitchell & Stark $ 917,107.75 The engineer's estimate of probable construction cost was $514,965.75 (not including the material listed above being purchased in advance). Staff reviewed the quotations and determined Packet Page -792- 4/24/2012 Item 16.C.1. Haskins, Inc., the lowest qualified and responsive bidder at 26% percent above the engineer's total cost estimate. Attachment 1 is a letter dated April 9, 2012, from the project design professional, Johnson Engineering, Inc., explaining that its estimate did not take into account the shortened schedule for construction from 450 days to 90 days due to the utilities relocations now needing to be completed prior to FDOT beginning construction. Johnson Engineering's letter recommends award to Haskins, Inc. The Purchasing Department concluded that bidding was competitive and representative of market conditions using the awarded vendors from contract 08- 5011 (see attachment 2). Staff reviewed the quotation, found it to be fair and reasonable given the reduced construction timeline, and also recommends the award. Haskins, Inc. has a satisfactory performance and warranty record on other similar utility- related construction projects. FISCAL IMPACT: Construction cost is $318,645.93 for water facilities, and $329,678.42 for wastewater facilities (combined total of $648,324.35). Water user fee funds (Fund 412) in the amount of $318,645.93 are available in project 70045 for the relocation of water lines. Wastewater user fee funds (Fund 414) in the amount of $329,678.42 are available in project 73045 for the relocation of wastewater lines. Operating costs at the project site are not expected to change due to this project, as shown in Chart 1. Operating costs are not expected to increase because the relocated infrastructure has inherently higher reliability and useful life. Chart 1. Forecast — Change in Operating Cost Elements FY 2012 FY 2013 FY 2014 FY 2015 FY 2016 FY 2017 Capital Outlay $648,324.35 $0 $0 $0 $0 $0 Total Change in Operating Costs $0 $0 $0 $0 $0 $0 LEGAL CONSIDERATIONS: This item is legally sufficient and requires a majority vote for Board consideration. -JBW GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, as Ex- officio the Governing Board of the Collier County Water -Sewer District, approve a work order in the amount of $648,324.35 to Haskins, Inc. for construction tasks set forth in Request for Quotation 08 -5011- 60, Davis Boulevard from Santa Barbara Boulevard to Radio Road, and authorize the Chairman to sign and execute the work order. Prepared By: Nathan Beals, Project Manager, Public Utilities Planning and Project Management Packet Page -793- 4/24/2012 Item 16.C.1. COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1. Item Summary: Recommendation to approve a work order in the amount of $648,324.35 to Haskins, Inc., for construction tasks set forth in Request for Quotation 08- 5011 -60, Davis Boulevard from Santa Barbara Boulevard to Radio Road. Meeting Date: 4/24/2012 Prepared By Name: Nathan Beals Title: Project Manager, Associate,Public Utilities Engine 3/27/2012 8:49:07 AM Approved By Name: Steve Messner Title: Plant Manager,Water Date: 4/10/2012 3:20:49 PM Name: HapkeMargie Title: Operations Analyst, Public Utilities Date: 4/10/2012 3:31:23 PM Name: ChmelikTom Title: Project Manager, Principal,Public Utilities Engine Date: 4/11/2012 11:52:18 AM Name: WidesTom Title: Director - Operations Support - PUD,Utilities Fina Date: 4/11/2012 3:30:36 PM Name: Paul Mattausch Title: Director - Water,Water Date: 4/11/2012 3:48:35 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 4/11/2012 9:00:43 PM Packet Page -794- Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Date: 4/12/2012 7:10:05 AM Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Date: 4/12/2012 7:10:32 AM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 4/12/2012 10:38:18 AM Name: YilmazGeorge Title: Director - Wastewater,Wastewater Date: 4/12/2012 11:55:26 AM Name: WhiteJennifer Title: Assistant County Attorney,County Attorney Date: 4/12/2012 2:08:17 PM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 4/16/2012 12:53:15 PM Name: KlatzkowJeff Title: County Attorney Date: 4/17/2012 9:05:31 AM Name: OchsLeo Title: County Manager Date: 4/17/2012 11:49:03 AM Packet Page -795- 4/24/2012 Item 16.C.1. ENGINEERING April 9, 2012 Mr. Nathan Beals, P.M.P. Collier County Public Utilities Division 3301 East Tamiami Trail, Building H Naples, FL 34112 4/24/2012 Item 16.C.1. SINCE 1946 RE: COLLIER COUNTY - UTILITY RELOCATIONS ALONG STATE ROAD 84 COLLIER COUNTY RFQ #08- 5011 -60; LOW BIDDER: HASKINS, INC. Dear Mr. Beals: Johnson Engineering has reviewed the bid tabulation provided by Collier County for bids received on April 6, 2012, for the above - referenced project. In my review of the tabulation submitted, I note that the low bidder, Haskins, Inc., was higher than the engineer's projected estimate. Based upon circumstances, I offer the following opinion: As you know, this project was originally to be constructed as a joint partnership agreement (JPA) with FDOT for the SR84 Road and Drainage Improvement project. The FDOT construction schedule was approximately 450 days for final completion. However, due to the inability to obtain a JPA with FDOT, Collier County was required to expedite bidding and construction to stay ahead of the FDOT schedule to avoid potential delays with the proposed road improvements. As a result, contractors bidding this project were given a reduced timeframe of 90 days to complete the project. The engineer's estimate was not based on the shorter schedule, but rather the original 450 -day schedule. Reducing the construction time from 450 to 90 days provides considerable restraints on the means and methods available to the contractor. In addition, with the potential for liquidated damages placed on the contractors, additional risk is introduced to the contract. Premium rates for this type of project are to be expected Therefore, Johnson Engineering concludes that the low bidder Haskins, Inc. appears to be a reasonable and responsive bid based on the above - mentioned circumstances. Subject to concurrence with the County's Purchasing and Contracts Administration, and the contractor furnishing the appropriate bonding and other required insurances, we believe selection of Haskins, Inc. by Collier County for the intended work contained within the bid documents would be an appropriate choice. MSD /ljm 20108333 -030 Very truly yo Michael S. Dickey, P.E. 2122 Johnson Street . Post Office Box 1550 . Fort Myers, Florida 33902 -1550 (239) 3. Packet Page -796-;4-3661 N N O N CDC •' )0 59 � p A4", r • de 1�� � ..:. �-" ...�„s„ �.:: -. s£ ,�,?vg�b m >;,� �...i_Eh >'gr�` ��'" ,z - 1 .pp -t • ■ • 1 / 1 N N O N CDC •' )0 59 4/24/2012 Item 16.C.1. Agreement for Fixed -Term Underground Utilities Contract (08 -5011) Dated: April 24, 2012 (RFQ #08- 5011 -60) Fixed Term Contract Expires March 11, 2013 This Work Order is for Underground Utility Construction services work known as: Project Name: Davis Boulevard from Santa Barbara Boulevard to Radio Road Utility Relocates Project No: 70045 & 73045 The work is specified in the Proposal Page, dated April 6, 2012 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above and Request for Quotation #08- 5011 -60, dated March 16, 2012, Work Order # (please fill out once received) is assigned to: Haskins, Inc. Scope of Work: As detailed in the attached Proposal Page and the following: • Task I - General (mobilization, maintenance of traffic, utility locates, survey layout and record drawings, silt fence) • Task II - Install Sewer Force Main • Task III - Install Potable Water Main • Task IV - Restoration • Task V - 15% Contingency for Unforeseen Conditions (ie: cap rock, other utility conflicts, etc.) Schedule of Work: Complete work within 90 days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Agreement 408 -5011, the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum; ❑Lump Sum Plus Reimbursable Costs; ®Time & Material (established hourly rate — Schedule A); ❑Cost Plus Fixed Fee, as provided in the attached proposal. Task 1 $ 82,371.00 (LS) Task II $239,390.90 (LS) Task III $228,358.40 (LS) Task IV $ 13,640.00 (LS) Task V $ 84,564.05 (TM) TOTAL PRICE $648,324.35 PREPARED BY: .�✓ Nathan s, Project Manager PI in an roject Management Department APPROVED BY: A on Cromer, P.E., Princi Project Manager Planning nd Proje g ent Department APPROVED BY: Tom ehk, P.E., Department Director PlammnW4,/,/, d Project Management Department APPROVED BY: r aL7Z'0J Tom Wides, Department Director Operations Management Department Packet Page -798- C 0:� /Z Date Y- /L. /z_� Date �- Date /.7- 2_' Date - - 4/24/2012 Item 16.C.1. APPROVED BY: y Z Steve Messner, Department Director Date Waste ater epartme t APPROVED BY: J� Z P I a use , partrnent Director Date ater Dep ent APPROVED BY: Nicole Parker, Procurement Specialist Da Purchasing Department APPROVED BY: George Yilmaz, Administrator Dat Public Utilities ATTEST: Dwight E. Brock, Clerk By. Deputy Clerk ATTEST: By: (Print Name/Title) Approved as to Form and Legal Sufficiency: Jennifer B. White Assistant County Attorney BOARD OF COUNTY COMMISSIONERS Collier County, Florida By: Fred W. Coyle, Chairman HASKINS, INC: -L1en Liu& Il j"r1G (Mnt Name/Title) 1 0 Packet Page -799- 4/24/2012 Item 16.C.1. co �e-r C ioity Adrrinisbative services Division Purt h2sing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ #08-5011 -60 Davis Blvd. from Santa Barbara to Radio Road PROPOSAL PAGE DUE DATE: April 6. 2012 at 3:30 Pm The undersigned, as quoter, hereby declares that the firm has examined the specifications and is informed fully in regard to all terms and conditions pertaining to the project and, if this Proposal is accepted, to furnish same in full, according to the following: SEE SEPERATE EXCEL FILE FOR QUOTE SCHEDULE IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 6TH day of APRIL , 2012 id'the County of r.Fi , in the state of Ce p HASKINS INC. Firm's Complete Legal Name 239- 947 -1846 Telephone Number 239 - 947 -3857 FAX Number RMACPHEE @HASKINSINC.NET Email Address 10956 ENTERPRISE AVENUE AdBONITA SPRINGS ulty FLORIDA State 34135 Zip 574159 of A #f�rVty pAU en Number (www.sunbiz.aralsearch/html) PRESIDENT Title HARLAN HASKINS 6 Print Name Date RFQ— ContractDriven— Revised September2OO9 4 Packet Page -800- HASKINS QUOTE SCHEDULE 4/24/2012 Item 16.0.1. 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD "R -. Y.. .�.�+a, r....;ri !'°".,w,..,..,;,��. �: s .?,. S� .�h.. -Ni ITEM EST. • DESCRIPTION • PRICE 2-1 Force Main ^o LYS,'aP*, t3: ,guy`""` a. ""16" PVC C905 DR18 Force Main 1,520 LF $ 49.64 $ 75,452.80 b. • 80 LF $ 66.53 $ 5,322.40 C ' 1 -1 Mobilization 1 LS $ 50,000.00 I $ 50,000.00 1 -2 Maintenance of Traffic Directional Drill s4e' rn 1 LS $ 12,000.00 a. "8" DIPS DR11 HDPE Casing w 14" DIPS DR11 Carrier Pipe Sta. 1178 +5$ 1 LS $ 20,000.00 $ 20,000.00 1 -3 Utility Locates 1 LS $ 3,000.00 $ 3,000.00 1-4 Survey Layout and Record Drawings 1 LS $ 6,996.00 $ 6,996.00 1 -5 Silt Fence 2,500 LF - $ 0.95 $ 2,375.00 a. `*16" Plug Valve � 5 S $ 985.00 82,371.00 M, SEW a,{s Mtllll� -. Y.. .�.�+a, r....;ri !'°".,w,..,..,;,��. �: s .?,. S� .�h.. -Ni ITEM EST. • DESCRIPTION • PRICE 2-1 Force Main ^o LYS,'aP*, t3: ,guy`""` a. ""16" PVC C905 DR18 Force Main 1,520 LF $ 49.64 $ 75,452.80 b. 8" PVC C900 DR18 Force Main 80 LF $ 66.53 $ 5,322.40 C 6" PVC C900 DR18 Force Main 235 LF $ 38.78 $ 9,113.30 d 4" PVC C900 DR18 Force Main 160 LF $ 48.44 $ 7,750.40 2 -2 Directional Drill s4e' rn 1 LS $ 12,000.00 a. "8" DIPS DR11 HDPE Casing w 14" DIPS DR11 Carrier Pipe Sta. 1178 +5$ $ 12,000.00 b —8" DIPS DR11 HDPE Casing w/4" DIPS DR11 Carrier Pipe Sta. 1183 +20 1 LS $ 12,000.00 $ 12,000.00 C I-8" DIPS DR11 HDPE Casing w /4" DIPS DR11 ,[Carrier Pipe Sta. 1188 +55 1 LS $ 13,000.00 $ 13,000.00 d —16" DIPS DR11 HDPE Casing w /8" DIPS DR11 Carrier Pipe Sta. 1237 +55 1 � LS $ 25,000.00 i $ 25,000.00 2 -3 Plug Valves s E ,. a. `*16" Plug Valve � 5 EA $ 985.00 $ 4,925 00 b. j-8" Plug Valve 3 EA $ 655.00 $ 1,965.00 c 1-6" Plug Valve 1 EA $ 625.00 $ 625.00 d —4" Plug Valve 7 EA $ 600.00 $ 4,200.00 2-4 Air Release Assembly (Force Main) , 8 EA $ 3,525.00 $ 28,200.00 2 -5 Connection to Existing Main k I! r _. a. 14" Force Main i i 4... EA $ 3,165.00 $ 12,660.00 i b. 18" Force Main 2 j EA $ 2,475.00 $ 4,950.00 G 6" Force Main 1 EA $ 2,360.00 $ 2,360.00 d 4" Force Main 3 EA $ 2,280.00 $ 6,840.00 2 -6 Remove Existing Force Main 1,570 LF $ 6.70 $ 10,519.00 2 -7 (Grout Existing Force Main 550 LF $ 4.56 1 $ 2,508.00 PART = ' $ 239,390.90 BID ADDENDUM NO. 1 Packet Page -801- Bidder. HASKINS QUOTE SCHEDULE 4/24/2012 Item 16.C.1. 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD ITEM EST. DESCRIPTION UNIT UNIT PRICE EXTENDED PRICE w 3 -1 Water Main �� N �,:k •Y a. 18" C900 DR14 PVC Pipe 200 LF $ 43.68 $ 8,736.00 b. 10" Ductile Iron Pipe j 100 LF $ 84.19 $ 8,419.00 C 3 -2 —16" Ductile Iron Pipe 240 Directional Drill 1 q...r....., ,.r LF $ 69.81 � $ 16,754.40 ..6R. ...,........ a x-16" DIPS DR11 HDPE Casing w /8" DIPS DR11 Carrier Pipe Sta. 1189 +47 1 LS $ 25,000.00 $ 25,000.00 b "20" DIPS DR11 HDPE Casing w/10" DIPS DR11 Carrier Pipe Sta. 1209 +50 1 LS $ 50,000.00 $ 50,000.00 c. ""18" DIPS DR11 HDPE Sta. 1232 to 1235 +50 1 i LS $ 55,000.00 $ 55,000.00 3 -3 !Tapping Sleeve & Valve a. 16 "X8" Tapping Sleeve and Valve 1 EA $ 5,446.00 $ 5,446.00 b. 16' -X10" Tapping Sleeve and Valve 1 EA $ 6,500.00 $ 6,500.00 3-4 Gate Valves E r -2 a. 8" Gate Valve EA ($ 1,615.00� $� 3,230.00 b. 10" Gate Valve 1 I EA $ 2,225.00 $ 2,225.00 3 -5 Air Release Assmbly (Water Main) I 6 EA $ 1,970.00 $ 11,820.00 3 -6 Connection to Existing Main h =,�1 a. 16" Water Main 6 EA $ 2,820.00 $ 16,920.00 b. 10" Water Main 1 EA $ 2,398.00 $ 2,398.00 C 8" Water Main 1 EA $ 2,35D.00 $ 2,350.00 3 -7 Remove Existing Main 840 LF $ 7.50 $ 6,300.00 3 -8 I Grout Existing Main 260 LF $ 10.00 $ 2,600.00 3 -9 I I Relocate Existing Meter and BFP Assemblies 1 LS SUBTOTAL: PART 3 $ 4,660.00 $ 4,660.00 $ 228,358.40 BID ADDENDUM NO. 1 Packet Page -802- Bidder: HASKINS QUOTE SCHEDULE 4/24/2012 Item 16.C.1. 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD BID ADDENDUM NO. 1 Bidder: Packet Page -803- 4/24/2012 Item 16.C.1. AGREEMENT 08 -5011 "Annual Contract for Underground Utility Contracting Services" THIS AGREEMENT is made and entered into this 1 r`day of i11CU c f� , 2008, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Haskins,-Inc. authorized to do business in the State of Florida, whose business address is 10956 Enterprise Avenue, Bonita Springs, Florida 34135 (hereinafter referred to as the "Contractor"). WITNESSETH: COMMENCEMENT: The contract shall be for the period of twenty four (24) months. Additionally, by mutual agreement and funding availability, the contract may be renewed for two (2) terms of twenty four (24) months each. In no event, including renewal options, shall the contract exceed six (6) years. The Purchasing /General Services Director or his designee may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty.(180) days. The Purchasing /General Services Director, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK: The Board of County Commissioners deemed five firms to be pre - qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services for a wide range of minor -to- medium scale future construction, renovation and retrofit projects on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of RFP 08 -5011 and the Contractor's proposal made an integral part of this agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the Quotation procedure outlined in the next paragraphs and all Work undertaken by Contractor for Owner pursuant to this Agreement and that procedure during the term and any extension of the term of this Agreement. The Owner shall provide a summary of Work to be performed which will afford the Contractor the opportunity to submit a formal quotation for the Work; the Contractor shall respond with the information sought within seven (7) working days. For projects with an estimated cost of Fifty Thousand ($50,000) or less, the Owner shall obtain a proposal from one or more of the five (5) selected firms, negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. For projects with an estimated cost over Fifty Thousand Dollars ($50,000) and less than Two Hundred Thousand Dollars ($200,000), competitive quotes shall be solicited from all of the contracted firms; the Contractor shall respond with the information and or proposal sought within ten (10) working days, the Owner shall negotiate favorable project terms and conditions, and issue a numbered Work Order to initiate the projects. Division Administrator and County Attorney approval is required at this level. For projects over Two Hundred Thousand Dollars ($200,000) and less than Seven Hundred Fifty Thousand ($750,000), competitive quotations shall be solicited from all of the contracted firms. Staff recommendations will then be submitted to the Board of County Commissioners for approval after County Attorney and Division Administrator approval. Paqe -1- Packet Page -804- 4/24/2012 Item 16.C.1. In each Request for Quotation, the Owner reserves the right to specify the period of completion and the collection of liquidated damages in the event of late completion. Work orders shall not be required for emergency work but will be authorized by Purchase Order only. The Forms attached to this Agreement as Exhibits A through D shall not be required for emergency work. The Contractor will be compensated for time and material work, either emergency or scheduled, in accordance with the rate sheet with material and specialty equipment markup. 3. EMERGENCY WORK: Contractors under this Agreement will be on an on -call rotation schedule for emergency underground utility contracting services. The on -call Contractor shall be required to have a cell phone number, along with a home number, to the County so that the County will be able to contact the Contractor when needed. This schedule will be rotated on a one (1) week basis. In the event that a Contractor cannot be on -call as scheduled, it will be rotated to the next scheduled Contractor, and the schedule will continue with each Contractor having no more than two (2) weeks in a row on -call. 4. THE CONTRACT SUM: The Owner shall pay the Contractor for the performance of the Work pursuant to the quoted price offered by the Contractor in his response to a specific Request for Quotation. Any County agency may utilize the service offered under this contract, provided sufficient funds are included in their budget(s). 5. NOTICES: All notices from the County to the Contractor shall be deemed duly served if mailed by registered or certified mail to the Contractor at the following address: Haskins, Inc. Joel Chambers 10956 Enterprise Ave., Bonita Springs, FL 34135 Phone: 239 - 947 -1846 Fax: 239 - 947 -3857 All notices from the Contractor to the County shall be deemed duly served if mailed by registered or certified mail to the County at the following address: Collier County Government Complex Attn: Purchasing /General Services Director Purchasing Department 3301 East Tamiami Trail, Purchasing Building G Naples, Florida 34112 239- 252 -8407 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Service Agreement must be in writing. 6. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a Aoft partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. "Iww Pane -2- Packet Page -805- 4/24/2012 Item 16.C.1. 7. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 8. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of this Agreement, the County may terminate said Agreement immediately for cause; further the County may terminate this Agreement for convenience with a seven (7) day written notice. The County shall be sole judge of non- performance. 10. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE: The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Paae -3- Packet Page -806- 4/24/2012 Item 16.C.1. Special Requirements: Collier County Board of County Commissioners shall be Fisted as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Awl Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor /Consultant or anyone employed or utilized by the ContractorNendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. BONDS. A. The Owner shall use its discretion for bonding where a project may be in excess of fifty thousand dollars ($50,000) but completed in less than sixty (60) days. B. When required by Owner, the Contractor shall furnish a Performance and /or Payment Bond prior to commencing performance, for the full amount of the Work which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other parry (ies) providing labor and /or materials in connection with each construction or renovation project performed by the Contractor in excess of fifty thousand dollars ($50,000). The bonds shall be furnished using the forms prescribed in Exhibit "A ". C. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. 14. PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may indicate on his response to the Request for Quotation his wish to receive Progress Payments. Before any payment will be made, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "B" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "C Paoe -4- Packet Page -807- 4/24/2012 Item 16.C.1. 15. PAYMENTS WITHHELD. Owner may decline to approve any Application Tor raymeni, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 16. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products /materials from specifications shall be approved in writing by Owner in advance. 17. CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 18. CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor Pane -5- Packet Page -808- 4/24/2012 Item 16.C.1. shall submit an itemized estimate of any cost or time increases or savings it toresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No office, employee or agent of Owner is authorized to direct any extra or changed work orally. A Change Order in the form attached as Exhibit "D" to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change order in the manner as Owner and Contractor shall mutually agree. 19. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 20. CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 21.ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior AW consent in writing of Owner. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 22. WARRANTY. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. Paae -6- Packet Page -809- 4/24/2012 Item 16.C.1. 23. EMPLOYEES. The Contractor shall employ people to work at the Owner's tacilities wno are neat, clean, well groomed and courteous. 24. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the Owner the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Owner. 25. PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Owner shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty -eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty -eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Completion (substantial or final Certificate of Completion). Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. Paae -7- Packet Page -810- 4/24/2012 Item 16.C.1. If Owner considers the Work (or designated portion) substantially complete, Uwner snail prepare and deliver to Contractor a Certificate of Completion (substantial or final Certificate of Completion) which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, and upon receipt of a final Application for Payment, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a final Certificate for Payment, recommending that on the basis of his observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: (1) The Release and Affidavit in the form attached as Exhibit "B ". (2) Consent of Surety (if applicable) to final payment. (3) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Works acceptability. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 28. LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly Panes _R_ Packet Page -811- 4/24/2012 Item 16.C.1. waives and relinquishes any right which it may have to seek characterize tree above notea liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 29. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Engineering Department. 30. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached or referenced component parts, all of which are as fully a part of the Agreement as if herein set out verbatim, including: Contractor's Proposal, Insurance Certificate, Request for Proposal No. 08- 5011, any addenda, Exhibits A, B, C and D, any Quotation/Work Order made or issued pursuant to this. Agreement, and any related plans or specifications for any such Quotations or Work Orders. 31. SUBJECT TO APPROPRIATION. It is further understood and agreed, by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 32. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 33. IMMIGRATION LAW COMPLIANCE: By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 34. VENUE: Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 35. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. Pane -- Packet Page -812- 4/24/2012 Item 16.C.1. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E-�B6ck, Ci`erk- of Courts By. Dated 1: =Z `;e �,`�U�b Aitest =s 4�ea from f 19Adtart oat • za� First Witness &4 - /wc Type /Print Witness Name 66—cWd Witness Type /Print Witness Name Approved as to form and legal suffici Ro ert N. Za ary Assistant County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COU TY, FL IDA By: Tom Henning , Chairnfan Haskins, Inc. Contractor By: Signature Typed Signature /IAVKGEe Title Paqe -10- Packet Page -813- 4/24/2012 Item 16.C.1. EXHIBIT A PUBLIC PAYMENT BOND Bond No. Contract No. 08 -5011 KNOW ALL ME BY THESE PRESENTS: That as Principal, and , as Surety, located at (Business Address) are held and firmly bound to Oblige in the sum of ) for the payment whereof we bind ourselves, successors and assigns, jointly and severally. as our heirs, executors, personal representatives, WHEREAS, Principal has entered into a contract dated as of the day of , 200_, with - Oblige for drawings and specifications, is referred to as the Contract in accordance with which contract is incorporated by reference and made a part hereof, and THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 200_, the name of under - signed representative, pursuant to authority of its governing body. Paae -11- Packet Page -814- 4/24/2012 Item 16.C.1. Signed, sealed and delivered in the presence of: PRINCIPAL: Witnesses as to Principal STATE OF _ COUNTY OF By: _ Name: Its: The foregoing instrument was acknowledged before me this of 200_, by , as of a corporation, on behalf of the corporation. He /she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary) Name: (Legibly Printed) Notary Public, State of _ Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) O Paae -12 Packet Page -815- As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF _ COUNTY OF 4/24/2012 Item 16.C.1. The foregoing instrument was acknowledged before me this day of 200_, by as of , Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires; (AFFIX OFFICIAL SEAL) (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Paae -13- Packet Page -816- EXHIBIT A -1 PUBLIC PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and executors, 4/24/2012 Item 16.C.1. Awl Bond No. j Contract No. 08 -5011 as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 200_, with Oblige for day of ourselves, our heirs, in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attomeys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Pan= -14,- Packet Page -817- 4/24/2012 Item 16.C.1. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 200_, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of : Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me this day of 200 . by , as of ,a He /She is personally known to me OR has produced did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) corporation, on behalf of the corporation. as identification and (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: Pace -15- Packet Page -818- ATTEST: Witness as to Surety Witnesses 4/24/2012 Item 16.C.1. SURETY: (Printed Name) 4� (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) _ 1 STATE OF (Telephone Number) COUNTY OF The foregoing instrument was acknowledged before me this day of 200_, by , as of , Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) Name: (Legibly Printed) Notary Public, State of _ Commission No.: Paae -16- Packet Page -819- EXHIBIT B RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER STATE OF FLORIDA ) 4/24/2012 Item 16.C.1. Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ( "Contractor ") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 200_ for the period from to (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly /final] Application for Payment No. M ITS: DATE: Witnesses STATE OF _ COUNTY OF CONTRACTOR The foregoing instrument was acknowledged before me this day of , 200_, by , as corporation. President [Corporate Seal] of , a corporation, on behalf of the He /she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) NAME: (Signature of Notary) (Legibly Printed) Notary Public, State of Commissioner No.: Paae -17- Packet Page -820- 4/24/2012 Item 16.C.1. EXHIBIT C FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) RFP No. 08 -5011 (County Department) Project No. Collier County Board of County Commissioners (the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the (Contractor's Address) Date: RE: (Project Name) Original Contract Time: Revised Contract Time: Percent Work completed to Date: Percent Contract Time completed to Date Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retailriage $ Total earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: Paqe -18- Packet Page -821- (Signature) DATE: (Type Name and Title) 4/24/2012 Item 16.C.1. EXHIBIT D CHANGE ORDER CHANGE ORDER NO. CONTRACT NO. 08 -5011 TO: DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated 200_ You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: FOR THE (Additive) (Deductive) Sum of: $ Original Agreement Amount Sum of Previous Changes This Change Order (Add) (Deduct) Present Agreement Amount The time for completion shall be (increased /decreased) by calendar days due to this Change Order. Accordingly, the Contract Time is now calendar days. The substantial completion date is and the final completion date is Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted: 200 CONTRACTOR: By:. DESIGN PROFESSIONAL: By: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Paae -19- Packet Page -822- 4/24/2012 Item 16.C.1. ACORD,M CERTIFICATE OF LIABILITY INSURANCE DATE(UWDD1YYYY) 1/22/2008 PRODUCER Phone: 239- 278 -0278 Fax: 239- 278 -5306 Brown & Brown, Inc. 3820 Colonial Blvd., Suite 200 Fort Myers FL 33966 -1094 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Haskins, Inc. H & K Equipment Sales & Rental, Inc. INSURERA:FCCI Commercial Insurance Co. • INsuRERB: a Co GENERALUABIUTY GL00056561 7/1/2007 10956 Enterprise Avenue INSURER C: $1,000,000 INSURER D: $100,000 Bonita Springs FL 34135 INSURER E: X COMMERCIAL GENERAL LIABILITY COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POUCYNUMBER POLICYEFFECTIVE POUCYEXPIRATION nnim LIMITS • GENERALUABIUTY GL00056561 7/1/2007 7/1/2008 EACH OCCURRENCE $1,000,000 PREMISES (Ea oomweroa ) $100,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE ® OCCUR MEDEXP(Anyons arson ) $ PERSONAL& ADV INJURY $1,000,000 Cnntrartnral GENERALAGGREGATE $ 2 OOO 000 GENt AGGREGATE LIMITAPPLIES PER: PRODUCTS- COMP/OPAGG $2,000,000 X POLICY X PT LOC • AUTOMOBILE UABI LITY CA00047494 7/1/2007 7/1/2008 COMBINED SINGLE LIMIT $1,000,000 X ANYAUro (EaaxiuBnf) BODILY INJURY $ ALLOWNEDAUTOS SCHEDULEDAUTOS (Per Person) BODILY INJURY $ HIREDAUTOS NONO WNEDAUTOS (Per aockler i) PROPERTYDAMAGE $ (Per accidars) GARAGE LIABILITY AUTO ONLY - EAACCIDENT $ OTHER THAN EAACC $ ANYAUTO $ AUTOONLY: AGG • EXCESSIUMBRELLALIABILITY UMB00056761 8/16/2007 8/16/2008 EACHOCCURRENCE $2,000,000 AGGREGATE $2,000,000 X OCCUR 7 CLAIMS MADE $ R DEDUCTIBLE $ X RETENTION $1 0 0 0 0 B WORKERS COMPENSATION AND 54191 7/1/2007 7/1/2008 TH- X I WC STIMIT I 0ER E.LEACHACCIDENT $1,000,000 EMPLOYERS'LIABILITY EXXCL DEEDD? ECUTIVE E.L. DI BEASE - EA EMPLOYEE $1,0()0,000 OOFRPCEFRIPMFKUI=R If yes, describe under SPECIAL PROVISIONS below E.L DISEASE - POLICY LIMIT $1,000,000 A OTHER CM00031681 7/1/2007 7/1/2008 Maximum Limit $100,000 Leased or Rented Equipment DESCRIPTION OF OPERATIONS I LOCATIONS) VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS 10 DAYS NOTICE OF CANCELLATION FOR NON- PAYMENT OF PREMIUM APPLIES, 30 DAYS FOR ALL OTHER REASONS. MBRELLA FOLLOWS FORM OVER GENERAL LIABILITY, BUSINESS AUTO, AND EMPLOYERS LIABILITY E: RFP #08 -5011 "Annual Contract for Underground Utility Contracting Services" Collier County Board of County ommissioners is Additional Insured with regards to the General Liability overage shown.above, for work performed by he named insured as required by written contract. A Waiver of Subrogation is included for the General Liability overage. ucrl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED C0111E!L COUrit Board Of County COm[R13510ner5 BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Y Y WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE General Services Building CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO 3301 East Tamiami Trail SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON NpaleS FL 34112 THE INSURER, ITS AGENTS OR REPRESENTATIVES. Amon '5R r -nrn mai AUTHORIZED REPRESENTATIVE r„ _ Packet Page -823- m Arf)Pn CORPORATION 1988 i 4/24/2012 Item 16.C.1. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) Packet Page -824- 4/24/2012 Item 16.C.1. Oct 27 09 01:55p Haskins Inc. 239 -947 -3857 p.2 10/27/09 09:04 AM Page 2 of 3 AdrrwnisbW a Senrioec Ciiaision Puretwsir� October 27, 2009 Mr. Joel Chambers Haskins, Inc. 10956 Enberprise Avenue Napies, R- 34135 Fax: 239.643 -7059 Email: RE: Renewal of Contract #08 -5011 aAnnual Contract for Underground Utility Contracting Services" Dear W. Charmers. Collier County has been under- Contract with your company for the refer noed services for the past two (2) years - The County would like to renew this agreement under the same berms and conditions for two (2) additional years in accordance with the renewal clause in the agreement. If you are agreeable to renewing the referenced contraaci;, please indicate your intentions by providi the appropriate information as requested below: I am ag t reeable to renewing the present contract for Annual Contract fnr Underground Utility Contacting Services under the same terms, conditions, and pricing as the existing contract. I am not agreeable to renewal of this Coro act If you are agreeable to renewing the contract, said renewal will be in effect from March 11, 2010 until March 10, 2012. Also, please provide a current insurance ceffdfKxft for our flies, as per the original contract requirements. Due to the volume of insurance owtificabes reoeived in the Purchasing Depari rout, the contract number should be referenced on the certificate to ensure that our records are updated accordingly. f'ua Qig11"*Md• 3301 U"Wi i PW Ease • M OW. FWU NM Packet Page -825- Oct 27 09 01:55p Haskins Inc. 10/27/09-09:04 AM Page 3 of 3 Page 2 of 2 4/24/2012 Item 16.C.1. 239 - 947 -3857 p.3 RE: Renewal of Contract #0B -5011 "Annual Contract for Undaground Utility Contracting Services° Please return this lever to the Purchasing Department with your response and insurance oertificate no later. than November 9, 2009. Your prompt attention is urgently requested If you have any questions you may oontact me at 239--252 - 6020, email brendareaves0collier- gov.net and fax 239 - 2522592 or 239- 732 -0844. Brenda Reaves Contrad Technician •, 7= Haskins, Inc. ContracbmtV, dor By: Signature - Typed Name and Title (Corporate Officer) In order to make sure our contact in1brrrwition is current, please provide the following: f�— Corrtact person: �! 0,C-r/, Phone # A R" h'7-/Ey� Fax # -?3q- 4h'7 -.3�s' 7 Email Address: C: Pam V�� ® /Ti5' .�id�Q /i✓6 J �, -3 ,YI3.�' Packet Page -826- Oct 27 09 01:55p Haskins Inc. 4/24/2012 Item 16.C.1 239 - 947 -3857 p.4 ACORD„ CERTWWATE OF LIABILITY INSURANCE 6 DAT24 2 2 0000E /IYYYY) 9 PRODUCER Phone: 239 -278 -0278 Fax: 239- 278 -5306 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brown & Brown, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3620 Colonial Blvd., Sui`e 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Fort Myers FL 33966 -1C94� ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I NAICR INSURED INSURERA.FCCj COYMERCIAL INS 3472 Haskins, Inc. Ns>�ERB: INS H a- K MquipmenL Sales & Rental, Inc. Q0 I Is 10956 Enterprise Avenue INSURERC Bonita Springs FL 34135 INSURERD.' INSLIRER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN =SSUED TO THE = INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF AA-Y CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE =SSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AME CONDITIONS CF SUCH POLIC =ES. AGGREGATE LIMITS SHOW17 MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POUCYNUMBER POLICYEFFECTIVE POLICYEXPIRAMON LIMITS GENERALLJABILITY GLODDS6582 7/1/2009 7/1/2010 EACHOCCURRENCE $ 1 0 $ 0 X COUMERGALGENERALLLABILITY CLAIMSMADE © OCCUR R MEL EXP (Any one Person) f S1,0001000 (•nntra rt-i,al PERSONAL BADVINJURY S2,000,020 I GENERAL AGGREGATE GEWLM3GREGATELINIITAPPLIESPER $2,000,000 PRODUC- S- COMP/OP A.GG POLICY 7X PRO- LDC A AUTOMOBILE LIABILITY ANY AUTO CA00047495 7/1/2009 7/1/2010 •, COMBINED SING -EUMIT (Ea accident) $ 1, 000 0 C 0 S ALL OWNED AUTOS SCHIEDULEDA;ITOS BODILY INJURY (Perperson) S HIRED AUTOS NON•OWNEDAUTOS BODILY INJURY (Peraetdent) f I PROPERTY DAMAGE (Perae_Ident) LIABILITY AUTO ONLY- EAACCIDENT S S LA'NIAUTO OTHERTHAN EA-ACC i AUTOONLY. AGG S A E WAMIUMBRELLALIASILffY CCCUR F-1 ::,-AIMS MADE UMBOOCE7461 711/2009 7/1/2010 EACHOCCURRE.NCE AGGREGATE S5,D001000 S S $ FX1 DEDUCIBLE $ RETENTION $10, 8021-- B WORIMRSCOMPENSATIONAND EMPLOYERS LMBILRY 54191 7/1/2009 - 7/1/2010 X ° A - D;H• rS E.L. EACH ACCIDENT $2,0D0,0100 ANYPROPRIETOWPARTNER.'EXECUTNE S 3. O O D O C O CFFiCEP-WEMBER EXCLUDED? E.L. D SEASE - EA EMPLOYEE S 7f describe under SPEC IALPROVISI&Sbebh• E.L.DISEASE - POLICY -IMIT A OTHER Leased or Rented CM00031682 7/1/2009 7/1/2010 Maximum Limit $100,003 Equipment i � 1 DESCRIPTION OF OPERATIONS f LOCATIONS (VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS 17 DAYS NOTICE OF CANCELLATION FOR NON- PAYNNSNT OF PREMIUM APPLIES, 30 DAYS FOR ALL OT:IER REASONS. RELLA FOLLOWS FORM OVER GENERAL LIABILITY, BUSINESS AUTO, AND EMPLOYERS LIABILIT`_' Bid 409 -09 -5150 St. Andrews Blvd., Stormwater Improvements llier County is Addit -anal Insured with regards =o the General Liability coverage shown above, for work performed by he named insured. CUSTOMER FILE COP Collier County Board of County Commissioners 3301 East Taniami Trail Naples FL 34112 a --ftM — IrlrinA Inul SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BE ?ORE THE EDCP= RATION DATE THEREOF, THE ISSUING INSURER WILL MMEAVCR ^0 MAIL +30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHA:.L =MPOSE NO OBLIGATION CR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR P.EPRESENTATIVES. AUT'HORRED REPRESENTATIVE � (]ACORD CORPORATION 1988 Packet Page -827- Aftl NOW11 4/24/2012 Item 16.C.1. Adminisb- i Smices Division Purchasing December 20, 2011 Mr. Harlan Haskins, President Haskins, Inc. 10956 Enterprise Avenue Naples, FL 34135 Fax: 239.947.3857 Email: khaskins(cDhaskinsinc.net RE: Renewal of Contract #08-M I "Underground Utility Contracting Services" Dear Mr. Haskins: Collier County would like to renew the above agreement under the same terms and conditions for one (1) additional year in accordance with the renewal clause in the agreement. Per your - agreement/contract, you may at time of renewal request a price increase. If you are agreeable please indicate your intentions by providing the appropriate information as requested below: I am agreeable to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract The following attached documentation must be provided with response. •. Provide updated and current insurance certificate I am not agreeable to renewal of this contract. By your signature this contract will be in effect from March 11, 2012 until March 10, 2013. Rrtd>es V De MMW • 3327 Tw iami Tra7 East • Naples, Florida 34112 -4901 • www.W1W9ar.MOXKChaskV Packet Page -828- 1 4/24/2012 Item 16.C.1. Page 2 of 2 RE: Renewal of Contract #108-5011 "Underground Utility Contracting Services" Please return this letter to the Purchasing Department with your response and a current insurance certificate at your earliest convenience. If you have any questions you may contact me at 239 -252- 6020, email brendareaves9bcollieraov.net and fax 239- 252 -6592. Best regards, Steve Y. Camell Director — Purchasing / General Services' C: Pam Libby, PUED Packet Page -829- Awl 4/24/2012 Item 16.C.1. Coler County Adrmnis Services D vision Purchasing REQUEST FOR QUOTATIONS FOR MULTIPLE PROECTS UNDER CONTRACT #08 -5011 "Annual Contract for Underground Utilities" Date: March 16, 2012 From: Nicole Parker, Contract Specialist 239 - 252 -4270, Telephone Number 239 - 252 -6549, Fax Number nicoleparker(a@colIiergov.net To: Prospective Vendors Subject: RFQ #08- 5011 -60 Davis Blvd. from Santa Barbara to Radio Road As provided in the referenced contract, the Collier County Purchasing Department is soliciting quotes for the referenced project. Your response must be received in the Purchasing Department, 3327 E. Tamiami Trail Naples, Florida 34112 or via email to nicoleparker(o-)-collieraov.net no later than 3:30 pm on April 6, 2012. Any response received after that time shall not be considered. All quotations for individual projects shall be in accordance with the terms, conditions, and specifications stated herein and in accordance with the terms and conditions of Contract #08 -5011 of which your firm was an awardee. NO OTHER FIRMS ARE ELIGIBLE TO SUBMIT OR RECEIVE AN AWARD FOR THIS PROJECT. If you have any questions regarding the specifications or intended scope of work, you must make those inquiries by 3:30 pm, March 30, 2012. For general questions, you may contact the Purchasing staff member noted above. Your quotation response is due no later than the date and time specified above. We will not accept any quotation responses later than the noted time and date. If your firm is unable to respond electronically, your quotation must be received in the office of the Purchasing Department at the above referenced address no later than the time and date specified. No late quotation responses will be accepted. We look forward to your participation in this request for information /quotation process. cc: Nathan Beals, Project Manager Packet Page -830- RFQ_ContractDriven_Revised September2009 1 4/24/2012 Item 16.C.1. General Information Project consist of relocating various Collier County water and wastewater facilities along the corridor of SR84 (Davis Blvd) between Santa Barbara Blvd and Radio road to accommodate for future road and drainage improvements proposed by FDOT. Specifically this project includes the relocation of approximately 2,000 linear feet of force main ranging in size from 4" to 16 ", approximately 540 linear feet of water main ranging in size from 8" to 16" and seven directional drills ranging in size from 8" to 20" to cross Davis Blvd and proposed drainage pipe and structures. Abandoned mains that are outside of the pavement will be required to be removed and mains under pavement will be grouted. A non - mandatory pre -bid meeting is scheduled for March 22, 2012 at 3:00pm at the Purchasing Conference Room A. Although this is not a mandatory meeting, it is advisable that all bidders attend. SCHEDULE: 60 Days to Substantial Completion + 30 Days to Final Completion = 90 Days Total Specifications and Plans See separate denoted emailed file: Plans prepared Johnson Engineering (11 pages) III. Instructions 1. Complete Vendor's name, sign and date on all pages where so indicated. This will constitute your acceptance of the specifications, terms and conditions as listed. If taking exception to any part or section of this request for information /quotation, please indicate such exceptions on a separate sheet entitled "Exceptions." 2. Your quote may not be accepted unless all requested information is furnished. 3. The Collier County Purchasing Department reserves the right to reject any and all quotes. 4. All quotations for each individual stand -alone project must be made on the quotation form furnished by the County. No quote will be considered unless the quotation form is properly signed. 5. All work completed shall be under the terms and conditions of the above referenced contract. 6. Liquidated Damages Owner and Contractor recognize that, since time is of the essence for this agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified above. Should Contractor fail to substantially complete the Work within the number of calendar days for substantial completion established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, $341.25 for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the contractor fails to reach Final Completion, Owner shall also be entitled to assess, as liquidated damages, but not as a penalty, a sum certain per day, in the amount of $682.50 for each day after the time set for Final Completion. 7. Performance and payment bonds shall be required if the lowest responsive quote exceeds $200,000. RFQ_ ContractDriven _RevisedSeptember2009 2 Packet Page -831- tr Comity Admn1sVabve Services DMsion Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ #08- 5011 -60 Davis Blvd. from Santa Barbara to Radio Road Due Date: April 6, 2012 at 3:30 pm. NON- QUOTER'S RESPONSE F. Non- quoter's Response: 4/24/2012 Item 16.C.1. In the event that you are unable to submit a response for this quote, please return this form to: Nicole Parker, Contract Specialist, nicoleparker(a.collier oa v.net 3327 Tamiami Trail East, Naples, FL 34112. . We are not responding to this Request for Information /Quotation for the following reason(s): Name of Firm: Representative Signature: Packet Page -832- RFQ_ ContractDriven _RevisedSeptember2009 3 4/24/2012 Item 16.C.1. C,Oler county Adnhsntwe Services Omsion Purchasing COLLIER COUNTY FLORIDA REQUEST FOR QUOTATION RFQ #08- 5011 -60 Davis Blvd. from Santa Barbara to Radio Road PROPOSALPAGE DUE DATE: April 6, 2012 at 3:30 pm The undersigned, as quoter, hereby declares that the firm has examined the specifications and is informed fully in regard to all terms and conditions pertaining to the project and, if this Proposal is accepted, to furnish same in full, according to the following: SEE SEPERATE EXCEL FILE FOR QUOTE SCHEDULE IN WITNESS WHEREOF, WE have hereunto subscribed our names on this , 2012 in the County of , in the state of day of Firm's Complete Legal Name Telephone Number FAX Number Email Address Address City State Zip Florida Certificate of Authority Document Number (www.sunbiz.ora/search/htmi) Signature Title Print Name Date RFQ_ContractDriven_Revised September2009 4 Packet Page -833- 08- 5011 -60 4/24/2012 Item 16.C.1. Davis Blvd from Santa Barbara to Radio Road +}� �q^,° a'rK1 A t% ice. E _ q 'f .. Y +i .w4�' € ' L �, 'yl r +a^.. � ��M' R ^�i �..e� �� DESCRIPTION ITEM EXTENDED PRICE w 2 Force Main -1 2 �. a. 16" PVC C905 DR18 Force Main 1,520 LF $ b. 8" PVC C900 DR18 Force Main 80 LF $ C 6" PVC C900 DR18 Force Main 235 LF $ d 4" PVC C900 DR18 Force Main 160 LF $ 2 -2 Directional Drill _ " "'M t ',� 1 8" DIPS DR11 HDPE Casing w /4" DIPS 1 LS $ a DR11 Carrier Pipe Sta. 1178 +55 8" DIPS DR11 HDPE Casing w /4" DIPS 1 LS $ b DR11 Carrier Pipe Sta. 1183 +20 8" DIPS DR11 HDPE Casing w /4" DIPS 1 LS $ C DR11 Carrier Pipe Sta. 1188 +55 16" DIPS DR11 HDPE Casing w /8" DIPS 1 LS d DR11 Carrier Pipe Sta. 1237 +55 $ 2 -3 Plug Valves y ria a. 16" Plug Valve 5 EA $ b. 8" Plug Valve 3 EA $ C 6" Plug Valve 1 EA $ d 4" Plug Valve 5 EA $ 2-4 Air Release Assembly (Force Main) 8 EA $ 2 -5 Connection to Existing Main$ a. 14" Force Main 4 EA $ b. 8" Force Main 2 EA $ C 6" Force Main 1 EA $ d 4" Force Main 3 EA $ 2-6 Remove Existing Force Main 1,570 LF $ 2 -7 Grout Existing Force Main 550 LF $ PART 2 SUBTOTAL $ Packet Page -834- Bidder: 08- 5011 -60 4/24/2012 Item 16.C.1. Davis Blvd from Santa Barbara to Radio Road 3-1 Water Main f $ - SUBTOTAL PART 3 ,a a. 8" C900 DR18 PVC Pipe 200 LF $ b. 10" Ductile Iron Pipe 100 LF $ C 16" Ductile Iron Pipe 240 LF $ 3 -2 Directional Drill 1 16" DIPS DR11 HDPE Casing w /8" DIPS a 1 LS $ DR11 Carrier Pipe Sta. 1189 +47 20" DIPS DR11 HDPE Casing w /10" DIPS b' 1 LS $ DR11 Carrier Pipe Sta. 1209 +50 16" DIPS DR11 HDPE Sta. 1232 to C. 1 LS $ 1235 +50 3 -3 Tapping Sleeve & Valve a. 16 "X8" Tapping Sleeve and Valve 1 EA $ b. 16 "X10" Tapping Sleeve and Valve 1 EA $ 3-4 Gate Valves, :,' ., _ Y . �• a. 8" Gate Valve 2 EA $ b. 10" Gate Valve 1 EA $ 3 -5 Air Release Assmbly (Water Main) 6 EA $ 3 -6 Connection to Existing Main MAN- K. a. 16" Water Main 6 EA $ b. 10" Water Main 1 EA $ C 8" Water Main 1 EA $ - 3 -7 Remove Existing Main 840 LF $ - 3 -8 Grout Existing Main 260 LF $ - Relocate Existing Meter and BFP 3 -9 1 LS $ - Assemblies ` G __ $ - SUBTOTAL PART 1 $ - SUBTOTAL PART 2 $ - SUBTOTAL PART 3 $ - 5% Contingency TOTAL • $ - $ - Packet Page -835- Bidder: wl 4/24/2012 Item 16.C.1. coler 00unty rrl ni _ Services Division Purchasing BID ADDENDUM NO. 1 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD 1. FDOT Project Construction Plans can be viewed and downloaded until March 31 st at: https : / /www.transferbi_qfiles.com /351 d348d- bcd7 -4fl O -a77c- ab222d2a68e1 ?rid= eAu7XZOg - NeziJmgJVXmw2 2. HDPE connections for this project are to be completed utilizing MJ Adaptors. 3. The contractor will be responsible for all cost associated for pumper trucks needed for tie -ins to force mains. Cost shall be incidental to the bid item connection to existing main. 4. Record drawings need to be certified by a surveyor licensed in the State of Florida. 4. BID SCHEDULE Replace existing Bid Schedule with the attached Bid Schedule in its entirety. GENERAL: Items in attached revised Bid Schedule beginning with a double asterisk ( * *) will have only the pipe material (or plug valve) provided by Collier County due to required lead time. Do not include this material in your quote, only the labor. The contractor is still responsible for any restraints or fittings as indicated on the plans. The following items have been added, moved or revised: PART 1: a. Revised PART 1: MOBILIZATION to read PART 1: GENERAL. b. Added Bid Item 1-4 "Survey Layout and Record Drawings 1 LS." c. Added Bid Item 1 -5 "Silt Fence 2,500 LF." Bid Addendum No. 1 Page 1 of 2 March 26, 2012 Collier County, Florida Packet Page -836- 4/24/2012 Item 16.C.1. COLLIER COUNTY Utility Relocations along State Road 84 PART 2: d. Revised Bid Item 2 -3d.: 4" Plug Valve from quantity of 5 to 7. PART 3: e. Revised Bid Item 3-1a.: 8" C900 DR18 PVC Pipe to read: "8" C900 DR14 PVC Pipe ". f. Revised Bid Item 3 -2c.: 16" DIPS DR11 HDPE Sta. 1232 to 1235 +50 to read: 18" DIPS DR11 HDPE Sta. 1232 to 1235 +50 ". PART 4: g. Added PART 4: RESTORATION. h. Added Bid Item "4 -1a.: Sod 4,500 SY." i. Added Bid Item "4 -1b.: Landscape 1 LS $5,000.00 as an allowance. SUMMARY: j. Revised Contingency 5% to read "Contingency 15 %." ALL OTHER INSTRUCTIONS REMAIN THE SAME Bid Addendum No. 1 Page 2 of 2 March 26, 2012 Collier County, Florida Packet Page -837- QUOTE SCHEDULE 4/24/2012 Item 16.C.1. 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD BID ADDENDUM NO. 1 Packet Page -838- Bidder: ITEM EST. DESCRIPTION UNIT UNIT PRICE EXTENDED PRICE NO. QUANT. 2-1 Force Main �, r, a. * *16" PVC C905 DR18 Force Main 1,520 LF $ b. 8" PVC C900 DR18 Force Main 80 LF $ C 6" PVC C900 DR18 Force Main 235 LF $ d 4" PVC C900 DR18 Force Main 160 LF $ 2 -2 Directional Drill * *8" DIPS DR11 HDPE Casing w /4" DIPS DR11 a' 1 LS $ Carrier Pipe Sta. 1178 +55 * *8" DIPS DR71 HDPE Casing w /4" DIPS DR11 b' 1 LS $ Carrier Pipe Sta. 1183 +20 * *8" DIPS DR11 HDPE Casing w /4" DIPS DR11 C 1 LS $ Carrier Pipe Sta. 1188 +55 * *16" DIPS DR11 HDPE Casing w /8" DIPS DR11 d 1 LS $ Carrier Pipe Sta. 1237 +55 2 -3 Plug Valves a. * *16" Plug Valve 5 EA $ b. * *8" Plug Valve 3 EA $ C * *6" Plug Valve 1 EA $ d * *4" Plug Valve 7 EA $ 2-4 Air Release Assembly (Force Main) 8 EA $ 2 -5 Connection to Existing Maim x r a. 14" Force Main 4 EA $ b. 8" Force Main 2 EA $ C 6" Force Main 1 EA $ d 4" Force Main 3 EA $ 2-6 Remove Existing Force Main 1,570 LF $ 2 -7 Grout Existing Force Main 550 LF $ PART 2 SUBTOTAL: $ - BID ADDENDUM NO. 1 Packet Page -838- Bidder: QUOTE SCHEDULE 4/24/2012 Item 16.C.1. 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD BID ADDENDUM NO. 1 Packet Page -839- Bidder: ITEM DESCRIPTION EST. UNIT UNIT PRICE EXTENDED PRICE NO. QUANT. 3-1 Water Main k a. 8" C900 DR14 PVC Pipe 200 LF $ b. 10" Ductile Iron Pipe 100 LF $ C "'16" Ductile Iron Pipe 240 LF $ 3 -2 Directional Drill v a, ja lk.... , ;'. "16" DIPS DR11 HDPE Casing w /8" DIPS DR11 a' Carrier Pipe Sta. 1189 +47 1 LS $ 20" DIPS DR11 HDPE Casing w/10" DIPS DR11 b' 1 LS $ Carrier Pipe Sta. 1209 +50 C. ""18" DIPS DR11 HDPE Sta. 1232 to 1235 +50 1 LS $ 3 -3 Tapping Sleeve & Valve x a. 16 "X8" Tapping Sleeve and Valve 1 EA $ b. 16 "X10" Tapping Sleeve and Valve 1 EA $ 3-4 Gate Valves a. 8" Gate Valve 2 EA $ b. 10" Gate Valve 1 EA $ 3 -5 Air Release Assmbly (Water Main) 6 EA $ 3 -6 Connection to Existing Main a. 16" Water Main 6 EA $ b. 10" Water Main 1 EA $ c 8" Water Main 1 EA $ 3 -7 Remove Existing Main 840 LF $ 3-8 Grout Existing Main 260 LF $ 3 -9 Relocate Existing Meter and BFP Assemblies 1 LS $ PART 3 • $ BID ADDENDUM NO. 1 Packet Page -839- Bidder: QUOTE SCHEDULE 4/24/2012 Item 16.C.1. 08- 5011 -60 DAVIS BLVD. FROM SANTA BARBARA TO RADIO ROAD SUBTOTAL PART 1: $ - SUBTOTAL PART 2: $ - SUBTOTAL PART 3: $ - SUBTOTAL PART 4: = • • $ $ 5,000.00 5,000.00 15% Contingency: TOTAL. • $ $ 750.00 5,750.00 Items above beginning with a double asterisk ( * *) will have only the pipe material (or plug valve) provided by Collier County due to required lead time. The contractor is still responsible for any restraints or fittings as indicated on the BID ADDENDUM NO. 1 Packet Page -840- Bidder: 4/24/2012 Item 16.C.1. QUOTE TABULATION DAVIS BLVD, FROM SANTA BARBARA BLVD. TO RADIO RD. RFQ #08- 5011 -60 HASKINS, INC. PART 1 $82,371.00 PART 2 $239,390.90 PART 3 $228,358.40 PART 4 $13,640.00 SUBTOTAL $563,760.30 15% CONTINGENCY $84,564.05 TOTAL $648,324.35 QUALITY ENTERPRISES PART 1 $86,275.00 PART 2 $283,305.61 PART 3 $197,617.10 PART 4 $18,410.00 SUBTOTAL $585,607.71 15% CONTINGENCY $87,841.16 TOTAL $673,448.87 KYLE CONSTRUCTION, INC. PART 1 $30,625.00 PART 2 $323,857.00 PART 3 $248,400.00 PART 4 $12,875.00 SUBTOTAL $615,757.00 15% CONTINGENCY $92,363.55 TOTAL $708,120.55 DOUGLAS N. HIGGINS, INC. PART 1 $63,200.00 PART 2 $344,927.00 PART 3 $213,329.00 PART 4 $27,500.00 SUBTOTAL $648,956.00 15% CONTINGENCY $97,343.40 TOTAL $746,299.40 MITCHELL & STARK PART 1 $49,500.00 PART 2 $420,625.00 PART 3 $315,160.00 PART 4 $12,200.00 SUBTOTAL $797,485.00 15% CONTINGENCY $119,622.75 TOTAL $917,107.75 Packet Page -841- COLLIER COUNTY 4/24/2012 Item 16.C.1. SR84 UTILITY RELOCATIONS b. 8" Plug Valve* 3 EA $ ITEM NO. DESCRIPTION EST. QUANT. UNIT UNIT PRICE PRICE 1 -1 Mobilization 1 LS $ 10,000.00 $ 10,000.00 1 -2 Maintenance of Traffic 1 LS $ 10,000.00 $ 10,000.00 1 -3 Utility Locates 1 LS $ 5,000.00 $ 5,000.00 1-4 Survey Layout and Record Drawings 1 LS $ 10,000.00 $ 10,000.00 1 -5 Silt Fence 2,500 LF $ 5.00 $ 12,500.00 2,500.00 PART 1 SUBTOTAL: S 47,500.00 b. 8" Plug Valve* 3 EA $ 1,500.00 $ 4,500.00 C 6" Plug Valve* 1 EA $ 1,200.00 $ 1,200.00 d 4" Plug Valve* 7 EA $ 800.00 $ 5,600.00 2-4 Air Release Assembly (Force Main) 8 EA $ 3,300.00 $ 26,400.00 2 -5 Connection to Existing Main 14" Force Main 4 EA - $ 10,000.00 $ 40,000.00 a. b. 8" Force Main 2 EA $ 3,500.00 $ 7,000.00 c 6" Force Main 1 EA $ 2,500.00 $ 2,500.00 d 4" Force Main 3 EA $ 2,000.00 $ 6,000.00 2-6 Remove Existing Force Main 1,570 LF $ 6.00 $ 9,420.00 2 -7 Grout Existing Force Main 550 = LF • $ $ 10.00 $ 51500.00 295,320.00 Packet Page -842- Bidder: COLLIER COUNTY SR84 UTILITY RELOCATIONS 4/24/2012 Item 16.C.1. 3 -1 Water Main` 47,500.00 SUBTOTAL PART 2 $ 295,320.00 SUBTOTAL PART 3 a. Sod 4,500 a. 8" C900 DR14 PVC Pipe 200 LF $ 25.00 $ 5,000.00 b. 10" Ductile Iron Pipe 100 LF $ 45.00 $ 4,500.00 c 16" Ductile Iron Pipe* 240 LF $ 65.00 $ 15,600.00 3 -2 Directional Drill r` ` ? c \ M1 16" DIPS DR11 HDPE Casing w /8" DIPS 1 LS 22,000.00 $ 2 a. DR11 Carrier Pipe Sta. 1189 +47* $ 2,000.00 20" DIPS DR11 HDPE Casing w /10" DIPS b DR71 Carrier Pipe Sta. 1209 +50* 1 LS $ 27,000.00 $ 27,000.00 18" DIPS DR11 HDPE Sta. 1232 to C. 1235 +50* 1 LS $ 32,000.00 $ 32,000.00 3 -3 Tapping Sleeve &Valve 3 a. 16 "X8" Tapping Sleeve and Valve 1 EA $ 6,500.00 $ 6,500.00 b. 16••X10" Tapping Sleeve and Valve 1 EA $ 8,000.00 $ 8,000.00 3-4 Gate Valves �� j � ? _,, - a. 8" Gate Valve 2 EA $ 2,500.00 $ 5,000.00 b. 10" Gate Valve 1 EA $ 3,000.00 $ 3,000.00 3 -5 Air Release Assmbly (Water Main) 6 EA $ 3,300.00 $ 19,800.00 3-6 Connection to Existing Main ° a. 16" Water Main 6 EA $ 8,000.00 $ 48,000.00 b. 10" Water Main 1 EA $ 5,000.00 $ 5,000.00 c 8" Water Main 1 EA $ 3,000.00 $ 3,000.00 3 -7 Remove Existing Main 840 LF $ 6.00 $ 5,040.00 3-8 Grout Existing Main 260 LF $ 10.00 $ 2,600.00 Relocate Existing Meter and BFP 3 -9 Assemblies 1 LS $ 10,000.00 $ 10,000.00 PART 3 SUBTOTAL: $ 222,040.00 4 -1 Water MainF� "rte 47,500.00 SUBTOTAL PART 2 $ 295,320.00 SUBTOTAL PART 3 a. Sod 4,500 SY $ 2.00 $ 9,000.00 b. Landscape 1 LS $ 5,000.00 $ 5,000.00 Revised Total Cost = $ 14,000.00 SUBTOTAL PART 1 $ 47,500.00 SUBTOTAL PART 2 $ 295,320.00 SUBTOTAL PART 3 $ 222,040.00 SUBTOTAL PART 4 $ 14,000.00 15% Contingency TOTAL • Deduct Material Purchased in advancel $ $ 86,829.00 665,689.00 $ 150,723.25 Revised Total Cost $ 514,965.75 Packet Page -843- Bidder: