Loading...
Agenda 03/08/2011 Item #10D . . . 3/8/2011 Item 10.0. EXECUTIVE SUMMARY Recommendation to approve the award of RFP #10-5450 "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" to multiple firms for an estimated annual amount of $2,000,000. OBJECTIVE: To provide contracts for use by multiple departments to repair and replace emergency and safety related roadway and sidewalk projects. CONSIDERATIONS: Request for Proposal (RFP) 10-5450 "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" was developed by staff to consolidate and replace three expiring contracts for concrete and asphalt paving services. Purchasing staff met with department personnel from Road and Bridge, Transportation Engineering, Facilities Management and Public Utilities to discuss sidewalk and roadway repair projects and the high need for timeliness, safety and quality in the execution of these projects. Typically, sidewalk, road and other miscellaneous asphalt and concrete repair projects occur as a result of a safety issue being identified by a County staff member or the public who has a experienced a problem (e.g. sidewalk cracks as a result of tree roots or other damages; roadway repairs due to utility work; concrete repairs needed in the jail due to extreme temperature contraction and expansion of concrete). Once identified, timeliness to correct the repair is paramount to avoid future problems. The departments using these contracts have varying needs in the way work is procured and how and when it is performed often during low pedestrian and vehicle traffic periods. Road and Bridge bundles multiple projects for minor sidewalk repairs and obtains a lump sum price. Transportation Engineering projects are more complex with specifically developed plans, specifications and line items which require specific expertise (e.g., pipe work, maintenance of Traffic and FDOT requirements). Facilities' projects are generally small and require immediate response due to high foot traffic and the public's safety. The resultant solicitation was developed to manage all these projects in the safest and most efficient and cost effective manner. Due to the diverse nature of the repairs, the expediency required to conduct these repairs due to the public's safety, and the potential for unusual work conditions (i.e. after business hours, in high traffic areas, etc.), staff selected the Request for Competitive Proposals process pursuant to the Board's Purchasing Policy, Section vrn A 1 and 2 as price should not be the determining factor in the selection of vendors or the distribution of work: · "Where qualitative considerations are of equal or greater concern than pricing considerations." · "Where the conditions of the purchase do not lend themselves to the fonnal sealed bid process or the award of a firm, fixed fee contract." County staff detennined that a solicitation based on price alone was not sufficient for these types of repairs and that a request for proposal with "quality based" criteria was needed. The "quality based" criteria included: credentials and' previous performance (30 points), cost (15 points), subcontracting (20 points), corporate experience and workload (15 points), references (10 points) and local vendor preference (1 0 points). This best value approach was selected with the following conditions in mind: Packet Page -227- ~ . . . 3/8/2011 Item 10.0. · Historically, the County issued approximately 140 purchase orders (since June 2007) for this type of work. More than 87% of the number of orders was less than $50,000; more than 39% of those same orders being less than $3,000. · The distribution of work since June 2007 has been issued to: o For jobs less than $3,000: four (4) different vendors o For jobs $3,000 - 10,000: five (5) different vendors o For jobs $10,000 - 25,000: five (5) different vendors o For jobs $25,000 - 50,000: three (3) different vendors o For jobs $50,000 - 100,000: five (5) different vendors o For jobs $100,000 - 200,000: three (3) different vendors o For jobs $200,000 and above: two different vendors · In order to ensure ethical practices and financial integrity, there are five levels of segregation of responsibility (checks and balances) prior to every purchase conducted between the County's project manager and the vendor, including: 1. Project manager requests work, 2. Fiscal clerk enters request for work (conducts preliminary internal policy review), 3. Departmental approver (designated by the Division Administrator) approves request for work (conducts internal departmental policy and budget review), 4. Purchasing staff review request for adherence to Board policy and issues purchase order to proceed, and 5. Finance staff pre-audit transaction prior to payment. The RFP solicitation was posted on November 29,2010 with a scope of service that includes asphalt and concrete roadway, curbing, sidewalk, parking lot, driveway and miscellaneous other repair and installation projects. Notices were sent to more than 1,500 vendors and 77 packages were requested. Seven proposals were received on December 12,2010. The proposals were publicly reviewed and ranked by a five member Selection Committee. The ranking is as follows: 1. Bonness, Inc. 2. Quality Enterprises USA, Inc. 3. Mitchell & Stark Construction Company, Inc. 4. Wright Construction Group, Inc. 5. BQ Concrete, LLC 6. Better Roads, Inc. 7. NR Contractors, Inc. Based upon staff review, the cOlmnittee recommends awarding contracts to the five (5) highest ranked contractors: Bonness, Quality Enterprises, Mitchell & Stark, Wright Construction and BQ Concrete. This solicitation consolidated several contracts utilized by multiple departments, and it was determined that award to five vendors (in no specific order) would be sufficient to cover the workload. Finns were selected based on the ability to provide a broad range of specialties including minor emergency repairs that can be completed in an efficient manner, to larger more involved roadway improvements that require experienced staff in maintenance of traffic (MOT) and capable of following Florida Department of Transportation (FDOT) specifications. To meet these multiple department needs, the contracts awarded can be paid either by lump sum or fixed line items. For the purpose of the RFP evaluation process, attached is a Summary of Hourly Rates provided by the five recommended awarded vendors - from lowest to highest, the prices did not exceed 10%. Packet Page -228- . . . 3/8/2011 Item 10.D. Projects that require performance/payment bonds, those that exceed $200,000.00, will be procured through the use of formal work orders and will be brought to the Board of County Commissioners prior to execution of the work. 'The standard Board construction agreement is attached with the following modification made from the solicitation document: The procedure to be followed will be determined by the value of the project determined by the project manager and as outlined below: Procedures for projects with a value less than $3.000 are as follows: · The project manager shall receive a quote (verbal or written). Procedures for projects with a value greater than $3.000 and less than $50,000 is as follows: · The project manager shall receive a written quote from at least one (1) of the selected firms on contract. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. Procedures for projects with a value greater than $50.000 and up to $100.000 are as follows: · Written quotations shall be solicited from at least three (3) of the selected firms. The written quote may be obtained electronically via the On-Line Bidding System, email or written cOlmnunication. Completion time shall be specified in the quotation. · Contractor shall respond with the information and/or proposal sought within seven (7) business days. , · Owner may negotiate terms and conditions. · Issuance by Owner of a numbered Purchase Order - and modifications to the purchase order will be per purchasing policy. · Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for projects with a value $100.000 to $200.000 are as follows: · Written quotations shall be solicited from at least three (3) of the selected finns. These quotes may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time and the collection of liquidated damages may be specified in the quotation. A Perfonnance Bond may also be required. · Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate tenns and conditions. · Issuance by Owner of a numbered Work Order - and modifications to the work order will be per purchasing policy. · Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for Projects with a Value of$200.001 to $750.000 (annually, Collier County generally has between four - six projects with an estimated value between $200,001 and $750,000): To fulfill Florida Statute 255.0525 for advertising competitive solicitations in this dollar range, a notice of this solicitation was advertised in the local newspaper at the time solicitation #10-5450 was available for public posting. Projects identified during the tenn of this resultant agreement Packet Page -229- . . . 3/8/2011 Item 10.D. are forecasted in the Collier County's 2030 Long Range Transportation Plan. A copy of this plan may be found at www.colIiergov.netlIndex.aspx?page=577.This financial plan outlines the long range goals, objectives and requirements to maintain the County's transportation system. In addition to the long range plan, the County has identified a number of more specific projects that may be included as a result of the resultant agreement if funding resources are available. FISCAL IMPACT: The funding for each project under the approved contract will come from each using Department. LEGAL CONSIDERATIONS: The selection and award of this Request for Propos.al (RFP) is consistent with Collier County Purchasing Policy, Section VIII. Competitive Proposals, and the Sealed Proposals procedure set forth in Section II C.4 of the Collier County Procurement Procedures; which allow awards to the best overall proposer(s) meeting the minimum published requirements of the RFP. Those sections authorize the procurement procedure utilized where qualitative considerations. are of equal or greater concern than pricing in hiring a contractor(s). The recommended contractors can be utilized to obtain quotes to perfonn emergency and safety related roadway and sidewalk projects by staff, as necessary, consistent with the Purchasing Policy and the limitations expressly specified in the Considerations section of this Executive Summary. This item has been reviewed and approved by the County Attorney's Office, is legally sufficient for Board action and only requires a majority vote-SRT. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. RECOMMENDATION: That the Board of County Commissioners awards RFP 10-5450 "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" to Bonness, Quality Enterprises, Mitchell & Stark, Wright Construction and BQ Concrete; and authorizes the Board's Chainnan to sign the attached contracts after execution by the contractors and County Attorney review. Prepared By: Brenda Brilhart, Purchasing Agent, Administrative Services Attachments: Committee Final Ranking Summary of Fees Contracts Packet Page -230- . . . 3/8/2011 Item 10.D. COLLIER COUNTY Board of County Commissioners Item Number: 10.0. Item Summary: Recommend approval of the award of RFP #10-5450 II Asphalt RoadwaYI Concrete, Curb, Sidewalk and Driveway Installations" to multiple firms for an estimated annual amount of $2,000,000. Meeting Date: 3/8/2011 Prepared By Name: BrilhartBrenda Title: Purchasing Agent,Purchasing & General Services 2/2412011 2:38:26 PM Approved By Name: SmithKristen Title: Administrative Secretary,Risk Management Date: 2/24/20113:19:48 PM Name: Carnell Steve Title: Director - Purchasing/General Services,Purchasing Date: 2/24/2011 4:26:49 PM Name: PriceLen Title: Administrator - Administrative Services, Date: 2/24/2011 4:55:31 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 2/25/2011 7:55:18 AM Name: KlatzkowJeff Title: County Attorney, Date: 2/25/2011 11:29:05 AM Name: StanleyTherese Title: ManagementlBudget Analyst, Senior, Office of Management & Budget Date: 2/28/2011 9: 1 5: 18 AM Packet Page -231- -~ 3/8/2011 Item 10.D. . Name: OchsLeo Title: County Manager Date: 2/28/2011 10:11:48 AM . . Packet Page -232- . . . 3/8/2011 Item 10.0. REQUEST FOR PROPOSAL Colter Count~ Administrative Services Division Purdla.sing COlliER COUNTY BOARD OF COUNTY COMMISSIONERS. RFP 10-5450 "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" Brenda Bri/hart, Purchasing Agent brendabrilhart@colliergov.net, Email Address (239) 252-8446, Telephone Number (239) 252-6697, FAX Number This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. (i).=.<i) .t..'~"~ p.,,:t.fJasJ1g Depsrtmen!' 3301 Tamiam: Trail East. Nap~es. Florida 34112. vNm.colliergov.nelipurchasing Packet Page -233- Table of Contents Section Legal Notice....................................................................................... Exhibit I: Scope of Work, Specifications and Response Format................ Exhibit II: General RFP Instructions.. ........ ................... ............ ............. Exhibit III: Collier County Purchase Order Terms and Conditions.............. Exhibit IV: Additional Terms and Conditions for RFP............................... Attachment 1: Vendor Checklist............................................................ Attachment 2: Vendor's Non-Response Statement................................... Attachment 3: Conflict of Interest Affidavit............................................. Attachment 4: Vendor Declaration Form.................................................. Attachment 5: Immigration Affidavit Certification..................................... Attachment 6: Affidavit for Claiming Status as a Local Business ............... Attachment 7: Insurance Requirements............ ...................................... Exhibit A - Scope of Services Exhibit B - Specifications Hammerhead Concept Design (provided in separate file) Exhibit C - List of Potential Projects Exhibit D - Performance & Payment Bonds RFP 10-5450 Packet Page -234- 3/8/2011 Item 10.D. . Page 3 4 10 13 16 23 24 25 26 28 29 . 30 . 2 3/8/2011 Item 10.D. . eolfe;,.County Adninisbative Services Division Purchasing . . Legal Notice Sealed Proposals to provide Roadway Projects will be received until 3:00 p.m., Naples local time, on December 20, 2010 at the Purchasing Department, Purchasing Building "Gil, Collier County Government Complex, 3327 Tamiami Trail East, Naples, Florida 34112. RFP # 10-5450 "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" Collier County is seeking the services of qualified roadway, concrete and paving companies to supply, deliver, create, and install asphalt, concrete, cement paving and other related materials to various sites within Collier County. A pre-proposal conference will not be held for this solicitation. All statements shall be made upon the official proposal form which may be obtained on the Collier County Purchasing Department E- Procurement website: www.collieroov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: IS/ Stephen Y. Carnell. C.P.M. Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.collieroov.net/purchasinq and in the Lobby of Purchasing Building "G", Collier County Government Center on November 29, 2010. G) iU' It;,~" . Purcl1asL"lg D;partnent. 3301 Tamiami Trail East. Nap:es, Florida 34112. \wNI,coili=rgov..l1sUpurchasing RFP 10-5450 3 Packet Page -235- 3/8/2011 Item 10.D. Exhibit I Scope of Work, Specifications and Response Format . As requested by the Collier County Road and Bridge Department (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Brief Description of Purchase: Collier County is seeking the services of qualified roadway, asphalt, concrete and paving companies to supply, deliver, create, and install concrete, cement paving and other related materials to various sites within Collier County; including, but not limited to, to the following: roadways, turn lanes, formed curbing, alc pads, building pads, sidewalks, footers, block walls, ornamental concrete coatings, tie beams, concrete repair, pool decks, patios, driveways, slabs, continuous curbing, clearing and preparation of site, concrete pumping, columns, keystone-stucco coatings and pavers, asphalt drives and parking areas as well as any and all related walkway or driving surfaces or materials necessary. Scope may also include finishing of parking and driveway areas with painting, parking stops or other necessary features to complete driveway or parking areas. Detailed Scope of Work - See Exhibit A . The procedure to be followed will be determined by the value of the project. The procedures for projects are outlined below: Procedures for proiects with a value UP to $100.000 are as follows: · Written quotations shall be solicited from one (1) of the selected firms. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the Quotation. · Contractor shall respond with the information andlor proposal sought within seven (7') business days. . Owner may negotiate terms and conditions. · Issuance by Owner of a numbered Purchase Order. · Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for proiects with a value $100.000 to $200.000 are as follows: . Written quotations shall be solicited from at least three (3) of the selected firms. These quotes may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time and the collection of liquidated damages may be specified in the Quotation. A Performance Bond may also be required. . Contractor shall respond with the information and/or proposal sought within seven (7') business days. · Owner may negotiate terms and conditions. . . Issuance by Owner of a numbered Work Order. RFP 10-5450 4 Packet Page -236- . . . 3/8/2011 Item 10.D. · Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for Proiects with a Value of $200,001 to $750,000 (annually, Collier County generally has between four - six projects with an estimated value between $200,001 and $750,000): To fulfill Florida Statue 255.0525 for advertising competitive bids in this dollar range, a notice of this solicitation was advertised in the local newspaper at the time solicitation #10-5450 was available for public posting. Projects identified during the term of this resultant agreement are forecasted in the Collier County's 2030 Long Range Transportation Plan. A copy of this plan can be found on www.collierqov.net/lndex.aspx?paqe=577.This financial plan outlines the long range goals, objectives and requirements to maintain the County's transportation system. In addition to the long range plan, the County has identified a number of more specific projects that may be included as a result of the resultant agreement if funding resources are available. Those projects may include: See Exhibit C for the potential project list. For projects with an estimated value between $200,001 and $750,000, the following quotation process will be used: · A "quotation process" shall occur among all contractors currently holding a contract for 10-5450. Specific project requirements, completion time the collection of liquidated damages, and performance bond requirement if necessary, may be specified in the "quotation." A Performance Bond may also be required. · If the project is identified in Master Plan or project list attached (see Exhibit C), the awarded contractors shall respond with their quoted proposals within seven (7) business days of notification of the project. If the project is not identified in the Master Plan or the project list, the County shall advertise the project as identified in Florida Statute 225.0525. · The County may negotiate terms and conditions on a project by project basis. · If a Performance Bond is required, Contractor shall provide within seven (7) business days after notification of award. · The contractor may not commence work until the County has issued a numbered Work Order; the County Attorney and Board of County Commissioners approval is required prior to commencement of the work order. · Certification of Final Completion is required by County in order for contractor to receive final payment. If an awarded contractor does not participate in the quoting process three (3) consecutive times, the contractor shall be prohibited from participating in the quoting process for six months and possible contract termination. Projected Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date 11/29/10 12/13/10 Issue RFP Notice Last Date for Receipt of Written Questions RFP 10-5450 5 Packet Page -237- 3/8/2011 Item 10.0. Addendum Issued By 12/16/10 Proposal ClosinQ Date 12/20/10 Anticipated Evaluation of Proposals December 2010 - January 2011 Anticipated Completion of Contract Negotiations January - February 2011 Anticipated Board of County Commissioner's Contract Approval January - February Date 2011 . Response Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non- responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for . proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. 1) Tab I, Cover Letter / Management Summary Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. List all proposed subcontractors who will participate on the team. 2) Tab II: Proposer's Credentials, Previous Performance and Project Understanding (Maximum 30 Points/Maximum 20 Pages): Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s), and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Proposer's certification that the Proposer will accept any awards made to him as a result of said submission of the terms contained therein. Proposers shall provide, in detail, their credentials for providing Roadway Contracting Services . and any information which documents successful and reliable experience in past performance, especially those performances related to the requirements of this solicitation. Include a description of the Proposer's business history and number of years in operation. Related RFP 10-5450 6 Packet Page -238- . . . 3/8/2011 Item 10.0. project experience shall be restricted to those assignments undertaken within the last five (5) years. Include a list of projects that were performed in the County's roadways. Higher points will be given to those Proposers who demonstrate a current work history of maintaining/constructing County/State arterial roadways and experience in Maintenance of Traffic (MOT). Provide a narrative of the Proposer understanding of the overall intent of the services. Identify any issues or concerns of significance that may be appropriate. Should subcontractor(s) be listed as a part of the project team, the Proposer shall provide a letter from each subcontractor that indicates the subcontractor's intent to be a part of the project team. Proposals submitted without the referenced letter(s) may result in the subcontractor's qualifications being eliminated from the review process. Proposer's ability to provide a complete proposal will be considered representative of the firm's responsiveness. Points will be deducted under this item for failure to submit all information as requested in this RFP. 3) Tab III, Cost of Services to the County (Maximum 15 Points) Provide hourly rates listed below: Cost per hour per employee for regular business hours Monday through Friday, 8:00 a.m. to 5:00 p.m. Foreman/Supervisor Skilled Worker General Labor per hour oer hour per hour Percentage of mark-up over actual cost for materials and parts as per example: % Example: Parts invoice Total $1,200 + 35% Markup = $1,620 Actual Price for materials and parts Cost per hour per employee for Overtime and Weekend Hours Foreman/Supervisor Skilled Worker General Labor per hour per hour oer hour Foreman's per hour rate + 2 general laborer's rate + ($1,000 [cost of parts] + % mark-up) = bid for purpose of evaluation. Awarded vendor will be required to abide by the rates provided above. 4) Tab IV: Staff/Subcontractors Credentials (Maximum 20 Points/Maximum 15 Pages): In this tab, include: · Description of the proposed contract team and the role to be played by each member of the proposed team. · Detailed plan of approach. · The Proposer shall include the name, title, address and telephone number of persons who will both manage and be assigned to perform services under the proposal. Brief RFP 10-5450 7 Packet Page -239- 3/8/2011Itern 10.0. Biographies: A brief one (1) page bio, including references, detailing educational qualifications and previous work assignments related to this RFP for each person who will . perform the services required shall be included. Failure to do so may be cause for rejection of the proposal. Credentials will be subject to verification. In the event there should be a change in the person(s) names assigned to perform the services under this contract, the Contractor shall submit, for approval to the County, the credentials and resumes of the person(s) the Contractor wishes to perform the services under this Contract. 5) Tab V: Corporate Experience and Capacity Current Workload (Maximum 15 Points/Maximum 5 Pages): Provide a statement as to what effect your current workload will have on your ability to perform this work. Provide information that documents your firm and subcontractors' qualifications to produce the required outcomes, including its ability, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members' successful experience in working with one another on previous projects. List Current Projects in the Format Identified Below Project Description Start Date End Date Original Budget Final Project Cost Number Change Orders . 6) Tab VI, Customer and Reference Listing (Maximum 10 Points) Provide a listing of previous customers who during the past three years of work demonstrate experience of similar size and scope to the scope described in this RFP. Collier County may select one or more contact names to serve as a reference for this scope of work. The services provided to these clients should have characteristics as similar as possible to those requested in this RFP. Information provided for each client shall include the following: . Client name, address and em ail address and telephone number. . Description of services provided. · Time period of the project or contract; briefly describe if project met or exceeded the schedule outlined . Client's contact reference name, email and current telephone number. · Dollar value of project; briefly describe if the completed project met, or came under budget. Failure to provide complete and accurate client information, as specified here, may result in the disqualification of your proposal. 7) Tab VII, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this . tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result RFP 10-5450 8 Packet Page -240- . . . 3/8/2011 Item 10.0. in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 8) Tab VIII, Required Form Submittals · Licenses and/or Certifications (if applicable) . Checklist . Conflict of Interest · Declaration Statement · Immigration Affidavit and the firms E-Verify memorandum of understanding or profile page · Affidavit for Claiming Status as a Local Business · Insurance Requirements Form . Cost to the County Forms · Other: Reference Requests RFP 10-5450 9 Packet Page -241- 3/8/2011 Item 10.0. Exhibit II General RFP Instructions . 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department E-Procurement website: www.collieroov.netlbid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Purchasing Agent noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre- proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. . 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Purchasing Agent, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Purchasing Agent will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 3:00 pm on or before December 20, 2010 to: Collier County Board of County Commissioners Purchasing Department Attn: Brenda Brilhart Purchasing Agent 3327 Tamiami Trail East, Bldg. "G" Naples, Florida 34112 . RFP 10-5450 10 Packet Page -242- 3/8/2011 Item 10.0. . The County shall not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing/General Services Director, or designee, shall reserve the right to accept proposals received after the posted close time under the following conditions: · The tardy submission of the proposal is due to the following circumstances, which shall include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. · The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit at least one (1) paper copy clearly labeled "Master," and five (5) copies of the proposal submitted on five CD-ROMs in PDF or Microsoft Word format is mandatory. List the Proposal Number on the outside of the box or envelope and note "Request for Proposal enclosed." 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection . The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2006-268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals 1. 2. 3. 4. 5. 6. . RFP 10-5450 The County's procedure for selecting is as follows: The County Manager shall appoint a Selection Committee to review all proposals submitted. Request for Proposals issued. Subsequent to the closing of proposals, the Purchasing Agent and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. Meetings shall be open to the public and the Purchasing Agent shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein. Prior to the first meeting of the selection committee, the Purchasing Agent will post a notice announcing the date, time and place of the first committee meeting. Said notice shall be posted in the lobby of the Purchasing Building not less than three (3) .working days prior to the meeting. The Purchasing Agent shall also post prior notice of all subsequent committee 11 P::Ir:kpt P::Il7P -?4~- 3/8/2011 Item 10.0. meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. . 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members shall score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall . not be considered. 10. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Points: 1. Proposer's Credentials & Previous Performance 30 2. Cost to the County 15 3. Staff/Subcontractors Credentials 20 4. Corporate Experience & Workload 15 5. References 10 6. Local Business Preference -1.Q Total Possible Points 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 11. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by . RFP 10-5450 12 Packet Page -244- . . . 3/8/2011 Item 10.0. Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or reVised documentation, at its sole discretion. RFP 10-5450 13 Packet Page -245- 3/8/2011Iterr1 10.0. Exhibit III Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in .this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the. COUNTY at the time and place of delivery; provided that risk of loss prior to RFP 10-5450 . actual receipt of the goods by the County nonetheless remain with vendor. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Oreler. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase . Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered . delivery of nonconforming goods and/or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. Packet Page -246- 14 . 6. Changes The COUNTY may at any time and by written notice make changes to drawings and . specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. . 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or. other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. . 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, RFP 10-5450 3/8/2011 Item 10.0. including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities 15 Packet Page -247- Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination RFP 10-5450 Packet Page -248- 3/8/2011 Item 10.0. This Purchase Order may be terminated at any . time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt . requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and lor conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. . 16 . . . 3/8/2011 Item 10.0. Exhibit IV Additional Terms and Conditions for RFP 1. Contract Term The contract term, if an award(s) is/are made is intended to be one (1) year with three (3) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon budget availability and Program Manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 2. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. · Collier County shall be responsible for purchasing and maintaining, its own liability insurance. · Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." · The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. · Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. RFP 10-5450 17 Packet Page -249- 3/8/2011 Item 10.0. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of . expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 3. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and . conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 4. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51 % or more of the solicitation amount for said work. 6. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 7. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper . protection of the rights of Collier County. A sample copy of this contract is available upon request. RFP 10-5450 18 Packet Page -250- 3/8/2011 Item 10.0. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. . 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: . Purchase Order Number · Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department A TIN: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112 Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: · Traditional - payment by check, wire transfer or other cash equivalent. · Standard - payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (Le. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. . Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules). The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. . Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218, Florida Statutes, otherwise known as the "Local Government Prompt RFP 10-5450 19 Packet Page -251- 3/8/2011 Item 10.0. Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 9. Environmental Health and Safety . All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposcll . response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252- 2477. 11. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 12. Relation of County . RFP 10-5450 20 Packet Page -252- . . . 3/8/2011 Item 10.0. It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 13. Security and Background Checks If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 14. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closinQ to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.orq/search.html). A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 17. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. RFP 10-5450 21 Packet Page -253- 3/8/2011 Item 10.0. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub. consultant. . 18. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11 :00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the pr.otesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or . replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 20. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 21. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. . 22. Immigration Affidavit Certification RFP 10-5450 22 Packet Page -254- . . . 3/8/2011 Item 10.0. States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: · Commodity based procurement where no services are provided. · Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not complv with providinQ both the acceptable E-Verifv evidence and the executed affidavit the bidder's / vendor's proposal shall be deemed non-responsive. Documentation of these reauirements will not be accepted after the bid I proposal deadline date. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.Qov/E-Verifv. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sea. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 23. Collier County Local Preference Policy Collier County provides an incentive to local business to enhance the opportunities of local businesses in the award of County contracts. In the evaluation of proposals, the County rewards Vendors for being a local business by granting a ten (10) points incentive in the evaluation criterion points. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited RFP 10-5450 23 Packet Page -255- 3/8/2011 Item 10.0. to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of . submitting their bid or proposal to be eligible for consideration as a "local business" under this section. The vendor must complete and submit with their proposal response the Affidavit for Claiming Status as a Loca/ Business which is included as part of this solicitation. Failure on the part of a vendor to submit this Affidavit with their proposal response will preclude said Vendor from being considered for local preference under this solicitation. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. . . RFP 10-5450 24 Packet Page -256- . .0 . 3/8/2011 Item 10.0. Attachment 1 Collier County Board of County Commissioners Purchasing Department Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: o o The Proposal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. o o Any addenda have been signed and included. The mailing envelope has been addressed to: Collier County Board of County Commissioners Purchasing Department, Building "G" 3327 Tamiami Trail, East Naples, Florida 34112 Attn: Brenda Brilhart, Purchasing Agent o The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Address: Name of Firm: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP 10-5450 25 Packet Page -257- 3/8/2011 Item 10.0. Attachment 2 Vendor's Non-Response Statement . The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this RFP for the following reason(s): D Services requested not available through our company. D Our firm could not meet specifications/scope of work. D Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) D Project is too small. D Insufficient time allowed for preparation of response. D Incorrect address used. Please correct mailing address: . D Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date . RFP 10-5450 26 Packet Page -258- 3/8/2011 Item 10.0. Attachment 3 . Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of . County of SUBSCRIBED AND SWORN to before me this by day of ,2010, , who is personally known to me to be the for the Firm, OR who produced the following identification Notary Public My Commission Expires . RFP 10-5450 27 Packet Page -259- Attachment 4 3/8/2011 Item 10.0. Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP NO.1 0-5450 -- "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon"the proposal documents listed by RFP # 10-5450. (Proposal Continued on Next Page) RFP 10-5450 Packet Page -260- . . . 28 . IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _ day of the County of , in the State of . Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number Telephone: FAX: Check on of the following: Signature by: (Typed and written) Title: Send payments to: . (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP . Telephone: RFP 10-5450 3/8/2011 Item 10.0. PROPOSAL CONTINUED ,2010 in D Sole Proprietorship D Limited Partnership D Corp or P. A. State of D General Partnership Additional Contact Information Company name used as payee Email 29 Packet Page -261- 3/8/2011 Item 10.0. eolrer County Ac:lninislrativ SeNices Division Purcl1asing Attachment 5 Immigration Affidavit Certification . RFP # : 10-5450 Title: Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verifv prOQram. shall deem the Vendor I Bidder's proposal as non-responsive. Documentation of these reauirements will not be accepted after the bid / proposal deadline date. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 ace) Section 274A(e) of the Immigration and Nationality Act (UlNA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration . at the time of submission of the Vendor's I Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this 20-, by day of (Print or Type Name) who has produced as identification. (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. . RFP 10-5450 30 Packet Page -262- . . . 3/8/2011 Item 10.0. Co~ih- County .A.dnini5tra1ive Services Division Purchasing Attachment 6 Affidavit for Claiming Status as a Local Business RFP #:10-5450 Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business D Collier County D Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in DCollier County or D Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in D Collier County or D Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Signature: Title: STATE OF FLORIDA D COLLIER COUNTY D LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 2010. Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) Packet Page -263- RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. Insurance I Bond Type 1. ~ Worker's Compensation 2. ~ Employer's Liability 3. ~ Commercial General Liability (Occurrence Form) patterned after the current ISO form 4. ~ Indemnification 4. I2l Automobile Liability Attachment 7 . Collier County Florida Insurance and Bonding Requirements Required Limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements $1.000.000 single limit per occurrence Bodily Injury and Property Damage $2.000.000 single limit per occurrence To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. . $ 2.000.000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. D Other insurance as D Pollution noted: Occurrence 6. D Bid bond 7. I2l Performance and Payment Bonds $ Per D Professional Liability $ Per Occurrence . $ 500,000 each claim and in the aggregate . $1,000,000 each claim and in the aggregate . $2,000,000 each claim and in the aggregate D Valuable Papers Insurance Occurrence $ Per Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a . 32 Packet Page -264- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by AM. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. . 8. [gI Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. [gI Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. [gI Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Collier County. NOTE: The "Certificate" should read as follows: · For any and all work performed on behalf of Collier County. · Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate. 11. [gI Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 33 ""__1__..1... "___ -.rr- 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors EXHIBIT A - SCOPE OF WORK . Program Description The Transportation Department is seeking the services of three (3) or more Roadway Contractors licensed in the State of Florida, to provide complete construction services. Services shall include roadway installation, repair and maintenance, and not be limited to, the following: 1. Work may require lengthening or otherwise modifying left and right turn lanes along County arterial and collector roadways. This work would typically include, but not be limited to: removal of existing grass or plantings; removal of existing curbing; excavation for new turn lane area; placement of base material and paving; adjustment of drainage; adjustment of utilities, if present, including irrigation and electric service; revisions to signing, pavement marking and striping; any other additional work necessary to provide a lengthened or otherwise modified turn lane. 2. Work required modifying median openings along County arterial and collector roadways. This work would be similar to that outlined above in Item 1, however, there may be no existing grass or plantings present. New grass or plantings may be required on a case-by case-basis. 3. Work required providing improvements at the intersections of roadways. This work could have some or all of the elements outlined in Items 1 and 2 above. Work in this category, and the other categories, could also include removal and replacement or construction of new sidewalk, including ramps for the handicapped, and constructing swales. . 4. Work of a similar nature and not specifically outlined above. 5. Maintenance of TrafficlTraffic Control and Protection will be a part of all projects and will be in accordance with FDOT and Collier County standards and requirements of the Maintenance of Traffic Policy, copies of which are available through the Risk Management or Purchasing Departments. 6. Design/Build: Collier County is seeking the services of qualified concrete and paving companies to design and build hammerheads at selected dead end streets in Collier County. The Company will design the hammerheads within the specifications of the Collier County Transportation Department, deliver, create, and install concrete, asphalt paving and other related materials needed to construct the hammerheads, preparation of site, asphalt drives and materials necessary. Scope may also include constructing reinforced driveways to be used as a turnaround by the Solid Waste Collection Contractor where it is not feasible to construct a hammerhead, or repairing an existing driveway. The size of each hammerhead will be determined by the Utility Billing and Customer Service Director or his/her Designee, designed by the successful bidder, reviewed and approved by the Collier County Transportation Department. The Contractor will provide labor and materials necessary for all County Collier County owned and lease sites. The Project Manager will have the discretion require replacement of sub-contractors on a project. . 34 Packet Page -266- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. The selected Contractor(s) will be responsible for providing complete construction services for a wide range of projects that may be required by any of the Collier County. The selected firms shall be responsible for knowledge of and compliance with all relative local, state and federal codes and regulations. Selected Contractor(s) shall provide the County with a one (1) year warranty for all work performed. This warranty will not go into effect until the project has been completed to the County's total satisfaction. Due to the nature of activities conducted, Collier County reserves the right to perform background checks on persons employed to perform services in connection with the contract. Work that is requested of the Contractor(s) in the County Jails will require thorough background checks of personnel and a search of tools/materials taken into the jails. This contract shall be available for use by all County departments. Performance Bond Reauirement When a construction project is in excess of $200,000 and more than thirty (30) days in duration, the Contractor(s) shall provide a Performance Bond, in the form prescribed in Exhibit D, in the amount of 100% of the Contract Amount, the costs of which is to be paid by the Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A_" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, NY 10038. Should the contract amount be less than $500,000 the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. All performance security under the subsequent contract shall be continued for a six (6) month period beyond the final completion of the project. If the surety for any bond furnished by the 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. Response Times: The Contractor(s) shall be accessible via pager, cellular telephone or other means approved by the Project Manager or their designee during the entire term of the Contract. Regular service shall be made available between the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. Emergency Response Time: The Vendor may be required to do emergency repairs at times other than normal working hours. The Vendor shall be in a position to be available on a twenty- four (24) hour basis, three hundred sixty-five (365) days per year for such emergency work. The Vendor shall supply the County with an emergency on-call telephone number and the same (or different telephone number) for routine repairs/new installation. 35 Packet Page -267- 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors EXHIBIT B PORTLAND CEMENT CONCRETE - CLASS I (NONSTRUCTURAL) CONCRETE SIDEWALK Specifications . Intent of Contract: The intent of the Contract is to provide for the construction and completion in every detail of the work described in the Contract. Furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the Contract Documents. Work not covered by Standard Specifications: Proposed construction and any contractual requirements not covered by these Standard Specifications may be covered by Contract plan notes or by Supplemental Specifications or Special Provisions for the Contract, and all requirements of such Supplemental Specifications or Special Provisions shall be considered as a part of these Specifications. Follow FDOT's Road and Bridge Specifications for Section 522 Concrete Sidewalk. The requirements of this Section are applicable to concrete designated as Class I (Nonstructural), hereinafter referred to as concrete. Use concrete composed of a mixture of Portland cement, aggregates, and water, with or without chemical admixtures, slag, or pozzolanic materials. Deliver concrete to the placement site in a freshly mixed, unhardened state. General Certify that all materials used in concrete are from Department approved sources, and free from detrimental matter. Meet the following requirements of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction most current edition approved by Project Manager, and revisions thereto current at the time of contract letting: . (a) Portland Cement..................................................... (b) Fine Aggregate....................................................... (c) Coarse Aggregate................................................... (d) Water...................................................................... (e) Chemical Admixtures............................................. (f) Pozzolans and Slag................................................. Section 921 Section 902 Section 901 . Section 923 Section 924 Section 929 Materials Meet the requirements specified in section 520-2 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction most current edition approved by Project Manager, and revisions thereto current at the time of contract letting. Forms Provide forms as specified in section 520-3 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction or most current edition, approved by Project Manager, and revisions thereto current at the time of contract letting. Excavation Excavation to the required depth, and compact the foundation material upon which these items are to be placed as specified in section 120-9 of the Florida Department of Transportation . 36 Packet Page -268- RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.D. . Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting. Foundation Compact fill areas, including cut areas under the sidewalk that have been excavated more that 6 inches below the bottom of sidewalk, to a minimum of 95% of AASHTO T 99 density. The area to be compacted is defined as that area directly under the sidewalk and 1 foot beyond each side of the sidewalk when right-of-way allows. Contractor is responsible for any Iimerock base/fill material that may be required under sidewalk to be removed and/or added, to keep consistent with the existing sidewalk e/evation(s) at no additional cost to the using Department; all cost should be included with the unit price of pay item being used. Expansion Joints Form % inch expansion joints between the sidewalk and the curb or driveway or at fixed objects and sidewalk intersections with a preformed joint filler meeting the requirements specified in section 932-1.1 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction 2004 or most current edition approved by Project Manager, and revisions thereto current at the time of contract letting. Contraction Joints The Contractor may use open type or sawed contraction joints. . Open-Type Joints Form open type contraction joints by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, remove the bulkhead. After finishing the sidewalk over the joint, edge the slot with a tool having % inch radius. Sawed Joints IF electing to saw the contraction joints, cut a slot approximately 3/16 inch wide and not less than 1 % inches deep with a concrete saw after the concrete has set, and within the following periods of time: · 3/16 inch Saw cut joints, 1 % inch deep at not more than 30 feet intervals within (12 hours) after finishing. · 3/16 inch Saw cut joints, 1 % inch deep within (96 hours) after finishing, maximum 5 foot centers. Placing Concrete Place the concrete as specified in section 520-5 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction 2004 or most current edition approved by Project Manager, and revisions thereto current at the time of contract letting. Finishing Screeding: Strike-off the concrete by means of a wood or metal screed, used perpendicular to the forms, to obtain the required grade and remove surplus water and laitance. . Surface Requirements Provide the concrete with a broom finish. Ensure that the surface variations are not more than % inch under a 10 foot straightedge, or more than 1/8 inch on a 5 foot transverse section. Finish the edge of the sidewalk with an edging tool having a radius of % inch. Apply a tine finish by an approved hand method to curb cut ramps in lieu of a broom finish. Ensure that the tine finish 37 Packet Page -269- 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors consists of transverse grooves which are 0.03 to 0.12 inch in width and 0.10 to 0.15 inch in . depth, spaced at approximately % inch center to center. Curing Cure the concrete as specified in section 520-8 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction 2004 or most current edition approved by Project Manager, and revisions thereto current at the time of contract letting. Admixture Requirements Chemical admixtures may be added at the dosage rates recommended by the manufacturer. Substitution of Materials Approved material sources may be substituted for similar materials indicated on the originally approved mix design. Use originally approved mix components and proportions, when unsatisfactory test results are obtained from the use of the substituted material(s). Production, Mixing and Delivery Concrete Production Requirements Deliver concrete from a production facility that is certified by the National Ready-Mixed Concrete Association (NRMCA) or approved by the District Materials Office and on the Department's approved plant list. Produce concrete utilizing equipment that is in good operating condition and operated in a manner to ensure a consistent product. Within two hours prior to each day's batching, ensure that the concrete production facility determines the free moisture for the coarse and fine aggregates. On concrete placements expected to exceed three hours, perform an . additional moisture test approximately half way through the batching operations and adjust batch Proportions accordingly. Ensure that the calibration of the measuring devices of the concrete production facilities meets the requirements of Chapter 531 of the Florida Statutes. At least quarterly, ensure that all scales, meters and other weighing or measuring devices are checked for accuracy by a qualified representative of a scale company registered with the Bureau of Weights and Measures of the Florida Department of Agriculture. Have the accuracy of admixture measuring dispensers certified annually by the admixture supplier. Mixers Ensure that mixers are capable of combining the components of concrete into a thoroughly mixed and uniform mass, free from balls or lumps of cementitious materials, and capable of discharging the concrete uniformly. Operate concrete mixers at speeds per the manufacturer's design. Do not exceed the manufacturer's rated capacity for the volume of mixed concrete in the mixer, mixing drum, or container. Delivery Do not exceed 120 minutes elapsed time between the initial addition of water to the mix and depositing the concrete at the point of final placement, subject to the ability to place and consolidate the concrete in accordance with specification requirements. Make adjustments to mix consistency at the site of placement only before any concrete from the load is placed. Do not make adjustments which will cause the allowable slump or maximum specified water cementitious ratio to be exceeded. Control of Quality . 38 Packet Page -270- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.D. Concrete Mix Design Before producing any concrete, submit the proposed mix design to the Project Manager on a form provided by the Department. Use only concrete mix designs meeting the following requirements and having prior approval of the Project Manager. Maximum water to cementitious materials ratio 0.55 Ibsllbs [0.55 kg/kg] Minimum 28-Day Compressive Strength 2,500 psi [17 MPa] Minimum cementitious Materials Content 470 Ibslyd3 [280 kg/m3] Slump 0 to 6 inch [0 to 150 mm] Materials may be adjusted provided that the theoretical yield requirement of the approved Mix design is met. Show all required original approved design mix data and batch adjustments and substituted material on the Department concrete delivery ticket. The Project Manager may disqualify any concrete production facility for non-compliance with Specification requirements. Sampling and Testing The Project Manager may sample and test the concrete at his discretion to verify its quality. Certification and Acceptance Furnish a Delivery Ticket with each batch of concrete before unloading at the placement site. The concrete producer may use an alternate form provided that it contains the required information. Record material quantities incorporated into the mix on the Delivery Ticket. Ensure that the Batcher responsible for production of the concrete, certifying that the batch was produced in accordance with specification requirements, signs the Delivery Ticket. Sign the Delivery Ticket certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with specification requirements. Concrete acceptance by the Department will be by Certification on the Delivery Ticket, as described herein, by the Batcher and the Contractor. The Project Manager will hold the contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump or water to cementitious materials ratio. Replace, at no cost to the Department, all concrete that does not meet the 28-day compressive strength requirements. At the sole option of the Department, the Project Manager may accept concrete at a reduced pay when it is determined that the concrete may not serve its intended function. Placing Concrete Place the concrete as specified in section 520-5 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting. Concrete Gutter, Curb Elements Concrete Use Class I concrete meeting the requirements of section 347 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting. Reinforcement For all steel reinforcement that may be required, it must meet the requirements of section 415 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting. Joint Materials 39 Packet Page -271- 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors Must meet the requirements of section 932 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the . time of contract letting. Form Materials Construct forms for this work of either wood or metal. Provide forms that are straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. For all items constructed on a radius, use flexible forms. Depth of Forms Ensure that forms have a depth equal to the plan dimensions for the depth of concrete being deposited against them. Machine Placement The Contractor may place these items by machine methods with the approval of the Project Manager provided that the Contractor consistently produces an acceptable finished product, true to line, grade, and cross section. - Excavation Excavate to the required depth, and compact the foundation material upon which these items are to be placed as specified in section 120-9 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting. Contractor is responsible for any limerock base/fill material that may be required to be removed and/or added, to keep consistent with the existing e/evation(s) at no additional cost to the using Department; all cost should be included with the unit price of pay ~~~ . Placing Concrete Place the concrete in the form, and tamp and spade it to prevent honeycombing, until the top of the structure can be floated smooth and the edges rounded to the radius shown. Contraction Joints Except for machine placed items, the Contractor may form joints by using dummy joints (either formed or sawed) or by using sheet metal templates. If using sheet metal templates, ensure that they are of the dimensions, and set to the lines shown. Hold templates firmly while placing the concrete. Leave templates in place until the concrete has set sufficiently to hold its shape, but remove them while the forms are still in place. Saw contraction joints, for machine placed items, unless the Project Manager approves an alternate method. Saw the joints as soon as the concrete has hardened to the degree that excessive raveling will not occur and before uncontrolled shrinkage cracking begins. Space contraction joints at intervals of 10 feet except where closure requires a lesser interval, but do not allow any section to be less than 4 feet in length. Expansion Joints Construct expansion joints at all inlets, at all radius points, and at other locations indicated on plans or by Project Manager and/or designee. Locate them at intervals of 500 feet between other expansion joints or ends of a run. Ensure that the joint is % inch in width. Finishing - Repair of Minor Defects Remove the forms within 24 hours after placing the concrete, and then fill minor defects with mortar composed of one part Portland cement and two parts fine aggregate. The Project Manager will not allow plastering on the face of the curb. Remove and replace any rejected . 40 Packet Page -272- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.D. curb, curb and gutter, or valley gutter without additional compensation. Final finish Finish all exposed surfaces while the concrete is still green. In general, the Project Manager will only require a brush finish. For any surface areas, which are too rough or where other surface defects make additional finishing necessary, the Project Manager may require the Contractor to rub the curb to a smooth surface with a soft brick or wood block, using water liberally. Also, if necessary to provide a suitable surface, the Project Manager may require the Contractor to rub further, using thin grout or mortar. Curing - General Continuously cure the concrete for a period of at least 72 hours. Commence curing after completely finishing and as soon as the concrete has hardened sufficiently to permit application of the curing material without marring the surface. Immediately replace any curing material removed or damaged during the 72 hour period. After removing the forms, cure the surfaces exposed by placing a berm of moist earth against them or by any of the methods described below, for the remainder of the 72 hour curing period. Wet Burlap Method Place burlap, as specified in section 925-1, of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting, over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches. Hold the burlap securely in place such that it will be in continuous contact with the concrete at all times, and do not allow any earth between the burlap surfaces at laps or between the burlap and the concrete. Saturate the burlap with water before placing it, and keep it thoroughly wet throughout the curing period. Membrane Curing Compound Method Apply clear membrane curing compound or white pigmented curing compound, as specified in section 925-2 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting, by a hand sprayer meeting the requirements of section 350-3.10 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting, in a single coat continuous film at a uniform coverage of at least 200 square feet per gallon. Immediately recoat any cracks, checks, or other defects appearing in the coating. Thoroughly agitate the curing compound in the drum prior to application, and during application as necessary to prevent settlement of the pigment. Polyethylene Sheeting Method Place polyethylene sheeting, as specified in section 925-3 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and revisions thereto current at the time of contract letting, over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches. Hold the sheeting securely in place and in continuous contact with the concrete at all times. Backfilling and Compaction After the concrete has set sufficiently, but not later than three days after pouring, refill the spaces in front and back of the curb to required elevation with suitable material (Contractor is responsible for any limerock base/fill material that may be required to be removed and/or added, to keep consistent with the existing e/evation(s) at no additional cost to the using 41 Packet Page -273- 3/8/2011Itern 10.0. RFP 09-5197 Annual Contract for Roadway Contractors Department; all cost should be included with the unit price of pay item being used). Place . and thoroughly compact the material in layers not thicker than 6 inches. Surface Requirements Test the gutter section of curb and gutter with a 10 feet straightedge laid parallel to the centerline of the roadway and while the concrete is still plastic. Perform straight edging along the edge of the gutter adjacent to the pavement or along other lines on the gutter cross-section, as directed by the Project Manager. Immediately correct irregularities in excess of % inch. Quality & Final Cleaning Up of Right-of-Way The Project Manager will review completed areas for quality and acceptance. Upon completion of the work, and before the Department accepts the work and makes final payment, remove from the right-of-way and adjacent property all falsework, equipment, surplus and discarded materials, rubbish and temporary structures: Restore in an acceptable manner all property, both public and private, that has been damaged during the prosecution of the work; and leave the waterways unobstructed and the roadway in a neat and presentable condition throughout the entire length of the work under Contract. Do not dispose of materials of any character, rubbish or equipment, on abutting property, with or without the consent of the property owners. Areas determined to be unsatisfactory, by the Project Manager, shall be removed and replaced at no additional cost to the Department. Repairs shall be completed prior to submission of the Contractor's invoice for work accomplished during the cycle. However, Project Manager and/or designee's judgment when evaluating completed work shall be final. Limitations of Operations: Sequence of Operations: The Project Manager may require the Contractor to finish a section on which work is in progress before starting work on any additional section. . Interference with Traffic: At all times conduct the work in such manner and in such sequence as to ensure the least practicable interference with traffic. Operate all vehicles and other equipment safely and without hindrance to the traveling public. Park all private vehicles outside the clear zone. Place materials stored along the roadway so as to cause no obstruction to the traveling public as possible. Contractor's Supervision: Prosecution of Work: Project will not start until a Notice to Proceed and/or Purchase Order is provided to the awarded Contractor. Give the work the constant attention necessary to ensure the scheduled progress, and cooperate fully with the Project Manager and with other contractors at work in the vicinity. Contractor's Supervision: Give the work the constant attention necessary to ensure the scheduled progress, and cooperate fully with the Project Manager and/or his appointed assistant or representative and with other contractors at work in vicinity. Contractor's Superintendent: Maintain a competent superintendent at the site at all times while work is in progress to act as the Contractor's agent. Provide a superintendent who is a competent superintendent capable of properly interpreting the Contract Documents and is thoroughly experienced in the type of work being performed. Provide a superintendent with the full authority to receive instructions from the Project Manager, including promptly supplying any materials, tools, equipment, labor, and incidentals that may be required. Furnish such superintendence regardless of the amount of work sublet. Provide a superintendent who . 42 Packet Page -274- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. speaks and understands English, and maintain at least one other responsible person who speaks and understands English, on the project during all working hours. Worksite Traffic Supervisor: Provide a Worksite Traffic Supervisor who is responsible for initiating, installing, and maintaining all traffic control devices. Ensure that the Worksite Traffic Supervisor has at least one year of experience directly related to worksite traffic control in a supervisory or responsible capacity and is certified by the American Traffic Safety Services Association Worksite Traffic Supervisor Certification Program or an equal approved by the CCBC. Use approved alternate Worksite Traffic Supervisors when necessary. Provide a Worksite Traffic Supervisor who is available on a 24-hour per day basis, and who reviews the project on a day-to-day basis and participates in all changes to traffic control. Provide the Worksite Traffic Supervisor with access to all equipment and materials needed to maintain traffic control and handle traffic related situations. Ensure that the Worksite Traffic Supervisor immediately corrects all safety deficiencies Do not allow minor deficiencies that are not immediate safety hazards to remain uncorrected for more than 24 hours. Ensure that the Worksite Traffic Supervisor is present to direct the initial setup of the traffic control plan and any changes to it. Ensure that the Worksite Traffic Supervisor is available on the site within 45 minutes after notification of an emergency situation and is prepared to positively respond to repair the work zone traffic control or to provide alternate traffic arrangements. The Project Manager may remove from the project a Worksite Traffic Supervisor that fails to comply with the provisions of this Sub article. Alteration of Plans or of Character of Work: General: The Project Manager reserves the right to make, at any time prior to or during the progress of the work, such increases or decreases in quantities, whether a significant change or not, and such alterations in the details of construction, whether a substantial change or not, including but not limited to alterations in the grade or alignment of the road or structure or both, as may be found necessary or desirable by the Project Manager. Such increases, decreases or alterations shall not constitute a breach of Contract, shall not invalidate the Contract. The Contractor agrees to perform the work, as altered, the same as if it had been a part of the original Contract. In the instance above, the determination by the Project Manager shall be conclusive and shall not subject to challenge by the Contractor in any forum, except upon the Contractor establishing by clear and convincing proof that the determination by the Project Manager was without any reasonable and good-faith basis. Authority of the Project Manager: Perform all work to the satisfaction of the Project Manager. The Project Manager will decide all questions, difficulties, and disputes, of whatever nature that may arise relative to the interpretation of the plans, construction, prosecution and fulfillment of the Contract, and as to the character, quality, amount, and value of any work done, and materials furnished, under or by reason of the Contract. The Project Manager and/or designee will have the final authority_ Authority and Duties of Project Manager Assistants: The Project Manager may appoint such assistants and representatives, as he desires. These assistants and representatives are authorized to inspect all work done and all materials furnished. Such inspection may extend to all or any part of the work and to the manufacture, preparation, or fabrication of the materials to be used. Such assistants and representatives are not authorized to revoke, alter, or waive any requirement of these Specifications. Rather, they are authorized to call to the attention of the Contractor any failure of the work or materials to meet the Contract Documents, and have the 43 Packet Page -275- 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors authority to reject materials or suspend the work until any questions at issue can be referred to and decided by the Project Manager. The Project Manager will immediately notify the Contractor . in writing of any such suspension of the work, stating in detail the reasons for the suspension. The presence of the inspector or other assistant in no way lessens the responsibility of the Contractor. The Project Manager and/or designee ill have the final authority. Default and Termination of Contract Determination of Default: The Project Manager will give notice, in writing, to the Contractor for any delay, neglect, or default, if the Contractor: (a) Fails to begin the work under the Contract within the time specified in the Notice to Proceed; (b) Fails to perform the work with sufficient workmen and equipment or with sufficient materials to ensure prompt completion of the Contract; (c) Performs the work unsuitably, or neglects or refuses to remove materials or to perform anew such work that the Project Manager rejects as unacceptable and unsuitable; (d) Discontinues the prosecution of the work, or fails to resume discontinued work within a reasonable time after the Project Manager notifies the Contractor to do so. For any other cause whatsoever, fails to carry on the work in an acceptable manner, for any reasonable cause, becomes unsatisfactory in the opinion of the Project Manager. If the Contractor, within a period of ten calendar days after receiving the notice described above, fails to proceed to correct the conditions of which complaint is made. The Project Manager will, upon written certificate from the Project Manager of the fact of such delay, neglect, or default and the Contractor's failure to correct such conditions, have full power and authority, without violating the Contract, to take the prosecution of the work out of the hands of the Contractor and to declare the Contractor in default. The Project Manager and/or will have the final authority. . The Department has no liability for anticipated profits for unfinished work on a Contract that the Project Manager has determined to be in default. Measurement and Payment Measurement Standards: The Project Manager or his assistant will measure all work completed under the Contract in accordance with the United States Standard Measures [International System of Units (SI) Measures]. Scope of Payments Items included in Payment: Accept the compensation as provided in the Contract as full payment for furnishing all materials and for performing all work contemplated and embraced under the Contract; also for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its final acceptance; also for all other costs incurred under the provisions of the Florida Department of Transportation, Standard Specifications for Road and Bridge Construction 2004 or most current edition approved by Project Manager, and revisions thereto current at the time of contract letting. For any item of work contained in the proposal, except as might be specifically provided otherwise in the basis of payment clause for the item, include in the Contract unit price (or lump sum price) for the pay item or items the cost of all labor, equipment, materials, tools and incidentals required for the complete item of work, including all requirements of the Section specifying such item of work, except as specifically excluded from such payments. . 44 Packet Page -276- . . . 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors Withholding Payment for Defective Work: If the Department discovers any defective work or material prior to the final acceptance, or if the Department has a reasonable doubt as to the integrity of any part of the completed work prior to final acceptance, then the Department will not allow payment for such defective or questioned work until the Contractor has remedied the defect and removed any causes of doubt. Control of Work The Project Manager will review completed areas for quality and acceptance. Areas determined to be unsatisfactory, by the Project Manager, shall be removed and replaced at no additional cost to the Department. Negligence by the Contractor that results in damage to turf, curbs, sidewalks, pavement or structures, mail boxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the Project Manager at no additional cost to the Department. Repairs shall be completed prior to submission of the Contractor's invoice for work accomplished. Basis of Payment Payment shall be full compensation for furnishing all equipment, materials, labor, disposal, and incidentals necessary to complete all specified operations. Beginning Work: Notify the Project Manager not less than five days in advance of the planned start day of work. Upon the receipt of such notice, the Project Manager may give the Contractor Notice to Proceed and may designate the point or points to start the work. In the Notice to Proceed, the Project Manager may waive the five-day advance notice and authorize the Contractor to begin immediately. Notify the Project Manager in writing at least two days in advance of the starting date of important features of the work. Do not commence work under the Contract until after the Project Manager has issued the Notice to Proceed. The Project Manager will issue the Notice to Proceed within 30 days after execution of the Contract. Compliance with Time Requirements: Commence work in accordance with the approved working schedule and provide sufficient labor, materials and equipment to complete the work within the time Iimit(s) set forth in the proposal. Should the Contractor fail to furnish sufficient and suitable equipment, forces, and materials, as necessary to prosecute the work in accordance with the required schedule, the Project Manager may withhold all estimates that are, or may become due, or suspend the work until the Contractor corrects such deficiencies. Pre-construction Conference: Immediately after awarding the Contract but before the contractor begins work; the Project Manager will call a pre-construction conference at a place the Project Manager designates to go over the construction aspects of the project. Attend this meeting, along with the Department and the various utility companies that may be involved with the repair. This meeting will be mandatory. State Roads: Work that is to be performed on the State Roads in Collier County will require a completed, original form called: Certification of Disbursements submitted with each invoice. 45 Packet Page -277- RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. EXHIBIT C List of Potential Projects Intersection/Safety Improvement Projects Vanderbilt Beach Rd. at Airport Rd. Immokalee Rd at EverQlades Blvd. Lake Trafford Rd. at SR 29 Hazel Rd.lNorth Rd. Improvements Randall Blvd. at Everglades Blvd. Livingston Rd. at Golden Gate Parkway Livinaston Rd. at Pine Ridge Rd. Immokalee Rd. Safety Improvements (Corkscrew to Immokalee) Immokalee Rd. Safety Improvements (Immokalee to County Line) Pine Ridge Road at US 41 Shadowlawn Dr. from Davis Blvd. to US 41 Airport Rd. at Davis Blvd. Miscellaneous Projects Naples Industrial Park and Pine Ridge Industrial Park MSTU Projects Enterorise Ave. at Industrial Blvd & Commercial Blvd. Prooress Ave. at Livingston Rd. Procress Ave. from Airport Rd. to Commercial Blvd. Taylor Rd. from Pine Ridge Rd. to J&C Blvd. J&C Blvd. at Airport Rd. Prosoect Avenue from Airport-Pulling Road to Industrial Blvd. Yawhl Street north Pine Ridge Rd. Industrial Blvd. from Radio Rd. to Mercantile Ave. Miscellaneous Projects at Naples Production Park MSTU Miscellaneous Projects at Pine Ridge Industrial Park MSTU Pathways Program S. 5th St., S. 9th St., Immokalee Dr., & Carson Rd. (Immokalee) Orange Blossom Dr, Manatee Rd, 28th Ct. SW, 48th Terr. SW, 28th Ave. SW, & 50th St. SW 8th Street & 111th Ave. (Naples Park) The Greenway Project CDBG Naples Manor Sidewalks: Broward St. ( US 41 to Carolina Ave), Fleming St. (Floridan to Texas), Trammel St (Floridan to Texas), Gilchrist St (Floridan to Texas), Carolina Ave (Texas to McCarty) and other selected projects not yet defined Boston Ave. (9th St to 1 st St S)-PROJECT DELAYED DUE TO STORMWA TER PROJECT 49th Terrace SW (48th St SW to 19th Place SW) Santa Barbara Blvd (Copper Leaf Lane to Green Blvd) 2012 Immokalee Sidewalks: 1st St N (Roberts Ave. to Immokalee Dr.), E~stis Ave (9th St. to Immokalee Rd/1st St), Colorado Ave (9th St. to 1st St.) 60% Plans by 3/12; Start Constr. Packet Page -278- . . . 46 . . . 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors US41/ South of Thomasson Dr S in front of Publix US 41/ East Naples Library South 9th Street (south of Boston Ave) SR 29 & Post Office SR 29 & between 7&8 Ave (in front of motel) Airport/Estey Ave (front of Shell) US 41/104th Ave NW Radio Rd.l Davis (front of gas station) US 41 E / Rattlesnake Hammock (7-Eleven) Airport-Pulling Rd/ Fountain View NE (J&C Blvd) Collier Blvd. & Pine Ridoe Rd 951/Manatee Rd 951/ Manatee Rd (across) Immokalee / Casino (Needs RIW acquisition) Airport-Pulling Rd/Pine Ridge Rd SE Corner (near Walmart entrance) 951/ Elkcam Cir. (across) Goodlette/ US 41 (Bayfront Inn) Bavshore/US 41 SW (across from existino shelter) 951/Marriott Hotel 951/Marriott Hotel (across) Sunshine/17 Ave NE Floridian/ Broward SW of Shell Lake Trafford/19th St. (front of Qas station) Airport Road/ Orange Blossom Dr NW Radio Rd.lLivinoston (front of car wash) S 5th St./ Stokes Ave (across Career Service center) S 5th St./ Career Service center Floridian/ Holland NW Lake Trafford Elementary Lake Trafford/ Ringo Ln (front of Tex Mex) St. Barbara/Rec. Lane NE Floridian/ Holland SE 47 Packet Page -279- RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. EXHIBIT D PUBLIC PAYMENT BOND RFP #10-5450 . Bond No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _ day of 20_, with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. 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 255.05(2). 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 20_, the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. . 48 Packet Page -280- . . . 3/8/2011 Item 10.D. Signed, sealed and delivered in the presence of: PRINCIPAL BY: NAME: ITS: Witnesses as to Principal STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, by , as of I 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 oat~. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) Packet Page -281- RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. OR . As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ day of . ,20_, 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: (Signature) (AFFIX OFFICIAL SEAL) Name: (Legibly Printed) Notary Public, State of: Commission No.: . 50 Packet Page -282- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. PUBLIC PERFORMANCE BOND RFP #10-5450 Bond No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) held and firmly bound to , as Obligee in the sum of are ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20_. with day of Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein 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 Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; 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, alterations or additions to the terms of the Contract or to work or to the specifications. 51 Packet Page -283- 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors 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 Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20_, 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: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF . The foregoing instrument was acknowledged before me this _ day of , 20_, by , as cl , 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: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: . 52 Packet Page -284- . . . The foregoing instrument was acknowledged before me this _ day of by as , a Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. AlTEST: Witnesses as to Surety Witnesses STATE OF COUNTY OF My Commission Expires: (AFFIX OFFICIAL SEAL) 3/8/2011 Item 10.0. SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) ,20_, of Surety, on behalf of (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: Packet Page -285- 0 0 0 ~ 0 0 0 0 0 0 q q 0 U"l 0 LI1 q q 0 0 N U"l 0 .-I 0 I'"'- U"l N 0 N . .... I'"'- oo;t m en ~ oo;t 00 m .-I ..t: N m ~ l1Il .-I' ..-l N ';:: ~ -u). -u). -u). -u). -u). -u). -u). -u). 0(/). 0 0 0 ~ 0 0 0 0 0 0 q 0 q 0 U"l q LI1 q U"l Ltl U"l 0 U"l N .::f 00 00 U"l ...i uS ~ ~ ~ oo;t 00 I'"'- U"l U"l 0 Ltl m oo;t ?'"'- m .-I' .-I' N' :s a -u). -u). -u). -u). -u). -u). -u). -u). -u). ~ 0 0 0 ~ 0 0 0 0 0 0 .... 0 0 q U"l 0 0 0 0 0 0 l'Cl 0 0 .-I 0 0 0 0 0 c:i .... U"l \I) U"l m N ~ oo;t m U"l l'"'- N ~ N N Ltl .-I' .-I' N' Q) ..t: U .... ~' -u). -u). -u). -u). -u). -u). -u). -u). 0(/). 0 0 0 ~ 0 0 0 0 0 0 III 0 0 0 0 0 q q 0 0 0 CIJ cu. 0 oci oci N 0 u:5 .::f c:i ..... .... ' N I'"'- l'Cl cu oo;t N .-I ~ oo;t N I'"'- .-I C'I a:: .... N m Ltl u > C .-I' ..-l N i: c ::s u 0 a . :I: /:Q .... -u). -u). -u). -u). -u). -u). -u). -u). 0(/). 0 > ~ a.. .-I I'"'- ~ ~ 00 U"l m ~ C'I m .-I ~ I':: 0 I':: '<:l: N ~ N 00 E .::f 0 U"l U"l U"l 0 m 0 I'"'- r..: E III N N .-I 00 m m N oo;t ~ 0 III .-I N N Ltl ::s cu .-I' .-I' N' V) C C C /:Q -u). -u). -u). -u). -u). -u). -u). -u). 0(/). >- m "0 c 0 ~ "0 ~ C ::s ro II 0 C/) 0. .c ro ::s C/) 'C ~ Q) L- C/) ro Q) ....... L- ro ~ L- L- L- C L- ::s L- E ::s ::s ::s C/) 'w ::s 0 ::s ~ 0 0 0 -L- II ::s 0 .c 0 L- 0 C/) .c .c .c Q) ..... ..0 .c .c 0 ~ l{) t L- 0. L- L- L- 0 L- - 0 M L- ::s a.. L- Q) ro Q) Q) Q) ..0 Q) Q) ....... I ~ 0. C/) + 0. 0. 0. 0. ro ~ 0. 0. 0 L- ::s (.) 0 "0 ro C) E 0 c ro E f! ro N ro L- 0. ::s !!l. ~~ L-O ....... ..-- L- C/) Q) 0 (.) ~ ro a.. 00 ro 'C .E ::s .0) + - .. ro Q)l{) L- Q) Q) 0 N ~c Q) ....... ....... C/) 0 Q) 0 > 0 ro Q):J: + t .- ~ >- ....... l- E >--c ro....... o E 0 o c Q) o.~ ::s 0. Q) L- ....... 0 o.m (.) .E 0.(1) ro -- Eo ::s Q) '0 E~ L- L- 0 ~ :I: L- I Q)o 0 ~ 0. > Q) Q) Q) 0 ~t)Q) l/l C/) L- E c (.) L- Q) C/) L- .. ro 0 0- l/l Q)tO .~ 'C Q)S: .~ E m C/) a.. .c (.) 0 Q) 0. - 0. -Q) C L- >- Q) L- L- - x t ~~ Q) L- L- L- _ 1ft 0 Q) n ,.., Q) 1ft ... 0 Q) n Q) 9 C/) ... l/l ... ::s o :J: -c c Q) ~ Q) Q) s: ~ . . CD.... ! = 'E .c Ern o g' 0:.;: c c o l\S =0:: ~Ci c; c rnii: . . ~ I. a 181 ~Il ~ ~ c 0 :t:i .!!. J! en c >0 ftS I > 'C C "t:l C ftS ~ ; CD "t:l en .c ... :::II (J as li ... u C 0 (J :>; ftS 3: 'C a:s e 0 It) a::: ~ - '9 Ci 0 .c - Q. rn ~ :it Q; a. u. ~ a::: j: "0 en ... .- ftS > en l! CI) I- 0 C) 1:::.!! = CD ~~ ..., c CI) 0 c CI) >OC ftS:';: C:c ~ .2 c = 0 ...,'2 o CD C) l! CD :c CX)CX)cx)cx)I'-COC'll 1ri......:~N N~o :> Q :tI: i o I- e>>O)VVLt)('I)COOOO C'II N~('I)~,\,,", vv '\""' ..... - Ci :I: c ftS o il~ II~ ~fl~t!~~~ ~";"._-'M:."'.'. ?'''-~~~ ;:;~~" ~-~~~-;:t;:;~~ :~~~, ft~~, o E ... u: ... o CD E ftS Z t/) a (J) .- .!!! "0 l1J L.. ;j L.. a. '- 0......... 13 (J) t/) m-c L.. c 0 -w() 5 >>..... ()~~ - 0'1 ^' co ._ u..;j'- zos .lIo:: '- m ~w BclS c_ o lD ().c o o~ Ill:!: t/) "U m o t/) 0:: t/) '- Q) Q) C :t:: C (J) 0 mm -J ~ o t- Packet Page -287- 3/8/2011 Item 10.0. -C'II('I)VIO<D1'- <:iqCOcx)N<lO<101'- -NN(f)~ui t/) '- o 1- d al.. ~ ~; ,......... IP';~ oS ('II Q .-I - o .-I Q) Q.O (U Q. j far ,'U. tl Q) > :;:0 m - C Q) ~ Do Q) 0:: 0'1 C '(j) m ~ ~ ;j a. 3/8/2011 Item 10.0. A G R E E MEN T 10-5450 For . Asphalt Roadway. Concrete. Curb. Sidewalk and Driveway Installations THIS AGREEMENT is made and entered into this day of , , 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 Wright Construction Group, Inc., authorized to do business in the State of Florida, whose business address is 9331 N. Tamiami Trail, Suite 22, Naples, Florida 34110, (hereinafter referred to as the "Contractor"). WIT N E SSE T H: 1. COMMENCEMENT: The Agreement shall be for a one (1) year period, commencing on , and terminating on . The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. In no event, including renewal options, shall the Agreement exceed four (4) years. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County 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 (5) firms to be pre. qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services for Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #10-5450 and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the 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 procedure to be followed will be determined by the value of the project. The procedures for projects are outlined below: Procedures for proiects with a value less than $3.000 are as follows: . The project manager shall receive a quote (verbal or written). Procedures for proiects with a value qreater than $3.000 and less than $50,000 is as follows: . The project manager shall receive a written quote from at least one (1) of the selected firms on contract. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. Procedures for proiects with a value qreater than $50.000 and up to $100,000 are as follows: . Page -1- Packet Page -288- 3/8/2011 Item 10.D. . · Written quotations shall be solicited from at least three (3) of the selected firms. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. · Contractor shall respond with the information and/or proposal sought within seven (7) business days. · Owner may negotiate terms and conditions. . · Issuance by Owner of a numbered Purchase Order - and modifications to the purchase order will be per purchasing policy. · Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for proiects with a value $100,000 to $200,000 are as follows: · Written quotations shall be solicited from at least three (3) of the selected firms. These quotes may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time and the collection of liquidated damages may be specified in the quotation. A Performance Bond may also be required. · Contractor shall respond with the information and/or proposal sought within seven (7) business days. · Owner may negotiate terms and conditions. · Issuance by Owner of a numbered Work Order - and modifications to the work order will be per purchasing policy. . · Certification of Final Completion required by County in order for contractor to receive final payment. . Procedures for Proiects with a Value of $200,001 to $750,000 (annually, Collier County generally has between four - six projects with an estimated value between $200,001 and $750,000): To fulfill Florida Statue 255.0525 for advertising competitive bids in this dollar range, a notice of this solicitation was advertised in the local newspaper at the time solicitation #10-5450 was available for public posting. Projects identified during the term of this resultant agreement are forecasted in the Collier County's 2030 Long Range Transportation Plan. A copy of this plan may be found at www.collierqov.net/lndex.aspx?paqe=577.This financial plan outlines the long range goals, objectives and requirements to maintain the County's transportation system. In addition to the long range plan, the County has identified a number of more specific projects that may be included as a result of the resultant agreement if funding resources are available. . For projects with an estimated value between $200,001 and $750,000, the following quotation process will be used: · A "quotation process" shall occur among all contractors currently holding a contract for 10-5450. Specific project requirements, completion time the collection of liquidated damages, and performance bond requirement if necessary, may be specified in the "quotation." A Performance Bond may also be required. · If the project is identified in Master Plan or project list attached (see Exhibit C), the awarded contractors shall respond with their quoted proposals within seven (7) business days of notification of the project. If the project is not identified in the Master Plan or the project list, the County shall advertise the project as identified in Florida Statute 225.0525. Page -2- Packet Page -289- 3/8/2011 Item 10.0. . The County may negotiate terms and conditions on a project by project basis. If a Performance Bond is required, Contractor shall provide within seven (7) business. days after notification of award. The contractor may not commence work until the County has issued a numbered Work Order and Notice to Proceed; the County Attorney and Board of County Commissioners approval is required prior to commencement of the work order. Certification of Final Completion is required by County in order for contractor to receive final payment. . . . If an awarded contractor does not participate in the quoting process three (3) consecutive times, the contractor may be prohibited from participating in the quoting process for six (6) months and possible contract termination. 3. 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 services offered under this contract, provided sufficient funds are included in its budget(s). 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Wright Construction Group, Inc. 9331 N. Tamiami Trail Suite 22 Naples, Florida 34110 Attention: George Andy Powell, Vice President Phone: 239/513-1724 Fax: 239/514-2132 . All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Stephen Y. Carnell Purchasing/General Services Director Phone: 239-252-8371 Fax: 239-252-6584 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. . Page -3- Packet Page -290- 3/8/2011 Item 10.D. 5. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a . partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County: Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours . after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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 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 Liabilitv: 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 Liabilitv: 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 Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. . Page -4- Packet Page -291- 3/8/2011 Item 10.0. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must inclUde. Employers' Liability with a minimum limit of $1 ,000,00 for each accident. Special Reauirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any oth. rights or remedies which otherwise may be available to an indemnified party or perso described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. BONDS. 14. A. When a construction project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. 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 party (ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. 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 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. PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work irA excess of thirty (30) days, the Contractor may indicate on his response to the Request fo~ Quotation his wish to receive Progress Payments. Subsequent to the first payment, Page -5- Packet Page -292- . . . 3/8/2011 Item 10.D. Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit liB" 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". 15. PAYMENTS WITHHELD. Owner may decline to approve any Application for Payment, or portions thereof, because of defective or incomplete work, outstanding punch list 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 al~o 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 Page -6- Packet Page -293- 3/8/2011 Item 10.0. 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 apPle 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 shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written oreler of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit liD" 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, workersA compensation, equal employment and safety (including, but not limited to, the Trench Safe~ 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 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. . Page -7- Packet Page -294- . . .. 3/8/2011 Item 10.0. 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. 23. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competel!t employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 24. TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rLJles 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. Page -8- Packet Page -295- 3/8/2011 Item 10.0. 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 th 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 Substantial 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. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit E, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch list 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 portions thereof) after the date of Substantial Completion, but Owner shall allow contracto. reasonable access to complete or correct items on the tentative punch list. 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, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a Certificate of Final Completion, Exhibit F, 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 acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 28. UaUIDA TED DAMAGES. The "Commencement Date" shall be established in the Notice tea 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 Page -9- Packet Page -296- . . . 3/8/2011 Item 10.0. 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 waives and relinquishes any right which it may have to seek characterize the above noted 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 Transportation 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, RFP No. 10-5450, any addenda, any QuotationlWork Order made or issued pursuant to this Agreement, and any related plans or specifications for any such Quotations or Work Orders. 31.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. Page -10- Packet Page -297- 3/8/2011Iten1 10.0. 32. 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. 33. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. . 34. 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. 35. 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. 36.0FFER 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. . 37.AGREEMENT TERMS: If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 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 i. Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. . Page -11- Packet Page -298- 3/8/2011 Item 10.0. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized _erson or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Fred W. Coyle, Chairman Dated: (Seal) Wright Construction Group, Inc. Contractor By: Signature First Witness . Type/Print Witness Name Typed Signature Second Witness Title Type/Print Witness Name Approved as to form and legal sufficiency: Scott R. Teach Deputy County Attorney . Page -12- Packet Page -299- 3/8/2011 Item 10.0. EXHIBIT A PUBLIC PAYMENT BOND Bond No. Contract No. 10-5450 . KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at_ (Business Address) are held and firmly bound to as Oblige in the sum of ($) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the ,20_, with Oblige for day of in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. 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 20_, the name of under-signed representative, pursuant to authority of its governing body. . Page -13- Packet Page -300- 3/8/2011 Item 10.0. Signed, sealed and delivered .n the presence of: PRINCIPAL: By: Name: Its: Witnesses as to Principal STATE OF COUNTY OF The foregoing instrument was acknowledged before me this of ,~ cl corporation, on behalf of the corporation. He/she is personally as identification and did (did 20_, by _ ,a known to me OR has produced not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of . Commission No.: ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR . Page -14- Packet Page -301- 3/8/2011 Item 10.0. Witnesses As Attorney in Fact (Attach Power of Attorney) . (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, 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: (Signature of Notary) . Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -15- Packet Page -302- 3/8/2011 Item 10.D. . EXHIBIT A-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. 10-5450 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20_, with 9blige for day of 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 attorneys' 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. . Page -16- Packet Page -303- 3/8/2011 Item 10.0. 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 20_. 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 : PRINCIPAL: Witnesses as to Principal By: Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 20__, by , as ,a He/She is personally known to me OR has produced did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -17- Packet Page -304- 3/8/2011 Item 10.0. ATTEST: SURETY: . (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR Witnesses As Attorney in Fact (Attach Power of Attorney) (Business Address) . (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, 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: (Signature of Notary) (AFFIX OFFICIAL SEAL) Name: (Legibly Printed) Notary Public, State of Commission No.: . Page -18- Packet Page -305- 3/8/2011 Item 10.0. COUNTY OF COLLIER ) STATE OF FLORIDA ) EXHIBIT B RELEASE AND AFFIDAVIT FORM . 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. CONTRACTOR . BY: ITS: President DATE: Witnesses [Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me this , 20_, by ~ ,a corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. day of , as corporation, on behalf of the My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) . (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: Page -19- Packet Page -306- 3/8/2011 Item 10.0. . EXHIBIT C FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: Bid No. 10-5450 Project No. Application Date Payment Application No. for Work accomplished through the Date: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date % % Liquidated Damages to be Accrued $ Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ 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 eceived 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: (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By Design Professional: By OWNER'S Project Manager: . Page -20- Packet Page -307- (Signature) DATE: (Type Name and Title) 3/8/2011 Item 10.0. EXHIBIT D CHANGE ORDER CHANGE ORDER NO. CONTRACT NO. 10-5450 . TO: DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated ,20 . 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 L-J 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: ,20 CONTRACTOR: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: By: DESIGN PROFESSIONAL: By: . Page -21- Packet Page -308- 3/8/2011 Item 10.0. . EXHIBIT E CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: . To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of .ubstantial Completion. Page -22- Packet Pae:e -309- 3/8/2011 Item 10.0. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: . RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate:. This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on ,20_ --. Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,20 OWNER . By: Page -23- Packet Page -310- 3/8/2011 Item 10.0. Type Name and Title '. EXHIBIT F CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. PROJECT: ENGINEER'S Project No. CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. eJO OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION . Page -24- Packet Page -311- 3/8/2011 Item 10.0. . The following warranty is attached to and made a part of this Certificate: EXHIBIT G Executed by Design Professional on ,20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 2004 '. CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on ,20 OWNER By: Type Name and Title . Page -25- Packet Page -312- 3/8/2011 Item 10.0. . EXHIBIT G WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free ~f all defects of materials and workmanship for a period of one year from the DATE OF FINAL ~OMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: .. Page -26- Packet Page -313- 3/8/2011 Item 10.0. A G R E E MEN T 10-5450 For . Asphalt Roadway. Concrete. Curb. Sidewalk and Driveway Installations THIS AGREEMENT is made and entered into this day of , , 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 Bonness. Inc., authorized to do business in the State of Florida, whose business address is 1990 Seward Avenue, Naples, Florida 34109, (hereinafter referred to as the "Contractor"). WIT N E SSE T H: 1. COMMENCEMENT: The Agreement shall be for a one (1) year period, commencing on , and terminating on . The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. In no event, including renewal options, shall the Agreement exceed four (4) years. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County 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. 51 A 1EMENT OF WORK: The Board of County Commissioners deemed five (5) firms to be pre. qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services for Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #10-5450 and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the 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 procedure to be followed will be determined by the value of the project. The procedures for projects are outlined below: Procedures for proiects with a value less than $3,000 are as follows: . The project manager shall receive a quote (verbal or written). Procedures for proiects with a value qreater than $3.000 and less than $50,000 is as follows: . The project manager shall receive a written quote from at least one (1) of the selected firms on contract. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. Procedures for proiects with a value qreater than $50,000 and up to $100.000 are as follows: . Page -1- Packet Page -314- 3/8/2011 Item 10.0. . · Written quotations shall be solicited from at least three (3) of the selected firms. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. · Contractor shall respond with the information and/or proposal sought within seven (7) business days. · Owner may negotiate terms and conditions. · Issuance by Owner of a numbered Purchase Order - and modifications to the purchase order will be per purchasing policy. · Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for projects with a value $100,000 to $200,000 are as follows: · Written quotations shall be solicited from at least three (3) of the selected firms. These quotes may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time and the collection of liquidated damages may be specified in the quotation. A Performance Bond may also be required. · Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate terms and conditions. · Issuance by Owner of a numbered Work Order - and modifications to the work order will be per purchasing policy. · Certification of Final Completion required by County in order for contractor to receive final payment. . Procedures for Proiects with a Value of $200,001 to $750,000 (annually, Collier County generally has between four - six projects with an estimated value between $200,001 and $750,000): To fulfill Florida Statue 255.0525 for advertising competitive bids in this dollar range, a notice of this solicitation was advertised in the local newspaper at the time solicitation #10-5450 was available for public posting. Projects identified during the term of this resultant agreement are forecasted in the Collier County's 2030 Long Range Transportation Plan. A copy of this plan may be found at www.collierqov.netllndex.aspx?paqe=577.This financial plan outlines the long range goals, objectives and requirements to maintain the County's transportation system. In addition to the long range plan, the County has identified a number of more specific projects that may be included as a result of the resultant agreement if funding resources are available. . For projects with an estimated value between $200,001 and $750,000, the following quotation process will be used: · A "quotation process" shall occur among all contractors currently holding a contract for 10-5450. Specific project requirements, completion time the collection of liquidated damages, and performance bond requirement if necessary, may be specified in the "quotation." A Performance Bond may also be required. · If the project is identified in Master Plan or project list attached (see Exhibit C), the awarded contractors shall respond with their quoted proposals within seven (7) business days of notification of the project. If the project is not identified in the Master Plan or the project list, the County shall advertise the project as identified in Florida Statute 225.0525. Page -2- Packet Page -315- 3/8/2011Itern 10.0. . The County may negotiate terms and conditions on a project by project basis. If a Performance Bond is required, Contractor shall provide within seven (7) business. days after notification of award. The contractor may not commence work until the County has issued a numbered Work Order and Notice to Proceed; the County Attorney and Board of County Commissioners approval is required prior to commenc~ment of the work order. Certification of Final Completion is required by County in order for contractor to receive final payment. . . . If an awarded contractor does not participate in the quoting process three (3) consecutive times, the contractor may be prohibited from participating in the quoting process for six (6) months and possible contract termination. 3. 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 services offered under this contract, provided sufficient funds are included in its budget(s). 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, -first class mail service, postage prepaid, addressed to the following Contractor's address of record: Bonness, Inc. 1990 Seward Avenue Naples, Florida 34109 Attention: Kathleen M. Bailie, President Phone: 239/597-6221 Fax: 239/597-7416 . All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Stephen Y. Carnell Purchasing/General Services Director Phone: 239-252-8371 Fax: 239-252-6584 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. . Page -3- Packet Page -316- 3/8/2011 Item 10.0. 5. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a . partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours . after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 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 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 Liabilitv: 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 Liabilitv: 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 Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. . Page -4- Packet Page -317- 3/8/2011Itern 10.0. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must inclUde. Employers' Liability with a minimum limit of $1 ,000,00 for each accident. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. . Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any oth. rights or remedies which otherwise may be available to an indemnified party or perso described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. BONDS. 14. A. When a construction project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. 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 party (ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. 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 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. PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work i~ excess of thirty (30) days, the Contractor may indicate on his response to the Request fo~ Quotation his wish to receive Progress Payments. Subsequent to the first payment, Page -5- Packet Page -318- . . . 3/8/2011 Item 10.D. Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit liB" 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". 15. PAYMENTS WITHHELD. Owner may decline to approve any Application for Payment, or portions thereof, because of defective or incomplete work, outstanding punch list 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 lJ1ay 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 Page -6- Packet Page -319- 3/8/2011 Item 10.0. 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 apPI. 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 shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "0" 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, worker. 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 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. . . Page -7- Packet Page -320- . . . 3/8/2011 Item 10.0. 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. 23.STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 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. Page -8- Packet Page -321- 3/8/2011 Item 10.0. 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 th 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 fight 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 Substantial 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. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit E, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch list 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 portions thereof) after the date of Substantial Completion, but Owner shall allow Contracto. 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, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a Certificate of Final Completion, Exhibit F, 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 acceptability of the Work. 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 t. 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 Page -9- Packet Page -322- . . . 3/8/2011 Item 10.0. 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 sul;>stantial 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 waives and relinquishes any right which it may have to seek characterize the above noted 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 Transportation 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, RFP No. 10-5450, any addenda, 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.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. Page -10- Packet Page -323- 3/8/2011Itenl 10.0. 32. 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. 33. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. . 34. 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. 35. 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. 36.0FFER 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. . 37.AGREEMENT TERMS: If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 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 i. Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. Page -11- Packet Page -324- 3/8/2011 Item 10.D. 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. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Fred W. Coyle, Chairman Dated: (Seal) BQnness, Inc. Contractor By: Signature First Witness Type/Print Witness Name Typed Signature . Second Witness Title Type/Print Witness Name Approved as to form and legal sufficiency: Scott R. Teach Deputy County Attorney . Page -12- Packet Page -325- 3/8/2011 Item 10.0. EXHIBIT A PUBLIC PAYMENT BOND Bond No. Contract No. 10-5450 . KNOW ALL MEN BY THESE PRESENTS: That , as Principal,and , as Surety, located at_ (Business Address) are held and firmly bound to as Oblige in the sum of ($) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the ,20_, with Oblige for day of in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statute. 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 20_, the name of under-signed representative, pursuant to authority of its governing body. . Page -13- Packet Page -326- 3/8/2011 Item 10.0. Signed, sealed and delivered .in the presence of: PRINCIPAL: Witnesses as to Principal By: Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this of ,~ cl corporation, on behalf of the corporation. He/she is personally as identification and did (did 20_, by _ ,a known to me OR has produced not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of . ATTEST: Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR . Page -14- Packet Page -327- 3/8/2011 Item 10.0. As Attorney in Fact (Attach Power of Attorney) . Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, 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: (Signature of Notary) . Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -15- Packet Page -328- 3/8/2011 Item 10.0. . EXHIBIT A-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. 10-5450 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20_, with Obli.ge for day of 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 attorneys' 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. . Page -16- Packet Page -329- 3/8/2011 Item 10.0. 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 20_, 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 : PRINCIPAL: Witnesses as to Principal By: Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 20__, by , as day of of corporation, on behalf of the corporation. as identification an. ,a He/She is personally known to me OR has produced did (did not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page-17- Packet Page -330- 3/8/2011 Item 10.0. ATTEST: SURETY: . (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) . (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, 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: (Signature of Notary) (AFFIX OFFICIAL SEAL) Name: (Legibly Printed) Notary Public, State of Commission No.: . Page -18- Packet Page -331- 3/8/2011 Item 10.0. COUNTY OF COLLIER ) STATE OF FLORIDA ) EXHIBIT B RELEASE AND AFFIDAVIT FORM . 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. CONTRACTOR . BY: ITS: President DATE: Witnesses [Corporate Seal] STATE OF COUNTY OF The foregoing instrument was acknowledged before me this , 20_, by of , a corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. day of , as corporation, on behalf of the My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) -. (AFFIX OFFICIAL SEAL) Notary Public, State of Page -19- Packet Page -332- Commissioner No.: . . . Page -20- Packet Page -333- 3/8/2011 Item 10.0. 3/8/2011Itern 10.0. EXHIBIT C FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: . Bid No. 10-5450 Project No. Application Date Payment Application No. for Work accomplished through the Date: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date % % Liquidated Damages to be Accrued $ Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ 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) By Design Professional: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: (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: Page -21- Packet Page -334- (Signature) DATE: (Type Name and Title) . 3/8/2011 Item 10.0. . CHANGE ORDER NO. EXHIBIT D CHANGE ORDER CONTRACT NO. 10-5450 TO: DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated ,20_. 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: ,20_ CONTRACTOR: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: By: DESIGN PROFESSIONAL: By: . Page -22- Packet Page -335- 3/8/2011 Item 10.0. EXHIBIT E CERTIFICATE OF SUBSTANTIAL COMPLETION . OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: . To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. . Page -23- Packet Page -336- 3/8/2011 Item 10.0. '-he responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance .With the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,20_ . OWNER By: Page -24- Packet Page -337- 3/8/2011 Item 10.0. Type Name and Title EXHIBIT F . CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. PROJECT: ENGINEER'S Project No. CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. To OWNER . And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION . Page -25- Packet Page -338- 3/8/2011 Item 10.0. . The following warranty is attached to and made a part of this Certificate: EXHIBIT G Executed by Design Professional on ,20 Design Professional By: Type Name and Title .CONTRACTOR accepts this Certificate of Final Completion on 004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on ,20_ OWNER By: Type Name and Title . Page -26- Packet Page -339- 3/8/2011 Item 10.0. . EXHIBiT G WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: . CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: . Attest: Page -27- Packet Page -340- 3/8/2011 Item 10.0. A G R E E MEN T 10-5450 . For Asphalt Roadwav. Concrete. Curb. Sidewalk and Drivewav Installations THIS AGREEMENT is made and entered into this day of , , 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 BQ Concrete, LLC., authorized to do business in the State of Florida, whose business address is 6017 Pine Ridge Road, Naples, Florida 34119, (hereinafter referred to as the "Contractor"). WIT N E SSE T H: 1. COMMENCEMENT: The Agreement shall be for a one (1) year period, commencing on , and terminating on . The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. In no event, including renewal options, shall the Agreement exceed four (4) years. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County 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. .ST A TEMENT OF WORK: The Board of County Commissioners deemed five (5) firms to be pre- qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services for Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #10-5450 and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the 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 procedure to be followed will be determined by the value of the project. The procedures for projects are outlined below: The procedure to be followed will be determined by the value of the project determined by the project manager and as outlined below: . Procedures for proiects with a value less than $3.000 are as follows: · The project manager shall receive a quote (verbal or written). Procedures for projects with a value qreater than $3.000 and less than $50.000 is as follows: · The project manager shall receive a written quote from at least one (1) of the selected firms on contract. The written quote may be obtained electronically via the On-Line Page -1- Packet Page -341- 3/8/2011 Item 10.0. Bidding System, email or written communication. Completion time shall be specified in the quotation. Procedures for projects with a value "reater than $50,000 and up to $100,000 are as follows: . . Written quotations shall be solicited from at least three (3) of the selected firms. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. . Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate terms and conditions. . Issuance by Owner of a numbered Purchase Order - and modifications to the purchase order will be per purchasing policy. . Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for proiects with a value $100,000 to $200,000 are as follows: . Written quotations shall be solicited from at least three (3) of the selected firms. These quotes may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time and the collection of liquidated damages may be specified in the quotation. A Performance Bond may also be required. . Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate terms and conditions. . Issuance by Owner of a numbered Work Order - and modifications to the work orde. will be per purchasing policy. . Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for Projects with a Value of $200,001 to $750,000 (annually, Collier County generally has between four - six projects with an estimated value between $200,001 and $750,000): To fulfill Florida Statue 255.0525 for advertising competitive bids in this dollar range, a notice of this solicitation was advertised in the local newspaper at the time solicitation #10-5450 was available for public posting. Projects identified during the term of this resultant agreement are forecasted in the Collier County's 2030 Long Range Transportation Plan. A copy of this plan may be found at www.collieroov.netllndex.aspx?paoe=577.This financial plan outlines the long range goals, objectives and requirements to maintain the County's transportation system. In addition to the long range plan, the County has identified a number of more specific projects that may be included as a result of the resultant agreement if funding resources are available. For projects with an estimated value between $200,001 and $750,000, the following quotation process will be used: . A "quotation process" shall occur among all contractors currently holding a contract for 10-5450. Specific project requirements, completion time the collection of liqUidated. damages, and performance bond requirement if necessary, may be specified in th "quotation." A Performance Bond may also be required. Page -2- Packet Page -342- . 3/8/2011 Item 10.0. . If the project is identified in Master Plan or project list attached (see Exhibit C), the awarded contractors shall respond with their quoted proposals within seven (7) business days of notification of the project. If the project is not identified in the Master Plan or the project list, the County shall advertise the project as identified in Florida Statute 225.0525. The County may negotiate terms and conditions on a project by project basis. If a Performance Bond is required, Contractor shall provide within seven (7) business days after notification of award. The contractor may not commence work until the County has issued a numbered Work Order and Notice to Proceed; the County Attorney and Board of County Commissioners approval is required prior to commencement of the work order. Certification of Final Completion is required by County in order for contractor to receive final payment. . . . . If an awarded contractor does not participate in the quoting process three (3) consecutive times, the contractor may be prohibited from participating in the quoting process for six (6) months and possible contract termination. 3. 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 services offered under this contract, provided sufficient funds are included in its budget(s). .4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: BQ Concrete 6017 Pine Ridge Road Suite 329 Naples, Florida 34119 Attention: Buddy Quarles Phone: 239/262-7320 Fax: 239/354-4458 All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: . Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Stephen Y. Carnell Purchasing/General Services Director Phone: 239-252-8371 Fax: 239-252-6584 Page -3- Packet Page -343- 3/8/2011 Item 10.0. 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. . 5. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. . 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shallA deem any conduct on the part of the Contractor to be objectionable or improper, the County shal'" 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 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. 1 O. 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 $2,000,000 pe. Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. Page -4- Packet Page -344- . . . 3/8/2011 Item 10.0. This shall include Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Special ReQuirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. BONDS. A. When a construction project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. 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 party (ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. 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 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. Page -5- Packet Page -345- 3/8/2011 Item 10.0. 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. Subsequent to the first paymen. 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". 15. PAYMENTS WITHHELD. Owner may decline to approve any Application for Payment, 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 o. Contractor to Owner, whether relating to or arising out of this Agreement or any othe 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 WhiC. 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 Page -6- Packet Page -346- . . . 3/8/2011 Item 10.0. 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 shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with th~ County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit liD" 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 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 Page -7- P::lrk13t P::1013 _~Ll7_ 3/8/2011 Item 10.0. 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 th_ 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. 23. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 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 oA the Work to be specifically inspected, tested or approved, Contractor shall assume fu'''' 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 person. 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, Page -8- Packet Page -348- 3/8/2011 Item 10.0. . 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 Substantial 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. . If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit E, 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 portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch list. 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, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a Certificate of Final Completion, Exhibit F, 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 acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. Page -9- Packet Page -349- 3/8/2011 Item 10.0. 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 sit. 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 fime 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 waives and relinquishes any right which it may have to seek characterize the above noted 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 contractoe 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 Transportation 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, RFP No. 10-5450, any addenda, any QuotationlWork Order made or issued pursuant to this Agreement, and any related plans or specifications for any such Quotations or Work Orders. 31.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 th. individual, firm, and/or any employee of the firm from contact with County staff for a specifie . period of time; b. Prohibition by the individual and/or firm from doing business with the County Page -10- Packet Page -350- . . . 3/8/2011 Item 10.0. 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. 32. 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. 33. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. 34. 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 ref~renced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 35. 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. 36.0FFER 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. 37.AGREEMENT TERMS: If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 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. Page -11- Packet Page -351- 3/8/2011 Item 10.0. 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 fir. above written. ATTEST: Dwight E. Brock, Clerk of Courts BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: By: Fred W. Coyle, Chairman Dated: (Seal) BQ Concrete, LLC Contractor By: First Witness Signature Type/Print Witness Name Typed Signature . Second Witness Title Type/Print Witness Name Approved as to form and legal sufficiency: Scott R. Teach Deputy County Attorney . Page -12- Packet Page -352- 3/8/2011 Item 10.D. . EXHIBIT A PUBLIC PAYMENT BOND Bond No. Contract No. 10-5450 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at _ (Business Address) are held and firmly bound to as Oblige in the sum of ($) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the , 20~, with Oblige for day of in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. 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 20_, the name of under-signed representative, pursuant to authority of its governing body. . Page -13- Packet Page -353- 3/8/2011Iten1 10.0. Signed, sealed and delivered in the presence of: PRINCIPAL: . Witnesses as to Principal By: Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this of ,~ ~ corporation, on behalf of the corporation. He/she is personally as identification and did (did 20_1 by _ ,a known to me OR has produced not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR . Page -14- Packet Page -354- 3/8/2011 Item 10.0. As Attorney in Fact (Attach Power of Attorney) .Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20__, by ,as of J 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. .y Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -15- Packet Page -355- 3/8/2011 Item 10.0. EXHIBIT A-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. 10-5450 . KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and I as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20_. with Oblige for day of 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 attorneys' fees that Oblige sustains becaus. 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. . Page -16- Packet Page -356- 3/8/2011 Item 10.D. 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 ond. 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 20_, 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 : PRINCIPAL: Witnesses as to Principal By: Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 20__, by , as ,a AHe/She is personally known to me OR has produced -did (did not) take an oath. day of of corporation, on behalf of the corporation. as identification and My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) Name: (Legibly Printed) Notary Public, State of Commission No.: . Page -17- Packet Page -357- 3/8/2011 Item 10.0. ATIEST: SURETY: (Printed Name) . (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) . (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, 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: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -18- Packet Page -358- 3/8/2011 Item 10.0. .OUNTY OF COLLIER ) STATE OF FLORIDA ) EXHIBIT B RELEASE AND AFFIDAVIT FORM 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 mi~ht 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. . CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF [Corporate Seal] The foregoing instrument was acknowledged before me this , 20_, by cl ,a corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. day of , as corporation, on behalf of the My Commission Expires: (Signature of Notary) . NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: Page -19- Packet Page -359- 3/8/2011 Item 10.0. EXHIBIT C FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: . Bid No. 10-5450 Project No. Application Date Payment Application No. for Work accomplished through the Date: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date % % Liquidated Damages to be Accrued $ Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ 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) By Design Professional: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: (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: Page -20- Packet Page -360- (Signature) DATE: (Type Name and Title) . 3/8/2011 Item 10.0. . CHANGE ORDER NO. EXHIBIT D CHANGE ORDER CONTRACT NO. 10-5450 TO: DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated ,20_. 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: ,20_ CONTRACTOR: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: By: DESIGN PROFESSIONAL: By: . Page -21- Packet Page -361- 3/8/2011Iterrl 10.0. EXHIBIT E . CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: . To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. . Page -22- Packet Page -362- 3/8/2011 Item 10.D. erhe responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance . with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,20_ . OWNER By: Page -23- Packet Page -363- 3/8/2011 Item 10.0. Type Name and Title EXHIBIT F . CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. PROJECT: ENGINEER'S Project No. CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. To OWNER . And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION . Page -24- Packet Page -364- 3/8/2011 Item 10.0. . The following warranty is attached to and made a part of this Certificate: EXHIBIT G Executed by Design Professional on ,20 Design Professional . By: Type Name and Title .CONTRACTOR accepts this Certificate of Final Completion on 004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on ,20_ OWNER By: Type Name and Title . Page -25- Packet Page -365- 3/8/2011 Item 10.0. . EXHIBIT G WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: --e CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to F/orida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: . Attest: Page -26- Packet Page -366- 3/8/2011 Item 10.0. A G R E E MEN T 10-5450 . For Asphalt Roadway. Concrete. Curb. Sidewalk and Driveway Installations THIS AGREEMENT is made and entered into this day of , , 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 Quality Enterprises USA, Inc., authorized to do business in the State of Florida, whose business address is 3894 Mannix Drive Suite 216, Naples, Florida 34114, (hereinafter referred to as the "Contractor"). WIT N E SSE T H: 1. COMMENCEMENT: The Agreement shall be for a one (1) year period, commencing on , and terminating on . The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. In no event, including renewal options, shall the Agreement exceed four (4) years. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty. (180) days. The County 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. eST A TEMENT OF WORK: The Board of County Commissioners deemed five (5) firms to be pre- qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services for Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #10-5450 and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the 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 procedure to be followed will be determined by the value of the project. The procedures for projects are outlined below: Procedures for proiects with a value less than $3,000 are as follows: · The project manager shall receive a quote (verbal or written). . Procedures for proiects with a value qreater than $3.000 and less than $50,000 is as follows: · The project manager shall receive a written quote from at least one (1) of the selected firms on contract. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. Procedures for projects with a value qreater than $50,000 and up to $100,000 are as follows: Page -1- Packet Page -367- 3/8/2011 Item 10.0. . Written quotations shall be solicited from at least three (3) of the selected firms. The written quote may be obtained electronically via the On-Line Bidding System, email o.r written communication. Completion time shall be specified in the quotation. . Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate terms and conditions. . Issuance by Owner of a numbered Purchase Order - and modifications to the purchase order will be per purchasing policy. . Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for proiects with a value $100,000 to $200,000 are as follows: . Written quotations shall be solicited from at least three (3) of the selected firms. These quotes may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time and the collection of liquidated damages may be specified in the quotation. A Performance Bond may also be required. . Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate terms and conditions. . Issuance by Owner of a numbered Work Order - and modifications to the work order will be per purchasing policy. . Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for Projects with a Value of $200,001 to $750,000 (annually, Collier coun. generally has between four - six projects with an estimated value between $200,001 and $750,000): To fulfill Florida Statue 255.0525 for advertising competitive bids in this dollar range, a notice of this solicitation was advertised in the local newspaper at the time solicitation #10-5450 was available for public posting. Projects identified during the term of this resultant agreement are forecasted in the Collier County's 2030 Long Range Transportation Plan. A copy of this plan may be found at www.collierqov.netllndex.aspx?paQe=577.This financial plan outlines the long range goals, objectives and requirements to maintain the County's transportation system. In addition to the long range plan, the County has identified a number of more specific projects that may be included as a result of the resultant agreement if funding resources are available. For projects with an estimated value between $200,001 and $750,000, the following quotation process will be used: . A "quotation process" shall occur among all contractors currently holding a contract for 10-5450. Specific project requirements, completion time the collection of liquidated damages, and performance bond requirement if necessary, may be specified in the "quotation." A Performance Bond may also be required. . If the project is identified in Master Plan or project list attached (see Exhibit C), the awarded contractors shall respond with their quoted proposals within seven (7_ business days of notification of the project. If the project is not identified in the Maste. Plan or the project list, the County shall advertise the project as identified in Florida Statute 225.0525. Page -2- Packet Page -368- 3/8/2011 Item 10.0. . The County may negotiate terms and conditions on a project by project basis. If a Performance Bond is required, Contractor shall provide within seven (7) business days after notification of award. The contractor may not commence work until the County has issued a numbered Work Order and Notice to Proceed; the County Attorney and Board of County Commissioners approval is required prior to commencement of the work order. Certification of Final Completion is required by County in order for contractor to receive final payment. . . . . If an awarded contractor does not participate in the quoting process three (3) consecutive times, the contractor may be prohibited from participating in the quoting process for six (6) months and possible contract termination. 3. 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 services offered under this contract, provided sufficient funds are included in its budget(s). 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: . Quality Enterprises USA, Inc. 3894 Mannix Drive Suite 216 Naples, Florida 34114 Attention: Louis Gaudio, Vice President Phone: 239/435-7200 Fax: 239/435-7202 All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Stephen Y. Carnell Purchasing/General Services Director Phone: 239-252-8371 Fax: 239-252-6584 . 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. Page -3- Packet Page -369- 3/8/2011 Item 10.0. 5. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent Of. the County. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. ContraCtor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until th. 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 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 Liabilitv: 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 Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non- Ownership. . Page -4- Packet Page -370- . . .4. 3/8/2011 Item 10.0. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,00 for each accident. Special ReQuirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. . Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County wit.h certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. BONDS. A. When a construction project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. 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 party (ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. 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 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. 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. Subsequent to the first payment, Page -5- Packet Page -371- 3/8/2011 Item 10.0. 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 i writing, and in substantially the form attached hereto as Exhibit "C". 15. PAYMENTS WITHHELD. Owner may decline to approve any Application for Payment, 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 b. 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 Page -6- Packet Page -372- . . . 3/8/2011 Item 10.0. 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 shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit liD" 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 ord~r 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 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. Page -7- 3/8/2011 Item 10.0. 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, fabricator. 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. 23. STANDARDS OF CONDUCT: PROJECT MANAGER. SUPERVISOR. EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employ.ees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless,incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 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 shae 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 afte~ 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. Page -8- Packet Page -374- 3/8/2011 Item 10.0. . 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 Substantial 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. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit E, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchJist 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 portions 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, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a Certificate of Final Completion, Exhibit F, 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 acceptability of the Work. 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 Page -9- Packet Page -375- 3/8/2011 Item 10.D. 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 fO. 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 waives and relinquishes any right which it may have to seek characterize the above noted 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 firsA day and include the last day of such period. If the last day of any such period falls on ,., 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 Transportation 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, RFP No. 10-5450, any addenda, any QuotationlWork Order made or issued pursuant to this Agreement, and any related plans or specifications for any such Quotations or Work Orders. 31.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 sp.ecified. period o.f ti~e, including but not limited to:. su.b~itting bids, ~FP, and/or quotes. and, c. Immediate termination of any contract held by the indIvidual and/or fIrm for cause. Page -10- Packet Page -376- 3/8/2011 Item 10.0. . 32. 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. 33. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. . 34. 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. 35. 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. 36.0FFER 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. . 37.AGREEMENT TERMS: If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. . 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. Page -11- Packet Page -377- 3/8/2011 Item 10.0. 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. Brock, Clerk of Courts BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA . By: By: Fred W. Coyle, Chairman Dated: (Seal) Quality Enterprises USA, Inc. Contractor By: First Witness Signature Type/Print Witness Name Typed Signature Second Witness Title . Type/Print Witness Name Approved as to form and legal sufficiency: Scott R. Teach Deputy County Attorney . Page -12- Packet Page -378- 3/8/2011 Item 10.0. . EXHIBIT A PUBLIC PAYMENT BOND Bond No. Contract No. 10-5450 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at _ (Business Address) are held and firmly bound to as Oblige in the sum of ($) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the ,20_, with Oblige for . day of in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. 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 20_, the name of under-signed representative, pursuant to authority of its governing body. . Page -13- Packet Page -379- 3/8/2011 Item 10.0. Signed, sealed and delivered in the presence of: PRINCIPAL: . Witnesses as to Principal By: Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this of ,~ cl corporation, on behalf of the corporation. He/she is personally as identification and did (did 20_, by _ ,a known to me OR has produced not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR . Page -14- Packet Page -380- 3/8/2011 Item 10.0. .Witnesses As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, by , as of I 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. .y Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -15- Packet Page -381- 3/8/2011 Item 10.0. EXHIBIT A-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. 10-5450 . KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20_, with Oblige for. day of 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 attorneys' fees that Oblige sustains becaus. 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. . Page -16- Packet Page -382- 3/8/2011 Item 10.0. 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 ond. 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 20_, 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 : PRINCIPAL: By: Name: Its: Witnesses as to Principal STATE OF COUNTY OF The foregoing instrument was acknowledged before me this _ day of 20_, by , as of , a corporation, on behalf of the corporation. ~e/She is personally known to me OR has produced as identification and -did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) Name: (Legibly Printed) Notary Public, State of Commission No.: . Page -17- Packet Page -383- 3/8/2011Itenl 10.0. ATTEST: SURETY: (Printed Name) . (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) . (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, 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: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -18- Packet Page -384- 3/8/2011 Item 10.0. Ar.OUNTY OF COLLIER ) .STATE OF FLORIDA ) EXHIBIT B RELEASE AND AFFIDAVIT FORM 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 [monthlylfinal] Application for Payment No. . CONTRACTOR BY: ITS: President Witnesses DATE: STATE OF COUNTY OF [Corporate Seal] The foregoing instrument was acknowledged before me this , 20_, by cl ,a corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. day of , as corporation, on behalf of the My Commission Expires: (Signature of Notary) . (AFFIX OFFICIAL SEAL) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Page -19- Packet Page -385- 3/8/2011 Item 10.0. EXHIBIT C FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: . Bid No. 10-5450 Project No. Application Date Payment Application No. for Work accomplished through the Date: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date % % Liquidated Damages to be Accrued $ Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ 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: Page -20- Packet Page -386- (Signature) DATE: (Type Name and Title) . 3/8/2011 Item 10.0. EXHIBIT D CHANGE ORDER .CHANGE ORDER NO. CONTRACT NO.1 0-5450 TO: DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated ,20_. 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: ,20_ CONTRACTOR: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: By: DESIGN PROFESSIONAL: By: . Page -21- Packet Page -387- 3/8/2011 Item 10.0. EXHIBIT E .: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: ENGINEER'S Project No. CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: . To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. . Page -22- Packet Page -388- 3/8/2011 Item 10.0. .he responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance .With the Contract Documents. Executed by Design Professional on ,20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,20_ . OWNER By: Page -23- Packet Page -389- 3/8/2011Itenl 10.0. Type Name and Title EXHIBIT F . CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. PROJECT: ENGINEER'S Project No. CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. To OWNER . And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION . Page -24- Packet Page -390- 3/8/2011 Item 10.0. . The following warranty is attached to and made a' part of this Certificate: EXHIBIT G Executed by Design Professional on ,20_ Design Professional By: Type Name and Title .CONTRACTOR accepts this Certificate of Final Completion on 004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on ,20_ OWNER By: Type Name and Title . Page -25- Packpt P::lPP -~q1- 3/8/2011 Item 10.0. . EXHIBIT G WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of final Completion: Name and Address of CONTRACTOR: -e CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF fiNAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: . Attest: Page -26- Packet Page -392- 3/8/2011 Item 10.0. A G R E E MEN T 10-5450 . For Asphalt Roadway. Concrete. Curb. Sidewalk and Driveway Installations THIS AGREEMENT is made and entered into this day of , , 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 Mitchell & Stark Construction Company, Inc., authorized to do business in the State of Florida, whose business address is 6001 Shirley Street, Naples, Florida 34109, (hereinafter referred to as the "Contractor"). WIT N E SSE T H: 1. COMMENCEMENT: The Agreement shall be for a one (1) year period, commencing on , and terminating on . The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. In no event, including renewal options, shall the Agreement exceed four (4) years. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County 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. .STATEMENT OF WORK: The Board of County Commissioners deemed five (5) firms to be pre- qualified and awarded a Contract to each firm. Each awardee will enter into an Agreement to provide complete services for Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations on an as-needed basis as may be required by the Owner in accordance with the terms and conditions of RFP #10-5450 and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. The execution of this Agreement shall not be a commitment to the Contractor that any work will be awarded to the Contractor. Rather, this Agreement governs the rights and obligation of the 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 procedure to be followed will be determined by the value of the project. The procedures for projects are outlined below: Procedures for proiects with a value less than $3,000 are as follows: · The project manager shall receive a quote (verbal or written). . Procedures for proiects with a value qreater than $3,000 and less than $50,000 is as follows: · The project manager shall receive a written quote from at least one (1) of the selected firms on contract. The written quote may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time shall be specified in the quotation. Procedures for proiects with a value qreater than $50,000 and UP to $100,000 are as follows: Page -1- Packet Page -393- 3/8/2011 Item 10.0. . Written quotations shall be solicited from at least three (3) of the selected firms. The written quote may be obtained electronically via the On-Line Bidding System, email o.r written communication. Completion time shall be specified in the quotation. . Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate terms and conditions. . Issuance by Owner of a numbered Purchase Order - and modifications to the purchase order will be per purchasing policy. . Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for proiects with a value $100,000 to $200,000 are as follows: . Written quotations shall be solicited from at least three (3) of the selected firms. These quotes may be obtained electronically via the On-Line Bidding System, email or written communication. Completion time and the collection of liquidated damages may be specified in the quotation. A Performance Bond may also be required. . Contractor shall respond with the information and/or proposal sought within seven (7) business days. . Owner may negotiate terms and conditions. . Issuance by Owner of a numbered Work Order - and modifications to the work order will be per purchasing policy. . Certification of Final Completion required by County in order for contractor to receive final payment. Procedures for Proiects with a Value of $200,001 to $750,000 (annually, Collier coun. generally has between four - six projects with an estimated value between $200,001 and $750,000): To fulfill Florida Statue 255.0525 for advertising competitive bids in this dollar range, a notice of this solicitation was advertised in the local newspaper at the time solicitation #10-5450 was available for public posting. Projects identified during the term of this resultant agreement are forecasted in the Collier County's 2030 Long Range Transportation Plan. A copy of this plan may be found at www.collierqov.netllndex.aspx?paqe=577.This financial plan outlines the long range goals, objectives and requirements to maintain the County's transportation system. In addition to the long range plan, the County has identified a number of more specific projects that may be included as a result of the resultant agreement if funding resources are available. For projects with an estimated value between $200,001 and $750,000, the following quotation process will be used: . A "quotation process" shall occur among all contractors currently holding a contract for 10-5450. Specific project requirements, completion time the collection of liquidated damages, and performance bond requirement if necessary, may be specified in the "quotation." A Performance Bond may also be required. . If the project is identified in Master Plan or project list attached (see Exhibit C), the awarded contractors shall respond with their quoted proposals within seven (7. business days of notification of the project. If the project is not identified in the Maste. Plan or the project list, the County shall advertise the project as identified in Florida Statute 225.0525. Page -2- Packet Page -394- 3/8/2011 Item 10.0. . The County may negotiate terms and conditions on a project by project basis. If a Performance Bond is required, Contractor shall provide within seven (7) business days after notification of award. The contractor may not commence work until the County has issued a numbered Work Order and Notice to Proceed; the County Attorney and Board of County Commissioners approval is required prior to commencement of the work.order. Certification of Final Completion is required by County in order for contractor to receive final payment. . . . . If an awarded contractor does not participate in the quoting process three (3) consecutive times, the contractor may be prohibited from participating in the quoting process for six (6) months and possible contract termination. 3. 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 services offered under this contract, provided sufficient funds are included in its budget(s). 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: . Mitchell & Stark Construction Company Inc. 6001 Shirley Street Naples, Florida 34109 Attention: Brian Penner, CEONice President Phone: 239/597-2165 Fax: 239/566-7865 All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Stephen Y. Carnell Purchasing/General Services Director Phone: 239-252-8371 Fax: 239-252-6584 . 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. Page -3- Packet Page -395- 3/8/2011 Item 10.0. 5. NO PARTNERSHIP: Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent oef the County. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 7. NO IMPROPER USE: The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, county facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until th. 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 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 $2,000,000 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. . Page -4- Packet Page -396- . . .4. 3/8/2011 Item 10.0. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,00 for each accident. Special ReQuirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION: To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, includil")g, 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. When a construction project is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. 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 party (ies) providing labor and/or materials in connection with each construction or renovation project performed by the Contractor. 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 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. 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. Subsequent to the first payment, Page -5- Packet Page -397- 3/8/2011 Item 10.0. 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 i writing, and in substantially the form attached hereto as Exhibit "C". 15. PAYMENTS WITHHELD. Owner may decline to approve any Application for Payment, 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 b. 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 Page -6- Packet Page -398- . . . 3/8/2011 Item 10.0. 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 shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit liD" 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 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. Page -7- Packet Page -399- 3/8/2011Itenl 10.0. 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, fabricator. 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. 23.STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 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 shae 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 damageA . injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours afte. 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. Page -8- Packet Page -400- 3/8/2011 Item 10.0. . 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 Substantial 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. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit E, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch list. 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 portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch list. 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, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, he shall promptly issue a Certificate of Final Completion, Exhibit F, 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 acceptability of the Work. 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 Page -9- Packet Page -401- 3/8/2011Iten1 10.0. 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 fa" 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 waives and relinquishes any right which it may have to seek characterize the above noted 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 firs. 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 Transportation 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, RFP No. 10-5450, any addenda, any QuotationlWork Order made or issued pursuant to this Agreement, and any related plans or specifications for any such Quotations or Work Orders. 31.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 s~ecified. period ~f ti':le, including but not limited to:. su.b~itting bids, ~FP, and/or quotes. and, c. Immedlate"termmatlon of any contract held by the IndiVidual and/or firm for cause. Page -10- Packet Page -402- . . . 3/8/2011 Item 10.D. 32. 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. 33. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. . 34. 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. 35. 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. 36.0FFER 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. 37.AGREEMENT TERMS: If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 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. Page -11- 3/8/2011 Item 10.0. 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. Brock, Clerk of Courts BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA . By: By: Fred W. Coyle, Chairman Dated: (Seal) Mitchell & Stark Construction Company Inc. Contractor By: First Witness Signature Type/Print Witness Name Typed Signature . Second Witness Title Type/Print Witness Name Approved as to form and legal sufficiency: Scott R. Teach Deputy County Attorney . Page -12- Packet Page -404- 3/8/2011 Item 10.0. . EXHIBIT A PUBLIC PAYMENT BOND Bond No. Contract No. 10-5450 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at _ (Business Address) are held and firmly bound to as Oblige in the sum of ($) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the ,20_, with Oblige for day of in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to as the Contract. 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 20_, the name of under-signed representative, pursuant to authority of its governing body. . Page -13- Packet Page -405- 3/8/2011 Item 10.0. Signed, sealed and delivered in the presence of: PRINCIPAL: . Witnesses as to Principal By: Name: Its: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this of .~ cl corporation, on behalf of the corporation. He/she is personally as identification and did (did 20_, by _ ,a known to me OR has produced not) take an oath. My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR . Page -14- Packet Page -406- 3/8/2011 Item 10.0. .Witnesses As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20__, 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. eny Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) Name: (Legibly Printed) Notary Public, State of Commission No.: . Page -15- P::lr!i-pt P::lOP _Lln7_ 3/8/2011 Item 10.0. EXHIBIT A-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. 10-5450 . KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to , as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20_, with Oblige for day of 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 attorneys' 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. . Page -16- Packet Page -408- 3/8/2011 Item 10.0. This instrument shall be construed in all respects as a common law bond. It is expressly understood e;that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this ond. 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 20_, 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 : PRINCIPAL: By: Name: Its: Witnesses as to Principal STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 20__, by , as ,a ~e/She is personally known to me OR has produced -d-id (did not) take an oath. day of of corporation, on behalf of the corporation. as identification and My Commission Expires: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -17- Packet Page -409- 3/8/2011 Item 10.0. ATTEST: SURETY: (Printed Name) . (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR Witnesses As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) . (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, by I 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: (Signature of Notary) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: . Page -18- Packet Page -410- 3/8/2011 Item 10.0. ~OUNTY OF COLLIER ) -STATE OF FLORIDA ) EXHIBIT B RELEASE AND AFFIDAVIT FORM 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. . CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF [Corporate Seal] The foregoing instrument was acknowledged before me this , 20_, by of , a corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. day of , as corporation, on behalf of the My Commission Expires: (Signature of Notary) . (AFFIX OFFICIAL SEAL) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Page -19- Packet Page -411- 3/8/2011Iten1 10.0. EXHIBIT C FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water-Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: . Bid No. 10-5450 Project No. Application Date Payment Application No. for Work accomplished through the Date: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date % % Liquidated Damages to be Accrued $ Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ . Total value of Work Completed and stored to Date $ 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) By Design Professional: Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: (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: Page -20- Packet Page -412- (Signature) DATE: (Type Name and Title) . 3/8/2011 Item 10.0. .CHANGE ORDER NO. EXHIBIT D CHANGE ORDER CONTRACT NO. 10-5450 TO: DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated ,20_. 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: ,20_ CONTRACTOR: OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: By: DESIGN PROFESSIONAL: By: . Page -21- Packet Pae:e -413- 3/8/2011 Item 10.0. EXHIBIT E CERTIFICATE OF SUBSTANTIAL COMPLETION . OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: . To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. . Page -22- Packet Page -414- 3/8/2011 Item 10.0. .he responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance .With the Con:ract Documents. Executed by Design Professional on ,20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on ,2004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,20_ . OWNER By: Page -23- Packet Page -415- 3/8/2011 Item 10.0. Type Name and Title EXHIBIT F . CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. PROJECT: ENGINEER'S Project No. CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. To OWNER . And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION . Page -24- Packet Page -416- 3/8/2011 Item 10.0. . The following warranty is attached to and made a part of this Certificate: EXHIBIT G Executed by Design Professional on ,20_ Design Professional By: Type Name and Title .CONTRACTOR accepts this Certificate of Final Completion on 004 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on ,20_ OWNER By: Type Name and Title . Page -25- D",.I",>+ D,,"o _A 17_ 3/8/2011 Item 10.0. . EXHIBIT G WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: --e CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: . Attest: Page -26- Packet Page -418- 3/8/2011 Item 10.0. .. e. '\ CoUier County Board ot County commissioners .... f RfP 10-5450 "Asphalt Roadway, Concrete, Curb, Sidewaltt and Drivewal lns\aUa\ion" Due Date: December 20, 2010, 3 p.m. .~ Brenda BrUbart, purcbasing Agent purcbasing Department purcbasing Building "G" CoUier County Government Comptex 3327 Tamlaml Trail East. Naples. fL 34112 brendabrilltart@COlllergov.net, Email Address (239) 252-8446. Te\epllone Number . l239) 252-6697, fAX Number Packet Page -419- - e . . RIGHT CONSTRUCTION GROUP 3/8/2011 Item 10.0. Wright ConstrUC1:l0n uroup, me. 9331 N. Tamlami Trail Naples, FL34110 (239) 513-In4 (239)514-2738 . CGC-053444 The "Wright" Choice Since 1946 December 16, 2010 Collier County Government 3327 Tamiami Trail East Naples, Florida, 34112 Attention: Brenda Brilhart Purchasing Agent Regarding: RFP #10-5450 Dear Ms. Brilhart, Wright Construction Group is very pleased to submit this Letter ofInterest and Qualification Statement for providing the services described herein to Collier County. Based here in Southwest Florida, our company has been providing roadway maintenance and construction services for both the private sector as well as various city, county and state agencies throughout the State of Florida since the inception of our Civil Division in 1998. At Wright Group, we understand the sensitivity of public demands on city and county staffs as well as their appointed and elected leaders. Through hundreds of hours of training resulting in numerous certifications statewide combined with many years of experience, Wright is prepared to answer any call to perform the services of this request for proposal. Our staff has the flexibility and diversity to perform any service from the smallest of jobs including sidewalk construction, installation of parking stops and minor striping to the more complex tasks of providing difficult arterial roadway turn lanes and maintenance of traffic. At Wright, we understand that responsiveness, quality and quality control, cost consciousness and safety for both the public and the members of our staff, for any given project, share equal concern. Our staff will formulate a well planned scope with thorough ongoing review as the project proceeds to insure that we meet those goals. Communication with the Collier staff is essential during this process and we intend to maintain an open flow of progress reporting throughout any project's undertaking. A thorough understanding of the applicable standards, methods of construction, repair and/or maintenance, as well as a certified understanding in maintenance of traffic issues with many of these projects is essential to providing the quality and safety expected of the successful respondent. The staff members committed to this contmct will have strong backgrounds and proper certifications for all aspects of the scope of work contained in this RFP. Wright Construction has been a member of the construction community for over 60 years and during that time has developed a staff that commands versatility allowing for superior supervision, execution and delivery ofthe various scope items described herein. As long term members of this community, our staff has built a relationship with the construction community that allows us access to qualified and cost effective resources quickly and easily thereby saving time and expense for our clients as well. Page 1 Packet Page -420- . . . . . W. h Co 3/8/2011 Item 10.0. ng t llSttUcnon uroup, me. 9331N. TamiamiTrail Naples. FL34110 (239) 513-In4 (239)514-2738 CGC-0534"'''' RIGHT CONSTRUCTION GROUP The "Wright" Choice Since 1946 As you will see in the following pages, Wright is committed to strong education and training of our staffs (FDOT Pre-Qualified in multiple disciplines) and willing to take the lead in providing the appropri~te services with the highest of quality under safe conditions for the best cost and within the time frames defined. Wright has built its reputation on the ability to perform as promised, while continually reviewing our performance in search of improvement so that our client is a long term member of the relationships that we Jike to maintain. We serve as an extension of our clients and look forward to servicing this contract and the county staff members that manage it. Wright Construction would like to thank you for this opportunity and respectfuIly request that you consider our firm for this contract. Sincerely, George Andrew "Andys, Powell, Vice-President andVD@wrightg.com 239-513-1724 Packet Page -421- 3/8/2011Itenl 10.0. ~ ~ Florida Department of Transportation . . CHARLIE CRIST GOVERNOR 605 Suwannee Skeet Tallahassee, FL 32399-0450 STEPHANIE C. KOPELOUSOS SECRETARY May 20, 2010 WRIGHT CONSTRUCTION GROUP, INC. 5811 YOUNGQUIST RD FT MYERS FL 33912 RE~ CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the amount and the type of work indicated below. Unless your company is notified otherwise, this rating will expire 6/30/2011. However, the new application is due 4/30/2011. . In accordancQ vi th S. 337 .14 (1) F. S. your next application must be filed vi:l:h:in (4) months of the ending date of the applioant' B audited annual financial. statements and, if applicable, the audi tad interim financia1. statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative Code. . MAXIMUM CAPACITY RATING: $47,550,000.00 FOOT 'APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, INTERMEDIATE BRIDGES, MINOR BRIDGES, R&R MINOR BRIDGES FDOT APPROVED SPECiALJ:n CLASSES OF WORK: SEWER & WATER TREATMENT PLANTS AND SIDEWALK You may apply, in writinq, for a Revised Certificate of Qualificati.on at an~r tlme prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Sincerely, ~~~ Juanita Moore, Manager Contracts Administration Office . JM: cj . www.dot.state.f1.US * REC'r'l1EO p~ Packet Page -422- . . . 3/8/2011 Item 10.0. ~ Florida Department of Transportation CHARLIE CRIST GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 STEPHANIE C. KOPELOUSOS SECRETARY ! :'f,.COIfl"of!: (33.\ .. j"'-;;','" ~~;;:~g SURETY CAPACITY ELIGIBIUTY DETERMINATION" FIRM NAME Wright Construction Group, Inc. ~ 5117110 CURRENT RATIO FACTOR 2.00 Less than 1.00 - Not Eligible for Increased Bidding Capacity 1.00 or GntabIr - Eligible ABILITY SCORE 80 Less thBll80 . Not EligIble for Increased Bidding Capacity. 80 - 90 - See Table for Su....ty Multiplier. Greater than 90 - Amount Shown an Surety Letter. TABLE ABD.JTY SURElY SCORE MULTlPUER !.MJ m.MJ 80 3.0 81 3.4 82 3.8 83 4.2 84 4.6 85 5.0 86 5.6 87 6.2 88 6.8 89 7.4 90 8.0 >90 ND ftmllla oDlllblltyror SURly bacbd Bid Cepaclty .. Please see Rule 14-22 for information rvgardlng surety calcutations. SURElY CAPACITY FORMULA (SURETY MULTlPUER X MAXIMUM CAPACITY RAllNG X CONSTRUCTION REVEHUESfTOTAl. ~ESJ (S.M.) (MeR) (CRVITRV) 3 X $47,550,000.00 X 1.00 EQUALS SURETY CAPACITY ELlGIBILTY $142,650,000.00 'Per Construction Approval Packet Page -423- TAB II, Proposer's Credentials, Previous Performance __~/~/~Plll_t~m 10.p. . e. PROJECT UNDERSTANDING . Wright Construction Group understands Collier County's desire to pre-qualify contractors to provide services for the U Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" contracts. Further, we understand the benefit of this pre-qualification process to provide a reliable resource for Collier County public works projects while minimizing procurement durations. While we have been providing general contracting and project management services for over 60 years, twelve years ago, we recognized a need to provide industry specific services for roadway, environmental, and civil based projects in Southwest Rorida. To provide those services, we developed a Team of seasoned and experienced civil based staff that has combined over 200 years of experience in Southwest Florida constructing roads, earthwork and grading, drainage, underground utili- ties, curbing, sidewalks, as well as providing environmental services including remediation, stann water treatment, and groundwater control. We then supplemented this seasoned staff by combining training and qualifications in multiple aspects of FOOT CTap areas and FDEP Stonnwater Management. The result of these efforts has been multiple pre-qualifications with various City, County and State agencies throughout Florida including FDOT pre-quallfications in Aexible Pavement, Grading, Drainage, Sidewalks, Minor Bridge, Intennediate Bridge, Minor Bridge Repair and Rehabilitation, Water and Wastewater treatment with a current capacity of over $142,000,000. We understand Collier County's requirement to have highly skilled, industry specific personnel performing these ser- vices. We understand the need to proVide cost effective completion of each project whether it be a small sidewalk re- .. placement for $5,000 or a major Intersection improvement for $1.000.000. We understand the process described in . the Request for Qualifications and have the ability to exceed Collier County's requirements for any project large or sm in constructing any civil based roadway or site related project. Some examples of those projects are listed below with detailed information, as requested. Additionally, we understand all procedures required within the request for proposal related to the acquiring cost propos- als for each value category and the potential scopes to be contained therein as referenced in the Exhibit C, Potential Project List. As required by this RFP, we are qualified and will be responsible for 51 % or more of the solicitation amount of the work as set forth in requirements. . . Page 5 [Kf!!I!! RFP 10-5450 "Asphalt Roadway, Concrete, Cnrh ~irlaw~11c sanrl n...veway Installation" Packet Page -424- . TAB II, Proposer's Credentials, Previous Performance _~L~/~9J!.J!~!Il_J_Q~p. . BUSINESS HISTORY Founded in 1946, Wright Construction is a full service construction firm delivenng construction management, general contracting and design/build services to public and private clients for both civil as well as building related projects. Wright Construction Group delivers high-quality construction services and maintains a corporate philosophy of honesty and integrity with a focus on total client satisfaction. Wright Construction has been in the construction business for 63 years and has been located in Southwest Rorida since 1981. Wright Construction Group, Inc. is a Ronda Corporation and is owned solely by Fred M. Edman. The Corporate Officers are: . Fred Edman, President . G. Andy Powell, Vice President . Fred Edman, Secretary . Mitch Bueltel, Treasurer . Operating from our office in Collier County, Wright Construction will make every effort to use local, Collier County busi- nesses in all construction projects located in and around Gollier Gounty. Wright Construction Group will advertise 10-. cally to ensure subcontractors and suppliers in Collier County are aware of the project and have the most opportunity to participate in these projects. In addition, Collier County subcontractors are in our data base of qualified subcontrac- tors and will be utilized in the event of any award of contracts to Wright Construction throughout Florida. RECENT EXPERIENCE . Recent roadway and site related experience ranges from improvement of a two lane arterial roadway into a four lane roadway for Sarasota County (January 2011 Completion) including major MOT coordination, drainage, curbing, signali- zation, earthwork and grading, and significant utility coordination to constructing turn lanes for the Collier County School Board on Golden Gate Parkway. Other relative projects completed within the last 5 years Include: US 41 and Pompano Intersection Improvements (City of Punta Gorda/Charlotte County), SR 80 Roadway and Utility Improvements (City of Fort Myers/FDOl), Anna Maria Bridges Rehabilitation (FOOT/City of Ann Maria), Airport Road Turn Lane Im- provements (Target Stores), Immokalee Sidewalk Improvements for Eden Park Elementary School (CCSB/Collier County), multiple parking lots and sport track construction for Collier County School Board, Bridge & Culvert Improve- ments (City of Fort Myers/FOOT), Billy Creek Filter Marsh (City of Fort Myers, SFWMO/Lee County)and major site im- provement projects for various private concerns. One of the most serious issues on many projects that the services provided in this RFP contains is the safety and fluid movement of traffic, pedestrians and the ability to limit damages to existing businesses adjacent to 1I1e project site. Wright works diligently to provide the least intrusive methods with the safest possible outcome in mind. Fruitville Road in Sarasota is a prime example of that as described herein. Each of these projects required performing every aspect of the potential work included in this RFP. Recent experience includes, but not limited to, maintenance of traffic, earthwork, paving, drainage, concrete curbing and sidewalks, bridge repair & rehabilitation, milling, asphalt rehabilitation, underground utilities, utility coordination, demolition, signalization, street lighting, permeable pavers, striping and signage. We are currentiy constructing the Moorlingline Bridge Rehabilitation for FOOT/City of Naples {proViding a project spe- cific quality assurance seminar for FOOT, GEl and project staff for completing piling cathodic protection} and are proud to be Teamed with WilsonMiller on four current design.build projects for FOOT and Charlotte County and are shortlisted on another for the City of Pompano Beach. Page 6 RFP 10.5450 "Asphalt Roadway, Concrete, r...... ~;d.......11r anti n'iveway InstallatiDn" Packet Page -425- Il1!!!! TAB II, Proposer's Credentials, Previous Performance 3/8/~011Item 10.p. . PAST PERFORMANCE FOOT Anna Maria Bridge Repairs Contract Type: DesignlBuild Estimated Cost: $410,427.00 Completed: April 2010 Owner: FDOT-District One Contact: Felipe Alvarez Address: 801 North Broadway Ave Bartow, FL 33830 Phone: (863) 519-2610 . This project consisted of miscellaneous concrete spall repairs and improvements to two bridges in the City of Anna Maria Florida. This project was unique in that the original RFP required Cathodic Protection of the existing piles. After an in depth investigation by the Design Build team it was discovered that both bridges were in dire need of many more structural repairs that were not listed on the inspection reports. It was also determined by the Design Build Firm (DBF) that the Cathodic Protection was needed but not critical. The DBF, In an effort to keep costs at a minimum 10 the owner elected to deleted the .cathodic protection and perform the needed repairs for a much lower cost Other repairs con- sisted o~ replacing the s~nd cement rip ~ap, replacement of the concrete deck and a~proach ~~abs as .~ell as ~iIIing,. resurfacmg and new pavmg, curb and sidewalk replacement. Near the end of the project additional critical repairs we needed to bring the structure up to current codes. This inlcuded installation of an cast in place diaphragm between the beam webs in less than a week. The project was still completed on time with a ZERO punchlist. Scour Counter Measures at Bridge No. 040004 along CR761 Desoto Counly Owner: Contact: Address: Phone: Contract: FOOT-District One Felipe Alvarez 801 North Broadway Ave Bartow I FL 33830 (863) 519-2610 $348,600 Description: Design/Build - Low Bid Project Design, pennitting, and construction of over 2,000 SYof grout filled subaqueous mattresses under a 900' long bridge over the Peace River. The project includes maintenance of traffic (MOl) on the bridge during construction to accom- modate grout pumps and ready mix trucks as well as daytime lane closures on 1,4 mile long bridge using signalization at each end of the bridge rather than f1aggers. Status: Design complete, permits issued, awaiting owners sovereign land easement to begin construction. It is esti- . mated that the project will be complete by March 1 sl 2011. . Page 7 RFP 10.5450 "Asphan Roadway, Concrete, r.llrh RiMlIfHllc and Driveway Installation" Packet Page -426- Il1!!!! . . . TAB II, Proposer's Credentials, Previous Performance _~L~l~Q_~~J!~IILtQ~p. US 41 / Pompano / Shreve Geometric Improvement Project Contract Type: Prime Contractor Contract Amount: $372,251.00 Completed: April 2010 Punta Gorda Contacts: Primary: Unda Sposito Public Works Project Manager 3130 Cooper St Punta Garda, FL 33950 941-575-5050 941-575-5044 (F) Secondary: Mark Gering City Engineer (Address same as above) 941-575-5030 941-575-5044 (F) This project included: . Maintenance of Traffic · Involved daytime work zone operations as well as night time roadway reclaiming and paving operations through a major intersection utilizing uniformed officers. . Erosion I Sediment Control/Environment . Clearing & Grubbing . Utility Adjustments and Relocations . Drainage Systems Improvements . Signalization, including Directional Bores . Turn Lane Additions . Roadway Widening . Pavement Reconditioning . Milling . Resurfacing Page 8 (H!!!! RFP 10-5450 "Asphalt Roadway, Concrete, r...h ~id.....~11t and nriveway Installation" Packet Page -427- . . . TAB II, Proposer's Credentials, Previous Performance 3/8/~011Itenl 10.p. City of Naples Bridge (Mooringline Drive over Doctor Pass Inlet) Contract Type: . Estimated Cost: Estimated Completion: Owner: Contact: Address: Phone: Engineer: Contact: Address: Phone: Fax: Design I Build $729,800.00 March 2011 FOOT-District One David Holden 801 North Broadway Ave. Bartow, FL 33830 (239) 646-7852 WilsonMillerlStantec Ralph Verrastro, P.E. 3200 Bailey Lane, Ste 200 Naples, FL 34105 (239) 649-4040 (239) 643-5716 . Wright Construction is responsible for sUNey, geotechnical investigation, design, and acquisition of all permits, any modifica- tion of permits, MOT, demolition, and construction (Project Management). Wright is also coordinating all utility relocations. Scope Includes: . 1. Installation of Department approved, 3 sided galvanic cathodic integral structural jackets 2. Replacement of existing approach slabs and stabilize fill to prevent erosion of backfill with chemical injection or other ap- proved means 3. Mill and resurface approaches 4. Seal open wall joints with grout 5. Reconstruction of curb and gutter 6. Deck Joints Construction concrete headers and silicone expansion joints 7. Concrete restoration - provide concrete restoration to include crack injection (if necessary) and spall repair of deteliorated concrete 8. Replace bridge and approach slab concrete barriers 9. Replace guardrail attachments to concrete bridge barriers 10. Repair longitudinal asphalt cracks .. Page 9 l"Mf!I!!I! RFP 10-5450 "Asphalt Roadway, Concrete, ~Irh ~irhuu~11r ~nrl nrjyeway Installation" Packet Page -428- TAB II, Proposer's Credentials, Previous Performance 3/8/~011Item 10.p. . State Road 80 Road and Utility Replacement Project Contract Type: Prime Contractor Contract Amount: $14,266,566.00 Final Amount: $12,879,895.00 Savings of $1,386,671.00 575 Days 2008 Contract Period: Completed: Owner: Contact: Address: City of Fort Myers Saeed Kazemi, P.E. 2200 Second Street Fort Myers, FL 33902 (239) 321-7459 (239) 344-5943 Phone: Fax: . The project included the complete reconstruction of west bound 1 st Street (SR 80) from Fowler Street east to Sea- board Street in downtown Fort Myers. This portion of road is the main west bound artery from 1-75 into downtown Fort Myers passing historical homes, several businesses and high rise residential units to which access must be maintained. Most of the underground and overhead utili- ties required relocation or replacement during the con- struction process. Maintenance of traffic (MOT) was a major project require- ment. Involved selting up and maintaining detours around the project for a period of 15 months, daytime f1aggers for local traffic within the work zone, night time operations in two major intersec- tions requiring the use of uniformed officers as well as lane closures, and we were also required to setup rolling daytime lane closures for milling and pav- ing operations. Utility construction included bypass pumping of an existing 248 sanitary sewer to maintain service while installing a new 30" sewer main and also maintain- ing 2" through 12" potable water mains while replacing them with new 12" and 16" mains. The project also required the relocation of all existing public utilities including electrical transmission and distribution lines, natural gas mains, and telephone and fiber optic communications cables. New services were provided for each business and residence while drainage systems were completely replaced. . Page 1 0 IH!!!! RFP 10-5450 "Asphalt RDadway, Concrete, r.llrh ~idlll~11r IInd nriveway Installation" Packet Page -429- . . . TAB II, Proposer's Credentials, Previous PerformancE 3/8/2Pll Item 10.!? Fruitville Road Widening, Phase II Contract Type: Prime Contractor Estimated Cost: $8,557,903.00 Estimated Completion: January 2011 Owner: Sarasota County Contact: Ryan C. Newcomb, P.E. Address: 1001 Sarasota Center Blvd. Sarasota, FL 34240 Phone: (941) 861-0896 Fax: (941) 861-0762 The Fruitville Road project is a 4 lane reconstruction project located in Sarasota County stretching from 1-75 to the East approximately 2 miles. Fruitville Road is a County project constructed per FOOT Standards with County Supplemental Specifications. The project included $1.8 million in storm water systems, up' Curbing, "D" Curbing, 16" potable water line, new signalization with interconnect, street lighting and - guardrail. Hardscape included brick paver crosswalks, paver medians, permeable paver sidewalks and picket rails. , The project duration is 15 months with a value of 8.5 Million. The largest project challenge was MOT. Fruitville Road is a major artery for commuters and required daily coordination with Sarasota County. The project was completed with no road closures to Fruitville Road. MOT was critical and in- cluded a large amount of temporary paving and traffic shifts. Also utilized were night utility crossings and traffic shifts to minimize traffic impact. Intersections were constructed in such a manor as to allow traffic at all times. The project is currently ongoing and is scheduled to be complete within the Contract duration in January 2011. Page 11 . rM!!!! RFP 10-5450 "Asphalt Roadway, Concrete, r.llrh Rid~wsallc smrl ntiveway Installation" Packet Page -430- TAB II, Proposer's Credentials, Previous Performance ~L~1~.Q1~J!~-':!)J._Q_--!? . Big Cypress Elementary School Roadway Improvements Contract Type: Contract Amount Contract Period: Owner: Contact: Address: . Prime Contractor $566,178.00 Completed August 2009 School District of Collier County Fai Chan 5775 Osceola Trail Naples, FL 34109 Phone: (239) 377-0240 Fax: (239) 377-0231 This was a challenging project because the job started just after the school year and needed to be completed over Summer Break before the sbJdents returned to school. All permitting with our Local Government Agency and the Transportation Department needed to be expedited. The purpose of this project was to change the entire logistics of the parent and bus transportation methodology to in- crease the efficiency. It included renovations to the parent pick-up and drop-off parking lot and to the second parking lot which was to be utilized as a bus loop. It also included a new turn lane on Golden Gate Blvd. for the bus loop parking lot along with new signalization at two intersec- tions. Detailed coordination with the Collier County Gov- ernment was needed for MOT (Index 613) for the turn lane and daily MOT for the parking lots to keep day to day teacher and summer school activities organized and safe. Along with the turn lane, approximately % mile of median renovations were required. The median renova- tions included landscape, irrigation, pavers, curbing, and restriping. Between the median renovations and the turn lane construction, the project required related drainage improvements and extensive utility adjustments (new! existing) which included relocation of a major fiber optic cable. BMP's were maintained during the entire construc- tion process until project completion and soil stabiliza- tion. Rnally, aluminum walkway canopies were installed at both parking lots to protect the students and teachers from the elements. In summary, even with the schedule con- straints and many unforeseen conditions that are inherent in a project of this nature the job finished on time and within budget. . Page 12 [MI!!!! RFP 10-5450 "Asphalt Roadway, Concrete, r"Ph ~i"..w..I'" ..nd nrjveway Installation" Packet Page -431- . rI} r.. = cu > ~ l()l::: -0 CU:.= ~== .- S ~aS ....a rI.l~ =...... ~rJl cu] .cI.e1 .... () r...g, .~~ t:~ = 0 -=~ U"O .E ..... () ~.= cu.... .~~c r.. [G ~.g = .1!? Q- ._ <Il rI.l .- .~ E5 .- ~ - .- ~ ..... U . CD :S.c e~ oca caE .c .... !~ Eur -=~ ~= ~~ ~E (J),g U)e CDO ~u e =..2 .5 c.o =e !ZCI:l g~ 1;i .e ~.! ~.e €~ ca..... Q)~ ...;.1: i~ ~; alal .1== "C _ ~~ _.c ca(J) > - o en E~ ea UU -~ ~(I) <J) -= o~ .5= ..Clc -gCi. 00- "CQ) car cae g'.@ "C "C m"g u= -i::iE Q)e "C CD = "C - e g:::s ~ci UC :c;cn 3=:g E~ fil75 ~~ 1::~ CD~ ~~ .Q -0 g ~ '-> ........... .~aio ~ ta m Cl)05~Lnoo::r3!:~c ~ ~~C":lC\J0) Q) ~'E 0,-,- _lOoo;tc(i;o ~(!;l(!;l~I.C(~.E!!e ~+.JUCl:lr-r-'-ca~ U ~ >-Ct) Ct) ~ 0 C :E~"""~'?'?ca~:?f ~15~E~~J!!E<:: ClOC\JU-C\.IC\.IQ)OU: ~=C1.l cp ii5 - enQ)e e:s .- 0... m ~o~ ~:5"g u6~ (J) en - - en ~~e eDG:>"", ~E~ I- c. "S E ca c:!J i...: ~g E ~ca cu mO -g :2: .~ J!:J >- b.9~~"E m*=lcpcp:::S , .e g 15 g-~ a..C1.l(!;lC1.l..:: en w C\.I . a <na..~O] Iii :>. m ~ >-.Q ffl ....J I'- :E (I) u.. co t .S!>"O _ oo::r o<'3a~"';- u- s ~ ~c;j OffiCJ'J:a~ ~a;~EC":l O~NU-N ..... u.. if: c = C c.:l CD cu ..... ~.5 :S6 ..Cl= 2'8 (!;le ~g g>&! .1::..... ."C Q)m o~ ~~ ma.. E - e.5 _ c > CI) c "C w- _:5: ,gm c3= oog 00 1:cc CD - E~ -g~ C1.l "C _"C ea::t: o CI) .U) ~ e....J -c Wc > - '- C) iXi ~ ~ .2 .= c Q) C\.I u..~ "5iu.i~ '<t"coO].:13 CI) 0.. .- c-:l LO co ..... .5...:a; u:~~o~ g>~~o.ci"~~~ca w~oool:?:;;~6 s ...-N~ " c= >o:c I'- cD ..... ..-..- a:l t:I ~c::CmCi5~d';d';:5E ~C -c.5 m"C "C:::s =e 0.5 ':C: cO CD,!::: e-~ CI. 75 (I) c :2_ I- CJ'J '1i; E m c:!J ~ -e Ec m cp Cl)e'll ~CD -g -gj~ ::=3=_~~~6CD o 0 ~.I:: ......1:: "'=' E CD 0... CI) cp = cp":: CD .e- E c c.O c.= ~ CP:::So:::scp;::;; a.. :.:::;; c:!:l c.o :2: c.o z Co E "C .sa CD Ci. E o o o ~ ...... Ln C\J N I'- C":l ~ o ..- o C\.I :e Co a::t: o ~~ ~ <C~ ~ o 6....J u.. c.!:l .;::: u.. a v .a,s e'll -co-.:r ccn:E~~~ ~o....o I' e:~~(!;l~~ Oe'll::>~lt?1.C( >."gcoc............ :t:f ._ C\.I :::s v oo;t o ....J Ct) 0... 0] 0] '- o CD- Ea:l .;:: E 0..0 o .... u.. ~.215 c..CD e'llCGS =5CD 50> aCDe CL, c.:J CI. -CI)5 >- ~CI)'t:I v......" 0.1:c ::;)0= ~ c = a ~ B g ";:: CIlI ..c c.:> (I) E ~ lB CD ~ e e C E =i i...: Q) .i-i ~ 53 e "0 m C(I) ::2: CD._ ~~~:w: e~g-~ a..a..CJ'JCl "0 ~ c. E o (.) o u-e~ ~:::Jco ~ol'- CEor-:. 8<t~ LO -Eo9- -- <nO] :::So =0 ~~ CIl o C .I: o 0] en Ln .9 ~~ .g .~ 0) ~ ~ a..l-~ 1'-, Zi' ~ .q- <<) r--.. C 0 <<) _r--.. :::SCD....J ~C":l 8~u..c=NS ..... 0 ur jg -;;~ Q)!e~05- or-m~..c~ OLnZu..o...u.. ::2: o =~ ~ .2 c3 ..... C\.I ~~u.. o:r'? c=t:I- ......Lt':l -a.g:! ~~ &!35.2 rb'- c::~ ~ ~~ ~..-i5co_e e~~~...... .. .gcooCt)~~ -:I ..- 0... Ct) _ u.. 'Ec.o C<4..., c.o..cCl)15 ~~~cu g, ~~ ~ ~s.!!~ oS' a; .~ a =E-=5 G:lG:I- iij> Packet Page -432- 3/8/2011Itenl 10.0. ~ c c := o oS.!.. eCD CI:).Q E:O:: CI:)..... >0 2e'll c.E Ee'll - enO Ec Cl:)0 1;i= >oe'll c.og ~~ e'llCD .C:5 ~ Cc -'6 en~ c_ o c ~.E oen .Q~ CI:) "C l:I:> -ge <<lCD ~.9 Cl:)2: .s~ <n = '6'"", a::t::::I :E;'..!2 SE :J :::I oE oS: E ~3!: 2c CJ~ ~ca =.5 c"E ;jo Q)O 00 ....rc c- CD Em CU e~ - e >e'll e....J w _ _ c: - 0 g~ e 8t: ~~ IDo E= 'g'6 c.o~ -CD Cc Oe'll <n....J eE W:::s 01- iefii t!!c I- "I:: _ 0 OeD CD ..... UCD c"C e'llC C::l J9... c= 75.E :a: .. c "C - m"C "C= :::s- - 0 CC c- :;:c: 00 .a.~ e~ C1.'(U enC :2_ I- co ..... u.. ~ ::I o U .. :! 'E c.:t ki (J) .. >0 +.J =~ 1:""2e= e'llCD CI:):::SCD~ ~z -g~-g~ :2: 0 .sa :1i: .s 0... _"e75C e3= OC...;::'1i;"l::CD <J)e'llCDIDECP'" e ~ e 0. o."C t:CD:::se'll:::se a..<Cc.!:lc.oc.!:lc.oa::t: "C ~ Ci. E o o a c-:l .q- o:T C) co ..- -Eo9- o o o -0 ~a.. ...... c.!:l - (I) 0) :::So 010 ~N r:: (;Ii C":l 0 o {g Oa -:i:: C; <S? co o_.....ccco u:: ~ CD V C}I ~co c:l- ~~~ =..-CD=C<<)C) o..-~~mco (.)x::I:e:2ec-:l cJ)S<D~~cp:g ~ .~::>cc SqO":6.,g~ c:!Ja..:l!::l!:oa..u.. u (!;l "C <<l....J ~u.. ~.g i ~ z~ g:jc:: oSCIlC:lECC ~~ 'E~~.g ~~ CJ'J.- al:5: ~ 0') co .5 Cl 0 CXI 0 0. co "';- ca .m g 0 E 0 -.:r e ..... (I) ~o 0 C":l Lt':l I- o<C-:I"-a..C":lo]! a:: .....:s: ,eo = ~ S c :Ee :..~ ~ =CL,c Q c: ~~fa ~ ~ CIJ -- <<I c.:> ~3g~ Co1l <<I OUol ~ C; &d' e'll ~ E i...:fJ) CI)CI) 0)> CUCl) c: -- cuZ :2;0 +","C ~c: mCU ~~ +-: c CI)CI) "C~ c~ oS(/) .g~ ~~ :::J_ en oCt "C ~ m Ci. E o o e n1:~ ~~g s:::oC) o E r:'\j- ooCtt") f"'- * ..... Cl)m ::Ie Ole ~N "'C CU (1)0<0 ~a::f"'- c-q" C1)mmt") J:i!Z~t") ou..io~ 1a Cl:l E - a..c:-CI) _-.::C:J:i! o CI)...... 0 .2;-=0= _caecu 00...... a.. CI) = ~ ~ ~ ~ ~ "CI CU CI) = == Cl:l s::: ca ..... o ..- E CI) - .....J LO E ~ LJ.! -g u... ee <D s::: a..as.c- 0 ~ g ~ ~ g= g :; "? ~ 03(1)E::I:CI) (O~E ..r::05(1)1:;ic:l ,q"c: o 0 .- a CI) E M - 0 mo~-575 ~U;:g c:l = .E ~ u... a.. <0 -!D_ ::I E~E..r::e""'"",,"""-./= _cu ~e~q"<OxCl) ~~8~co~~~~ a o '0 ~ 'Ui c: o ~ +'" (.) CI) -e- o. _!!! ..r:: I- o C!J CI) .:.:: :;........a :=;;u.. "'Ce- caalID IDUID :CC'Cl~ a.. ''is.-= ~G:lC'CI 3;:a:D.. == z: C ::I C! c.:I u cu G:I = e c; a.. ui -~ "C c: cu (/) E ..... o li Ci. CI) CI) Cl:l (.) (.) cu ui ! 0) cD o "5 (ij o ~ ui ~ 0) ..... CiS 3= 0..:00: ~~ Clio c= ~g 0'5 0:2; 130 :.cg ==~ !CI) o c: 3::~ CD ~ ~Ci. =~ ~~ .=c: Q) cu == E f"'- 0) "'C .,...:g LO.g a J!3 OM t::.!!:!c C ""'......M........... X 0 S ii;Q)...Jr--'CI)~ "5 -- Ci5 u.. r-- r-.... Q) j9 (/) t=. ui,";"~= e 5 ~ ~ or-- =-"6 CiS' o .- ""'" 0. V 0') > >> CX:coenmMEo .!B gS:@S~E~ c: .Mc:cM-- x a(.)r-..Q)OC\l~~Q) en .5 C\I 0 co - u.. ns CI) Ci.ca e C'CICJ)~ "CICI) ";:: "C CI) oaCU U:u"C ~: ~ COE g-~ e c.:I a Q,') ~.!!:!~ .... j!:: == L.: Q)o Os:: CUns c~ mcu ~-- o 'S...J .2. == 00 .....CO) Co. en ~c Cl)CU "'CE c.::,,: Sc: co -ji5 :2; 0.= ::IQ) en z Cl c Ci. Ci. "C ~ 0) c: os: ~ :> 'Q.'i c:: c:: cu .c Co) en en cu 0. ii' cD c "E <D l!:! o CI) CI) aI "'C :::J "5 .5 +'" <-' <D e- o. Q) .c I- "'C 2 CD Ci. E o o o~~ E!:::sr-.. ~oc:::i" oEr-.... oq;~ C) C o C\I CI) c: ::::l -:) ~ ..... o o u::: =0 q"0) .M...... tiSM...... c:<D~N ~~ ~ ~~ ::I """>> LO o c"""oo:::::_ OCI:IO"""C) G:l~f5t:~ .3tiS......~- o C!J .~ a;I~= 3:_ti:i -:i;;Eei ~eca~ (.;)Q)~e u- 'cC'CICI)G:I e-CCC o CI. == -!DC! 'Sa::c == .:.:: Q) e o .::,,: <-' .5! 'S ~ .5 E CD E :s Q) en "C Q) ~ 'S E :::J <-' o oCt L.: CI) os::: cacu iE ::::="2 _0 ~:2 .0= .....Q,') a.. Z +-: c Q) "CI C S~ s:::- 'ji5 ~ c.:!: ::lei) en -:) "'C ~ Ci E o o +'" - gs:::o ./=sg c: E - 8oCt~ <0 * 0) CI o N Q) c: ~ ~ CI) i- S en ns ~ .:.:: G:l e o is ~ .!See co N S.5S'mf5 o C 5~~ ~.Q 0...J I "ttjou....r-- ~.C3...... o~ g>g~~c, 5~NLY}~ ..: o o C!J v c +oJC) ~ en~ r-.. eI)...JLO"? CI);:!u....vC) d5g;,...:-~~ .5==~~c,ch aiO~8q"M e >....". CI) L? N ~ 1:: M c.m .- O~MCUM~ en """......ONu.. ~C1. -::IE C'CICI)::I cna::a.. IU _ "CI z: = CI) C:.- ~el\:S~ .- c:.;) IIJ l\:S :> CIl u.. 1IJ.i:"l\:S .c C ... ~::I.s 8Cf.l Packet Page -433- ..... u.. e G:I c::; UoI :r; ~ j cD 0) e .8 CI) C o ~ N .cui i!! CJ) = :ag ~~ (0) 'fij'E "CI;c S~ .ecn ~ ~ s:: c: ~::: ~I -g-g ~.fi s::- .51 ~ .!Bo uc ~~ enX OCD .5S -g~ r..'Jo C~ .- e ~! ';c ==8 !s cu- ;:;g -00 G:lQ) E"'C ~.3 _0 oS::: ~- _$ CO) ....!...5 +.8- C!Jo. :!:~ ~>> cog ens .86 en .- .8S '25 ~i CUe ~i tJea ;:~ m~ '&ill) "CI.:@ CDCJ) C:ui ~"6 s~ ClO "CI(,) ~€ ~;: ns :t= ..- c: 0::1 s:: 0) os:: :g'a i~ S1i5 Oc. 3/8/2011 Item 10.0. 'Ct!:! -!.a .- U L: L:-€;- 8g L: Q) .... ~(I) Q) - t:I) Q)'" c CG:!2 Cl C C CG e.::I Q) CG <<l Q) C ::10 'C 'Co cE 'C ~= <nU C CQ) <<l.:.e c._ :E~ ~~ J!3~ <<l:p ~c .s~ "So c- ..... 0 c= .C Cl2 .cE ~:!E .l6 s: Q)a.. CDQ) CD~ 'O'E cl: e.:s:: ~e '0'= e. c O::=; Q)~ ::IQ) ==- ...Q) ::I<<l c.!:Jc.!:J en -:I a-m a.. :z en Cl u; 'C "0 fij~ "0 J!:l oS Cl2 .:.eftS Q) -a. U::I: -a. E ~. E 0 (I) 0 0 -CD 0 (1)_ CDU EE ~~ I:") ........0 N UcO . "Ii) <<:i ~::IO eJ2 <0 o - cEI:") .au... N o~~ ub c<i o - ::II: 0) m .b::l ..- ~ (1)0 ~ ~o :516 - ... u)o E:: fJg S5 U)CD Cl'C c~ 1Ji - ~g; a:l 'S:c cui OftS +:I Cl =..... 00 Een CDC 'C.S! ~~ ~E .as Ujo .. 0 'C 0 ~c::i" ::I~ "Eo I:C -=s C.:;: <l>0~ E5.c <Ilo _ cD ~b~ c= e E<<l ~._ - > c03 C O::lcD ~..... m UeD:6 ~~~ c~.s o:;:e a;- N u CQ)C S c .:.: lX; ~ .s .:;: ~ oS CG .~ as 0) C}I lX; 1:3 0 -a lD UCla.. OCON as '-"E oenU) ......0) I >. ~~O ~:~ ~u;>~ ~ o~c ~Cl ...........J0)1t) .~ Nal- .sOu..M~ -g ..cC 015.... Cl:)M _"1M t.:l, 01-,8 :>.u::>.sena;N..v:=J fij,':::I Q) ~ It).... CI:l e: = en ..... ~ e: c: CO -, is. 0 -. cu cu 15 al U ~oCO~<<l..s:::~E"ffie:2eQ) ClO......ClZa..u..WCl~.ouE CDCGQ) u......~ .5 ~ CI) C~:5 ~~;: .8'C"CI _e::g uftS~ Cl:)C1)c Q~"" a~E Q) "CI en ..cCGCG I-e;: m o o N 'C c. ~ 1ii C :> o dl EJ ::g -~ !Xl ~ 0 U) W (") 0 o CD _ ee ,..... r.:l, o C -- · -, I!::!J OO~~~~la CQ""':)I-......r--..Me: b.:.e.E ~ I I 0 clijcul:")~~~ is ::I: -E Li N ~ lij ~~~ ura;~7: .!!:!~56.g..~ oOl:")cu=~E o 0 (") :z a.. u.. W :s: ::E o -- - Q) =<1> g i:i: ~ ~ 11):= ... =-- e ~= m =li;u.. a -= ~ Cf.) ... al .cco Eo CD 0 :EN Cl C'\l C":l - 0 co (1) en ~ ~ C") ...- 0 ""'" G:l ~ C") co I ::>. ....J CO ...- :E!: -0 "C U- te te c r::: "<T E!I . ~ cD 0 N - as: 16 Q C") en ~ (1) cD C") C") en ::>. ~ "5 1: 0 ~ en ~ en 0 1: C") ~ ..c N 0 N C3 :;a: N U- - u... (.) c.!:J - "CI as N 0) lij ~ 0; &1 :a "CI C":lq-q- ..s::: e: C":l....... ,... C'CI .....Jq-CO ~ "'iii u........r--.. "CI > _,N ~ .sq-~~cn CJl 0 0 ~m C"') oS a;~~CD~ -EOI:"):!:::1::Mu CDC:N::IO~~ ""':) I- ...... en u.. u.. Q)~ =- -=CIll ._ CI. ... Q) =a: en _ ... - CUcu -> :='5 'C~ 0-= u..= co ...I u.. >- -= ::I c:I ~ cu cu ..... C:6 CD== E..!e Q)::I >"CI a::JCD c. ..c .s~ e- 00 C "CI ea::J oeD -1i ~(I) e~ 0"CI o~ C ..- .g-o 'S.s Q)CD .c "S. -E ~O 00 c. co Q)a::J "CI3:: Q) .... 'C C ::Ial 0.0' C.... .- c. ~.!:2 -ca ..r::: c.1- al . C:e: 11";s ale. >.E :E- 1:::ii ~~ o~ ;::;..0 -E (.;) CD. CI) "CI :6 fa - ::Ie: 00 ..c +:I Cl ftS ::J = e~ ..c<n _ C (I)~ Q)e: <n _ ~=a e-- Q)Q) >Q) o..c CI) "CI _ c,s CGQ) ~5 <Dc >0 _ 0 ::Ie. 0"" x.... Oe. ..c-i: I:") "CI T"" Q) oE "-0 -- ~u .b .C c.o om C- CD~~ gal_ cuE:;;;; e:::alo al~1: :5c..5 flEe "CI"CICD e:::~N m ftS ...~-= ";s-c c.~CG Ee(l) CG = g -g~ru "CI .... en .=!~~ uCllCG c _ :;:~o gCl)"CI .e~g e.oo cJ)~o .- c....... t=eCG Packet Page -434- 3:: ~e Q) "CI Clc ~~ CGco ~-a -.- 0:1:= .~E ; eoo a.. I- a.. "CI S II:) is. E o (.;) N ..... - q- Occo ~::Ic<i cOI:") oET"" 0<(") to9- ..... alee .co So cN o ... CD ?: CD en -g -g = CG CG 0 ..... C:o S cC"') <<l Oco 3: +:1M Q) g,~ cD .22 ~~~ ~b .CIJ..-. 0.-""':)00) E~CGNC":l Ei5&!i~~ o c.!:J 2: Ii) ~ i5 ~""':) CDli3" "CIo e:.,. J!3t1.l e:::I .a:::~ Q)e: c.CG :::1- en ~ 3/8/2011 Item 10.0. . . ~ g~ ;::~.....JtC ~a..u..c>> i I: g _c>> .- en I"'- O>m'" c: &i ~ ~~ - ~1t):2~ C G> >...- 1:: 0) ~ O~oM mq-u..N E l- I .... a- S CD - ..... ~ - = co ~ u.. . ::6: cu I CD- CD C cue::: 1; a.. _ CD olIO: c.!J J:E 0 a- E 0 E~ .5 0 0 E~ ui Ct) ...... ;..: Q) 01 m c m= ::a:~ -0 go.. .e'.~ a.. -, .t-: - c:::- Q)Q) -03: c:::0 Q)o.. ~3: Q)E c."C :::I s::: cr.l<C "'C J!3 (1:1 Ci E o o .... .... ..... ~c:M .=:::110 c:O"": OEIO 0<C.g .... 0CO :::10 010 ~C'J en o o = o en cr.l 10 .9 C'\l co :Ei'a3en 9~ 0....:::1 ... 0 "" 0 1-..... "". .i:::'as~~Mr-.. CO t":l .2 _r- ::IQ)-I:::I~('I) O~L1...0Nm 00 --o-t":l ~1O~a;~~ = "" 0.13 0 or- m._= ~ o Lt)Z D:o....u.. $ C (1:1 E Q) W (I) o <I) ~ = (.) I::; (\") ..!!a .21 en ('I) m IJ:I g (\") N"2 Q) .t::I m (\")0 ,CD :FI :s -I -IO~~ ~ = ~>. L1...~~(f.J _ CI:I ClQ) -N........@) c: ...:SQ)>, ~.J.en as Q)o2"'.....G:I('I)t":l~Ea: "2 ~ ::.:::: ::r: ~ ~~ ~ c:n 0 1: ~:c 2:'0; . ~ m.. 2 ~ Q) oeaslOJ!:1ot":l~~.t::Ir::: tr.I<CCJ.....tr.lL1...~L1...c:n:::l~ ~ ... en 1U 3: ! ~ - ~ :5: :iE o "0 o ~i3og"l:l e cr.l .~ a; g; E:" c.. ~ u S ~ '(; I:Il c:: ... ,- cu 0 =s Cl:I w ..... u.. ;E c:: = o Co:) ... ~ "0 Co:) ;..: Q) Cl as ~= ~en _3: 00 (1:10.... .e.s 0....-, .;...;>. c:"E en :::I "C (.) Co S::a: ra.5_ ......(1) Q)Q)c c 0._ Q):::Ias c:JCl:lc:J .;...; c (1)(1) "0 _ c= $.- s::::S: 1: >. (l)C: c.c :::I'" CIJ Cl .5 -0 ~ eI) (I) ~ c..o Ell) 8m to 10 u1:..~.;...;~ r:: ~:::I1i.itO:gm..~ 'E oE 0 to 0 "" ~<O o ON COcCO o <C ...,I ~]I N.S; ~ U'J or- 0..- co T- W~I-~(J)~ ~ "E s~ m "CQ)Q) 0_ ~1E3: ~e a:~~.s~<i.) - el)CO :::10 010 ~N o o = o CI:I ~ E o o C'\l ~ .'1j;0 (\") Q) ~~~~ ~ go >.....:cr.l-len'? :s ~~-gL1...~::t .~ ~N~uir-c; 1.5, 0<<&_..... I ~ u..::.:::: ~ ~N ~ 'E '5~o::a:C"?N=Q) ",." Q) 0 t::: en .. m ~ ~-mN OM ~ E~ Ocr.lNLLNu-Wen o CJ ..... CD Oc ~"'-I<O ~... -I L1... <0 "Em _'<t' -m ~ ~~ s::: (;j c:: ~~ mC:-o::a:en ~~~15~ o....::r:;:>u..N c =cu caE ogCU mU a!!! a:c::z. Cl:I IDa: :5.i:' ""!$ - ::) Packet Page -435- ~E.e ~S"CI ~~a 0(1)0 i.....~ .- Ta~ 03:E 3:Q)0 ~:cJ:: mSCII OC .e c.~ (l)CD5 Q):FIa:I e.... CD -Oc. Eca: mlD"C o....Ea -alo ~~~ ~ ~~ :is --.9 E.... 'OG:IG:I 003: .... >. 0 o(l)u.. ~-E .~ OG:le ~(I);; .... 2:' co O,S'C S"2 ~ :;::I"'c: mel) QQ)S ..2~,f.9 e.....CIJ _0_ en.... 0 C c_ -- m.... .aECD ~G:l~ =~~ -oc.c ~E~ c:ndiC: c: c:.o .;:: :j:I 1: ",.c: 0 G:l Cl 0. C3="C ui1a 5 CI:I~O ii.lel)~ .~ 3: la ~:gen en (1:1 E C'.,j; s:::OQ) e ";l c: >.!::!C3 craas ~5~ g-a;'f S3:E QCD"C ....s:::= c: _as G:lECl E S .5 "C en = ~ ~E '='G:ldi .2 ~.5 ~ .5 fa- """eQ G:I_ "'C .{g .9 3: c: ~G:I.!!! .=cc 'O!,s G:lc..~ o E.E ~ 0.- c 0 - s -ru- c ru- 3: ra:;:"O E"'~ _. en ~ -oCDQ) ~E.,j; :::I _ 0100 .5~5 u~~ .2.E::I e .S( ~ c: c.oc:o .sa a 8 .~ ~ g-12:E ;..: Q) 01 as = m = ~Q) ...;= cO Q)o.... 'e'.s 0....-, lJ) =:5 J!3c: eno c..E Eco 8.5 -....""" occo g=q c:oen oEoo::r o<C"'":. ('I) w ~co 010 :::10 <(C\1 C\I "IrlO eI) en en .... .I:It":l en CI:IC"J ~ =-I~ .a::= c:L1...co 1:: CII 0 f!f co ~~~ ~~ '030:aC"? .i:::'l!::o~en <5..5~~~ ~ o ~ O-lC\l Q) u..en Q) ... en .5 ~ f!! or;- ~ >. ~ ~~ W~~::a:~ ~_C\It::en 1-~~~gJ .. >. - = c ... CD :::I = 0 Cc S:E ]!.E _ enliiCD c 0. E aI:::Ias c:JCl:lc:J - ~ u ~ 0= ~c;; >o,CI:I :lieD 1:: o u.. .... u.. .eo = :::I a Co:) cu II) .... 3/8/201~ Item 10.0. S -a; +J i; liel):6 "CI _ CI:I c= Q S:s:'C '2 ~ ti ~20 :::Iasj; cr.l Cl 0 G:l CD m c o .c: a. .!l:Z J9 ; CD lJ) ~ ~ fa rn I :r: Cl) .5 -c :::I o .5ui ~-a E~ 1S~ ~~ ~~ ~~ ~s "6c: .....~ C:ns E""" Q)~ ~12 c..-c 12~ "CI - a~ "'iijQ > - o~ ~g ....= 11:I;: :5m "'Cc ~o .ac 00 c= - 0 US .2.(1) e= g,8 !!-o .c Q) 1-"0 c:~ - c: 0,_ ~~ :=ca Ot) .;!.G:l -ce 011- ~~ ~g .1:= 0= .a; 1a 'O~ c:C oE 135 ~~ 0= go a:m JlC"'"O~ g~.~~ O:3:='U L.: .. :>... ciQ)~S ~~ E"EE C.genO ca == CI2 =' G:I .= ~ E u ac "CIO"CI ~o.e~ :fa D.. i ~ i en ~ c.. ~jg ~ .f;' 1U c:: _ c:: '3:- CC 0 (I.) CI. ~c~'1::Q)'1:: men CD < Q) Q) E Q) "0 C =<( .e .lii g-~ g-~~:8 ~ uS D.. CO CO (I.) CO (I.) Cl ga ~ ;:l!: '- c G:l ca >. 13 .w en :3: "CI "C C::'- i~ s~ Q)C - oS! en .= ui' en E~ CiE~~ o -c .2 ~ en ca o~ -m~~f!f o ~.~lB ~~ "b-25 .8-af(!J:: ~ C . CiD.. "ai ..;" Q) :::JO ..5G:l"C..c:5! 010 ,C.....s.....en oE~ ,C~CIS~= o<r- 2en:fa........c ~ (!JeEmco -cD.. ~~ a 0 j.g; CD =(1) 0 -c .g ~ = ad! CO(l).5~o: ~~~cc'6 u.rcie-5S c::..5=0~ OCl.(I)a;ns 1aa:::eEO -g~D..:::i-m 6~auiO: ~e;~g ,sD..SU:S -co~~-g o =3: r.n en ::.5-c"OU) €.c::G:lC::~ co ~.;:: ca CCI wu::~c.o(!J -C-c ~a;-c ii~~i C CZl oS (I.) CD ~.5~Eg ~iCJ:I.e1f ca.!2 co en ~ 00:;' .5 ~ .- af....! _ co a.. CD C c..5-cE"ai 0B-.!2'a.c:: tla..S::Jo caecc.....~ C1.:::Js..Oc ecno- D..en-;~~ .a~~.a~ CI)='::oo ...:Q)Q).E~ ii:~ecoJ2 -cccl-G:!:Si ~oafe~ &cJlCO~ -ci E8iSfti > 5 .-mI-O:3: U) >. C5 0> -.:r r- '0 .s g 't5 ~ 1==..... ror-~II)U)<<Sca- raoo ror-'<:l"-cc"-OCJ:I = -:I C)C">....J I';- 9 "- - .s e s :s:"E e oS u.. Ln LO ~ eel) D.. E ~~-=f!?t::;jt::;jo.2a; .0 oX c: '"=' (IJ Q) I ':Ei 1;:1 1il's! c (.;) co -== >. 0> 0> +" ca 0 ~ :c 0 :1E C') C') 5 C:S:.J:: 0 r- NN Q)CDJ!i!S; o ~ 25.~:Eicac N q-gs~-c OCl)~cca ~"O_"ia::iE "ao~t: en c Q) Q)coCDE -g.2~~Q) "Ee~u..~ .5w.=.....D.. ~<i.;~g S: Ei ciS E = E.= CI) ~ ~ CD .g.~ ca 00:0..:>0.. o o o u... lri"cn T"" T"" co o o N 11> c:: :::J -:I U) 15 o = (.;) 0> eI) LO .E Neo :0= Oeo ~~~ ~~ .z:.ca~oXro~ c:: '0 C') .~ C)~ :::JQ)......J:::Jro O~u..ONC) ~o ui'E-ro JEIO.sca~~ = r- CI..g 0 or-m._.c::~ o 10 Z 0: D.. u.. ~ o . o o .c .:.:: u :;tn c.. =-- "- cm Q)- -Cc wQ) S Q) UJ ..... ~ Q c,;) .... u.. >: c: ~ o Co:l -c S Q) "is. E o o ........tci ~cN .=:::IN cOcO oEr- o<l:'!. N -- r- o o N >. "5 ...., II) fJ 'u o Cf.I . Cf.I ....!Q) LL!< u..~~D..~ ...::.,.... r:i c= mONcO ~ a-t":I S2 0- m __....J 1= .....Ou.."'Cra Cl... ->:c ~ .s ~~ . E.liitij......J ....O~bc OoOSE ~ot:C::Q) _000:::J OT""o..oo -" 0>0 "" NT""r- ~ "CIN~~ _ caro'ro E ~~ii<o~ ns D.. ca . '7 (0 ::I: _ > Q) (0 r- . CZl 0 Cleo ' ......J .=z~ro(O ~d;;Cliomg:s ~~>eo~15.. :::JU)ctleoo=~ C<Clt":lD..o..u. ..... "'0 ,S=-... =:;:;--1 ;:"'a..u.. -=~ ~a) CD t":I = SCDCDC "iii E' ~ e c;Jg if 0 CDc:I =11> = co C .a e :::J g. 1ii J!i! c c ! c CD E :::1 i7l .5 "ai c lS .s! G:l ci C "is. CI. -c ca ~ .I: = ~ == -c CD -c :::J 'E .= - U CD e a.. ..;: .S 2: G:l en E I -c a:l E .ra 'E E '0 E ~ ,C ..5 ~ c oS <=>> o o N - ..;: O.S .!:!!c: "'iii~ ::cc 2:-= Q)~ >16 8:: Em -oU) CDi .5 ~ ~~ eo -=-11> Cf.IE ico ;;;;; .c:: _ c ~e c... ~.e .5 g == CD-a '5(5 II) 0 s'c 13~ .6~ cnE g~ Octl -0 "C C :::1 CUe ~a. i: a.g eU E~ CDC co 0 ctlo ~~ ~.~ I~ ~~ cu.;::: "'Ccu afl D:CD ~i c53i ~;i Co 6"0 OCD en:Fi CD-c "i~ (!Js.. '6~ crr. :8~ eQ) Q).c:: .=~ "CI.c eftS .S ~ . .--o~ CD-U -6 ~ .$!. "'Q)e ~-6C1. :5cD~ CD CD a)..Q:5 ~.,g6 00_ .c::CI)e ,.... o~ 1'--0 ~oca ~o .:00: ~ ~ooo~..... (O(OQ)ca:::J cCcOeo.:oo:....Jo a .z:. eo -:::!: t}' ~ .5 .= _~,.... c~'(O__o >-:SOl1>rh~w:t:- ~o.......~(OcpQ)"ia.e = 0 x ::I: CIO M €== :::J en cacnoQ)..(O Cl"Ct.I =Q)CC.....~CIOO...CD c"'CO. co'. c19.5 Q)ca o=~ aicn s:coa:::iEo..u...5:3:.2: -c ... _ ~6~ ]!'5.9 (I) c -a ~OCD oeen ~.a.s CUcnCD .llO:Q):::J o.....c =CI:I~ ES 0 '6.s~ c-= 8.m== m:>-c ~.!!2 ~ Obb ~~.!!:!. -cee oS g. 0.. ~~ .!2 e-= 8~.E c:C c 0- CD ~3:~ :::J"CI = .=CO cnCOc g~ ~ 0u:,C ECUCD 0'0 ~ -.:: '1:: .c:: ~~.a i...: CD Cl ca _ c- caCD :2== o bD.. CD >- .--c E!c a...<( .;...: C a:l "'C C .e c -.:: Q) CI. =:J en '0 .s CD "is. E o o -...... Oco ~:::10 -00 c E - 8<ff5 ~ ~ r- o ~ ~ :::J -:) :2 o o (0 t>> N <<i LL{ ::> - N :> .z:. c (0 <d_~Q)-r :Eco"iaro aEo~~ u..CDCI) .. :S ~~ ~ ~ s~~~~ CI)~@.cca.. . CD ~ Cl C -= == ==0 .!!~c.:l rnc:lUl -=Q) ~::s-g ..... - ~ CJ Packet Page -436- 3/8/2011 Item 10.0. . L.: ~ Cl C'llI ~= ~CD _3:: 00 ~c.. .E.~ c.. " .. :>. ..... "C c:: '- CD:::II -0 c..:l Co ~::2: 'c:: - mCD c..E :::llCU Cl)C!) "C oS m "E.. E o c..:l __0 OcO g:::llo COo)" oECfJ 0<CC'.!. N ~ ~" C'llIO :::110 ~N " -r::i ... C'llI > ~ "S o a::lC'\l ~C'llI~ _ (1) -C '?- -- li)C'llI~OO:C >::2:CfJ~::2: "ECD~l:8C'\1 =:J:::II ,:c ta lii ni CfJ c..:l .~ ~ ~ g:j g ::a:o::E~~ Q2 U) CD" c:: ~ ~ ~ e8 -o~ . a:...... ~c::co. a.. ON It) _ U) CfJ M C'llI=....JM ~ = L1- ..-. - E ~ ai~ :E<c3:->~ cnencn.' :aE~......CD~...... ~ "g c; "~ ~ ~ O<CM(!Jc.." '- - lDe -C'llI <U_ ::a.. - <Ue .~ CD <US ::iE- C'llI lDlD > - eel- (j) 3: ... ~~ -03: CD-o "CIc -=C'llI g - .5 (/) c.c o~ 13(/) :Jc.. .=E (/):::11 cCI. OCD 00 . -2: ~CD c(/) :::II..c: E.~ E..c: g.5 Clgj .5.c -g~ :::II.c ~o 5:2 cnO CDC'llI :Sui "CIf!! ~.a ~c.'l ~~ CD '- ~~ 1:_ =:J - C'llIui ~~ :aCii CDe ~~ .....0.. OCD - Cl ~~ =~ ;}C1. - - 1:~ CDo .s~ CU"CI ~ 5 . ...0Cf.l s-I: cuCO 3:..Q~ C'llI~-g 0::6 ccn- oC'lllQ) ~ g.,j; (.)"CI ... 2 .0 1n g> ':;; 5:a.0 c.'l"S iI m.c~ :Smo ~;p ~ 'CC;- :::111ij ~ c.'l CD I:ca"CI ;:...2~ gE.= E~~ c..c.'lf!! - 0; en ~.E E a:::E!~ e:.sg E-a~ '<<j.:!m E'flE; I-CD.c li) Q; : '<<j di:s :s: .5 _ C'llI :E! 0 -;:: -5 ca as .c ..... :iECf.l~ ~5~ <Ceui ~Q)1a I- 8"1i5 L.: Q) CI C'llI ~= ::2: CD _3:: 00 Q)a.. .E"~ a.. " +-: c Q) -0- cl: J!3~ c-- ._ 0 li)en c.:::II ::JO en ....J -0 CD "Iii "C. E o o c::i u.....o C'llISO ~ 0 - CEO o_~ c..:l...... . ...... ~ co o o N o (.) c:: ~ '(j; It) co :2: U) .~co ~ c-g............" ~ .- - 'Ot" CfJ CfJ c ~a::lCfJ~...... ~ ;>li)....Jo>co E:! (1)=LL-CfJ~ o 0"0 -_0> e 20"go>CfJ as lXl C'llIC'f)_ :iE +-:€E:!~~ _cnoO OON o .~ ~ z g ~- bi!:: co '- 0 .. ._ = 0 co ~.c ~ o =:J c..:l 0> ac:: 0.. LL- o (!J :>. 'C ;E ~ll) 8 ~ '- ~ C'\I 0) U;; ~ . CD CD !a I.C) 0 '"'" w 0) > ~.~ ~~~~B~ ~~ L.: +-: ~:2: Q)..: I.C) ~ ~oCf.l-a:iC'lll'-'<:t'O) .s~~~oE~-- Cl c c -'Ot".C o'<:t' -. c::o~e,,:c::.c~~ wO 0.. a.. C":l..:::o.._LL- a:: , ~~aa en Do. _ en lDeeS ~ Cl lD.- ;3 'C:;; .5 ~ e-lD Cl <<S ow > gCl,~;;:a '-loCI- ~w ::iE .5 ca c: C'llI o ..!2 :E o ...... Cl I: Cl 7il ~ '- C'llI 0.. ~ui ~~ ::ig "g~ C'llI~ ~,f C'llI'C :iEc:: ...C'llI .ecn =E u-lD cu'0 o~ 58 ~a si)' en> c:: c:: 00 00 CD '- :S~ ~3: Cl"C ~~ ~CD "E.~ -c .s c::~ C'llIe CI _ c:: en .1: >s eDC'llI 1\;3: i;~ "C 0.. cia; c:: 0 ~~ CIlC/j gai 'fa~ iU~ c.'ll: ~:5 Ccn OCD ~-g 00.. '6C'll1 tiio enC eDO -an CD:J g.~ Oc '50 )(0 CI) = -~ C)'C c:::::II :So .cl: 2";;; C) CD = oCS '2 CIl CD .s E ~<C Q) '- (.)CD _:s 00 ~~ :m~ ~:aE 01::: 00 uLL- .a :t:i ~:::II o..c51 Packet Page -437- to.: CD lif c C'llI= ::Em _3: 00 ~o.. .EE 0..::::; -c ! i5. E o o _.....0) OcC'\l e::sos- -00 CECl 8 <c c,c. N ~ It) o o N ::> o Z b c ::J o o - o .2 1: :::II C'llI~~ Om~ CDcc b.S! 2 ccnC'lll :::II.~~ oEC'llI <:.:IE,- ~oE .3U<l: o C!) 'ti CD :t:: = CfJe ~ 8 <C ,0 ;;:::OCD~ ~53~g.~ CD"CI"c",c cWN en 'as c c:>> -g 01 COC";lC'lll~ WC:N.......IC!) - lD.. :=<<1 ~ .~-; C'llI..... en I: "CI cu C'llIe-= c:.,:)cua.. Je-=~ .- en ca :i5:;a.. 1:::= {!!. -. >. - "C C '- CD ::J "C c..:l Cu S::E -21ii CDc: c.. '- ::J'" Cl)C!) '<:t' N ...... 00 c-? CfJ ll) I 0) C":l N .L 3/8/2011 Item 10.0. ca c:: C'llI o ~ :E . Q ...... o c:: o ca ~ &! ~ui ~~ ::::i=g "CICU cLL- ~-; eo.. CU-o ~~ Scn =E ~! oJ;' CCD :80 !::IC .ffl~ c:: I: OCl !::I <:.:I CD ... :t:i! ~3: ~"g :1:1'" C:a:I ~~ =c "ge "'e l:D _ I: en "l:~ -m~ ~~ "C 0.. cieD" I: Cl -C'llI ee CIl(j5 gcD :;:00 ca:g ~CD ~~ cli OeD +=2 "CI C'llI CD .90.. "CIcu tiio cne: mo .~~ c.:::II cn~ ~8 M-c _ CD Q)'C C:::ll :S"E ..0 c:: 2";;; C) CD oCS~ C> CD .EE ~<C CD ..... (.)CD _:s 00 -0 . Se E:!~ ~:iE 01::: 00 bU- .$!. :S e:::ll o..i& (;-. ':iE~ c:e CD;j;;j CD:::I Z;"'C CD C .ca:! "'C~ !-.::: _ a:! C. CD Eo 0"0 Uc ~jg gg -gc75 =e ~a.. oui =~ eo = --.::: a:!.c ~N = - =~ 1-;2 CU ... ~ ~ g g Z(J)' .!l! E (I) ~ ::= . 8"N ~ == ..... ~a Cii~ g-g ~ aJOl ii;cowo cacu...C"':I C1''C~ :5 0).5 C"':I ~ - -= .en ca 0...J '0 ~ ~ ~ en - == u.. E .~=-- .= .->- -CD 001 a:l at ::iEE~E:5lS:C"':I.ao COCl)CD:::I",-~ ~ ~a..o.e;.og CD ~c (I)=OO::::CI)0 c=.!e -CCDo~.ccuoea _ 5ti5~~g~a:~g (1)'- CUa:l :::1= co co La _ -- CD J:9~ cc CD .- Ef! e;"O E~ >..5 c 'C CDf! ge ~i '0:5 e~ C.e =:8 mea ~:> "E.~ o~ l! - U) ea = {I):;:: ca1:: ~g 'OE Q) .- -- ci ec c.'c (Dca =.!!:! t- u i..: CD 0) a:l_ cCii_ a:l~_ :Eo~ '0 a.. 0 CD >.. a.. -e"gE Q..<x::9 eo >.. ... "'C C "'- CD :::I "'C 0 Co S:2; .5..... "'- CD =e; C. .... :::Ica CI) C!J .5 "'C co !-gS - 0 C ~:E 0 o (0 E o ..- C'\l >- -.::: ca CD ..........U':l OcN e:::lN EOcO" oEm O<X::~ en ~ "'- CDU':l ..co fSo ON :2; o N ..- N ~O(ON .C ~ N N C1C"':1~(O a:l-lC"':l"? Cl)u..C"':IC"\I o _~C"':I :!:E~C"':I~ a:l-=CDC"\Ien a:: a.. >.. .. C"':I LO:E:gC"\l O)~ 1::: 0 .- EC"':I 0= ~ (!:J ..- u.. a.. u. . .c - .E! .6 ~ c,:)o..l: - ::I c;';B CC-=CD CD Cf.l CI:I -=--1 .... < 'C CD "0 :::I 'E .5 .!II: .... o :s: ~. ..- .... = .c ~ o "'0 C a:l ~ ..- i..: CD 0) a:l_ C - eaCD- :E:!:"'iii -~-=:, u..... 0 CD >.. a.. -e"g E a.. <I: 9 .. >.. 1:E CD ::I 'Co Cu S~ -216 8.E :::Ia:l CJJ(!:J .5 "0 (I) J!;!= CD c - 0 E"E oeo o ..- N 0 .......... ~~CX) oc..NU)C"':I ~SCiicOo~ :5E8cg~;g o<X::..,;(t)~cC (I) r-- 0 co w~t-~ CD cuE "'- c. 00 <- Cl~ ~CD..... ~C1c ..... CUU':l ..co .so 8C'\1 CD ... o c: C CD _!l! E . c... N <x:: ~~ .2en ~ iii~ ~~ ~m"-Ct) CD. I: 0).5 C"':I CI ~ .~ .!l! 0 -I '0 ~ en=a..u..CCD -....- ......06) :E1:~ f!fSlS:C"':I COCl)CD::::I.....~ ~a..o~a5.scu <1)=0 uc ~~~~.gE~ OCl),.-u.aJCla.. :2; o 0"- Cl)C"\I 0) ~Cl)~CO -~ .<~cO~ ~L1.!iLu:~"? I: Q.. ..- I ffl -5 - LU ....: 01 ~ C g-CI) E! 53 . w '- 0 ~~ en c.="-o .-C"':I O~~CD:gN l:::_NC.O.. as=~ ca= ~ ::I: c:::l ..- 0 a.. u. r.o _ -g .5 .a- CI:I- 0 C ::c;CDo..::I o CIIl= 0 OCClCl:lc,:) :=a:ii3~ CI:I _-I t= <I: J!;! .Ui ~ o "'0 a s .lii . c o ~ :E "0 all "CI :::I o .5 b CD e- o.. ~ 'C ~ o c... .5 '0 <I) E ~ c: o E ::.s OQ) ~(J)' CDC 00 ~~ .5 g -ge ~~ (I);j;;j 6:::1 ~s..: -m~ c.~ E..: :::IJ!;! c.a:l u)";: "'iii - ;:~ .a:l co c: ~ .iij .!!i!-6 uiui <1)- ~ca ~~ :::I CD .CI.l co _ "0 en a:l ~ 00 ....0 0) "0 C - i:::(I) "S~ 0'""0 e:s ~~ E..5 c.- ~~ iiis c-e;; -=:,~ ~.B E~ 0(1) <-g Cla:l ~- C'?9 ca.5 ~l6 ==:2 .....3= u _!!t ~ Ens c.;c .~ -g ~e i..: CD 0) ea e ca = ::2: CD .....== uO <1)0.. oE c:=:; ...~ C ..... CD::I "C 0 Cu J!;!:E -2-Z cue c.~ c7J(!:J "C .a CD "E. E o o +-'....0 0c:0 gsq CEO 0<C~ (.) . ~ ~ ~LO 28 1SN u. c.:i .5 'en .... :g C"\I .~ N m N C CD en "7 ~ w u..i>~coo ~ a.:CS(Y)~~ E . ~ ..... u: _r-- ::::IWcQ) OlN ~a.::g2~~m o - ~ <<S CD ........(f') o ~ :::J o:J >.. .. N caJ..-:E:g- ~~.g~t::~~ l-a..aJLO.Ea..u.. o (!:J ~ c;:; (0 o 0). 0 a:: C'?~ co cu "0 (Y)r-- . E C LC~(Y)~ ::::I Q).!!i! _enClLO ~ e~ ~~"""":Cl)- Q)CI)nJCD O-'SCC"':I a::a!f_5o..(I)N ~-~.::.::a.. CD ~01- 1U; :u~s: g.~c;:; ~ S:CI)~~CI)(.)a....-u.. CI. E =.::1 CI:I~ CI:I_ QCiia u..=::o::::: a:c,f! :=oCf.l c.:I := zg :s Packet Page -438- -c 3/8/2011 Item 10.0. C ca C o s I . .5 CD > co = ~. Q) ..: i .... cD C Q) ~ ~ o o C N u)" c. E ::I CI. a.. ...J It) N I t:i c: 'is. "E. ca o "2 ca = o CD E .. v L.(') = 0) ::I E :; . ~ ..- "0 CD "CI ::I o .5 'S .!!!.. e a.. ~ g ..- 0) . c: U> C1.Q) EO ::I~ C1.l6 =t:: ;~ Cca ~'C g! .c13 - 0 CI. u.J ~~ "CI "'0 ,ea "'-~ .sa .C ~I J:o-=:, C'CD 8 "0. ;g Cc ~8 . . . . Provide Hourfy Rates Below: TAB III, CCL~l8/JO~~ Item 10.9. Cost per hour per employee for regular business hours Monday through Friday, 8:00 a.m. to 5 p.m. Foreman! Supervisor Skilled Worker General Labor per hour per hour per hour $72.00 $45.00 $30.00 Percentage of mark-up over actural cost for materials and parts as per example: 15% Cost Per hour per employee for Overtime and Weekend Hours Foreman! Supervisor Skilled Worker General Labor per hour per hour per hour $90.00 $67.50 $45.00 Foremen a's per hour rate + 2 general laborer's rate + ($1,ODO(cost of parts] + % mark-up) = bid for purpose of evaluation. $1.282.00 Page 20 1M!!!! RFP 18-5450 "Asphalt Roadway, Concrete, r...'h C!;t1awQIIr Qnd nriveway Installation" Packet Page -439- TAB IV, Slall. ~l~l~_Q1-t'-t~_rTIJO~D. A. DESCRIPTION OF OUR TEAM . Project Executive-The Wright T earn proposed for your Roadway Projects consists of dedicalad, highly skilled and. experienced personnel. Leading this team as the Proiect Executive is G. Andv Powell, who serves as the Vice Presi- dent of Wright Construction Group's Civil Division. Mr. G. Powell brings over 34 years of construction experience to the project Mr. G. Powell has completed over 100 major civil engineering and infrastructure improvement contracts valued at over $1 Billion dollars throughout North America, primarily in Southwest Florida. Mr. Powell will be tile Chief liaison between Wright Construction and the Collier County Government. As a hands-on Project Executive, you are assured of Mr. G. Powell's on-site involvement and leadership. With your projects under Mr. G. Powell's direction, Collier County may be assured of contract cohesiveness and a quality product. Project Manager-The Senior Prolect Manaaer is James "Jim" Powell, who will be the single point of contact on-site for all Owner Representatives. Mr. J. Powell brings over 36 years of heavy highway and utility experience. With Mr. J. Powell's subcontractor relationships already developed, his vast knowledge of unit pricing and production rates, along with his commitment to the project schedule, we are confident that your projects can receive the detailed management that is required. General Superintendent-Reporting to Mr. J Powell is another west coast Florida construction veteran with over 36 years of experience, General Superintendent. Garnet McCurdv. Mr. McCurdy and Mr. Powell have a strong relationship spanning over 20 years together, sharing similar commitments to project execution, subcontractor management, scheduling, quantities and pricing, and proViding the best value to our clients in a manner that exudes professionalism throughout the project timeline. Mr. McCurdy's abilities will be clearly evident in assuring that your projects meet all of the schedule milestones as determined by the Owner, and that the quality of the construction meets or exceeds all standards. . Chief Civil Estimator I Assistant Project Manager-Providing crucial project data is our Chief Civil EStimator~ sistant Proiect Manaaer. Ken Bell. Mr. Bell reflects over 30 years experience in the local region, providing invaluable insight to project details, costs, subcontractor agreements and material provider relationships. Mr. Bell's subcontractor and material provider relationships in the civil and road building industry are unrivaled in the entire Florida west coast region, further providing confidence to the Collier County of the Wright Team for your projects. Assistant Project Manager IScheduler-Reporting to Mr. J. Powell and supporting Mr. McCurdy is our Assistant Pro- iect Manaaer and Scheduler. Neil Monkman. Mr. Monkman has over 30 years of experience in construction manage- ment, engineering, subcontracts, submittals and scheduling, which will provide assurance to Collier County of our commitment to current and accurate project documentation, and scheduling of all facets of road and utility projects start to finish. Mr. Monkman brings high energy and focus to his assigned duties, reflecting our promise of timely and accurate project documentation, with the complex goal of exceeding overall project tracking and reporting require- ments. Superintendents-Reporting to the General Superintendent, Mr. McCurdy, will be Suoerintendent Andrew Powell and Jeff KellY. Both Mr. A. Powell and Mr. Kelly bring over 10 years of local roadway construction experience managing multiple subcontractors on substantial civil projects. Our Superintendents, as well as our other proposed staff holds multiple FDOT, OSHA and FDEP certifications relative to the work they will manage. Mr. McCurdy, Mr. A. Powell and Mr. Kelly perform the wheels on the ground activity that occurs with projects of this type, and with a solid history of adhering to contract plans. specifications and mandates, your projects will receive non-stop attention to detail, day and night They have an excellent working relationship. and with their "team" attitude consistently displayed on the con- . struction site, they have earned the respect of our Clients, Subcontractors, and Wright Construction. . Page 21 Il1!!!!! RFP 10.5450 "Asphah Roadway. Concrete, r...h ~i"..w~11r ~n" nriveway Installation" Packet Page -440- . . . TAB IV, Slaft, ~L~L~JJJ1_Lt~_f!l_J_Q~~. PLAN OF APPROACH Depending upon the nature of each request for proposal, we will assign one of our civil estimators to complete the cost proposal for the specific request. Andy Powell, Jim Powell and Ken Bell have a combined 100 years estimating exclu- Sively roadway, underground and civil based projects in Southwest Rorida. Each of these estimators understand that communicating with the Collier project manager is a key to understanding the scope and any unusual circumstances that may exist. That awareness and open communication tends to limit misinterpretation and thereby saves on cost and time constraints. Upon acceptance of the proposal by Collier County, a Project Manager will be selected to provide the project lead. Pro- ject Managers will be selected based upon the particular project requirements and complexities thereof. The project manager assigned will be responsible for scheduling, procurement and potential subcontractor's coordination to en- sure that each project is completed with skill and In a timely manner. Again, depending upon the particular projects requirements, a project superintendent will be assigned to oversee all fi~ld operations. Our General Superintendent will coordinate field activities with the project superintendent, which will proVide redundancy in case issues arise that could preclude the superintendent from being onsite at any time. This is particularly important when major MOT operations are in process such as lane shifts which could require completion at night while you wish to continue production operations during the day. Our supervisors are all pre-qualified in Ad- vanced MOT as well as many other pertinent qualifications. The project superintendent will arrange and coordinate the necessary crews and/or subcontractors and quality assur- ance personnel for the completion of each task of work required by the project schedule. Wright has accumulated the resources to permit us to staff all projects that the services herein require while taking advantage of competitive pricing from the various sources available. The project superintendent will provide onsite project supervision and direct field operations all while communicating with the project manager and general superintendent. The project superintendent will manage a safe site and complete daily reports of job site activities until completion of the proposed work authoriza- tion. Safety meetings as appropriate as well as job progress meetings will be conducted. Page 22 ~ RFP 10-5450 "Asphalt Roadway, Concrete, 1'..... Qi.........IIr..out nriveway Installation" Packet Page -441- G. Andy Powell-Vice President Andy has over 35 years infrastructure, road, utility . and civil site experience in Southwest Rorida. He began his career in 1974 assisting the Project Su- perintendent on a utility expansion and road re- placement project in Cape Coral. From that initial experience, Andy has held every position possible from the hands-on operation of heavy equipment. asphalt paving, pipe installation and field crew su- pervision; to Estimator, Project Manager, Con- struction Manager to Project Executive. Each phase of his career has advanced his knowledge of civil construction and broadened his experience in the region. Andy's experience in Florida civil construc- lion has included well over 100 projects exceeding a value in excess of $1.0 bil- lion. . Representative Proiects SR 80 {First Street} Fort Myers Construction of drainage, utility and roadway improvements on First Street (SR 80) from Fowler Street to Seaboard Street through a historical district in downtown Fort Myers, FI. The project involved right-of-way to right-of-way recon- struction and replacement of all public and private utilities including potable water, sanitary sewer, storm drainage, underground and overhead electrical, telephone, fiber-optic, and cable television. Road improvements included complete reconstruction of the existing 30' road surface to 34' including designated bike lanes with asso- ciated curb, sidewalks, signalization, street lighting, grading, bridge ap- proaches, landscape and irrigation. Fort Myers Billy Creek Filter Marsh Major earth work, grading and development of Riter Marsh for SFWMD, the City of Fort Myers and Lee County. Fort Myers, FL US 411 Pompano Shreve Geometric Improvement Project General Contracting services for intersection signalization and roadway im- provements. Punta Garda, FL. Eden Park Elementary School Site Development Complete site development for a new school within the Collier County School District. The Project included Widening existing roadways, relocating existing utilities, installing new underground utilities and drainage, constructing new roads, maintaining traffic to preserve access to existing homes, and off-site improvements. Collier County School District . Page 23 Packet Page -442- 3/8/2011 Item 10.0. Total Years of Experience: 35 Years at Wright: '11 . Education: Miami-Dade South Junior College - Architectural Drafting - Materials of Construction - Surveying - Accounting - Physics University of South Rorida - Accounting - Calculus - Science - Speech Certifications! Licenses: . CTOP (FOOT) Intermediate MOT . Rorida Certified Underground. Utility/Excavation Contractor . Florida Class V Fire Contractor . OSHA Supervisor Trained . Competent Person Trained . 40 Hr HazWopper (Hazard Waste) Trained . . . . Sl Petersburg Reuse/Force Mains Included removal & replacement of existing brick streets and granite curbing. City of Florida City Water Distributions System Installation of water distribution system & services throughout the city. Del Prado Boulevard Roadway and Drainage Improvements: Phase 1 Reconstruction of Del Prado Boulevard from Coronado Parkway to Hancock Bridge Parkway with Drainage Improvements. Installation of Curbing, Sidewalks, etc. City of Cape Coral Southwest Florida International Airport Construction of airport parking aprons, taxiways and perimeter roads and drain. age improvements at SWFIA. Lee County Eight Lakes Sewer, Water, and Roadway Improvements Construction of over 35 Miles of sewer, water, and roadway improvements in Southwest Cape Coral. City of Cape Coral Shell Point Boulevard Roadway Improvements Re-construction and widening of Shell Point Boulevard including utility improve- ments from McGregor Boulevard to Canaan Street in South Fort Myers. Lee County DOT Midpoint Center-Target Site development and offsite roadway improvements. Cape Coral Twin Eagles Development Complete Site Development for Residential Community. Phase 1 includes sani- tary sewers, lift stations, force mains, water distribution mains, water transmis- sion mains, primary & secondary roadways. Naples Jetport Interstate Commerce Park/Interstate Commerce Park Complete site development for commercial/industrial area, includes sanitary sewers, force mains, lift stations, wastewater treatment plant site work, water distribution mains, primary and secondary roadways. Fort Myers Green Boulevard Construction Construction of Roadway and Drainage in Golden Gate Estates. Collier County Cape Coral Industrial Park Sewer improvements. Cape Coral Raw Water Mains and Well Head Construction Reverse osmosis plant. Cape Coral Santa Barbara Boulevard Sanitary sewer improvements. Cape Coral Sanitary Lift Station Construction Construction of 32 Sanitary Uft Stations. Cape Coral 36"/30" Parallel Reuse/Force Main Installation through existing city streets. Saint Petersburg Secondary Roadway Improvements . New bus access road and street lighting. Naples FL Texaco Refinery Construction of a LNAPLJDNAPL, contaminated groundwater collection and G. Andy Pi 3/8/2011 Item 10.0. Top: Eden Pall( Uor/E.rgro!l(]ci Utiiflies 3/8/2011 Item 10.0. James R. (Jim) Powell, Jr.-Project Manager/Estimator As Project Manager, Jim Powell is responsible for assuring a quality project that is on time, within budget, and contractually compliance. Jim is a re- sults-oriented professional, accumulating more than 40 years of progressive accomplishments in infra- structure, environmental, and remedial action pro- jects. Jim uses his many areas of expertise to organ- ize and manage the construction strategies for each project. His role involves assessing project require- . 1 ments, developing proposals, negotiating contracts, t: and organizing resources. Jim follows all projects from inception to completion to ensure compliance with regu- latory bodies and contract specifications. Jim is known for his subcontractor relation- ships, his vast knowledge of unit pricing, production rates, and his commitment to project scheduling. Representative Proiects SR 80 (First Street) Fort Myers Estimator I Project Manager for con- . struction of drainage, utility and road- way improvements on First Street (SR 80) from Fowler Street to Sea- board Street located in downtown Fort Myers, FL., Responsible for MOT, erosion control, clearing & grubbing, excavation, embankment, paving, retaining walls, drainage, curbing, guard railing, signage & pavement markings, signalization, street lighting, sanitary sewer, and potable wa- ter. Fort Myers, FL US 411 Pompano I Shreve Geometric Improvement Project General Contracting services for intersection Signalization and roadway improve- ments. Punta Garda, FL. Eden Park Elementary School Site Development Complete site development for a new school in Collier County including widening existing roadways, relocating existing utilities, installing new underground utilities and drainage, constructing new roads, maintaining traffic to preserve access to existing homes, and off-site improve- ments. Collier County School District . . Total Years of Experience: 40 Years al Wright: 6 . Education: Purdue University, West Lafay- ette, Indiana, Civil Engineering . Construction Law . Time Management . Spread Sheet Modeling . Project Management Funda- mentals O"na 'lJ> Certifications . CTap (FDOT) - Intennedlate MOT . - Asphalt Maintenance & Road Repair . OSHA 1910.21 0 Supervisor Jim Powell-Estia 3/8/2011 Item 10.0. fort Myers Yacht Basin ~Ck reconstruction including installation of new piling, piers, docks, electrical and .PE fire line at Ft. Myers Yacht Basin. Fort Myers Twin Eagles Phase 1 Project Manager for sanitary sewers, lift stations, force mains, water distribution mains, water transmission mains, primary & secondary roadways. Naples Del Prado Boulevard Expansion Multi-lane roadway widening and major drainage improvements for 6.5 -miles seg- ment of major roadway in City. Lee County & Cape Coral Florida Eight Lakes Sewer, Water and Roadway Improvements Construction of over 35 Miles of sewer water and roadway improvements in South- WBst Cape Coral. Cape Coral Green Boulevard Construction. Construction of roadway/drainage, Etc. Golden Gate Estates, Collier County Coronado Parkway Roadway ImprDvements-Phase I Reconstruction and Widening of Coronado Parkway from Cape Coral Parkway to the Yacht Club, including drainage improvements, reuse main installations, sidewalks, and curbing City of Cape Coral Coronado Parkway Phase II . Drainage Improvement from Del Prado Parkway to Cape Coral Parkway. Cape Coral, Better Roads Southwest Florida International Airport Construction of airport parking aprons, taxiways and perimeter roads and drainage improvements at SWFlA. Lee County Everglades Boulevard Golden Gate Estates Project Manager for Primary Roadway Construction of 5-mile segment.GAC, Collier County Coach House Development Project Manager for installation of sanitary sewers, force mains, lift station, water dis- tribution mains, drainage, & secondary roadways. Boca Raton The Club Estates Project Manager for sanitary sewer, lift station, force mains, water distribution mains & secondary roadways, Naples Jetport - Interslate Commerce Park Project Manager for sanitary sewers, force mains, lift stations, wastewater treatment plant site work, water distribution mains, primary & secondary roadways Fort Myers .Barron Collier High School Project Manager for secondary roadway improvements, new bus access road, & street lighting, Naples F0l1 Myers 'r'acfl[ Bas!Ti Coronado Parkway Roadl'rfay Page 26 Packet Page -445- 3/8/2011 Item 10.0. Neil Monkman-Project & Quality Control Manager Neil Monkman is a Project Engineer with 31 years of progressive experience in the construction in- dustry. He has served as a Construction J Project Manager, Resident Engineer and Inspector on sev- eral high profile bridge, roadway, and civil site pro- jects throughout the United States. He has excel- lent training and certifications in a wide variety of related disciplines, has received 47 awards and commendations for safety, and is dedicated to achieving a ZERO punch list on every project. Representative Proiects us 411 Pompano J Shreve Geometric Improvement Project (Right) General Contracting services for intersection signalization and roadway improvements. Punta Garda, FL . Anna Maria ~ridge -Repairs (Right) Wright Construction is proViding Design/Build services for the rehabilitation of two bridges. ARRA project. Anna Mafia Island, FL (FDOT) Bridge & Culvert Repairs PrDject - Project Manager (Right) Numerous repairs to existing bridge overpasses and box culverts throughout the City of Fort Myers, including new pavement, epoxy crack injection, sidewalk replacement, fabric formed rip rap installation, RCP repairs and guardrail repair and replacement. Maintained progress, budget and schedule while assisting in field supervision. Nearly all issues resolved in field with no need for formal documents. Completed project in 50% of schedule with ZERO Punch List City of Fort Myers, FL . Packet Page -446- Total Years of Experience: 31 Years at Wright: 2 . Education: Belford University - BS Civil Engineering Ferris State University - Advanced Construction Man- agement & Civil Technology Certilications: . CTap (FOOT) - Asphalt Paving I & II - Earthwork Levell & II - Intermediate & Advanced MOT - ac Manager . - ACI Concrete Field Levell - Nuclear Density Gauge - Pile Driving - Drilled Shaft - MSE Wall Inspection . Concrete Transportation Construction Inspector (ACI) . OSHA 10 Hour . Certified NPDES Storm Water Inspector (FDEP) . Advanced Cranes, Derricks & Hoists (OSHA) . OSHA Cranes & Derricks . Crane Safety & Lift Planning . Troxler Certified . . . . Neil Monkman-Project and Ot 3/8/2011 Item 10.0. Oakridge Middle School Parking Loll Roadway Improvements - Project Manager & Field Superintendent. Complete oversight of construction of new roadways and parking areas for the Collier County School Board. Project consisted of new roadways and drainage. Worked directly with client, design engineer, and subcontractors to expedite a 4 month project into 2 months. Maintained project GMP budget to client satisfaction and created and updated CPM schedule. Project achieved ZERO punch list items. Collier County, FL State Road 80 Utility Replacement Project - Assistant Project Manager Worked directly with Senior Project Manager, Client and Construction Man- ager assisting in scheduling, change management, field supervision, MOT, inspection and quality control. Corresponded daily with Construction Manager to resolve issues as they occurred and to maintain quality control at all times. Project completed on time and under budget. City of Fort Myers, FL Sanibel Causeway Bridges & Toll facilities Bridge, roadway and building Resident Engineer, responsible for quality control oversight working directly under Senior Bridge Engi- neer to perform daily inspections of bridge, roadway and building construction. Bridge oversight included test pile and production pile driving, mechanical splice inspections. pile cap, columns, beams and deck inspection. Additionally served as safety commit- tee chairman, receiving multiple awards for safety and leadership. Lee County Dept of Transportation Federal Correction Institute Served as Resident Reid Engineer / Inspector responsible for gen- eral inspections and field supervision, including oversight of con- struction activities of concrete, sails, paving, underground utilities, masonry. foundations, sanitary sewers, precast wall and slab placement and pile driving inspection for water tower. Dept of Jus- tice, Federal Bureau of Prisons General Milchelllnternalional Airport Resident Engineer / Area Construction Manager for a roadway and parking structure contract. ResponSibilities included all coordination activities with DOT, contractors and FAA and field inspection of 4 lane overpass bridge from pile driving to deck. Milwaukee County Dept of Airports Wayne County Metropolitan Airport Resident Engineer I Field Inspector for runway/taxiway construction performing all duties associated with site work and drainage. roadway construction, 7.5 million gallon pump station, underground utilities. and all associated inspections of reinforcing steel, concrete placement, testing. Additionally, perfonned QC inspection of runway overpass/tunnel construction including 22,000 GY con- crete placement in 24 hours. Wayne County Dept of Airports Paae 28 Packet Page -447- 3/8/2011Itern 10.0. Garnet McCurdy-General Superintendent Gamet has over 38 years experience in civil and environmental remediation, and on-site supervi- sory construction management. As Civil Superin- tendent, Gamet ensures projects are completed safely, in accordance with the contract docu- ments, while maintaining optimal structural integ- rity, and impeccable system and finish Quality. He actively coordinates all day-to-day, on-site opera- tions. Mr. McCurdy has worked on over 50 large- scale civil construction projects throughout the United States, primarily in Southwest Florida. .1 . :\t .'.In ~ \l~ Representative Proiects SR 80 (First Street) Fort Myers General Superintendent for con- struction of drainage, utility and roadway improvements on First Street (SR 60) from Fowler Street to Seaboard Street, construction pro- ject involves replacing water, sani- tary sewer and stann drainage sys- tems along the roadway. Fort Myers . Eden Park Elementary School Site Development General Superintendent for complete site development for a new school in Gallier County including widening of existing roadways, relocation of existing utilities, installation of new underground utilities and drainage, construction of new roads, maintenance of traffic to maintain access to existing homes, and off-site improve- ments. Collier County School District Frultville Roadway Improvements General Superintendent for widening of the current two lane road segment to four divided lanes from 1-75 to Tatum Road. Includes: drainage, four foot wide bicycle lanes, street lighting and signalization, 10' wide concrete and paver sidewalks on both sides, water main and stormwater pipes. Incorporates decorative asphalt, utilization of pavers for landscaped tree lined medians and street lighting featuring LED fixtures. Sarasota County Glades County Waste Water Treatment Plant Expansion . Installation of Membrane Bioreactor System (MBR) into the existing aeration train of Glades WWTP. It Is a 135,000 gallon expansion. Glades County Packet Page -448- . Total Years of experience: 38 Years at Wright: 5 Certifications & Training: . CTap (FOOT) - Asphalt Paving I - Intennediate MOT - Earthwork I . NPDES Stonn Water Inspector (FDE?) Erosion/Sedimentation Control . Certified Confined Space Entry Trainer . Certified Respirator Fit Test/Usage Trainer . Emergency first Aid/CPR . Asphalt Maintenance & Road Repair . OSHA Health & Safety Training; 29GFR 1910.120 . Emergency Response Hazardous . Site Worker (40 hr) . Annual Refresher Course (8hrs) . Confined Space Rescue . OSHA 10- and 3D-hour Construction Safety Awareness . Gourse (RAG3), Environmental Sam- pling & Testing Course, (WQC Training Course (RACIV), 8-hr Safety Training Rich Rathnow . Naval Air Station Jacksonville, Haz- ardous Waste Facility Operations Training Course (16 hours) . U.S. Anny Gorps of Engineers Construction Management for Gontractors . Trenching & Shoring Training Course (8 hours) . Trenching & Excavation . RespiratorlSCBA Training . Fall Protection . . Hazardous Communications Com- pliance . Equipment Training (all types) Garnet McCurdy-Ge 3/8/2011 Item 10.0. Villages At Country Creek Reuse Pump Facility . Install 650,000 Gallon reuse storage tank. Install pump skid and piping. Coronado Parkway Phase II Superintendent for drainage improvements from Del Prado Parkway to Gape Coral Parkway. Cape Coral Del Prado Boulevard Superintendent for multi-lane roadway Widening & major drainage improvements of 6.5 Miles of major roadway. Cape Coral NCWRF Deep Injection Well Pumping Station: Superintendent for 50,000 GPM Deep Injection Well Pumping Station in North Collier County, with underground and mechanical piping, extensive electrical, standby power, instrumentation and controls, pumps, and bypass piping, Collier County Bahia Honda State Park Upgrade existing waste water system and treatment facility at State Park, Big Pine Key, FL Billy's Creek Filter Marsh Constructing lakes, weirs, filter marsh, and drainage systems. Includes excavat- ing, dewatering, and construction phases. Fort Myers, FL. Pahokee Headworks Replacement Palm Beach County Utilities. Palm Beach . Big Cypress Vehicular Access Improvements Big Cypress Elementary School intersection, signalization and turn lane construc- tion to provide safer vehicular access to Elementary School on major county roadway. Collier County School District BCHS Ball Field Renovations Barron Collier High School. Collier County Left: Bahia Honda State Park WWTP Right: Big Cypress Ve/lieular Access Improvements Packet Page -449- ~.. ~ ~-- .--_.a__.. ._...... Ken Bell-Chief Estimator As Project Estimator, Ken teams up with the Project Manager with such responsibilities as system analysis, design review, budget estimating, value engineering, life cycle cost analysis, and cons.tructability analysis. Ken has over 41 years experience working as chief estimator in all aspects of civil construction and 4 years with ~ Wright Construction. Ken's experience in the local region proVides invaluable insight to the project 61.,i detat i1~'lcosts!dsubclont.tracth~r agreements and . r..< ! ma ena pravl er re a Ions IpS. His support of projects begin with inception and continue through constant detailing and revising costs to assure the best possible pricing for the Client. Ken's relationships in the civil and road building industry are unrivaled in the entire Southwest Florida region. ReDresentative Proiects S8 80 (First Street), Fort Myers Estimator for total rebuild of SR 80 through Downtown Ft Myers. Construction of drainage, utility and roadway improvements to First Street from Fowler Street to Sea- board Street, project involves replacing water, sanitary sewer and storm drainage systems along the roadway. Fort Myers, FL eUitville Roadway Improvements Widening of the current two lane road segment to four divided lanes from 1-75 to Tatum Road. Includes: drainage, four foot wide bicycle lanes, street lighting and signalization, 10' wide concrete and paver sidewalks on both sides, water main and stonnwater pipes. Incorporates decorative asphalt utilization of pavers for land- scaped tree lined medians and street lighting featuring LED fixtures. Sarasota County . . I Veronica Shoemaker Boulevard Estimator for new construction of a 4-lane road in City of Ft Myers. including storm- water and utilities, Fort Myers, FL Jetport Interstate Commerce Park Estimator for Sanitary Sewers, Force Mains, Lift Stations, Wastewater Treatment Plant Site Work, Water Distribution Mains, Primary & Secondary Roadways, Fort Myers, FL Twin Eagles Estimator for sanitary sewers, lift stations. force mains, water distribution mains, water transmission mains, primary & secondary roadways, Naples, FL Pine Ridge Road Estimator for realignment and reconstruction of Pine Ridge Road in Naples from Logan Blvd to Airport Pulling Road, Collier County, FL East US 41/8R90 Drainage (FOOT . Estimator for Stonnwater and Utility piping improvements associated with widening of US 41 in East Naples, FL P~nll ~1 Packet Page -450- 3/8/2011 Item 10.0. Total Years of Experience: 41 Years at Wright: 4 . . . . Trusler Road improvements Estimator for restructuring and widening along with the new Installation of drainage and utility system north of the Collier County Airport Livingston Road Improvements Estimator for the sanitary sewer, potable and re-use mains, and drainage sys- tems from Golden Gate Pkwy to Immokalee Road, Co/Her County US 41 Widening Estimator for Storm water and utility piping improvements associated with wid- ening of US 41 In East Naples from Rattlesnake Hammock Road to Collier Blvd. East Naples Radio Road Improvements Estimator for the widening of Radio Road and the new construction of an inter- section at Davis Blvd. Project Included utility relocations and a new drainage system, Naples, FL Cypress Lakl OrNe Road Improvements Estimator for Widening of Cypress Lake Dr1ve from Summerlin Road to US 41 including sanitary sewer, watermain, forcemain and storm drainage, Fort Myers, FL Sandy Lane, Estero Estimator for storm water, sanitary sewer, potable water, and reclaimed sys- tems associated with the new construction of a divided four-lane road, Es- tero, FL San Carlos Boulevard Widening, FOOT Estimator for realignment and reconstruction of San Carlos Blvd in Lee County from Summerlin Road to Buttonwood Street. Fort Myers Beach, FL Stals Road 80 Improvements, FOOT Estimator for widening and restructuring of SR80 including the drainage system from Cowboy Way to SR29. laBelle, FL D_~? Packet Page -451- 3/8/2011 Item 10.0. Andrew Powell-Superintendent . Andrew Powell has 4 years of experience with Wr1ght Construction Group and Is a highly- motivated, quality-driven individual. He is dedi- cated to maintaining schedule deadlines and sub- contractor conformance which produce quality workmanship. With his civil FOOT training, An- drew began as assistant superintendent on com- plex civil projects and is now a Civil Superinten- dent coordinating all day- to -dayan-site opera- tions. Andrew possesses excellent communica- tion skills with all team members and sub- contractors. SR 80 (first Street) Fort Myen Responsible for over- seeing contractors for total rebuild of SR 80 through Downtown Ft Myers. Construction Included drainage, utility and roadway Improvements to First Street from Fowler . Street to Seaboard Street and included replacing water, sam- tary sewer and storm drainage systems along the roadway. AddiUonally, the roadway was widened from 30 to 34 feet with an addition of undesignated bike lanes, new curbing and gutters. New six- foot sidewalks, landscaping, and lighting reminiscent of old Fort Myers were added on both sides of the road. Ft Myers, FL Frultvlll. Roadway Improvements Widening of the current two lane road segment to four divided lanes from 1-75 to Tatum Road. Includes: drainage, four foot wide bicycle lanes, street lighting and signalization, 10' wide concrete and paver sidewalks on both sides, water main and stormwater pipes. Incorporates decorative asphalt, utilization of pavers for landscaped tree lined medians and street lighting featuring LED fixbJres. Sarasota County, FL Glades County Wasle Water Treatment Plant Responsible for Assistant Superintendent duties on a 135,000 GPO day membrane expansion to the waste water treatment plant The pro- ject includes a new lift station installation, Force Main installation, and . Genset Glades County, F n..ft" ~') Packet Page -452- 3/8/2011 Item 10.0. Tolal Years 01 Experience: 10 . Years at Wright: 4 Certifications & Training: · CTQP (FOOT) - Earthwork I & II - Asphalt Paving I & II - Intermediate & Advanced MOT - Certified Quality Control Manager - Asphalt Maintenance & Road Repair - Quality Control Manager - ACI Concrete Reid Level 1 - FOOT Concrete Reid Level 1 - Nuclear Density Gauge - Rnal Estimates 1 . Certified NPDES Stormwater Erosion and Sedimentation Control (FDEP) . OSHA 10 Hour . OSHA 30 Hour . A TTSA: Certified Maintenance of Traffic/Advanced MOT . Ariel Uft Operation & Safety Training . Scissor, and Rough Terrain Uft . Forklift Operation & Safety Training . GSSI Ground Penetrating Radar . . r", ~ '-- Immokalee High School Responsible for Assistant Superintendent duties on a complete track resurfacing and storm drain instal- lation. Immokalee, Fl. Weslclox Sidewalk Improvements Project required the Installation of one mile of side- walk and storm drain and the Rebuilding of related swales and driveways./mmokalee, Fl. Shadowlawn Elementary Superintendent over soccer field renovation, storm drain. landscaping and irrigation projects. Collier County, FL Golden Gale Middle School Superintendent for track resurfacing project. Collier County, FL Fort Myers Yacht Basin Superintendent of seawall and sidewalk renovation projects. Dock reconstruction including installation of new piling, piers, docks, electrical and HOPE fire line at Ft. Myers Yacht Basin. Fort Myers, FL Big Cypress Waste Water Treatmsnt Plant Superintendent in charge of new plant installation and demolition of existing facility; installation of drainfield and force main. Collier County, FL Big Cypress Vehicular Access Improvemenls Travel lane expansion and removal. Completion of landscaping, irrigation, sidewalk and storm drain installation. Collier County, FL Pine Ridge Elementary Tack Resurfacing Superintendent for track resurfacing project. Collier County, FL Barron Collier High School Superintendent of baseball field renovations. Com- plete storm drain installation, irrigation, and grading projects. Collier County, FL Bahia Honda State Park Upgrade eXisting waste water system and treatment facility at State Park, Big Pine Key, FL ~ "- Andrew Po 3/8/2011 Item 10.0. BIP CV/lI ~'ss /f;/'/(;f//ar /-i':ce,C',=: /!7/prOl/tJ I d::\'i{s Left: Ba/lli) HUf,(/3 Staff; Pa:;: V/NTP Packet Page -453- Jeff Kelly-Superintendent Dedicated to professionalism, Jeff has nearly a decade of experience In an array of construction fields. Prior to joining the Wright Construction team, Jeff was a successful project manager for another construction company. Since joining Wright Construction in 2006 Jeff has accumulated three years as a superintendent. He is dedicated to project completion and is characterized by beating schedule deadlines. Most notably, Jeff has the ability to maintain a high standard of sub- contractor communication and performance. . Fort Myers Yacht Basin Dock Project Superintendent responsible for oversight of complete Yacht Basin Dock reconstruction including installation of new piling, piers, docks, electrical and HOPE fire line at Ft Myers Yacht Basin. City of Fort Myers SR 80 (First Street) Fori Myers Assistant Superintendent responsible for overseeing contractors for complete rebuild of SR 80 through Downtown Ft Myers. Construction of drainage, utility and roadway improvements on Arst Street from Fowler Street to Seaboard Street. Project involved replacing water, sanitary sewer and storm drainage systems along the roadway. City of Fort Myers Watsr Treatment Planl Assistant Superintendent for installations at a water treatment plant. responsible for installing of piping. Naples Immokalee Waste Water Treatment Plant Project Superintendent responsible for the installation of new ground storage tank (1.5 million gallons). Supervised the construction of three new wells which consisted of all new twelve- and sixteen-inch water lines. Oversaw construction of new pump building. Collier County Eden Park Elementary School Site Development Assistant Superintendent for snework. Complete site development for a new school in Collier County including widening existing roadways. relocating existing utilities. installing new underground utilities and drainage, constructing new roads, maintaining traffic to preserve access to existing homes, and off-site improvements. Collier County School District Beach Shslllnn General Manager in charge of all related construction for resort, Ft. Myers Beach . n"......... ~c: Packet Page -454- 3/8/2011 Item 10.0. ~ Total Years of experience: 10 Years at Wright: 4 Educallon: McKee Vocational/Tech, 1994 Certifications: . CTOP (FOOT) - Maintenance of Traffic Advanced - Asphalt Paving Levell - Asphalt Maintenance & Road Repair ~ - Earthwork Levell - Nuclear Density Gauge . OSHA 1 0 Hour Course . Certified Work Zone Safety . FL Certified Underground Contractor . MSE Wall Inspector . FL Class 5 Fire Sprinkler Con- tractor . FDEP - Certified NPDES Storm- water Inspector ~ '- ~ '-- ~\ "'-" TAB V, Corporate Experience and _3j~L?OJ~J!~EQJ_9:.~. STATEMENT REGARDING CURRENT WORKLOAD IMPACT ON OUR ABILITY TO PERFORM PROJECT Wright Construction Group maintains a surety bond capacity of $100,000,000 and is also prequallfled with the Rorida Department of Transportation at a total project capacity of $142,650,000. Currently, our uncompleted backlog is ap- proximately $19,000,000 which leaves significant portions of our capacity available for additional work. Our road and civil division has been supported by our team of highly qualified professionals with extended experience In both road and civil construction throughout Southwest Florida. This team of dedicated Individuals has worked together at Wright Construction for over 10 years providing us the Individual experience to handle capacities well beyond our current backlog. Their experience has provided Wright Construction with an excellent understanding of the road and civil sub- contractor community which enables us to select the subcontractors with the very best Qualifications in any given dis- cipline. In addition, our company maintains a division that focuses exclusively on continuing services agreements. Our experience with these types of agreements has enabled us to establish significant processes that ensure that con- tinuing services projects flow efficiently and effectively through the completion of each project. Page 36 (H!!!! RFP 10-5450 "Asphalt Roadway, Concrete, r..... ~;......_I.. ....d n"iveway Inlallation" Packet Page -455- 3/8/2011 Item 10.0. XCLUDESSMALLPROJECTS CONSTRUCTION CONTRACTS IN PROGRESS Frultville Road Improvements August 2009 January 2011 $8,557,903.00 TBD 0 2.161 Miles Edison State College Building "U" July 2010 June 2011 $7,500,000.00 TBD 0 C111 Pump Stations January 2010 June 2011 $7,149,000.00 TBD 0 S-l99 and S-200 Mlaml-Dade County, FL Glades County Medical Health April 2010 December 2010 $4,194,000.00 TBD 0 Clinic Moore Haven, FL Shell Point Retirement Community February 2010 March 2011 $3,990,000.00 TBD 0 Administration & Rehabilitation Additions, Lee County, FL Glades County Jail Renovations January 2010 December 2011 $3,500,000.00 TBD 0 Florida Department of July 2010 June 2011 $729,805.00 TBD 0 Transportation Mooringline Bridge Florida Department of April 2010 June 2011 $348,600.00 TBD 0 Transportation ridge 040004 Scour , Countenneasures Edison State College May 2010 January 2011 $393,796.00 TSD 0 Art Gallery HVAC & Electric Retrofit Building L Renovation Bridge Scour Design/Build June 2011 $348,600.00 TSD 0 Bridge Scour Countermeasures, Bridge #' 040004,Desolo County, FL Burnt store Road July 2011 December 2011 $1,600,000.00 TBD 0 Edison Building L Fire Protection December 2010 March 2011 $TBO TBD 0 Fort Myers Beach Mound House January 2011 June 2011 $500,000.00 TBD 0 Malanza Pass Bridge Repairs March 2011 November 2011 $400,000.00 TBD 0 Collier County School District Various Projects Various Amounts TBD 0 Continuous Projects Edison College Continuous Projects Various Projects Various Amounts TBD 0 Lee, Charlotte, and Collier Campuses Lee County School District Various Projects Various Amounts TSD 0 Continuous Protects ~ sterD Fire Stations Maintenance Various Projects Various Amounts TBD 0 and Repair Continuing Contract I Page 37 Packet Page -456- 3/8/2011 Item 10.0. A~of: Nielson, Wojtowicz, Neu & Associates ~+~,+- THERE IS A DIFFERENCE... ,~ '- December 20,2010 Collier County Board of County Commissioners Purchasing Department, building uG" 3327 Tamiami Trail, East Naples, FL 34112 Attn: Brenda Brilhart, Purchasing Agent Re: RFP 10-5450 Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installation ~, L. Dear Ms. Brilhart, We are pleased to confirm the surety bond relationship for Wright Construction Group. We have been providing surety bonding for Wright Construction Group since 1986. Their bond line has been established with Western Surety Company Jor over forty years and is capable of supporting a $75,000,000 single job size and $120,000,000 aggregate work program. Western Surety Company has an A.M. Best's rating of A IX. We reserve the right to review final contract documents and bond fonDS as part of the overall underwriting at the time a bond is requested. Provision of this letter assumes no liability to any party in the event bonds are not provided. Wright Construction Group maintains an excellent reputation for owner satisfaction by completing projects on time and within budget. We offer our highest recommendations on the use of their services and invite any future inquiries you may have. ~ '--- Providing 8Qnds for the Construction Industry 1126 Central Avenue. Suite 200. St Petersburg, Fl33705 . (727) 209-1803. ToU Free (BOO) 965-9597. Fax (727) 209-1335 ..moo ---e---"1C8bonds.com Packet Page -457- TAB VI, cusL?L?L~.9JJJ!~!!l J-J?:.g. . A. Owner: City of Fort Myers D. Owner: City of Punta Gorda Address: 2200 Second Street Primary: Linda Sposito ~ Fort Myers. FL 33902 Public Works Project Manager Phone: (239) 321-7459 3130 Cooper St Fax: (239) 344-5943 Punta Gorda, FL 33950 Email: SKazemi@cityftmyers.com (941) 575-5050 Services: Construction Management &lor (941) 575-5044 (F) General Contracting pubworks@ci.punta-gorda.f1.us Contact Saeed Kazemi, P.E. Secondary: Mark Gering B. Owner: FOOT-District One City Engineer Contact: CEI Consul-Tech Enterprises, Inc. (Address same as above) Corporate: 3434 Hancock Bridge Parkway (941) 575-5030 Suite 207 (941) 575-5044 (F) North Fort Myers FL 33903 Services: Construction Management &lor General Phone: (239) 656-6237 Contracting Mobile: (239) 707-9001 Services: Construction Management &lor General Contracting E. Owner: Sarasota County . Email: fdemoya@cte.cc Address: 3277 Frultville Road, ') Contact Fernando de Moya Bldg C Suite 2 Sarasota, FL 34237 Phone: (941) 366-8108 Fax: (941) 366-8114 Services: Construction Management &lor General C. Owner: School District of Collier County Contracting Address: 5775 Osceola Trail Email: cpecor@wilbursmith.com Naples, FL 34109 Contact Christopher Pecor, P.E. Phone: (239) 377-0240 Fax: (239) 377-0231 Services: Construction Management &lor General Contracting Email: chanfa@collier.k12.fI.us Complete Information concerning budgets and schedul. Contact Fai Chan Ing is listed in TAB II past experience for each of the contacts above. . ~ Page 39 1M!!!! RFP 10-5450 "Alphan Roadway, Concrete, P..... C!;..........I... ....... n1veway Installation" Packet Page -458- ~ J ~ ~ ~ .~ TAB \ _~ l.~f4.9_!!-I!~ _'!!.!9~Q. Wright Construction Group takes no exception to the general terms and conditions, insurance requirements or any other requirements listed in this RFP. George Andy Powell Vice-President Wright Construction Group Page 40 I"K!!!!! RFP 10-5450 "Asphalt Roadway, Concrete, ....M.. CO:.a..._". -.... -'rlveway Installation" Packet Page -459- . . . TAB VL21.?L?9J..lJ!~_f!l...!Q:P_. .~ ~ ~ Page 41 RFP 10-5450 "Asphah Roadway, Concrete, ....... ~;oI...._I.. ...... Ilriveway Installation" . Packet Page -460- f}1!!!!! Ac#44B2620" .' . . . STATE OF FLORIDA . DEPAR'tMENT. OF> BtJSlNESS AN]) PROFESSIONAL REGULATION .......,. . CONSTRUCTION nmuSTRY. LICENSING BOARD ." SEQ#L090'7230104B LICENSE NBR .'. I 01 23 2009 O'00.'3~'tS QB4....' . . · The BUSINESS ORGANIZATION" . Named below IS QUALU'IBl) Under the proVi.Sions of Chapter .489 FS. Expiration date: AUa 31, 2011 . (THIS IS NOT A.LICENSE TO PERFORM WORK. TBISALLOWS THE COMPANY TO DO BUS;nmSS'ONLY IF IT HAS A QUALIFIER.) WRIGHT CONSTRUCTION GROUP INC 5811 YOUNGQUIST ROAD FORT MYERS . . FI.. 33912 3/8/2011 Item 10.D. J CHARLIE CRIST GOVERNOR DISPLAY AS REQUIRED BY LAW CHARLESW. DRAGO SBCRETARY .. ,.-..., J - , , ~. -... ,-, .,.....'Y r'.--r- -..".. _.-- --- <"':---- - - - ACI 396308.2 . . .. -, :.":'..:\':~T.;;$TATe:Of.fLORIDA . :.':': .....'...... ..,:' .. _ ,~_ -...., , ',:-' :,.: _ ',=- " ..~_:".." _~:,," _ ~:::?:;-s:~. _:-~ ~.- 4~.,-_::~"-.( ~ ," _ ,_ _~. _' . _.:',:: .:" '. . _._ . -.'.:. ;>... - ,": ':,'>: -~. :',:"y :.,.~::i,t~! _::':,> ~<:/:;"::,.j.-.:.;. ~;'~ . ..'.' DBPAR'l'MBNT~BU.$.,AND.;ROP~IONAL UGtJLATION,"';"'i :/:::,~ >;':1,/:, .' ..OS:3()' 2009,i 08$6,4B:i996';;c(kO.$::f444;:^}"'<?;~''':;:~W(:~<'''?: , , i\;i!f.~.,a.~I!Ji~~rr." , EXpiration "dateo, ,AUG,.31":' "2&1'2' ""'/;4'+"'~' """,""" ,', . '_.I~ia~f~i;\' ,;',-.,"',"':,". .:~;~~~t\"~ft"~ff~~III~~~~~~~b" "": ''', . .. ..-.. -...-..-....-,--..-.-..-...... COLUER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 100421 COLUER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104. (239) 252-24n VISIT OUR WEBSrrE AT: www.colllertax.com THJS RECEIPT EXPIRES SEPTEMBER 30, 2011 DISPLAY AT PLACE OF BUSINESS FOR PUBUC INSPECTION FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. LEQ.ALFORM-'~-"",,,,,,, - THtS TAX IS NON-REFUNDABLE - ."....'~tpan~ 0 j;">,,---. ..;' V ..,.lI""..... "11'.. V .If;'-, .lCV #~. ......,;V r\vRIGHTCONSTRUCTIONGROUP,INC ;:,.,..~' ,,,.. r--.. .' ..r-;;.1;.- ". ...,.~ -: \\ .1:.:\. . . " FRED M. . "'" JII . ..... . ~'.' .. I ....cDN{AN f r .}~..~ ?1.~\'~'~ t ~I , 4 .~ ': " ", 9331 ~ TAMIAMI TRAIL #22 ,I.' ,. i .. '. ~ ~ :w ~,. . ,l ;. , li~' . :............,~.~.l.... J: I NAPL.l:S ~ t ". :~' ~ . ;:.;~~ .. ,..""," ,[, J ~BER OF EMPLOYI:ES: 31-40 EMPLOYEES \ \' ,( 't.'!:t--":';,~r~' ", . / ""tfAsSIFICATION:GENERAL CONTRACTOR \.>. '\ '-. , " ~/' CLASSIFICATION CODE: 05100104 \ "1"..,j...., "- "... .' _ _..... ~ q ,,/ This document IS.8 business talC only. This Is not certification that ucenl;eeAujl~. 4' G V."'-<' It does not panmt the rlCensee to violate any existing regulatory zoning ~ EIi1e~~o((:ltles nor does it exempt the licensee from any other taxe& or permits tI-... ...-. "^ .;v;;'.,.............,...N~ Packet Page -461- LOCATION: 9331 N TAMIAMI TRAIL #22 ZONED: C-3 BUSINESS PHONE: 239-481-5000 STATE lie: CGC053444 FL 34110 DATE AMOUNT RECEIPT 08f12/2010 72.00 4561.40 ~MMf ~, A?49 . . . ~/8/2011Item 10.0. ~s.~:~,~:~~W)i;i-;!:'."" ,.,.' STATE .OFFLQlUD~. . · .... ..... · .,'\ ":"'';'. '.', ......, . .. '.' . .,. '" '.~ _,.... '.' . ,J:>.,AB,'l'IIBlll' uOIl' Bt7SINESSAND PR.OFBSSIOHAL REGtJLATZON. .'. .. .... ..'.,...'."................. . ..;..~'.l'RUC1'IONI:NDl1ST:R.YL:rCBNJ:J:IHG.BOA1ur:--.. .. '. .' .~. :...'.\.:.:.\;;..:.....::.;<.~:;.-.:.:...~.,:.:.:.::. '. ':." ........;. '. . "'SEClIIL10.072101147 . ,-..... . :. ~~~.,~.-;\~i.~.u..~.t:_:~.~\~... "'.' -, ~ . '.,. r ' :; of'li!2D-ro~~ 10003"90'50 ;~. CUC122422.5{..'J~.:':}if~;.;';::..:i-j:':.i'io$..;~<;::.;.....:..-:.:.:>. .... ".i ........::....:;. '. .....:'. .... ..'1"....e.:-;..;..-I....ioIft~......:""'ILI'1'Y.~ :'IIIv,..,...,...II.ftiiz.~.:-. ,":':',~... ... '.-;,,,. .:". '..:.' .... . ..... '.'" ~'..':": ":.' .'. . -. "'" l''''.n.u:, ~~~."~ .ViI. tIIi :...........,..:y~....z. :t;. ..~. "i.--t .... ," a- . '. .... . ";. .',. "0 ',"."-..3 :bel-' IS '......ft........Z........ . ;". .'.!O, z.:. ,'. . ~" ..Pl .::. '.. . .. : ':. . '-' . , " : '. .-; .....~'" llII'..... '\IioAA...-.... au .'; :~ "0. . .... .'1 ..:.~.~ '"0 ,. ..' ." ."., . . Uniie.r. "the ::Si~OV.:L8ion. 'o~ 'Chapt, . '~S$ . ." .~ ..". ..-s:.\':, .,,: , . ". ....... . ~ '. :-. .:>....'..... . '.' ,..~U:-.~loJi....;4a't"' 'i "A17G31 .; 20~2'''' .. .r, .... "'.i 1--t --:\V", . . ,'. ':. :,.' ". :'. " . '.. ".. c::.T-.',;~~~}~~;::::C:~~.,,;sJ~'~;;"~' . '.." . ......: ..' ,~: · ...", .. ,;.'::~~:;:.:PJ:....DmLOPIlBHT.)SBRVICBS .INe .<~:..:;:.;.'i.', :', ~..: :'''' ;,. ..,J. ..... '. '.. :;.:'~ ':'..::5811 :5iOlJN~IS'l'.:RQAD..' :. "':,;)"':.: .' .: . .. ~..:.....;:J'O~~.;~S: ::." p", .... '.: 'PL 33912 " .~.-~: )' .. :...... ,...........,.. ...'...., '.' ".:. ..:..,...:._.\;.....';......:....:.<;,;.:...:....:.:.~........'..:..:.:....:. ::..::>::::<:~-;:::;,~..:f~{~\.::~F;>:.\:<: :.' . ':~' '. . . ~ . '. '-.' :.:::.~..:C.iiARt;IlI:..CriST.:.... :":" '" .. "~:'.'.i:':::6DRLI~';Li:_"";' ;". :....':..:.;-:.:::-....~.:;'.~i.~?~?~ '..::' '.: .~. '. 'DISPLAV~~.~~~~EDB~'LAW'" "".: ..~R~~..~lSC~~~,...;..:.::.:..~ STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL TALLAHASSEE, FLORIDA CERTIFICATE OF COMPETENCY . nns CER'nFmS THAT: Gt:ORGl:: ^ POWEI.L 5811 YOUNGQUIST ROAD FT MYERS. FL 33912- BUSINIOSS ORGANIZATION: KBJ DEVEI.OPMENr SERVICES INC CONTRACTOR v MEANS A CONTRAcrOR WHOSE BUSINESS IS LIMITED 'fO THE EXECUTION Of CONTRACTS REQUIRING THE ABILITY TO FABRICATF..INSTAI1... lNSPEcr. AI.TER, REPAIR, AND SERVICE THI:: UNDERGROUND PIPING FOR A FlRE PROTECllON SYSTEM lISING W ATI::R AS THE I::XTlNGUISHIN(j AGENT BEG INNING AT THE POINT THE PIPING IS USED EXCLUSIVELY FOR FIRE PROTECTION ANn ENDING NO MORE TItAN ONE FOOT ABOVE TIlE I'INISHIID FLOOR. .,.-...., ~~ Oller Finandal omcer 08542300012008 1911090001 Application 1/ LitenslllPenllit NlR1Iber ..'ACI.... 5n' 4SnO~;;.:;;.;<~i.t.:,::>' 1..;~~i:::}~.:.~:~:..:':..::.;'::arAt~;Ofi::~i-ORlIiA/.""::'~:", .-;~:..'~;;)f;:.[.;:,., .!;":;;~c.f~.,F}:~l::i.:~;.;;:.~ ,,'i'~("~';'i~<: '..-;....,: i,;.....~'j' ~?'):t:b~~~~_~t~~),l~~t~'~;~~:!r~\"li ;~~:,I:(~~,~~J ,..~~.Sf{i~!.ilj~Nr-i~r~!m~J;::,~{i{),1~,\~li'~~~~m:~J;,~1{i~f'~~~;t~::1 aqi,.t:i '~dal:."AUG"3:l,;'31J'!~ ~~ .~~. .~~,.~, , .......... p.".. ...','.' ".' """..1 .."{.,~{:?~..~7JJ;:;~~;~j:~:,i~E.,t':':'>fJ}'~~ .~~~'(;?~,;~~{~.':~t$~i:~;.~lt~~i!.::~,J~j~;~~i '. ';'., :KJj'DlP.tEIiO.;..'8~tC3S-":J:N(i\ ....~~.I'f.'- '.' ... '..... ..,..., .....,..."':,.,."!:',...',,,. ..j.,.,..~,.,.""""",:.,,,,,, "".' 1 ,.' ~;/,~;?~;~'1~.tj~~~~t~;:~~~~~[),t~0~.j;,\~:~~~h;~!~;~J~r~~f~t!i;~,H{;N~f'~~:[~~i.~Ji~i~~f~ ......",.. . ..eaAALt..,:cltI.!I!l;'.....,.... "J"". ' ..,.... ......'. '",'".. ,: ......, ;','.'''' ..............fi11';C~~:t...~,. ..r"......,.. 1...?.;.L~....~...,:~.:t:~5.'~~~~~{fi;;':..~:..!;J~~:~~~:....\i~~'i~:~V~~~h~',~~~0~~~..@~~~;~~..~A}~~:i~i'..\f7::.:i;:.:l:~ .~;;.;.it:~~.:.~~;-,7;..::t:.;~:1~';,i~:i~:~~~::;..j;~;(.8 KBJ is an affiliate company with common ownership (Wright Construction Group) Packet Page -462- ~ ..J ,..-... ,.JrlJ ~, .J 3/8/2011 Item 10.0. Attachment 1 Collier County Board of County Commissioners Purchasing Deparbnent Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign In the spaces indicated and retum with your Proposal. Vendor should check off each of the following items as the necessary action is completed: III IlJ The Proposal has been signed. All applicable forms have been signed and included. along with licenses to complete the requirements of the project. III rlJ Any addenda have been signed and included. The mailing envelope has been addressed to: . Collier County Board of County Commissioners Purchasing Department, Building "G- 3327 Tamiami Trail, East Naples, Florida 34112 Attn: Brenda Brilhart. Purchasing Agent The mailing envelope must be sealed and marked with Proposal Number. Proposal Title and Due Date. IiZI The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) - All COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE. ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Wriaht Construction GrouD. Inc. 9331 N. Tamiami Trail, Ste. 22 Naples. FL 34110 239-513-1724 Address: City, State, Zip: Telephone: Email: AndyP@WrightG.com ~~ ~ Georoe Andy Powell Representative Signature: Date Dec. 20. 2010 Representative Name: RFP 10-5450 25 Packet Page -463- . . 3/8/2011 Item 10.0. Attachment 3 . Conflict of Interest Affidavit ~ By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses. that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the finn (employees, officers and/or agents) has a possible conflict have been fUlly disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Wriaht Construction Group, Inc. ~~ George Andy Powell ~. Vice President December 20, 2010 Signature and Date: Print Name Title of Signatory State of Florida County of Collier SUBSCRIBED AND SWORN to before me this by George Andy Powell. Vice President identification ~4-~ ~ 20th' day of December. .2010, . who is personally known to me to be the for the Firm, OR who produced the following Sharon Cluck-Miller My Commission Expires December 3, 2011 ~ RFP 10-5450 27 Packet Page -464- 3/8/2011 Item 10.0. Attachment 4 ~ Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP NO. 10-5450 - "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is In every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by Ri=P # 10-5450. J (Proposal Continued on Next Page) ~, J RFP 10-5450 28 Packet Page -465- PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 20th day of December . . the County of Collier . in the State of Florida . Finn's Legal Name: Wriaht Construction Graue. Inc. Address: 9331 N. Tamiami Trail, Ste 22 City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number Telephone: FAX: Check on of the following: Signature by: . (Typed and written) Title: Send payments to: . (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: OffIce servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State. ZIP Telephone: . RFP 10-5450 3/8/2011 Item 10.0. .2010 in r'\ Naples, FL 34110 OB44862 FL Business License 20-2246559 239-513-1724 239-514-2132 o Sole Proprietorship o limited Partnership I;ZI' Corp or P. A. State of Rorida o General Partnership ~ ~ George Andy Powell, Vice President Additional C~ct Infonnation ~ Company name used as payee EmaD ('. 29 Packet Page -466- 3/8/2011 Item 10.0. ""'" ~~ .I M,j.....~mrisicn Attachment 5 Immigration Affidavit Certification RFP 'II : 10-6450 TItle: Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations This Affidavit is required and should be signed, notarized by an authorized principal of the finn and submitted with fonnallnvitatlons to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors J Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor'slbidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to Include this Affidavit and aCC8Dtable evidence of enrollment in the E-Verlfv Droanm. shall deem the Vendor I Bidder's DroDosal as non.....SDon81v.. Documentation of these reauirements will not be acceDted after the bid / DroDosal deadline date. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation ofthe employment provision contained in 8 U.S.C. Section 1324 a(e).SectIon 274A(e) of the Immigration and Nationality Act ("INAN). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e> of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's I Bidder's proposal. J Company Name Print Name Wriaht Construction Group, Inc. ~S ~ Title Vice President Signature Date December 20,2010 State of FL County of Collier The foregoing instrument was signed and acknowledged before me this 20th day of December 20J!l., by -GeoaJe Ar:ldv Powell who has produced is known to me as identification. - - (print ~.)~~..,) ~. (Type of Identification and Number) :=::)~4- __ .' SHAROHCLUCK-IILLIR Notary Public Signa re NItIrr P.... . ..... of FIIIIlII Sharon Cluck~Miller . ",~....__Dec3.att Printed Name of N~ Public C..-nIlIIDll . DO 731121 December 2011 / DD 738821 8andIlt1lllaugllNlllalllf....., Notary Commission NumberJExpiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy ~ of this affidavit to interrogatories hereinafter made. J RFP 10-5450 30 Packet Page -467- 3/8/2011 Item 10.0. . Attachment 8 0 Affidavit for Claiming Status as a Local Bualness . RFP #:10-5450 Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations (Check Appropriate Boxes Below) State of Florida (Select County if Vendor Is described as a Local Business ~ Collier County 0 Lee County Vendor affirms that It isa local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A a local " business. is defined as a business that has a valid occupational license issuec:l by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased. and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business. unless . it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include. but not be limited to. the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. ,,-..., , Vendor must complete the following information: . Year Business Established in DCollier County or D Lee County: 2010 Collier Co. and 1981 Lee County Number of Employees (Including Owner(s) or Corporate Officers): 41 Number of Employees Living in 0 Collier County or 0 Lee (Including OWner(s) or Corporate Officers}: 41 . If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit Failure to do so will result in vendor's submission being deemed not applicable. . Vendor Na~-,"~n Group, Inc. Signature: ~ ~ Date: December 20,2010 Title: Vice President STATE OF FLORIDA III COLLIER COUNTY o LEE COUNTY . Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 20th Day of December. 2010. ~~"1f.&~... . Sharon Cluck~Miller . Notary Public My Commission Expires: Dec. 3. 2011 (AFFIX OFFICIAL SEAL) . IHMONCWCKaLllt ...., ,... . ... .. FIIdlII . · ... ee.nIIIIaI__ D1c3.1It1 c..IIII.. . DO 73II2t ....'11lIIIlIFNIIIanII,.,... ~ I Packet Page -468- ~ j ~. ~ ~ ..j 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract for Roadway Contractors Attachment 7 Collier County Florida Insurance and Bonding Requirements ~;f.~~J;tlS'!~!ffaJ~1ig@'~~:\T:Tt~~~~ITr!~~fi~~tg!EJR~~~~;;~a~:~!pr~~~!~diH~~~!~~!f~ Compensation. Government Statutory Limits and Requirements 2. ~ Employer's Liability $1.000.000 single limit per occurrence 3. 181 Commercial General Bodily Injury and Property Damage liability (Occurrence Form) patterned after the $2.000.000 single limit per occurrence current ISO form 4. I81lndemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attomeys' 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 er 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. $ 2.000.000 Each Occurrence; Bodily Injury & Property Damage, OwnedlNon-owned/Hired; Automobile Included 4. 181 Automobile Liability 5. 0 Other insurance as 0 Pollution noted: Occurrence $ Per o Professional Liability $ Per Occurrence . $ 500,000 each claim and In the aggregate . $1,000,000 each claim and in the aggregate . $2,000,000 each claim and in the aggregate o Valuable Papers Insurance Occurrence $ Per 6. 0 Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' ch~k or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a 7. 181 Performance and Payment Bonds 32 Packet Page -469- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by AM. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. 181 Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. 181 Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Uability where required. 10. 181 Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Collier Co.unty. NOTE: The "Certificate- should read as follows: · For any and all work performed on behalf of Collier County. · Collier County Board of County Commissioners, Naples, Florida .'" I No County Division, Department or individual name should appear on the Certificate. 11. 181 Thirty (30) Days Cancellation Notice required. ~ Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within fIVe (5) days of the award of this solicitation. Name of Firm ~rouP.lnc. ~. Date December 20, 2010 Vendor Signature Print Name George Andy Powell Insurance Dawson of Florida Agency Agent Name Steven Bueltel Number Telephone ?::tQ-?1i1-fi11 fi ~ 33 Packet Page -470- ,,-.~ ~ J ~ J 3/8/2011 Item 10.0. ~~- AminlshlNe SeMces DwisIon Purchaaing Email: BrendaBrllhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM 1 Memorandum Date: December 14,2010 Brenda Brllhart, Purchasing Agent Interested Bidders From: To: Subject: Addendum # 1: RFP 10-5450 - "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: DELETE the following duplicated paragraph from Tab II, page 6: 2) Tab II: Proposer's Credentials, Previous Performance and Project Understanding (Maximum 30 Points/Maximum 20 Pages): Pr9Vi~9 a es':ar laUer, eiSR9s t;)y SR al:lth9Fiae~ aniser &f the firm, indicatiAg 1he YAs8F1yiAg pAilessphy of the fim::! iA pr9tAdiRfjI t!:le sORRase staled !:IeFeiR. IRsludo tRs RaFRe(e), t13lepReA8 Rl:Imlaer{s), aRs email{s) &f tRs suthoFiaGI GORtest peF6en{s) Gonoeming proposal. SYbmissioA gf a sigRe~ Prepesal is Pr:epeser's eertif.iaatieA that the Pr:epeser ....Jill sssept SAY awaFEts mase to him as a FOSylt sf BsiEl sl::llamissieA sf 1he Ie mas 69AtaiAee therein. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Dan Hall, Project Manager 1 Packet Page -471- . . . 3/8/2011 Item 10.0. a&~ ~ - Aat ilWbdfNe.SeMoes 0iviekJn Purc::h8$ing Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 (.-.... ADDENDUM 2 Memorandum Date: December 17, 2010 From: Brenda Brilhart, Purchasing Agent To: I nterested Bidders Subject: Addendum # 2: RFP 10..5450 - "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: CHANGE: ,~ I The E-Verify requirements were updated during the Board of County Commissioner's meeting on 12/14/10 (10 E - G). The Board gave Purchasing the discretion to collect the E-Verify documents (interpreted as a minor irregularity) if not submitted with the proposal. The proposer could be given 1 - 3 business days to submit the documentation. Page 23: If the BidderNendor does not complv with providina both the acceptable E-Verifv evidence and the executed affidavit the bidder's I vendor's proposal &hall be deemed non-responsive. Documentation of these requirements will net-be accepted after the bid I proposal deadline date. 1. Changed "shall" to "may" 2. Removed: Documentation of these reauirements will not be accepted after the bid I proposal deadline date. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Dan Hall, Project Manager f""" Packet Page -472- f' r r 3/8/2011 Item 10.0. BONNESS INC. Pavin\l and SiteworR Contractors t 990 Seward Avenue Naples, Florida 34109 (239) 597-6221 · (239) 597-7416 Pax www.bonnessinc.com RFP #1 0-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" Packet Page -473- . Table of Contents . . 3/8/2011 Item 10.0. Cover Letter Management Summary Proposer's Credentials, Previous Performance and Project Understanding Cost of Services to the County Staff/Subcontractors Credentials Corporate Experience and Capacity Current Workload Customer and Reference Listing Acceptance of Conditions Required Form Submittals II Packet Page -474-' INDEX' INDEXING SYSTEM 1 3/8/2011 Item 10.0. BONNESS INC. Paving and Sitewom Contractors 1990 Seward Avenue Naples, Florida 34109 (239) 597-6221 · (239) 597-7416 Fax www.bonnessinc.com TAB I ~ COVER LETTER/MANAGEMENT SUMMARY RFP #10-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" ~, .1 Packet Page -475- . . . ( , Ii I " j BONNESS INC. 3/8/2011 Item 10.0. Pavlne and Sltewom Contractors www.Bonnessloc.com (' December 20,2010 Collier County Board of County Commissioners Purchasing Departments, Building "0" 3327 Tamiami Trail, East Naples, FL 34112 Attn: Brenda Brilhart, Purchasing Agent Bonness Inc. is pleased to offer the enclosed qualification statement for the "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" RFP. We look forward to the opportunity to submit proposals and perform with excellence future roadway work in Collier County. The underlying philosophy of Bonness Inc. is best expressed in our mission statement, "To fully serve Southwest Florida's paving and sitework needs with honesty and integrity by providing a quality product, outstanding customer service, value, and innovation n. We understand that mission to be an on-going work-in-progress and we strive each day to make it a reality for our customers. ~ For all of the above, our Leadership Team meets weekly to identify and focus on opportunities for improving our processes. We are available to you through this qualification process and at any time in the future to ensure your satisfaction. Kathleen Bailie, President - 253-5045 Jeffrey Janco, Executive Director of Sales and Construction - 253- 7607 Sandra Santos, Executive Director of Business Operations - 253-9841 Sincerely, r>.<" -J" ~"rt.6'~ Kathleen M. Bailie President ~ 2. 1990 Seward Avenue. Naples. fL. 34109 . ph (239) 597.6121 · III (159) 597.7416 23423 Janice Avenue. Port Charlotte. FL. 33980.011 (941) 235.&060 · Ex (941) 766.6166 Florid. ClI Packet Page -476-BC'OJ990.4 1 ~ r" ,; j BONNESS INC. 3/8/2011 Item 10.0. Pa"lne and Sltewom Contractors www.BonnessInc.com Tab I Proposed Subcontractors on Team All of the work associated with this RFP, asphalt roadways, concrete, curb, sidewalk and driveway installations, is done in-house, therefore, we do not anticipate the participation of any subcontractors on our team. ~ 1990 Seward Avenue. Naples. PL. 34109. ph (239) 597.6221 · fz (239) 597.7416 23413 Janice Annue. Port Charlotte' FL. 33980. ph (141) 235.6060. Ix (NI) 766.6166 Florida ell Packet Page -477-BCt059904 . . . BONNESS INC. 3/8/2011 Item 10.0. Pawlne and Slteworll Contractors www.BonnessJoc.com r"'\ Authorized Contact Persons Concerning Proposal Kathleen M. Bailie, President Jeanne Carnes, Estimating kbailieCcUbonnessinc.com Office: (239)597-6221 Fax: (239)597-7416 Cell: (239)253-5045 icarnes@bonnessinc.com Office: (239)597-6221 Fax: (239)597-7416 Cell: (239)253-6248 ~ ~ ~ 1990 Seward Avenue. Naples. PL. 34109. ph (139) 597.6111 · II (1S9) 597.7416 23423 Janice Avenue. Port Charlotte. I'L. 33980' Dl (941) 235.6060 · II (941) 766.6161 Florida Ct Packet Page -478-1K.'069904 ~ 3/8/2011 Item 10.0. BONNESS INC. Pavil1\l and SiteworR Contractors 1990 Seward Avenue Naples, Florida 34109 (239) 597-6221 · (239) 597-7416 fax www.bonnessinc.com TAB II r PROPOSER'S CREDENTIALS PREVIOUS PERFORMANCE & PROJECT UNDERSTANDING RFP #1 0-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" r' 5 Packet Page -479- . . . , ~ j BONNESS INC. 3/8/2011 Item 10.0. PaYlne and Slteworlr Contractors www.Bonnesslnc.com ~ Proposer's Credentials - Tab II In February 2010 Bonness Inc. celebrated its twenty ninth anniversary as a paving and sitework contractor in Collier County. Bonness' President, Kathleen M. Bailie, has over 29 years of experience in the paving business and holds a contractor's license and underground utility/excavation license for the State of Florida. David Crosby, recently promoted to Project Manager, has been working at Bonness for thirty years, supervising all aspects of our work for Collier County. Supevisor Jay Winkley has been paving roadways since 1983 and since 1992 in Collier County. Both men have extensive work experience with Collier County and both are certified Advanced MOT/ATSSA. Our concrete supervisor, Ernesto Gutierrez came to Bonness in 2000. He now oversees three concrete crews. David Martin, Bonness' underground utility manager has been supervising work in Collier County since 1986. ." Bonness Inc. is a full service contractor as our crews perform all asphalt work, concrete work, sealcoating, striping and underground utilities. As an awardee of the annual contract, we have responded with a competitive bid, to every request for quotation from any of the Collier County agencies. Manager meetings are held weekly to discuss all projects regarding scheduling and issues. We have been doing work for Collier County and the City of Naples for all of our years in business and have always completed projects on time and according to plan. Bonness feels that our customer service in the field and office is second to none. In the last five years Bonness Inc. has completed intersections and various pathways for Collier County, roadway maintenance for the ~ ~ 1990 SewlIrd Avenue. Naples. PL. 34109. ph (139) 597.6111 · b: (139) 597.7"16 13"23 JllDice Avenue. Port Charlotte. fL. 33980 . Dh (941) 135.6060 · b (941) 766.6166 florlda CUCl Packet Page -480-'05990" "'" ,; ) BONNESS INC. 3/8/2011 Item 10.0. Pawlne and Siteworlz Contractors www.Bonnesslnc.com City of Naples, Naples Centre, the Bonita Beach Road extension and Brooks Village shopping center. From the time plans are received in our estimating department to the final lift of asphalt every project is always a joint effort by everyone at Bonness Inc. r" ~ 1 t990 Seward Avenue. Naples. fL. 34t09 . pk (239) 597.611t . fll[ (239) 597.74t6 23423 Janice Avenue. Pon Charlotte. FL. 33980 . ph (94t) 135.6060. h (941) 766.6166 florida CUCl Packet Page -481-#o59lKW BONNESS INC. 3/8/2011 Item 10.0. Pa91ne and Slteworlt Contractors . www.Bonnesslnc.com ~ County Roadways Projects - Tab II 05018- 2,500.00 Frangipanni & Tobias - (Prime 05024- 7,491.97 20Th Place SW ($wale Modifiest 05084- 57,897.60 Veterans Park Dover Run 05086- 472,944.55 Golden Gate Blvd At Everglades 05113- 99,750.32 North 9Th Street @ S.R. 29 05114- 33,197.29 Livingston Rd @ Pine Ridge Rd 05141- 49,996.99 Forest Lakes MSTU 2005 05169- 12,401,19 Golden Gate Parkway Pavers 05172- 66,278,65 Roberts Ave @ SR 29 05173- 110,523.57 Immokalee Dr @ SR29 05188- 37,234.58 Immokalee Overlay & Sealcoat 05192- 174,251.37 East Naples Middle Schoollmpr 05205- 83,828.83 Immokalee Pavers - Median Modi 05207- 6,703.24 Forest Lakes Addl Patching 05245- 999.52 Collier Blvd Exc, French Drain 05250- 162.00 Granada Homes New Carstops 05254- 299,439.93 Golden Gate/Sunshine Blvd, 05271- 84,947.62 Golden Gate Pkwy @ 44Th Street 05295- 10,504.83 Immokalee Pioneer Museum At Ro 05296- 64,653.20 CR29 Road Repair (Chokoloskee) . 05312- 29,641.97 Airport Rd (CR31)@ Transfer Rd Total 2005 1,705,349.22 ~ 06032- 1,013,975.86 Collier County Resurfacing '06 06087- 19,802.42 Airport Pulling & North Rd 06098- 1,361,96 Gulf View Middle School Track 06109- 1,968,16 Oakridge Middle Track Patch 06124- 177,283.38 Lakewood Blvd @ Davis Blvd Int 06127- 47,010.44 Forest Lakes MSTU Woodshire La 06128- 11,050.65 Golden Gate Parkway @ Naples B 06143- 3,561.70 Davis Blvd @ Germain Honda Med 06147- 502,254.54 Radio Rd (Devonshire To Living 06148- 59,586.00 Radio Rd At Kings Way/Briarwoo 06150- 9,024.52 Collier Co, Medical Examiner 06154- 9,880,00 Collier County Bayshore Drive 06178- 130,092,34 Orange Blossom Drive @Airport 06189- 33,517.75 Pelican Bay Maintenance Facili 06192- 5,563.46 Collier County E.M.S. Asphalt 06193- 39,135.59 South Collier Water Treatment 06219- 943,095.19 Livingston Rd/Golden Gate Pkwy 06224- 4,962.64 Forest Lakes MSTU Drainage Mod 06228- 1,908.90 Collier County Dept. Of Facili 06236- 25,000.00 Forest Lakes MSTU Asphalt Repa 06280- 9,257.70 Radio Road & Fox Fire Paver Ar 06295- 34,559.25 Lakewood Speed Humps . 06319- 87,889.42 Granada Blvd/GG Sidewalks ~ 06332- 3,375.00 Collier Government Complex Total 2006 3,175,116.87 8 1990 Seward A~enue . Naples. PL . 34109 . ph (139) 597.6ftl . Ix (139) 591.7416 23413 Juice Avenue. Port Cbarlotte . I"L . 33980 . pia e94l>> 135.6060 · h (941) 766.6166 Florida cuc~ Packet Page -482-'059904 "" 07007- 07029- 07039- 07095- 07096- 07126- 07146~ 07149- 07179- 07192- 07241- 07252- 07256- 07257- 07263- 07283- 07284- Total 2007 08026- 08153- 08182- 08222- Total 2008 ~ 09010- 09064- 09091- 09098- 09220- 09274- 09311- 09319- Total 2009 r 10054- 10077 - 10078- 10087- 10106- 10108- 10119- 10125- 10128- 10136- 10140- 10199- 10200- 10261- 10262- 10273- 10275- 10298- 1 0331- Total 2010 350.00 Collier County Driveway Repair 2,226,557.01 Collier County Paving #07-4077 427,175.08 Livingston Rd, Pine Ridge Rd 189,495.79 Forest Lakes MSTU Main Roadway 3,685.30 Turtle Lake Court Sealcoat 118,478.92 Immokalee Beautification MSTU 446,992.31 Radio Rd. Phase I Median Impro 3,898.56 Naples High School - Carstops 16,924.29 Corporate Square Median Pavers 58,653.08 Oakmont Lake Bank Resurfacing 10,590.28 Oakmont Park Resurfacing 890,702.76 Collier County Paving #07-4077 82,641.42 US41 @ Waterside Shops 50,304.09 Wiggins Pass Road @ US41 Inter 56,150.17 Collier Blvd @ 25th Ave SW Int 42,663.93 Forest Lakes MSTU-Pavement Mar 11,491.66 Forest Lakes MSTU Asphalt Patc 4,676,754.67 139,055.14 Bayshore Drive Crosswalks 2,489.40 Collier County Facilities Mgmt 2,290.66 Collier County Park/Recreation 1,244,556.91 Collier County Asphalt Paving 1,388,394.11 494,747.97 Radio Road Median Improvements 1,956,121.20 Immokalee Rd Asphalt Paving 5,945.80 Collier County Wastewater Dept 826.02 Pelican Bay Maintenance Patchi 81,388.30 Davis Blvd at Shadowlawn Dr 1,433,015.72 Collier County Annual Road Ove 1,791.28 Radio & Devonshire Intersectio 10,177,73 Cape Sable Drive Median Improv 3,984,014.02 308,456.97 Radio Road MSTU PH 3 9,407,02 Collier County 3/10 Millings 72,185.37 Collier County 3/10 Paving 2,468.00 Glenview Asphalt Sidewalk Rep 47,707.762010 Immokalee Sidewalks 23,731.95 Vanderbilt Dr At Aqua Pelican 112,294.40 Golden Gate Pkwy. Bear's Paw 401,321.12 Golden Gate Pkwy, Bear's Paw 316,868.27 J & C Blvd Intersection Improv 4,848,22 Pine Ridge North Swale Improv 20,599.09 Immokalee Rd at Collier Blvd 30,018,09 Bobbin Hollow Driveway Restora 334,283.27 Naples Park Sidewalk Improveme 47,141,88 East Naples Community Park Pav 10,939.78 Veterans Community Park Restor 156,945.06 Maintenance Of Collier County 564,405.18 White Lake Blvd Widening 159,219.54 Enterprise Ave Inters.ection 210,663.75 Progress Ave/Livingston Rd Int 2,833,506.72 ~ Packet Page -483- 3/8/2011 Item 10.0. . r' ~ ) BONNESS INC. 3/8/2011 Item 10.0. Poine aod Slteworlt Contractors www.Bonnesslnc.com " Project Understanding - Tab II The scope of work under RFP 10-5450 is for various roadway construction services to include the modification of turn lanes, medians and intersections for Collier County roadways. . Typical to this work, but not limited to, will be clearing, curb removal, excavation (cut and subgrade), the construction of a pavement base, paving, drainage, utility conflicts, irrigation, new curb and sidewalk, driveway installations, signage and striping, handicapped ramps, constructing swales and maintenance of traffic in accordance with FDOT and Collier County standards. Collier County is also including services to design and build hammerheads at selected streets. ~ As a roadway contractor for Collier County, we will be responsible for providing complete services for a variety of projects and we will comply with all relative codes and regulations. All of Bonness Inc.'s work will carry a one-year warranty, which becomes effective after the project has been completed to the County's satisfaction. . ,~. 10 1990 Seward AnDue . Naples. FL. 34109. pll (239) 597.801 · Ix (239)> 597.7416 13423 Janice Avenue. Port Charlotte. fL. 33980 . pll (941) 255.6060 · Ix (94t) 766.6166 FlorId. cuel Packet Page -484-'059904 J 3/8/2011 Item 10.0. BONNESS INC. Paving and SitewOfR Contractors 1990 SewardA\Tenue Naples. florid,a 34109 (239) 597-8221 -(239) 597-7416 fax www.bonnessinc.co'm TAB III '} COST OF SERVICES TO COUNTY . RFP #1 0-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" ,.-.. ) Il Packet Page -485- . / ,; J BONNESS INC. 3/8/2011 Item 10.0. Pawln" and Slteworf2 Contractor. www.Bonnesslnc.com ,.-..., I 3) Tab III, Cost of Services to the County (Maximum 15 Points) Provide hourly rates listed below: . Cost per hour per employee for regular business hours Monday through Friday, 8:00 a.m. to 5:00 p.m. Foreman/Supervisor $24.11 per hour Skilled Worker $20.67 per hour General labor $15,76 per hour Percentage of mark-up over actual cost for materials and parts as per example:_18.5 % Example: Parts invoice Total $1,200 + 35% Markup = $1.620 Actual Price for materials and parts Cost per hour per employee for Overtime and Weekend Hours Foreman/Supervisor $35.76 per hour Skilled Worker $30.48 per hour General labor $23.25 per hour Foreman's per hour rate + 2 general laborer's rate + ($1,000 (cost of parts] + % mark-up) = $1,250.92 bid for puroose of evaluation. ,-.., Awarded vendor will be required to abide by the rates provided above. . r--. 1'- 1990 Seward Avenue. Naples. PL. 34109. pll (139) 597.6211 . Ix (239) 597.7416 23423 Janice Avenue. Pon Charlotte. FL . 33980 . ..II (941) 235.8080 · Ix (94t) 766.6166 Florida CUt Packet Page -486-CI059904 ~, 3/8/2011 Item 10.0. BONNESS INC. Pcwing and SiteworR Contractors 1990 Seward Avenue Naples, Florida 34109 (239) 597-6221 · (239)597-7416 Fax www.bonnessinc.com TAB IV ~ STAFF/SUBCONTRACTOR CREDENTIALS RFP #10-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" r I~ Packet Page -487- . . . , ~ ) BONNESS INC. 3/8/2011 Item 10.0. Pnlne and Slteworlt Contractors www.Bonnesslnc.com -""' Collier County Detailed Plan of Approach - Tab IV Project bid information will be received by Jeanne Carnes in the estimating department. The bid will be prepared and sent to the requesting party prior to the due date and time. Upon award of the project, Dave Crosby and Mrs. Carnes will organize a pre-construction meeting with Jay Winkley and Ernesto Gutierrez. Mr. Crosby will then set up a pre-construction meeting with Collier County and will arrange for locates and advise the county of road alerts. Dave Crosby decides the best team for each project, meets with them and develops a project schedule that meets with the county's approval. ~ Once the project is started, weekly manager meetings and safety meetings are held. Jay Winkley and Ernesto Gutierrez will be on site daily overseeing all work. Dave Crosby will make daily site visits to check on the work and safety compliance. I~ ') 1990 Seward Avenue. Naples. flL. 34109. pb (139) 597.6211 · Ix (239) 597.7"'16 23423 Janice Avenue. Port Charlotte. flL. 33980 ovb (941) 135.6060 · Ix (941) 766.6166 I'lorlda cue Packet Page -488-:'059904 ~, r I \ V I ) BONNESS INC. 3/8/2011 Item 10.0. PaYlne and Sltewom Contractors www.:Bonnessloc.com Proposed Contract Team - Tab IV ,..-., Jeff Janco, Executive Director Sales and Construction (239)253-7607 David Crosby, Project Manager (239)253-5049 Jay Winkley, Paving/Striping Supervisor (239)253-5046 Ernesto Gutierrez, Concrete Supervisor (239)253-9104 Chris Slaby, Crew Leader (239)253-9136 Hermino L1opiz, Crew Leader (239)8331 Jeanne Carnes, Estimating/Contracts Administrator (239)253-6248 (Please see attached resumes/bios) r 16 1990 Se-4nlrd Avenue. Naples. fL. 34109. ph (239) 597.6ft1 · fx (139) 591.7416 23413 Jamce A"enue . Port Charlotte. fL. 33980. via (941) 235.6060 · ill: (941) 766.6166 florJda cuei Packet Page -489-;1059904 3/8/2011 Item 10.0. . Jeffrey M. Janco 1990 Seward Avenue, Naples, FL 34109 Phone: 239-597-6221 - E-mail: jjanco@bonnessinc.com /~ Experience · 2003-Present - Bonness Inc., Naples, FL . 2010 Executive Directors of Sales and Construction o Manage Project Managers November 201 O-Present o Oversee Sales and Construction Teams in regards of civil commercial and residential projects for the SW Florida Region. · 2009 - 2010 Director of Sales . Responsible for area sales, establishing growth of area and in house divisions of underground utilities, customer relations and supeIVision of sales team and subcontractors. SupeIVise all bids including municipalities as well as residential and multi-million dollar commercial projects. Projects involve all phases of site development including land clearing, blasting, excavation, Wlderground utilities, grading, limerock base, asphah, concrete, traffic control, signalization, layout, testing, signage and striping. · 2005-2009 Commercial Estimator & Sales . · 2003-2005 Renovation Estimator maintenance and modifications ~ Education . 1995 Graduated from Cypress Lake High, Fort Myers, F1 and · Agtek Civil Material Takeoff Reporting Certifications · Bid2win Estimating Software Training · Critical issues in Personnel Law · Fred Pryor Seminars Conducting Employee Evaluations · Preventing Sexual Harassment for Managers · Dale Carnegie's Highly Successful Management Skills · Contractual Risk Transfer Training · Nine Traits of Highly Successful Teams · Project Manager Cert. Career Track References · Dan Farrar, Workforce21 (239) 822-6668 · David Davis, The Sembler Company (727)384-6000 · Josh Fruth, Davidson Engineering (239)598-5270 · Tommy Houchin, Houchin Construction (239)643-1783 . lip ~ Packet Page -490- 3/8/2011 Item 10.0. ~ David Crosby 1990 Seward Avenue, Naples, FL 34109 Phone: 239-597-6221 E;nail: dcrosby@bonnesslnc.com Experience 1982-Present Project Manager Bonness Inc Naples, FL. . Project Manager September 2010-Present Oversees all aspects of commercial and residential projects for Collier County and South Lee County . 1999 - 2010 General Superintendent in charge of scheduling, customer relations and supervision of project foremen and subcontractors. Supervise al work relating to Collier County and City of Naples annual roadway contracts, as weD as residential and multi-million dollar commercial projects in Collier County. Projects involve all phases of site development including land clearing, blasting, excavation, undergltUld utilities, grading, limerock base, asphalt, concrete, traffic control, signalization, layout, testing, signage and striping. · 1987-1999 Asphalt and Umerock Foreman · 1985-1986 Estimator · 1982-1985 Limerock Foreman ~ 1978-1982 Equipment Operator Highway Pavers, Inc. Naples, FL · Operated graders, loaders, rollers, dozers and asphalt pavers on commercial and residential projects in Collier County. Cerlilicalions . Career Track Microsoft Office February 27, 2008 . Fred Pryor Seminars Conducting Employee Evaluations January 30, 2008 . Advanced MOT I ATSSA August9,2007 Educafton . Graduated from Morristown High School, Morristown, NY 19777 References . Brad Hefner, City of Naples (239) 253-5860 . Stan Rack, The Sembler Company (727)384-6000 . Ron Rice, City Gate Development, (239)598-5270 r' l7 Packet Page -491- 3/8/2011 Item 10.0. . Lyman" Jay" Wlnldey 1990 Seward Avenue. Naples, FL 34109 Phone: 239-597-6221 E-man: jwlnkley@bonnessinc.com r"\ ~ce 1992-Present Supervisor Bonnesa Inc. Naples, FL . 2000 - Present Paving Superintendent in charge of scheduling, customer relations and supervision of project foremen and subcontractors on all paving projects. Supervise all work relating to residential and commercial projects in Collier, Lee and Chartotte counties. . 199~2000 Paving Foreman · 1992-1993 Paving Crew I Sealcoat Crew 1989-1992 Owner I Operator Circle City Paving Avon, IN . Responsible for all field aspects and office-related duties of driveway paving projects. . 1983-1989 Paving Foreman Terra West Phoenix, AR · Supervise all work on multi-miHion dollar commercial projects including airports, roadways, retail centers, etc. ,r'\ Certlicalions . FOOT Asphalt Paving Technician - L2 March 7, 2008 . FOOT Asphalt Paving Technician - L 1 March 4, 2008 . Career Track Microsoft OffICe February 27, 2008 . Fred Pryor Seminars Conducting Employee Evaluations January 30, 2008 . Advanced MOT I ATSSA August 9, 2007 Education . Graduated from Rockville Training Center, RockviIle, IN 1974 References . Alexander Blanco, Collier County (239)774-8924 . Jim Thompson, Lee Mar Construction (239)481-2613 . Brad Hefner, City of Naples (239) 253-5860 . 18 ~ Packet Page -492- 3/8/2011 Item 10.0. ~ Ernesto Gutierrez 1990 Seward Avenue Naples, FL 34109 (239)253-9104 efllutierrez@bonnessinc.com 2000-Present Bonness Inc. Concrete Supervisor ~ Job Duties: Oversee three crews on all concrete projects Curbing- F, D, A, E Sidewalks Retaining Walls Scheduling Coordinate crews Quality Control Customer relations Most recently worked on Radio Road Phase III, eR951 and Immokalee Road, J&C Blvd and Airport Road, Immokalee Sidewalk Improvements Certifications: OSHA 10 Hour Construction 9/2010 Critical Issues for Supervisors and Managers 3/2009 References: Brad Hefner - City of Naples (239)253-5860 Dave Rivera - City of Naples (239)253-5839 Roy Benjamin - Charlotte County (941)628-8068 r 10, Packet Page -493- . . .. 3/8/2011 Item 10.D. r"\ Chris Slaby 105 10th Ave NE Naples, FL 34120 (239)253-9136 1994-Present Bonness Inc. limerock Crew Leader Hired as a foreman in 1994. Worked on many Collier County roadway projects including Livingston Road and Whippoorwill lane. Mr. Slaby most recently worked on the City Gate Commerce Park PH II. MOT Certified - Advanced Work Zone Traffic Control Certified Competent Person for Heavy Equipment Evaluation- evaluates, trains and approves employees as competent operator of heavy equipment. 1""""\ ~D " Packet Page -494- ~ ~ f"" Herminio Llopiz 1990 Seward Avenue Naples, FL 34109 1997-Present 3/8/2011 Item 10.0. (239)253-8331 Bonness Inc. Crew Leader Hired as a foreman in 1997. Mr. L10piz has worked on many Collier County roadway projects I most recently Radio Road Phase III. MOT Certified - Advanced Work Zone Traffic Control ;2..1 Packet Page -495- . . . 3/8/2011 Item 10.0. Jeanne Carnes 10381 Regent Circle Naples, FL 34109 (239)253-6248 icarnes@bonnessinc.com .~ 1999-Present Bonness Inc. Estimating/Contracts Administrator Collier County Bid Coordinator Project Set Up Project Meeting Coordinator Job Duties: Bid coordination Obtain project bonds Filing county documents Contact subcontractors for bids Permitting Marketing Pre-bid meetings Bid openings Maintain bid list and files Set up project files ~ References: Leslie Sanford City of Marco Island (239)389-5000 Jennifer Chapman Johnson Engineering (239)334-0046 ~:L ~ Packet Page -496- ) 3/8/2011 Item 10.0. BONNESS INC. PaviIl\l and SitewotR Contractors 1990 Seward Avenue Naples, Florida 34109 (239) 597-6221 · (239) 597-7416 Fax www.bonnessinc.com TAB V ~ CORPORATE EXPERIENCE AND CAPACITY CURRENT WORKLOAD RFP #10-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" ~ ~ Packet Page -497- l>> r 0 ~ CD :::a n 3/8/2011 Item 10.0. .. 'I ~ III 0 III ;:;: ~ a: < a. C" a. '< " ' ~ S' C" 0' '- ~ ...." m Gl ,". . :i' ' , 0 III VI :::a :::a III . 0 OIl :r a. :x: c.. Ii .;'~. ~-~ I a. ii' III '1:l 2- 3: . .. .; :~ ",~i VI a. I ('\ VI 0 :r 0' i .- '~'>~~7:;i~ "0 :r ~ III I'D II III lG ~ a. w ,.., .'.:; ~ :~~~:~~;T c.. ii iii' m iii Vol -:r-iL:\".:', c.. :e ::s ::s .... ':(V';;i~(~t..i:~ , :x: - c :::I ... 3' : -.: .~":!.~'~~~f.'::i c I ... '" :3 I>> ' ........, 3 I'D ~ ::s "0 -:.~~i~~~; "0 '1:l n a '" III N ~ I'D ~ I .... N I Q ::r 0 .... 3 , '.~' ~:~~~~~~:~~~ en I Q I'D N 0 to ::s m . -': ~ ,~-; \Q \Q .... VI .... ID '" ..., 6 co ID 0 .... 0 .... \Q .... W ~ .... N "'- .g 'j;:j- "'- ~ N N IV 8 IV 0 0 8 ~ ~ .... .... ID Q Q ID ~ .... .... S ~ ~ .... n "'- IV .g 0 IV IV 'j;:j- IV 8 0 0 0 8 IV :a .... 0 b .... 0 ." ..., 0 ~ 0 ID .... 0 0 ~ ~ ~ ~ ~ ~ 11'). ! .... w ..., Vol W VI Vol m IV co QCI W 0 .... c.,. m b 0 10 Vol b en ~ )( . 0 ....., 00 " .... ~ ." ~ .... ID VI co ('""\ 00 DO Vol .... m QCI en .... :a - "" Z n m 11'). ~ ~ it) 11'). 11'). I .... ~ QCI N W VI i co .... ID P .... ~ en W \t) 0 00 ~ co Co .... ~ ell co en 00 Co tAl 0 .... < en 0 A IV .... 0 .... w . ~'-f Packet Page -498- r"'" ~ CD 0 'Tl 0 .- 01:: III lil 0 I>> <' en< < iiI ;Ill:" 5' IV -. III :::I 3 ~::lI ~ OQ III ClQ U')ClQ 0 (1) ... 0 g S tj; ~ l>> :::I ... ::lI ::lI 5' ;Ill:" 0 (1) I>> :z:I :z:I ... III III III ;Ill:" c.. a. n 0 3: (1) ...... szo a 3 "0 ~ CD S" Q III szo I>> III C :::I (1) 0 ~ )> t ;Ill:" :z:I a:: I>> ~. ~ :z:I a:: (1) i'r (1) ClQ ::lI ~ III (1) I ~ c Q i a- :z:I III :z:I c.. ;- 0 c.. n I IV I S' ~ "0 en 0 ClQ ;Ill:" en I 0 ~ ~ 0 w ...... ...... ~ I QC) to IV ~ .... .... 1,0 ~ .... .g ...... ...... IV IV IV ...... 0 IV 0 0 8 IV 0 0 0 ~ 8 00 0 ...... ...... en 0\ ...... ~ IV ~ .... ~ ...... .... ...... .g .g IV ...... IV 8 IV 8 IV N 8 00 8 ...... ~ ~ ...... 0'1 in- in- ~ -v.. -v.. ~ .... ~ 8 U1 -Iloo \D W N 00 N .... .!O 0 g en p U'I ~ " U1 U1 en ...... 0 ~ 00 ~ VI 0 ...... ~ ~ -v.. ~ -v.. ~ ~ ~ 8 U'I ~ ~ Vol IV $10 IV 1.0 0 ~ en ...... w b ....... In j.. b U1 ~ W ...... ~ U'I U'I Ut 0 0 0 0 ~ .... 3/8/2011 Item 10.0. ~ /"""\ ~5' Packet Page -499- . . . 7 r ~ j BONNESS INC. 3/8/2011 Item 10.0. Pavlne and Sltewom Contractors www.Bonnesslnc.com (\ Financial Strength - Tab V Bonness Inc. is a long established, profitable, Collier County based company. Bonness prides itself on the fact that the office building, mechanic's shop and all but one percent of the equipment are paid off. Bonness pays all bills on time, taking whatever discounts are available. As a result, no subcontractor has ever declined to work for us and we get the best service possible from all of our vendors. (\ (please see enclosed letter from Lykes Insurance) Alp ~ 1990 Seward Avenue. Naples. FL. 34109. pia (239) 597.6111 · Ex (239) 597.7416 23423 Janice Avenue. Pon Charlotte. PL . 33980 . p. (941) 235.&060 · fx (941) 76&.6166 Florida CD' Packet Page -500-C'059904 L~~. ~ 400 N. Tampa Street, Suite 2200. Tampa, Florida 33602. P.D, Box 2879. Tampa, Florida 33601.813 223.3911 .800.2410491- Fax: 813.221,1857. www.lykesinsurance.com 3/8/2011 Item 10.0. December 13,2010 The Board of County Commissioners of Collier County FL Mr Brenda Brilhart, Purchasing Agent 3301 Tamiami Trail East Naples FL 34112 Re: BODness Inc., as Contractor RFP# 1 0-5450, Asphalt Roadway, Concrete, Curb, Sidewalk, and Driveway Installations, as Project Dear Ms Brilhart: ~ It is our understanding that you are considering Bonness Inc. as the contractor for your construction project. We are prepared to provide surety bond credit for them well in excess of your requirements as we entertain a single project bonding capacity of Fifty Million Dollars and a total aggregate bonding capacity in excess of One Hundred Million Dollars. We have had the privilege of doing business with Bonness Inc. for over ten years and consider them to be one of our more valued clients. Their Surety is Fidelity and Deposit Company of Maryland who holds an AM Best Rating of A+, Financial Class of XV and are on the US Treasury List of Approved Sureties. Their home office address is 1400 American Ln, Tower 1, Schaumburg IL 61096. A Performance and Payment Bond equal to one hlDldred percent of the contract amount is subject to our review and acceptance of the contract terms and conditions, bond forms, construction fmancing details and a satisfactory underwriting requirement review at the time of the request. We assume no liability if for any reason we do not execute such bonds. This letter is not to be construed as a bid bond nor a perfonnance and payment bond. Once the Surety has reviewed the underwriting requirements and a perfonnance and payment bond is issued for this contractor, there is no potential risk to the obligee. Their construction team consistently brings their projects in within the budget and on time. Their payment record is excellent and they enjoy an enviable reputation. In our opinion, Bonness Inc. remains properly financed, well equipped, and capably managed. nness Inc. and invite your further inquiry. ~ _o~~ . een Heard ..-- FL Licensed Resident Agent Sr. Surety Account Executive 3..1 EXPERIENCE the POWER of PARTNERSHIP Packet Page -501- . . . ,; J BONNESS INC. 3/8/2011 Item 10.0. PaYine and Sltewon Contractors www.Bonnesslnc.com (""\ Current Workload - Tab V Bonness Inc. has successfully completed over three hundred jobs per year in each of the past ten years. These jobs range in size from small residential driveways to complete subdivisions and six-Ianing of major roadways. The company is well staffed in both the field and office. Bonness has never failed to meet a contractual commitment because of an excessive workload. We pride ourselves on our ability to effectively meet the needs of the community and staff ourselves accordingly. Our current workload will, in no way, adversely affect our ability to perform this work. (""\ ~ ^8 1990 Seward Avenue. Naples. fL. 34109. pia (239) 597.6221. b: (259) 597.7416 234251anice Avenue. Port Charlotte. FL. 35980 . Ph (941) 135.6060. b: (941) 716.IIIS florid a CO( Packet Page -502-c#059&04 ~ ( ,; J BONNESS INC. 3/8/2011 Item 10.0. pa.lne and Slteworlt Contractors www.&onnesslnc.com Team Members Successful Experience - Tab V Jeff Janco, David Crosby,Jay Winkley, Ernesto Gutierrez, Chris Slaby, Hermina L1opiz, Jeanne Carnes ~ As evidenced by the attached resumes and bios, this team has been working together for many years. Our team is experienced, hard working and always keeps the client's needs in mind. Every member knows the part they play in each project. Daily site visits by the project manager keeps everything on track. Because of this longevity, the team is familiar with each other's strengths and weaknesses. We take over and assist each other when needed, all in an effort to build the best project in the most cost effective, efficient and timely manner. We're sure that the client references we provided will attest to this. The team has most recently worked together on Radio Road PH III, City Gate Commerce Center, J&C Blvd and Airport Road Intersection, and Regal Acres, Collier County Landfill. 1"', ~~ 1990 SeWllrd ATenue . Naples. PL . 34109. pk (139) 597.6221 · Ix (239) 597.7416 13413 Janice Avenue. Port Charlotte. PL. 33980 . ph (94H 235.6060 · Ix (941) 766.6166 florid. CU( Packet Page -503-t:/tOS9to4 . . . 3/8/2011 Item 10.0. BONNESS INC. Pa\'ing and SiteworR Contractors r"\ 1990 Seward Avenue Naples, Florida 34109 (239) 597-6221 -(239) 597-7416 fax www.bonnessinc.com TAB VI CUSTOMER & REFERENCE LISTING ,1""'\ RFP #1 0-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" 30 ~ Packet Page -504- , , } ,: J BONNESS INC. 3/8/2011 Item 10.0. PaYlne and Sltewom Contractors www.Soooessloc.com Customer and Reference Listing - Tab VI The Sembler Company 5858 Central Avenue St Petersburg, FL 33707 Stan Flack (727)384-6000 Fax: (727)345-4937 stan.flack@sembler.com Brooks Village 2008-2009 - Corner of CR951 and Pine Ridge Road- Full site development of shopping center. Project amount $5,330,742. It did meet the budget and was completed on schedule. Hoar Construction Two Metroplex Drive, Suite 400 Birminham, AL 35209 Bill Heath (205)803-2121 Fax: (205)423-2323 bheath@hoarllc.com Mercato 2007- 2009 Major shopping center in Collier County - Corner of US41 and Vanderbilt - On site and off site work. Major modifications of turn lanes at the corner and site development. Project amount $2,913,771. It did meet the budget and was completed on schedule. Lee County DOT 5650 Enterprise Pkwy Fort Myers, FL 33905 Randy Cerchie (239)533~573 Fax: (239)694-1332 rcerchie@leegov.com Sanibel Toll Plaza - 2010 Federally Funded parking lot renovation and roadway improvements. Included concrete median work. Project amount $428,957, it meet the budget and was completed on schedule. Sunshine Blvd/Lee Blvd Dual Turn Lanes in Lehigh - 2009-2010 Federally Funded intersection widening which included signalization, concrete median work and asphalt mill/overlay. Project amount $553,431. Project met the budget and was completed on schedule. ~l J990 Seward Avenue. Naples. fL. 34J09. ph (139) 597.6221 · Ix (139) 597.74J6 23423 Janice Avenue. Port Charlotte. E'L. 33980 . ph (941) 235.6060 · II (941) 766.6166 Florida ClI Packet Page -505-aclo5Hoc . . . ,; J BONNESS INC. 3/8/2011 Item 10.0. Pavlne and Slteworlt Contractors www.Bonnesslnc.com {\ City of Naples 835 8th 5t South Naples, FI 34104 Brad Hefner 253-5860 Fax: 213-5010 bhefner@naplesgov.com Sandpiper Street Roadway Improvements 2008 - Milling, concrete removals, curbs, grading, paving, overlook. Project amount $172,899. It did meet the budget and was completed on schedule. Annual roadway contract 2006-2010 - overlays. repairs (asphalt and concrete), sealcoating. Jay Winkley is in daily contact with Brad Hefner regarding projects and scheduling. Project amounts would vary. Mr. Winkley and Mr. Gutierrez continually complete each one in the most cost effective manor and time frame. The Ronto Group 4185 Horseshoe Drive South Naples, FL 34104 Mark Taylor 580-8837 Fax: 649-8870 f'. mtaylor733@comcast.net Bonita Beach Road 2009 - Four-Ianing two miles. Clearing, embankment, drainage, relocating utilities, curbs, guard rails, paving, traffic signals. Project amount was $6,196,704. Project did meet the budget and was completed on schedule. City Gate Development 6021 Trophy Drive Naples, FL 34110 Ron Rice 598-5270 Fax: 598-5271 rrice10@comcast.net City Gate Commerce Center PH 2 2010 - full site development of an industrial park in Collier County. Work included roadways and turn lanes. Project amount was $3,505,798. Project did meet the budget and was completed on schedule. (" 3" 1990 Seward Avenue. Naples. FL .34109' ph (2119) 597.6211 · Ix (239) 597.7416 13423 Janice Avenue. Port Charlotte. fL . 33980 . ph (941)> 23!.6060 . b:: (941)> 76&.616& f10rldll ell Packet Page -50G-aelos..o4 . , ~) BONNESS INC. 3/8/2011 Item 10.0. Pavlne and Slteworlt Contractors www.Bonnesslnc.com City of Punta Gorda 326 W Marion Avenue Punta Gorda, FL Steve Padgett (941 )575-5050 Fax: (941 )575-5044 spadgett@ci.punta-gorda.fl.us West Retta Esplanade 2010 Connected US41 N to US41 S. Project included paving, underground utilities, concrete sidewalks. pavers. Project amount was $356,355. Budget was met and we came in on schedule. Habitat for Humanity of Collier County 11550 E Tamiami Trail Naples, FL 34113 Nick Kouloheras (239)775-0036 nkouloheras@hfhcollier.com " Regal Acres 2009-2010 Residential sitework project. Included underground utilities, lake excavation, roadways and concrete work. Project amount $2,705,747. Budget was met and we came in on schedule. City of Bonita Springs 9101 Bonita Beach Road Bonita Springs, FL 34135 Dave Liccardi (239)949-6244 Fax: (239)949-6245 david .Iiccardi@cityofbonitasprings.org Annual Operation and Maintenance Agreement 2008-2010 Various projects which included West Terry swale restoration and shoulder modifications, West Terry Sidewalk Repairs and Mitered Ends, McKenna Ave Improvements. Budgets and schedules were met for each project. ) 33 1990 Seward AYeDue . Naples. FL . 34109 . ph (139) 597.6111 . b: (239) 597.7416 23423 Juice AveDue . Port Cbarlotte . FL . 33980 . ph (941) 235.1060 · II (941) 766.6166 Florida cu Packet Page -507-5(:'059904 . . . 3/8/2011 Item 10.0. BONNESS INC. Paving and Sitewom Contractors o 1990 Seward Avenue Nap~es. Florida 34109 (239) 597-6221 · (239) 597-7416 Fax \VWW. bonnessinc.com TAB VII ACCEPTANCE OF CONDITIONS {\ RFP #10-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" , ;'f (' Packet Page -508- 'J '} ----\ , ~] BONNESS INC. 3/8/2011 Item 10.0. Pavlne and Sltewom Contractors www.Bonnesslnc.com Acceptance of Conditions - Tab VII Bonness Inc. has no exceptions to the general terms and conditions of the RFP and to insurance requirements Of any other requirements listed in the RFP. 36 1990 Seward Avenue. Naples. fL .34109 . ph (t!9) 597.6221 · fx (lI39) 597.7416 23413 lanice Avenue. Port Charlotte. fL. 33980. pb (94t) 135.6060 · fx (941) 766.6166 florlda CUl Packet Page -509-e,oIl99o4 . . . 3/8/2011 Item 10.0. BONNESS INC. Pa~ and Sitewom Contractors r'\ 1990 Seward Avenue Naples. Florida 34109 (239) 597-6221 · (239) 597-7416 Fax www.bonnessinc.com TAB VIII REQUIRED FORM SUBMITTALS f', RFP #1 0-5450 "Asphalt Roadway, Concrete, Curb Sidewalk and Driveway Installations" 3~ ,-....., Packet Page -510- 3/8/2011 Item 10.0. ') ~,""."..'>""'.'iI8I',",.', ~".""""""",.""""" ..- -. . ........,.-. , . - .- . . - .. . , .'.., , , " , ~"'-- ,",', .,,-- Adn i .....Setvk.'8SJ:iWIicII ' Puool1a$fO Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM 1 Memorandum Date: December 14,2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum # 1: RFP 10-5450 - "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" ') The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: DELETE the following duplicated paragraph from Tab II, page 6: 2) Tab II: Proposer's Credentials, Previous Perfonnance and Project Understanding (Maximum 30 Points/Maximum 20 Pages): Provide a covor lotter, sigRecl ey an autAorized smcer of tho firm, inElisating the underlying I3l:1ileaoptly of the firm in providing the servicos statoEll:1orein. IncluEle tho naml3(s), telephone nl:Jmber(s), and omail(s) of tl:1e al:JttlGri~d sanmct person(s) conoerning proposal. Sl:Jemission of a signocl Pr9139so1 is Proposer's certification that thl3 ProJ39Ser 'filii accept any ov:ards made to him as a result of said submisGion of the tOFmG sontained therein. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Dan Hall, Project Manager .31 Bonnes~ ' By: ,h"'~ Kathleen M. Bailie, President December 20, 2010 ~ Packet Page -511- . 3/8/2011 Item 10.D. Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ,,.-......, ADDENDUM 2 Memorandum Date: December 17, 2010 From: Brenda Brilhart, Purchasing Agent To: I nterested Bidders Subject: Addendum # 2: RFP 10-5450 - "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: . CHANGE: . c: ("'\ The E-Verify requirements were updated during the Board of County Commissioner's meeting on 12/14/10 (10 E - G). The Board gave Purchasing the discretion to collect the E-Verify documents (interpreted as a minor irregularity) if not submitted with the proposal. The proposer could be given 1 - 3 business days to submit the documentation. Page 23: If the BidderNendor does not complv with providing both the acceptable E-Verifv evidence and the executed affidavit the bidder's I vendor's proposal &hall be deemed non-responsive. Documentation of these reauirements will -AOt-be accepted after the bid I proposal deadline date. 1. Changed "shall" to "may" 2. Removed: Documentation of these requirements will not be acceoted after the bid I oroposal deadline date. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Dan Hall, Project Manager ~~ 12/20/2010 Bon~ _ By: " . .pa~-<~~' Kathleen . Bailie, President ~ Packet Page -512- ,., I r ~ J BONNESS INC. 3/8/2011 Item 10.0. Pnlne and Sltewom Contractors www.Bonnesslnc.com TAB VIII REQUIRED FORM SUBMITTALS 3) Tab III, Cost of Services to the County (Maximum 15 Points) Provide hourly rates listed below: ~ Cost per hour per employee for regular business hours Monday through Friday, 8:00 a.m. to 5:00 p.m. Foreman/Supervisor $24.11 per hour Skilled Worker $20.67 per hour General Labor $15.76 per hour Percentage of mark-up over actual cost for materials and parts as per example:~18.5 % Example: Parts invoice Total $1,200 + 35% Markup = $1 620 Actual Price for materials and parts Cost per hour per employee for Overtime and Weekend Hours Foreman/Suoervisor $35.76 per hour Skilled Worker $30.48 per hour General Labor $23.25 per hour Foreman's per hour rate + 2 general laborer's rate + ($1,000 [cost of parts] + % mark-up) = $1,250.92 bid for purpose of evaluation. Awarded vendor will be required to abide by the rates provided above. ~ 89 1990 Seward Avenue. Naples. fL. 34109. pb U139) 597.6211 · fx (139) 597.7416 23423 Janice Avenue. Port Charlotte. PL. 33980. ph (941) 235.6060. fll (941) 7&6.&1&6 (,Iorld. CUj Packet Page -513-c*05990.4 3/8/2011 Item 10.0. Attachment 1 . Collier County Board of County Commissioners Purchasing Department Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: r\ I ~ The Proposal has been signed. I!f All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ~ Any addenda have been signed and included. ~ The mailing envelope has been addressed to: Collier County Board of County Commissioners Purchasing Department, Building "G" 3327 Tamiami Trail, East Naples, Florida 34112 Attn: Brenda Brilhart, Purchasing Agent [if .lif The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) (\ ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Bonness Inc. Address: 1990 Seward Avenue City, State, Zip: Naples, FL 34109 Telephone: (239)597-6221 Email: kbailie@bonnessinc.com ~jt/k~~ Kathleen M. Bailie, President Date 12/1412010 Representative Signature: Representative Name: . Jfo r-... RFP 10-5450 25 Packet Page -514- Attachment 2 3/8/2011 Item 10.0. ~(A ~ Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this RFP for the following reason(s): o Services requested not available through our company. D Our firm could not meet specifications/scope of work. D SpeCifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) D Project is too small. D Insufficienttime allowed for preparation of response. D Incorrect address used. Please correct mailing address: ~ D Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date ~ 41 RFP 10-5450 26 Packet Page -515- 3/8/2011 Item 10.0. Attachment 3 . Conflict of Interest Affidavit r'\ By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Bon~ In-d' ~ )y::2.. 12/20/2010 Signature and Date: Print Name Kathleen M. Bailie Title of Signatory President State of Florida . County of Collier (\ SUBSCRIBED AND SWORN to before me this 20 day of December. 2010, by ~e. , who is personallY known to '!Ie to be the ___ ~ _ __ for the Firm, OR who produced the following identification ~~ Notary Public " My Commission Expires \ \ \ C\ \ ,~ \ ' \ CD IBMAIiW&lEIJ) . MY CXM.tISSl)N , EE 0IN2II4 t . - EXPIRES: NcMmber 9,20104 80lllIId Thnl NalIry PIIlIIc lJndIlWrilIl'S . ~ 4" RFP 10-5450 27 Packet Page -516- 3/8/2011 Item 10.0. Attachment 4 " Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP NO. 10-5450 - "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by RFP # 10-5450. ~ (Proposal Continued on Next Page) ~ L/3 RFP 10-5450 28 Packet Page -517- 3/8/2011 Item 10.0. PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 20 day of December, 2010 in the Wounty of Collier, in the State of Florida. {\ Firm's Legal Name: Bonness Inc. Address: 1990 Seward Avenue City, State, Zip Code: Naples, FL 34109 Florida Certificate of F19249 Authority Document Number: Federal Tax Identification 59-2055219 Number Telephone: (239)597 -6221 FAX: (239)597-7416 Check on of the following: o Sole Proprietorship l3J Corp or P. A. State of Florida Signature by: (Typed and written) Title: o Limited partners~ 0 General Par;tnership Kathleen M. Bailie .. ;?;d~, ~ President Send payments to: . (required if different from above) Contact name: Additional Contact Information Bonness Inc. Company name used as payee Jane Baratta (\ Title: Corporate Secretaryrr reasurer Address: 1990 Seward Avenue City, State, ZIP Naples, FL 34109 Telephone: (239)597-6221 FAX: (239)597-7416 Email: jbaratta@bonnessinc,com OffIce servicing Collier County to place orders (required If different from above) Contact name: Title: Address: City, State, ZIP . Telephone: Email ~ 4'-1 RFP 10-5450 29 Packet Page -518- 3/8/2011 Item 10.0. J Attachment 5 ~" Immigration Affidavit Certification RFP # : 10-5450 Title: Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with forrnallnvitations to Bid (ITS's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceDtable evidence of enrollment in the E-Verlfv Droaram. shall deem the Vendor I Bidder's DroDosal as non-resDOnslve. Documentation of these reauirements will not be accepted after the bid I proposal deadline date. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation ofthe employment provision contained in 8 U,S,C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System ~ (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration ~ at the time of submission of the Vendor's I Bidder's proposal, Company Name Bonness Inc. Signature Kathleen M. Bailie ~'4.u<.<-,~ Title _President Print Name Date 12/2012010 State of Florida County of Collier The foregO!fJ9 Instrument was signed and acknowledged before me this 2c1' day of ~e...h\. b-e r 20..1Q., by Y-A""'-\~e",~~ \l~ .. '~' who has produced :9e.rSOn 'L.~ as identification. (Print or Type Name) (Type of Identificaf n and Number) ~~~ ~ry, Public s~na~ r tJJ. :..h f7J... ' , hS.~ Printed Name of Notary Public \ \ Ee 034~$!. '\ \\ C{ ,-{ Notary Commission Number/Expiration J The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. ,,5 RFP 10-5450 30 Packet Page -519- 3/8/2011 Item 10.0. . Attachment 6 o Affidavit for Claiming Status as a Local Business RFP #:10-5450 Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations (Check Appropriate Boxes Below) State of Florida (Select County if Vendor Is described as a Local Business 181 Collier County 0 Lee County . Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business. is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County, Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. (\ Vendor must complete the following information: Year Business Established in l2?JCollier County or 0 Lee County: _1981 Number of Employees (Including Owner(s) or Corporate Officers):_121 Number of Employees living in t8] Collier County or D Lee (Including Owner(s) or Corporate Officers):_55_ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Bonness Inc. Signature: 0 ~u. i #1 Jt~ <<r.t2 STATE OF FLORIDA g COLLIER COUNTY 0 LEE COUNTY Date: 12/2012010 Title:f~ . Sworn to and SUbSC~ed Before Me, a Notary Public, for the above State and County, on this '2_04!=' Day of ~e.tf\.ber ,2010. CL:)?lln1.(~~ \).'0 f) Notary Public My Commission Expires: ,\ \q \ \ '-1 \ \ DEBMA.~_ ::::;...IIO!IlINI' eE-- ~~9.2D14 9lJllIIIIdl\lnlt.YNl\IC.... (" (AFFIX OFFICIAL SEAL) Yip Packet Page -520- RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. , Attachment 7 Collier County Florida Insurance and Bonding Requirements Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. IZI Employer's Liability $1.000.000 single limit per occurrence 3, IZI Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $2.000.000 single limit per occurrence current ISO form 4. I8Ilndemnification 1 4. 181 Automobile Liability To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County, $ 2,000.000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. 0 Other insurance as D Pollution noted: Occurrence 6. 0 Bid bond '1 7. (81 Performance and Payment Bonds $ Per D Professional Liability $ Per Occurrence . $ 500,000 each claim and in the aggregate . $1,000,000 each claim and in the aggregate . $2,000,000 each claim and in the aggregate o Valuable Papers Insurance Occurrence $ Per Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation, For projects in excess of $200.000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a' 41 32 Packet Page -521- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038, 8. [gI Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions, r'\ 9. ~ Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. [gI Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "F:or any and all work performed on behalf of Collier County. NOTE: The "Certificate" should read as follows: · For any and all work performed on behalf of Collier County. · Collier County Board of County Commissioners, Naples. Florida No County Division, Department or individual name should appear on the Certificate. 11. [gI Thirty (30) Days Cancellation Notice required. ('\ Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Bonness Inc. Date 12/20/2010 ~~l4d.,i...-,,-...12. -Ktt:/JUI!JH... H* 13~/.e I 1reJJ,~ Vendor Signature Print Name Insurance Agency Agent Name Erica L. Connick Marsh USA Inc. Telephone Number (239)597-6221 '" '19 33 Packet Page -522- 3/8/2011 Item 10.0. 1 i~E-Verify a~~~ -~ B-vaaIP!' IS A 11IRVJ:C3: 01' flU Company 10 Number: 228379 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERlFICAnON MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY " This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Bonness Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United states after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E- Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L 104-208, 110 Stat. 3009, as amended (8 U.S.C. i 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found In Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNcnONS TO BE PERFORMED A. RESPONSIBILlnES OF SSA ~ 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. i 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 1q Page 1 of 13lE-Verify MOU for Employe~Revision Date 10129/08 www.dhs.gov/E-Verify Packet Page -523- . . . 3/8/2011 Item 10.0. e~ B-vmun %I ... aaavlCl o:r Dill mE-Verify Company 10 Number: 228379 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfinnation of U.S. citizens' employment eligibility within 3 Federal Govemment work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including ,updating SSA records as may be necessary) for employees who contest SSA tentative nonconfinnations that is designed to provide final confinnation or nonconfinnation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Govemment work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification Instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for aliens through E-Verlfy, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: · Automated verification checks on alien employees by electronic means, and · Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verlfy User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSe), Civil Rights Division, U.S. Department of Justice. ' 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify infonnation provided by alien employees with DHS's database. 6. DHS agrees to safeguard the infonnation provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confinnation or tentative .5D Plge 2 of 131E-Verify MOU for Employe~Revision Date 10I29108 www.dhs.govlE-Verify Packet Page -524- ("- ("- ('\ 3/8/2011 Item 10.0. " tHE-Verify -~~ -~ a-VBAI" IS A aBRVlca or IJHS 1 ~ Company 10 Number: 228379 nonconfirmation of employees' employment eligibility within 3 Federal Government work daY$ of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearty visible to prospective employees and an employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted. regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives wiD take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify, including any Morials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: . If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List 8 documents identified In 8 C.F.R. ~ 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish Identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. . If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 5l Page 3 of 13lE-Verify MOO for Employe~Revision Date 10/29/06 www.dhs.gov/E-Verify Packet Page -525- . . . 3/8/2011 Item 10.0. firE-Verify e~ "'VlAln 18 A ..RVla cr Jl81 Company 10 Number: 228379 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 2748 of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if It obtains confirmation of the Identity and employment eligibHity of the individual in compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminaUy liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reseNes the right to conduct Form 1-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-c1ay time period is extended until it is again operational in oreler to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Feeleral contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article 11.0, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and leonination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconflrmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking 5^ Page 4 of 13lE-Verify MOU for Employe~Revision Date 10129/06 www.dhs.gov/E-Verify Packet Page -526- f\ f\ I""'" 1 1 3/8/2011 Item 10.0. ~E-Verify e~ .-YBJUPY IS A I'IIYIC! or IISS Company 10 Number: 228379 adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact OHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. ti 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or OHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the ; finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or OHS has been completed and a final nonconfirmatlon has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or asc at 1-800- 255-8155 or 1-800-237-2515 (TOO). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the INA by not discriminating unlawfully against any Individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 2748(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided In part D below, or discharging or refusing to hire employees because they appear or sound "foreign~ or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 2748 of the INA could subject the Employer to eMI penalties. back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 2748 of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimlnation provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TOD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. ~ 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as 5~ Page 5 of 13IE.Verify MOU for Employe~Revision Date 10/29108 www.dhs.govlE-Verify Packet Page -527- 3/8/2011 Item 10.0. . ;i-lE-Verify e~ I-VU!" 1'1 A SDVICB or ~.. '" Company 10 Number: 228379 authorized by this MOU. The Employer agrees that it will safeguard this Information, and means of access to It (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect Its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which It receives from SSA is governed by the Privacy Act (5 U.S.C. i 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses It for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verlfy, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D. RESPONSIBlunES OF FEDERAL CONTRACTORS . 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contracf (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. ('\ a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to Initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. . b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Vertfy to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United states, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the 54 ~ Page 6 of 13lE-Verify MOO for Employe~Revision Dale 10129108 www.dhs.gov/E-Verify Packet Page -528- 1 ~ ~ 3/8/2011 Item 10.0. i1iE-Verify -~ -~~~ 8-VBRIn II A SARYla DP DB.I Company 10 Number: 228379 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. ' c. Institutions of higher education, State, local and tribal govemments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local govemments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify aU new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article 11.0, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, Instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by OHS and initiate E-Verify verification of al existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 Is complete (including the SSN), complies with Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis In section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful pennanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 Is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer'S compliance with Federal contracting requirements. 55 Page 7 of 131E-Verify MOU for Employe~Revision Date 10129/08 www.dhs.gov/E-Verify Packet Page -529- . . . 3/8/2011 Item 10.0. lME-Verify 8 ,~Ul:c. ~ \~ C-VBR1PY II A '.R.YJcl or DBa f' Company 10 Number: 228379 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DMS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA. the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless It determines that more than 10 days is necessary. The Employer agrees to check the E-VerIfy system regularty for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. (\ B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may detennine whether he or she will contest the tentative non confirmation. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non- match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative non confirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible 57.r; ",-...... Page 8 of 13jE.Verify MOU for EmpIoye~Revision Date 10129108 www.dhS.govlE-Verify Packet Page -530- 3/8/2011 Item 10.0. , i;-E-VerifJ e~ .-waln U A saVIa or liD Company 10 Number: 228379 after the Employer receives it. 4. If the employee contests a tentative non confirmation issued by DHS, the Employer wi. provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo nOfHllatch, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless It determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will send a copy of the employee's FORn 1-551 or Form 1-766 to DHS for review by: . Scanning and uplOading the document, or . Sending a photocopy of the document by an express mail account (furniShed and paid for by DHS). 1 7. The Employer understands that if It cannot determine whether there is a photo match/non-match. the Employer is required to forward the employee's documentation to DHS by scanning and uplOading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES ~ A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take 51 Page 9 of 13lE-Verify MOU for Employe~Revision Date 10/29/08 www.dhs.gov/E-Verify Packet Page -531- 3/8/2011 Item 10.0. . jidS-VerilY _ iliI~l< -~ E-vu,tn :tJ It. I:U,Y!(:I 01' DBa i" Company ID Number: 228379 mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newty hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy. or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perfonn its responsibilities as described in this MOU. . D. Nothing in this MOU is intended, or should be conslrued, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. ('-- E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify Is not confidential infonnation and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements. and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. . o 8~ Pip 10 of 13IE-Verify MOU for EmployerjRevision Date 10129108 www.dhs.gov/E-Verify Packet Page -532- 1 ~ ~ 3/8/2011 Item 10.0. ~\'}E ,~ -fa. ;if - Wer.. ~ -,,~ -~ a.VBJllrY IJ A IIAne. 07 1>>11 Company 10 Number: 228379 To be accepted as a participant in e-Verify. you should only sign the employer's Section of the signature page. If you have any questions, contact E-Verlfy at 888-464-4218. Employer Bonn... Inc. Sandra I Santos Name (Please Type or Print) Titte Electronically Signed Signature 07/08/2009 Date Department of Homeland Security - Verification Division usels Verification Division Name (Please Type or Print) TItle Electronically Signed Signature 07/0812009 Date 5'\ Page 11 of 13lE-Verify MOU for EmpIoyerlRevision Date 10129/08 www.dhs.gov/E..Verify Packet Page -533- . . . 3/8/2011 Item 10.0. errE-Verify e~ ..V1IRIFY U a IBRYlcI Dr DHS ~ . Company 10 Number: 228379 Infonnatlon Required for the E-Verify Program Infonnation relating to your Company: Company Name: Bonness Inc. Company Facility Address: 1990 Seward Ave Naples, Fl 34109 Company Alternate Address: PO BOX 9140 Naples, FL 34101 (\ County or Parish: COLLIER Employer Identification Number: 592055219 North American Industry Classification Systems Code: 238 Parent Company: Number of Employees: 100 to 499 Number of Sites Verified for: 1 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: . FLORIDA ,r'\ 1 site(s) IDO Plge 12 of 131E-Verify MOU for EmployeljRevision Date 10/29/08 www.dhs.gov/E-Verify Packet Page -534- 1 1 ~ 3/8/2011 Item 10.0. "E-Verify 8~ I-VDII'Y II a. SDYtell or DIll Company 10 Number: 228379 Information relating to the Program Admlnistrator(s) for your Company on policy questions or operational problems: Name: Sandra I Santos Telephone Number: (239) 331 . 5140 E-mail Address:ssantoeClbonneulnc.com Fax Number: (239) 449 .1474 (Pi Page 13 of 131E-Verify MOU for Employe~Revision Date 10129/08 www.dhs.govlE-Verify Packet Page -535- STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 3/8/2011 Item 10.0. CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 (850) 487 -139r- BAILIE, KATHLEEN M BONNESS INC 267 CHANNING CT NAPLES FL 34110 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong, Every day we work to improve the way we do business in order to serve you better For information about our services, please log onto www.myfloridallcense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Amission at the Department is: License Efficiently, Regulate Fairly, We _i~ntly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida. and congratulations on your new license! . ',' AC#5010.1.:3J ."'e. " ,~J...l!~~aqA""... .,., ,:-'",..' ~/.,;~:,:~:,j:'i.'" , ' D1i3?A:. ,..,or', S 'I' ,.', , "I", ';':"', '" "ft ~~'.12_" ',"'~' ';' '!:",.>,,:;' ';'.-'!>:. ~<~. '~:-..,~~; {3ft '" ". j:'c~:"..~:{~'>::~~, ".' ',C' :<CbC12'2~"f~':'.;~,j~$'l~.1o, :~~o6d6lS.';; :':.'~';i':- "'\~,"~:~:'.~r..,. j:.~~.':' c;;. - .... ", -:..'. ..'..' C.T ~a"'''l&~1IJ~v ~R. "', J: BAYLEB-. ~"" J; . ~. '~, . . "-~"'" =~:--==::.!. ~'" :: ."" :'.:' ~.'- :. ';' ,"::" ": mJ,l'I.Ilf'~ ~~U',,l.', _.~~ .7'_', ,." " ;:. ,', - :', ; .... ~ '.' '..#!:....~.~i~~'~ _ - ,..... , .... \' " ." "'~lt~." ,." -~~ . , ~ ~,~)~~::..:~:~" . ~r~:_;' f ~'" I~t:ERT1F;pm ~4~L' tMFOVi8iQIIs ot,~.4h ,0 ~~t~'~~:;\~U~'i~l~,';~~1)~]t;,' "l1~'O~~~~ci;~~l;~':~-'; .. . ....--... ......... . .h . ..u.... .. ...........__......... DETACH HERE Lei S,C: 1 , ,STATEOF FLORIDA,,: ".' ",', . .,' ";DEf~~~_s~tJ.!P!b~R'~fi~;~u_J~(i#~o~):',:E7: ".. -"~~,:;: \~; ',\ :;'.;.,'; ",::~._<"",,; '~:j!!"T;,~< "".",',/' ~:'/;": SlQ#Lip;Q.~,i~po-'4::a: L'ICENSE NB ',..-. ",,;~",,"" o.~!$ 22[010: D;9 '1i~~Q_6. 5 8?'~ cU~1~.2,4l'l9? ,. .,.. ~The uNbE.G~O~ l1'1'lLIT~;j~ J:JC.1iVAtiON':CO- ",' :'," ,. . '-': ' . - - : ';'_', --, """ , ,". ~. ." ' ',,, i . -.,'" -'- "-, -:t; '.tf'a:meQ'pel.ow.',I S'C~RTIFIQ ,':', ,,': H' "; . ,.'..,. ..'. . 'Uhder'. the pr.ovi'$'ions of:: Chapt-t9'r;r':48.9,J'~.' Expiration dclte: AUG 31, 2012'",';~;,:{._ :",.,. ."""'.,+ "'. . ':;:;,', i BiILii, ,-nliHLEEN M' . ., , J:sQ.m(Ji:sB,:.~t~>'.:.;i' 19'90'" SEWARD "AVE NAPLES FL 34109 -",' ~: '\: :., ""-.'~~<:.I. r. '. I ~"r , d~Li~&Y't~. . ..,_." ~'-' '1 ,.,;. ..-' -.- __-. ". .' lp~, :,' 'C~I;:t'E'~;Ri~T 'aOV}:R.NOR; , -.-~; : . .' . ;, Packet Page -536- , :rl:"~PI AV.^,(b:tit:^'IID~K~V I ^'A' " ~~bl'-~,'l "(:' j ,"t"~'" /~f'i'~~"~ ~i '~I'-i~!l~:":J,, \-;-. -':. .""':: . ~ ~.j.."'...j ~v '.}fr>>!~,~ ,. ~-v:~' ..' I, ' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 3/8/2011 Item 10.0. CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 (850) 487 -1395 BAILIEL KATHLEEN M BONNES:; INC 267 CHANNING CT ' NAPLES FL 34110 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeQue restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfJoridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and leam more about the Department's initiatives. ~ mission at the Department is: License Efficiently, Regulate Fair1y. We ,,~stantIY strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license I __. $TATeOfr~_, ~C# .5D711fS ," "J:)~'~~"S"" "'!Ilu.r.J.:" \:,i, ',," ".~.Q8Sqa' . '<', "',' ':~l:'~i'~ 'i". ,mri.,. '.' '.' ..!'lrv", .;..-.;.)i....:.'="-::::.. .'.\;.~),,,.'. ,_J';:,r. :,...... ~.::..:, '. '>'1"~: . ~-.~<-;;:..: ';:"..~j' _'.~.::::J~;;. . (~;,_CO'!$:i;.4(;: ~,;:'.:~Oil:bjilo'~iJ,~~O'()f~,f ,._li~~~~\~ l;r:-:~r, trK:~i~;(~~~f~f'?%(,[r,~j~:i ' . '... ! .;,~, .~.: ~ ..' ::' l ; "'. - _," .:" " IS CQ.'I'IPIBD ',.lI';"": ~ Phin.toq 0<< 12.U~:... 1~~~~';~?f~!,.~~~ ~~~:.J,t,~~\ ':?(1r7~.~~{:~:1 DETACH HERE AC# .5071457 ST~TE OF FLORIDA" , ~AR~s~~3r.&~_*~n())j'" ";"", i " - ","" ,\' "', ""\'. ,i.;:., ,',' ,,:' $.i~.L~,'89~p.1~"?I' 08:,04 :20100,970,60658 CBCQS9804, Th'. BUl:Lrl,tNG:' oONThcTOR Named below J:S"'CE~Ipi:C8,P,. .,.. '.' ..., Under >tbe p~oV'4.s1ons of ',Chap~er .,489 FS. EXpiration date: AUG 31~ 2012 ~ ';'. J., . " BA.ILI'B,' ltA~HL-a;EN '~ BONNE$S' $NQ' 1990SEWARD.AV"E ' N~tES ",. . ", '-.:-.j "r;. ,r. ~' . "0' , :. , ,'~, . '.., " FL34109 lo3 CHARLiE cRIST OOV1U$~ ') "'. : Packet Page -537- ,::i- .f " '. -. . CllAJUi%v ~-J:mf . ...........__~_.!!1!.. . . . ,; ) BONNESS INC. 3/8/2011 Item 10.0. Pa"lne and Sltewom Contractors www.Bonnesslnc.com ~ I References - Tab VIII The Sembler Company 5858 Central Avenue St Petersburg, FL 33707 Stan Flack (727)384-6000 Fax: (727)345-4937 stan.f1ack@sembler.com Brooks Village 2008-2009 - Corner of CR951 and Pine Ridge Road- Full site development of shopping center. Project amount $5,330,742. It did meet the budget and was completed on schedule. Hoar Construction Two Metroplex Drive, Suite 400 Birminham, AL 35209 Bill Heath (205)803-2121 Fax: (205)423-2323 bheath@hoarllc.com Mercato 2007- 2009 Major shopping center in Collier County - Corner of US41 and Vanderbilt - On site and off site work. Major modifications of turn lanes at the corner and site development. Project amount $2,913.771. It did meet the budget and was completed on schedule. (\ Lee County DOT 5650 Enterprise Pkwy Fort Myers, FL 33905 Randy Cerchie (239)533-8573 Fax: (239)694-1332 rcerchie@leegov.com Sanibel Toll Plaza - 2010 Federally Funded parking lot renovation and roadway improvements. Included concrete median work. Project amount $428,957, it meet the budget and was completed on schedule. Sunshine BlvdfLee Blvd Dual Tum Lanes in Lehigh - 2009-2010 Federally Funded intersection widening which included signalization, concrete median work and asphalt mill/overlay. Project amount $553,431. Project met the budget and was completed on schedule. (\, (pi ]990 Seward Avenue. Naples. fL. 34109. ph (239) 597.611] · fll (239) 597.7416 13413 Janice A",enue . Port Charlotte. PL .33980. pl (94]>> '35.6060 · Ix (94]>> 766.6166 flortda C Packet Page -538"1:BC'059904 . , ~ , ~ ) BONNESS INC. 3/8/2011 Item 10.0. Paylne and Slteworlt Contractors www.Bonnesslnc.com City of Naples 835 8th St South Naples, FI 34104 Brad Hefner 253-5860 Fax: 213-5010 bhefner@naplesgov.com Sandpiper Street Roadway Improvements 2008 - Milling, concrete removals, curbs, grading, paving, overtook. Project amount $172,899. It did meet the budget and was completed on schedule. Annual roadway contract 2006-2010 - overlays, repairs (asphalt and concrete), sealcoating. Jay Winkley is in daily contact with Brad Hefner regarding projects and scheduling. Project amounts would vary. Mr. Winkley and Mr. Gutierrez continually complete each one in the most cost effective manor and time frame. The Ronto Group 4185 Horseshoe Drive South Naples, FL 34104 Mark Taylor 580-8837 Fax: 649-8870 mtaylor733@comcast.net Bonita Beach Road 2009 - Four-Ianing two miles. Clearing, embankment, drainage, relocating utilities, curbs, guard rails, paving, traffic signals. Project amount was $6,196,704. Project did meet the budget and was completed on schedule. City Gate Development 6021 Trophy Drive Naples, FL 34110 Ron Rice 598-5270 Fax: 598-5271 rrice 1 O@comcast.net City Gate Commerce Center PH 22010 - full site development of an industrial park in Collier County. Work included roadways and turn lanes. Project amount was $3,505,798. Project did meet the budget and was completed on schedule. ~~ 1990 Seward Avenue. Naples. FL. 34109. pb (239) 597.6211 · fx (239) 597.7416 23423 Janice Avenue. Port Charlotte. fL. 33980 . ph (941) 235.6060 · Ix (941) 766.616& Florida C Packet Page -539-~BC'059904 . . . I ,: ] BONNESS INC. 3/8/2011 Item 10.0. Pavlne and Slteworlz Contractors www.Bonoesslnc.com ,f""'\ City of Punta Gorda 326 W Marion Avenue Punta Gorda, FL Steve Padgett (941)575-5050 Fax: (941)575-5044 spadgett@ci.punta-gorda.f1.us West Retta Esplanade 2010 Connected US41 N to US41 S. Project included paving, underground utilities, concrete sidewalks, pavers. Project amount was $356,355. Budget was met and we came in on schedule. Habitat for Humanity of Collier County 11550 E Tamiami Trail Naples, FL 34113 Nick Kouloheras (239)775-0036 nkouloheras@hfhcollier.com Regal Acres 2009-2010 Residential sitework project. Included underground utilities, lake excavation, roadways and concrete work. Project amount $2,705,747. Budget was met and we came in on schedule. o City of Bonita Springs 9101 Bonita Beach Road Bonita Springs, FL 34135 Dave Liccardi (239)949-6244 Fax: (239)949-6245 david.liccardi@cityofbonitasprings.org Annual Operation and Maintenance Agreement 2008-2010 Various projects which included West Terry swale restoration and shoulder modifications, West Terry Sidewalk Repairs and Mitered Ends, McKenna Ave Improvements. Budgets and schedules were met for each project. o /Pb 1990 Seward Avenue. Naples. PL. 34109. ph (239) 597.6211 . Ix (239) 597.7416 23423 Janice A-venue . Port Charlotte. fL. 33980 . ph (941) 235.6060 · Ix (941) 766.6166 Florida C Packet Page -540-~BC'o5"o4 ~ ~ ~ emert-k ~fP IO-SLJSo ... C(~os\er \) ,,-., Packet Page -541- ... 3/8/2011 Item 10.0. -I ~ . Tab) Cover Letter/Management Summary Packet Page -542- 3/8/2011 Item 10.0. ~ ~ /""\ 3/8/2011 Item 10.0. ~ 6017 Pine Ridge Road, Suite #329 - Naples. FL 34119 Office (239) 262-7320 Fax (239) 354-4458 bQJ:OncretetlilearthlInk net State of Florida General Contractor License # RG 291103768 December 17th, 2010 Collier County Board of County Commissioners: I am writing this letter with the utmost interest in being selected as a vendor for the ~ "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" project. My firm, BQ Concrete, has many years of experience and a long standing working relationship with Collier County. This experience and relationship have provided to be beneficial to my firm, along with providing many skills to be qualified to perform this project for Collier County. We believe in providing quality workmanship in an economical and time efficient manor, which has been evident over the years. BQ Concrete has been established and working in Collier County for over 30 years. We have developed an outstanding, lifelong respect and relationship with our community, the state of Florida, and multiple Collier County departments, as you will see from the provided references. Our quality and commitment to our customers has stood the test of time and the economic hardship our county has faced. No job has been too small, or too large, for my firm and that is why we have continued to be a successful company in our community. From homeowners' sidewalks and concrete slabs to parking garages and hotels, BQ Concrete provides quality, economical services and products. ~ BQ Concrete has successfully completed many projects for Collier County. We have done work for facilities management, wastewater, water distribution, parks and recreation, sheriffs department, and road and bridge. We have performed work that includes, but is not limited to; sidewalks, driveways, curbs, and asphalt Currently we are working on a project for the department of road and bridge that includes removal, repair, and replacement of asphalt, curbs, and sidewalks. Most of our work is done solely by BQ Concrete. However, we do work with other 2 Packet Page -543- 3/8/2011 Item 10.0. companies on this, and other projects. Tincher Concrete and B & W asphalt are two ,~ that we have developed a strong working relationship with. These two companies will be participating on our team for this project, should we be awarded it. As you will see, we have many years of experience and have built many long-standing relationships that will be evident if selected for this project. Sincerely, Buddy Quarles Owner BQ Concrete ~ 1""""'\ 3 Packet Page -544- 3/8/2011 Item 10.0. ~, Tab II Proposer's Credentials, Previous Performance and Project Understanding ~ ,-.. 4 Packet Page -545- 3/8/2011 Item 10.0. ~ 6017 Pine Ridge Road. Suite #329 - Naples, FL 34119 Offlce (239) 262-7320 Fax (239) 354-4458 bqrnncretl'llilearthlink.net State of Florida General Contractor License # RG 291103768 December 17th, 2010 Collier County Board of County Commissioners: I am writing this letter with the utmost interest in being selected as a vendor for the "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" project My finn, BQ Concrete, has many years of experience and a long standing working relationship with Collier County. This experience and relationship have provided to be beneficial to my firm, along with providing many skills to be qualified to perform this project for Collier County. We believe in providing quality workmanship in an economical and time efficient manor, which has been evident over the years. ~ BQ Concrete has been established and working in Collier County for over 30 years. We have developed an outstanding, lifelong respect and relationship with our community, the state of Florida, and multiple Collier County departments, as you will see from the provided references. Our quality and commitment to our customers has stood the test of time and the economic hardship our county has faced. No job has been too small, or too large, for my firm and that is why we have continued to be a successful company in our community. From homeowners' sidewalks and concrete slabs to parking garages and hotels, BQ Concrete provides quality, economical services and products. BQ Concrete has successfully completed many projects for Collier County. We have done work for facilities management, wastewater, water distribution, parks and recreation, sheriffs department, and road and bridge. We have performed work that includes, but is not limited to; sidewalks, driveways, curbs, and asphalt Currently we are working on a project for the department of road and bridge that includes removal, repair, and replacement of asphalt, curbs, and sidewalks. Most of our work is done solely by BQ Concrete. However, we do work with other ~ 5 Packet Page -546- 3/8/2011 Item 10.0. ~ companies on this, and other projects. As you will see, we have many years of experience and have built many long-standing relationships that will be evident if selected for this project Sincerely, Buddy Quarles Owner BQ Concrete ~ ~, 6 Packet Page -547- 3/8/2011 Item 10.0. ".-.." 6017 Pine mdge Road. Suite #329 - Naples, FL 34119 Office (239) 262-7320 Fax (239) 354-4458 bqconcrete8llearthlink net State of Florida General Contractor License # RG 291103768 In BQ Concrete's, many years of operation, we have obtained multiple credentials that will enable us to perform all of the services requested for Roadway Contracting Services. I, Buddy Quarles, currently hold and maintain a state of Florida General Contractor's license (RG 291103768). I also hold and maintain Collier County contractor's licenses in General Contracting (32409), Concrete Forming and Placing (32247), and Fence Contracting (32248). In addition, I have been trained and certified by Manatee County Safety Council in Maintenance of Traffic. With these credentials, I have been providing quality and valuable services through my company. I started BQ Concrete about 20 years ago. Personally, I have been working with concrete and construction for almost 30 years. I began working with concrete with my father's company, here in Naples, back in the 80's. With the skins and knowledge I obtained from working with him and his company, I have successfully begun and maintained a company of my own. BQ Concrete has successfully completed numerous projects in Collier County. We currently have multiple contracts with Collier County providing similar projects as described in this proposal. These projects include concrete driveways, sidewalks, ADA mats, various types of curbs, slabs, patios, pool decks, concrete coatings, tie beams, installation of re-bar, roadways, a/ c pads, building pads, car stops, footers, block walls, columns, asphalt driveways and parking areas, various pavers, stripping, bollards, stucco, and foundations. We are fully equipped and able to supply, deliver, remove, excavate, repair, replace, install, finish, and any other task to complete the requirements of this solicitation. BQ Concrete has and continues to work with Water Distribution. We have provided services, both emergency and non-emergency, of water breaks in roadways. I"'""', Projects: · Imperial Golf Estates (asphalt road repair) · Foxfire (asphalt road repair, concrete curb removal/installation) · Longshore Lakes (asphalt road repair, concrete driveway removal/installation) · Vineyards (concrete curb removal/installation) · Glades (asphalt road repair, concrete driveway removal/installation) · 951 (asphalt road repair, set up of MOT) ".-..... 7 Packet Page -548- 3/8/2011 Item 10.0. ~ · Victoria Park (asphalt road repair, concrete driveway removal/installation) · Pelican Bay (asphalt road repair, concrete driveway and curb removal/installation, set up of MOT) BQ Concrete has and continues to work with Waste Water. We have completed projects for this department for the past five years. . ~ Projects: · Longshore Way (asphalt road repair, concrete sidewalk and driveway removal/installation) · Briarcliff (replace pavers, asphalt road repair) · Traynor Ct (asphalt road repair, concrete driveway removal/installation) · Wildflower Way lift station (asphalt road/driveway repair) · Thomasson Lane lift station (asphalt road/driveway repair) · Foxfire lift station (asphalt road/driveway repair) · 951 lift station (asphalt road/driveway repair, concrete pump pad slabs installation) · Glen Eagle lift station (asphalt road/driveway repair) · Radio Rd lift station (asphalt road/driveway repair) · Willoughby Acres lift station (asphalt road/driveway repair, concrete slab removal/installation) · Palm River (concrete driveway removal/installation) BQ Concrete has and continues to work with Facilities Management We have had a contract with this department for over eight years. Projects: · CC Government campus parking lot (asphalt removal/replacement, set up of MOT) · CAT Transit parking (asphalt removal/replacement, set up of MOT) · Marco Island library (concrete culvert removal/installation, asphalt driveway installation) · University Extension parking lot (asphalt removal/replacement) BQ Concrete has and continues to work with Road and Bridge. We have had a contract with this department for the past three years. ,,-..... Projects: · Vanderbilt Beach Ext (concrete curb and sidewalk removal/installation, ADA mat installation, set up of MOT) · Berkshire Lakes (concrete curb and sidewalk removal/installation, ADA mat installation, set up of MOT) · Airport Pulling Rd - Nand S bound from 41 to Immokalee Rd (asphalt road repair, concrete curb/sidewalk & driveway removal/installation, ADA mat installation, set up of MOT) · Radio Rd (concrete curb and sidewalk removal/installation, set up of MOT) 8 Packet Page -549- 3/8/2011 Item 10.0. · Beachwood Lake Dr (concrete sidewalk removal/installation, ADA mat ~ installation) · Donna St & Gail St (concrete wall and swell removal/installation in right of way, set up of MOT) · Lakewood Blvd (asphalt road repair, concrete curb and sidewalk removal/installation) · Golden Gate Parkway - E and W bound from 9S 1 to Santa Barbara Blvd (asphalt road repair, concrete curb/valley gutter & sidewalk removal/installation, ADA mat installation, set up of MOT) · Estey Ave (concrete curb and sidewalk removal/installation, set up of MOT) · Golden Gate Parkway - Airport Pulling Rd to Goodlette Frank (asphalt road repair beside all of catch basins, set up of MOT) · Goodlette Frank Rd (concrete sidewalk removal/installation, set up of MOT) · Livingston Rd (concrete sidewalk removal/installation, set up of MOT) · Pine Ridge Rd and Airport Pulling Rd (concrete curb and sidewalk removal/installation, ADA mat installation, set up of MOT) · Orange Blossom and Airport Pulling Rd (concrete curb and sidewalk removal/installation, ADA mat installation, set up of MOT) · Immokalee - Lake Trafford Rd (asphalt road repair, concrete sidewalk removal/installation, set up of MOT) · 951 (concrete curb and sidewalk removal/installation, set up of MOT) · Lely Resort Blvd (concrete curb and sidewalk removal/installation, set up of MOT) ~ BQ Concrete is a qualified company to supply, deliver, create, and install asphalt, concrete, cement paving, and other related materials to various locations within Collier County. We have vast knowledge and experience in roadway projects that will prove to be a necessity for this project We understand and agree to abide by all of the RFP specifications, provisions, terms and conditions of the requested services. When our subcontractors are utilized in various areas of this project, they too have an understanding of the services requested. They will also abide by all of the RFP terms and conditions while working for BQ Concrete on this project We will ensure this by having a supervisor on site at all times. Please see the following letters of intent from our subcontractors. ~ 9 Packet Page -550- 3/8/2011 Item 10.0. ~ 'iJfimil:m? Concrete Construction, Ine. Dec:ember 16, 2010 To Whom It May Concern: This letter will confinn Tmcher Concrete Construction, Inc. will be performing Cl11ICI'ete work as a su~ontractor for BQ Concrete &. Masonry on Collier County roads and bridges. This wode will involve curb replacement in various areas of the county. ~ Attached is biographical infonnation of our company, which has been operating in the Southwest Florida area for over 30 years. Our State of Florida license number is QB28340 and our Collier County Business License number is 11281 . If we can provide any further infonnation regarding our company or the above mentioned work, please do not hesitate to contact us. Sincerely, 'fJUfff ~ Lf tRL Peggy E. Poole Administrative Manager and EEO OffK:Cr ,.-, 10 Packet Page -551- 3/8/2011 Item 10.0. ~ lD PAVING ~.NTBllcroBS OF SOlrl'HWEsr FLORIDA. INC. kllv tP -;- ~;r,t- 71/ ~ /5 / /Jh....-.-, 6 4.-- C::"A~ ~~ d ~tv /,4",:;', 6~r,"'~'I'~ 197- ~ w;-C/ :Ide. /bIll be k/,///4j ~r. ~ p c;~e/"-/r. dp/"J A-// tPr- -r!~,./' '?;/k/r' U/t!7A. ~ /Zk. e#'k~ ;:'~y /~J,,4t: 5677 Heron Lane, Unit 107. Nil"" Florid. 34110 Phone 239-649-2807 l~ ~ 11 Packet Page -552- ",-..., Tab III Cost of Services to the County ~ ,,-..... Packet Page -553- 3/8/2011 Item 10.0. 12 3/8/2011 Item 10.0. r"\ 6017 Pine Ridge Road. Suite #329 - Naples, FL 34119 Oft1ce (239) 262-7320 Fax (239) 354-4458 bqconcretf!l1ilearthlink.net State of Florida General Contractor License # KG 291103768 Cost per hour per employee for regular business hours Monday through Friday, 8:00am to 5:00 m Foreman Su ervisor Skilled Worker General Labor $40.00 $28.00 $18.00 Percentage of mark-up over actual cost for materials and parts as per example: _20 % /'"""\ Example: Parts invoice total $1,200 + 35% markup = $1,620 actual rice for materials and Cost per hour per employee for Overtime and Weekend Hours Foreman Su ervisor $60.00 er hour Skilled Worker $42.00 er hour General Labor $27.00 Foreman's per hour rate ($40) + 2 general laborer's rate ($36) + ($1,000 [cost of arts + 20% mark-u = $1,276.00 bid for u ose of evaluation ~ 13 Packet Page -554- ,,-.. Tab IV Staff/Subcontractors Credentials ~ ,,-..... Packet Page -555- 3/8/2011 Item 10.0. 14 3/8/2011 Item 10.0. 6017 Pine Ridge Road. Suite #329 - Naples. FL 34119 OffICe (239) 262-7320 Fax (239) 354-4458 bqconcrete@earthlink n~t State ofPlorida General Contractor License # RG 291103768 BQ Concrete is owned and operated by myself, Buddy Quarles. I am on the job site daily to oversee and communicate with my team. I also am involved with the hands on, manual labor as well. I have constant daily communication with my supervisors. They carry out my direction at each job site. I oversee and make adjustments on the job site, should I deem it necessary to provide a high quality finished project My many years of experience, has provided me with the knowledge and skills to be very meticulous in every detail of our finished product My Construction Supervisors, manage each job site and get the job done as planned. They order materials, communicate with customer on project status, direct skilled workers and laborers on tasks needed to be accomplished, direct and assist with set up of proper MOT, along with getting involved with the manual labor themselves. They coordinate daily schedules of the contract team skilled workers and laborers to provide the most efficient work possible. The Supervisors also communicate with the subcontractors regarding daily scheduling and assignments that result in a finished project For example, BQ Concrete utilizes Tincher Concrete as a subcontractor for concrete paving. My Supervisors direct subcontractors which area of the project site will be worked on and completed daily. B & W Asphalt is a subcontractor that we utilize for asphalt needs. They are also in daily communication with my supervisors to know where they need to be and what needs to be done for the project at hand. A Supervisor is always on site at each project location to ensure proper execution of plan. The skilled workers and general laborers take direction from my supervisors and myself. They perform the manual labor, from start to finish. They prepare the site, setup proper MOT, repair and/or replace, and do a final clean up. They have open and continuous communication with the construction supervisor to inform him of project status. In approaching this and any of our projects, the customer's satisfaction is of out greatest importance. I personally meet with the customer to gather site information. We then are able to create a plan of approach. We set safety standards, set up a time table, order supplies, figure man hours needed, and project completion date of project My supervisors are then instructed of and familiarize themselves with this plan. Thus able to communicate and direct skilled workers and manual laborers. BQ Concrete is available 24 hours a day. Should an emergency arise, we have a plan in place, to remedy such a situation. I receive the call, as all of my customers . 15 Packet Page -556- ~ ~. ~ 3/8/2011 Item 10.0. /","""", are provided with my 24-hour contact number. I then evaluate the situation, make sure that the site is safe to the public as well as my team, gather my team to my shop, gather necessary materials/equipment, perform emergency repairs/replacements as necessary, and notify customer of status. We then develop a plan, as needed, to permanently remedy the emergency. ~, ~ 16 Packet Page -557- 3/8/2011 Item 10.0. Buddy Quarles (Owner/President) ~ 6017 Pine Ridge Road, Suite #329 Naples, FL 34119 Phone: (239) 262-7320 Fax: (239) 354-4458 bQcon cretelWearthlink.net Buddy Quarles, has been working with concrete and construction for over 30 years. Before he graduated high school, he began with working with his father for his concrete company, which began in the 1950s. Buddy acquired the basic skills of concrete and construction and has perfected them over the years. He has worked at many different levels and with numerous organizations to become a very successful vendor of concrete and construction. Buddy began his own company, BQ Concrete, in the early 90s. He began his company by doing homeowner's patios, and walkways. He did the work himself with one other employee. He then began to grow, allowing him to hire more manpower and purchase tools/equipment to perform larger sized and an increased quantity of projects. He did this, while never losing the quality customer service and product Buddy has acquired his state and county General Contracting license. He also ~ holds and maintains his licenses in concrete forming and placing and fence contracting. He has received his certification for MOT, which is an asset for numerous projects. He continues to keep his education of safety up to current standards. He now has much experience under his belt from completing projects at the private, county, and state level. He has continued to work with the private homeowner in providing pool patios, asphalt/concrete driveways, and sidewalks. He has worked on numerous projects for Collier County such as, roadways, various curbs, driveways, parking lots, and walls. At the state level, he has completed projects such as curbs, walls, culverts, and roadways. He has performed projects in reference to asset management contract between Collier County Government and Florida Department of Transportation. BQ Concrete has developed quality and long standing relationships with customers at all levels. Professional References: · Alex Blanco (252-8924), Collier County Road & Bridge, Inspector · John Clements (252-8380), Collier County Project Manager/Building Inspector · Ron Holder (580-9121), Collier County Parks & Rec, Sr Field Supervisor · Anne Simpson (252-8380), Collier County Facilities Management, Contact Compliance · Vickie Wilson (252-4180), Collier County Parks & Rec, GG Community etr. Supervisor /'"""\ 17 Packet Page -558- 3/8/2011 Item 10.0. ~ Billy S. Summers II (Construction Supervisor) 38131st St SW Naples, FL 34117 (239) 289-0230 billysummersll CWcomcast.net ,.-.. After his high school graduation. he was on his way to boot camp in the United States Marine Corps where he remained for 4 years. In the USMC he was a military police officer, he held a secrete clearance with the U.S. government and his duties were and are classified. While in the USMC he was awarded several medals, three expert rifles, three marksman pistol and the good conduct medal. After leaving the USMC in 1984 he did landscaping for one year working on such projects as city parks and roadways. In 1985 he moved to Naples Florida and began his career in concrete construction with a company called Millers. This began in 1985 and he stayed with this company and worked his way from being a labor to being the supervisor of such projects as house slabs, tie beams, sidewalks, driveways. curbing. He remained with this company until the owner retired in 1991 and sold the business. He then went on to become the supervisor of construction and customer care for Divosta homes. There he was in charge of such projects as site development all the way through the complete construction of entire communities until closing of the homes by their customers. He interacted with the owners of the homes that were being built in these communities and held meetings with them and his staff to ensure that everything was being done correctly and in the time frame allowed. He was also trained in many OSHA safety courses, such as first aid, CPR, Forklift, Heavy equipment operations and their safety. In 2003 Divosta homes was bought out by another company and all its' employees let go. He then went to work for a very big custom homebuilder from Marco Island, Enterprise Construction. There, he was the Construction and Purchasing manager on all their custom homes and projects. Ranging from the site development slab work through complete construction of the custom homes. He held weekly meeting with his staff and his sub-contractors to ensure quality was not being compromised in any way or form. He left the company in 2005 when they shut their doors and in began his work with BQ Concrete. He started out as a finisher and worked his way up to construction manager. He has worked on projects for the County of Collier and the State of Florida. He has over seen projects and worked himself on Weirs, Damns, Sidewalk removal and repair, Fencing. Asphalt, Collier County Jail, the Collier County Health Dept. In our court house he was in charge of removing all the doors and shaving them down so that they worked properly with the new carpet. He runs heavy equipment and is in charge of the everyday construction projects. He sets up meeting with potential Sub - Contractors, vendors for equipment and attends most of the County meetings concerning the work that we have been doing. He has obtained his Certification in MOT from Manatee County Safety Council. ~ 18 Packet Page -559- 3/8/2011 Item 10.0. Ricky Patterson (Construction Supervisor) ~ 658 Palm Lake Drive Naples, FL (239) 682-3226 Ricky Patterson has been working in construction and concrete for over 30 years. He has worked with the Quarles family's concrete businesses learning and perfecting his skills in concrete. He has worked with Buddy Quarles' father and brothers who both provided concrete services to Collier County. He has perfected his skills and become an asset to BQ Concrete as a master concrete finisher. Ricky has assisted in projects at the private, county, and state level. He has assisted BQ Concrete complete projects such as roadways, various curbs, pads, sidewalks, footers, walls, concrete coatings, tie beams, pool decks, patios, driveways, slabs, parking spaces, and stucco. Over the years, he has developed and attained a leadership role in BQ Concrete. Ricky has gained the responsibility of running and supervising his own crew. ~ He assists with and oversees various projects within BQ Concrete. While running machinery and performing the manual labor, he also oversees his crew's project to make sure it is going according to plan. Ricky has the experience and skill to supervise projects from start to finish. BQ Concrete has placed him in this leadership role due to his vast knowledge, experience, and skill of concrete. Professional References: · Darryl Quarles (931-284-8663), Quarles Concrete, Owner · Jerry Quarles (606-669-3444) Cookeville Concrete, Owner ~ 19 Packet Page -560- 3/8/2011 Item 10.0. 1""'"'. Tab V Corporate Experience and Capacity Current Workload ~, ~ 20 Packet Page -561- 3/8/2011 Item 10.0. .~ 6017 Pine Ridge Road, Suite #329 - Naples. FL 34119 Office (239) 262-7320 Fax (239) 354-4458 bqJ:oncretefiearthlink net State of P10rida General Contractor License # RG 291103768 BQ Concrete has become a company that handles and successfully completes multiple projects simultaneously. If awarded this project, we will continue to work on and complete Collier County projects, as we are doing currently. The contract that we are currently working on with Collier County, has multiple projects that we . are completing daily. We are working in different areas and locations, such as, Golden Gate Boulevard and the Vineyards. We are equipped with adequate equipment and manpower to execute and complete multiple projects. We perform and complete most projects in house without the use of subcontractors. We are able now, as we will continue to be able, to take on more projects should BQ Concrete be awarded this contract. BQ Concrete has been a successful, longstanding business for over 20 years. We are able to meet our deadlines, stay within budget, perform multiple projects ~ daily, hire and retain qualified employees, purchase equipment and materials as needed, and utilize local subcontractors. This is all a result of providing quality services in the community. It has allowed us to flourish with professional relationships, as well as financially. One of these professional relationships developed is with Tincher Concrete. They have been providing concrete paving for over 30 years. Tincher is subcontracted by BQ Concrete to install various curbs as needed. They have the capacity to help many commercial contractors. Tincher provides a quality service that we have the utmost confidence in. Another one of our subcontractors is B & W Asphalt We have developed a relationship with this company to install asphalt on multiple projects, such as asphalt roadways. They have been a business partner with Collier and Lee counties for over 20 years. They have become and will remain an important part of BQ Concrete's subcontractor team. As we keep perform most of our projects ourselves, we have had nothing but success with working with our subcontractors. Tincher concrete installed curbs for BQ Concrete at Pelican Bay. We removed the existing curbs, and they installed the new ones. They were prompt and worked diligently daily to complete the project. Our employees worked closely with their employees and successfully completed this project by working effectively together. Currently we are using Tincher as a subcontractor to install concrete valley gutters along Golden Gate Parkway. We are removing the existing concrete curbs ~ 21 Packet Page -562- 3/8/2011 Item 10.0. ~ and valley gutters. We then coordinate with Tincher, to immediately come behind us and install new concrete. B & W Asphalt worked with us at the CAT facility on Radio Road. We removed all asphalt and lime rock from the existing parking lot at this facility. They supplied and installed new asphalt. They also re-stripped all of the parking spaces. We then installed new car stops. We coordinated with B & W to remove and replace half of the parking lot at a time, due to the incoming CAT buses. They were cooperative and we completed this project successfully. ~ "'-" 22 Packet Page -563- 3/8/2011 Item 10.0. Project Start End Original Final Number Description Date Date Budget Project . Change Cost Orders GG Parkway 11/2/10 1/5/10 $300,00.00 $300,00.00 0 valley gutter and curb removal and replacement (CC Road & Brid2e) Install bollards 11/29/10 1/20/10 $14,400.00 $14,400.00 0 w /footer around fire hydrants (CC Facilities Mana2ementl Remove & 11/28/10 1/31/10 $75,000.00 $70,000.00 0 Replace concrete sidewalks at the Vineyards (CC Road & Bride:e 1 Designated 9/27/10 3/3/10 $41,200.00 $41,200.00 0 Driveways (CC Waste Management) Install concrete 12/17/10 2/24/10 $36,882.00 $36,882.00 0 wall & fence at Shirley Street Waste Water CoUection(CC Waste Water) Repair pavers at 12/11/10 1/8/10 $1,200.00 $1,200.00 0 health dept (CC Facilities Mana2ement) Install concrete 10/20/10 2/11/10 $28,000.00 $28,000.00 0 pump pads at chiller plant (CC Facilities Mana2ementl Install concrete 12/17/10 12/30/10 $5,500.00 $5,500.00 0 sidewalk at 951/Vanderbilt (CC Road & Bridge) 23 Packet Page -564- r"\ ~ ~ ,.-... Tab VI Customer and Reference Listing ~ ,,-..... Packet Page -565- 3/8/2011 Item 10.0. 24 3/8/2011 Item 10.0. Jobn Clements ~ Project Manager/Building Inspector Administrative Services/Facilities Management 3335 Tamiami Trail E Naples, FL 34112 Capital Construction (239) 252-8380 I ohn Clemen ts@colliergov.net ~ Energy chiller plant CEP project (concrete and structural work), estimated budget $250,000.00 (we will be under budget), began in January 2010 until January 2012 (we will meet the schedule outline) ~ Concrete ramp for judge's parking lot and handicapped hand rail, estimated budget $55,000.00 (we met budget), November 2009 to December 2009 (we met scheduled outline) ~ Sidewalk, asphalt, and hand repair installation around CC Government campus' lake, estimated budget $105.000.00 (we were under budget), March 2008 to June 2008 (we met the scheduled outline) Ann Simpson Contract Compliance Fadlities Management " 3335 Tamiami Trail E. Bldg W Naples, FL 34112 (239)252-8380 AnnSim pson@)collier/i:ov.net ~ University extension office asphalt parking lot (removal and replacement of asphalt), estimated budget $3,200.00 (we met budget), June 1st 2010 to June 11th 2010 (we met scheduled outline) ~ Orange Blossom library (removal of pavers and install handicap accessible sidewalk), estimated budget $9,800.00 (we met budget), July 1st 2010 to July July 9th 2010 (we met scheduled outline) Kurt Jokela Facilities Management 3335 Tamiami Trail E, Bldg W Naples, FL 34112 (239) 253-8380 Kurtlokela(i:ilcolliergov.net ~ CAT Transit parking (removal and replacement of asphalt), estimated budget $2,625.00 (we met budget). January 15th 2010 to January 20th 2010 (we met ~ scheduled outline) 25 Packet Page -566- 3/8/2011 Item 10.0. ~. ~ Marco Island sidewalks (removal and replacement of concrete sidewalks), estimated budget $11,582.80 (we met budget), February 2010 to March 2010 (we met scheduled outline) ~ CC Government parking lot across from jail (removal and replacement of asphalt), estimated budget $4,221.90 (we met budget), September 15th 2010 to September 27th 2010 (we met scheduled outline) Collier County EMS (Med Flight) 8075 Lely Cultural Parkway, Suite #267 (239)252-3740 ~ Naples airport moo flight hanger (install concrete helicopter landing pad), estimated budget $7,700.00 (we met budget), January Sth 2009 to January 9th 2009 (we met scheduled outline) ~ Vickie Ahmad Project Manager Collier County Parks & Recreation Department 15000 Livingston Road Naples, Florida 34109 (239)252-4047 Vic~ Ahmad(Cilcolliergov.net ~ Tigertail Beach sidewalk (install concrete sidewalk with handicap ramp), estimated budget $4,250.00 (we met budget), February 14th 2010 to March 14th 2010 (we met scheduled outline) ,,-..... Ron Holder Sr. Field Supervisor Collier County Parks & Recreation Beach & Water Section 15000 Livingston Rd. Naples, Florida 34109 (239)580-9121 RonH older@colliergov.net ~ Tigertail Beach parking lot (re-shell parking lot), estimated budget $25,000.00 (we met budget), November 2009 to December 2009 (we met scheduled outline) 26 Packet Page -567- 3/8/2011 Item 10.0. => Barefoot Beach parking lot (re-sheU parking lot), estimated budget .~ $24,000.00 (we met budget), December 2009 to January 2010 (we met scheduled outline) => Vanderbilt Beach entrance (install brick pavers), estimated budget $1,394.00 (we met budget), March 20th 2010 to March 29th 2010 (we met scheduled outline) Alex Blanco Collier County Road & Bridge Maintenance 4800 Davis Blvd. Naples, Florida 34101 (239) 252-8925 AlexanderBlanco@>colliergov.net => Devonshire Boulevard (remove and replace concrete cubing and sidewalk), estimated budget $22, 076.00 (we met budget), January 2nd 2010 to January 15th 2010 (we met scheduled outline) => Vanderbilt Beach Extension (remove and replace concrete sidewalk), estimated budget $41,432.00 (we met budget), December 23rd 2009 to January 14th 2010 (we met scheduled outline) => Pine Ridge Weir-emergency repair (install concrete footers w /pump), ~ estimated budget $85,875.57 (we met budget), April 22nd 2010 to May 13th 2010 (we met scheduled outline) => Storage building (install tie beam), estimated budget $45,200.00 (we met budget), April 2nd 2010 to April 28th 2010 (we met scheduled outline) => Golden Gate Parkway road repair (asphalt, concrete catch basins and MOT), estimated budget $33,963.00 (we met budget), March 2010 to April 2010 (we met scheduled outline) => Airport Pulling Road end wall (replace concrete end wall), estimated budget $14,800.00 (we met budget), April 2nd 2010 to April2EJtb 2010 (we met scheduled outline) ~ 27 Packet Page -568- 3/8/2011 Item 10.0. r"'. Tab VII Acceptance of Conditions ~ ....-.. 28 Packet Page -569- 3/8/2011 Item 10.0. ,~ 6017 Pine Ridge Road. Suite #329 - Naples. PL 34119 OIf'JCe (239) 262-7320 Fax (239) 354-4458 bqconcrete@earthlink.net State of Florida General Contractor License # RG 291103768 BQ Concrete indicates no exceptions to any of the terms, conditions, and requirements to this RFP. """ ",-..... 29 Packet Page -570- 3/8/2011 Item 10.0. ~ Tab VIII Required Form Submittals ~ ,,-..... . 30 Packet Page -571- 3/8/2011 Item 10.0. , ,j'+'~~ " "'1!' .': .'.f ~ Qualifier Certification Information CDPR2307 - Qualifier Certification Information Collier County Board of County Commissioners CD-Plus for WindowB Printed on 8/30/201 10:12:30AM CERT NBR; 32409 QUALIFIER NBR: 30728 BUDDY QUARLES CLASS CODE: 1000 GENERAL CONTR.-REGISTERED STATE NBR: RG 291103'168 COUNTY COMP CARD, STATE EXP LIAS EXP we EXP ORIel ISSD RBNBWAL gxPIRES 8/31/2011 4/9/2011 1/1/2011 2/15/2006 9/30/2011 DBA: BQ CONCRETE. lWC. WC BXEMPT, N OL EXEMPT, N ADDRESS: 48 WICKLIFFE DR. EXEMPT EXP DATE: CITY: NAPLES FL 34110- PHONE: (2391262-7320 FAX: (239) 594-5351 ~ NOTE: It is the qualifier'S responsibility to keep all business, licensing and requirements current and to provide up to date copies for Collier County files. This incluQes all insurance certificates and any change of address information. .~ 31 Packet Page -572- 3/8/2011 Item 10.0. ~ Qualifier Certification Information CDPR2307 - Qualifier Certification Information Collier r.ounty Board of County Commissioners CD~Pl~s for Windows Printed on 8/30/201 10:16:54AM CERT NBR. 32247 QUALIFIER 1I1l11. 30728 BUDDY QUARLES CLASS CODE: 4060 CONCRETE FORMING AND PLACING STATB EXP LIAB EXP COUNTY COMP CARD: WC EltP l.' ~"~~:D U~~\,\ we EXEMPT: N EXEMPT EXP RENEWAL EXPIRES 9/30/2011 STATE IIllR. DBA: so CONCRETE, LLC . 48 WICKLIFFE DR. OL EXBMPT: N ADDRESS, DATE: PHONE: (239)262~7320 FAX: FL (239)594-5351 34110- CITY: NAPLES ,,-..... NOTE: It is the qualifier's responsibility to keep all business, licensing and requirements current and to provide up to date copies for Collier County files. This includes all insurance certificates and any change of address information. C~ll.;.el' County I Ci!:y of Marcol City of Naples Contractor Licensing CONCRETE FORMI NG AND PLACING Cnt Nllr,J2J47 EXP'>>/~. z~'m""'OO1ll4 State tlb~: ~ BO c~c . BIlDDY 4S WICK I NAPL FL 34110- ,,-. 32 Packet Page -573- 3/8/2011 Item 10.0. . STATE OF FLORIDA DBPAR'rJIBR'l' OF 8tJSDlBSS ARD PROnSSIONAL RBGDLAT:tOH COHSTR17C'l'ION nmuSTRY LICJDfSmG BOARD (850) 487-i395 . . 1940 lWRTB MOIIROI: STREET TALLABASSBB FL 32399-0783 ~ ~~-L_~DY COm.:KJSTJ5 LLC 4 WICELIPPZ DRIW HAPLBS PL 34110 CongraIul&tIons Will thi& Mc:ense you became one d the nalll'ly CIIl8 m1HIDn Floridians lic8nsed by the DeparImenI d &--. and ProIMsional ReguIllIion. Our prolesllonala ancllluslr1esHs range from lIrChiIIlclIllo yacht brok8lS. from bOlCllrS to bartleQue resllU'8nts, ancIlhtty klMlp FIarlda's 8CllIlDnl)' lllrong. Every day we work to improve the wey _ do busine8s in order to serve you blIIt.... For li1formalion about our BlIIVlCllll, p/tIIIse log onto www.nwllorldalk:ense.com. There you can find more infcnnation about our divlIIIons and tha reguIalions ilia! Impact you, lAAlscribe to department r-'eIlers anclleam more about the ~6 iniIiativll6. Our mission al1he Department is: ~ EIIicienIIy, Regulate FaIIly. We COnstln1ly slJ1ve to seMI you better 110 Ih8l you can serve your customers. Thank you for doing business In FlorIda. 8nd ClIIngnIluI8IIa on )'our MW license! .. .... Bl"An;OF~ N:;# ........... DBPAJt'1'IIBII'1" 01' _::aflI88 ... l'ROJ'USIOJDL Jl8GIULA"nQII RG2911D3768 D7/22/0' O~OOOlt31 RBGlSTBU:D GBIIBRAL COIIIftAC'IOR QUAltLlIS, BUDDY . BQ COXCRftB LLC ... IXNDIVIDUAL IIIlft IIIDft' ALL: LOCAL LICBlfSIIIU llBQMaaBR'l'S nlOR . TO COltTIIACTIIIU :IK AllY ~) IIAlI RBG:tB2'BIUlD _ _ _ oe .'*.4" ____ _ AUQ 31. 2011 1iolI90723Jio..i ~ DETACH HERE N;# 4480644 STATE OF FLORIDA DBPAR'iM1D1T 01' BUSnmss AlID PROFBSSIOBAL RBGULATIOH COIISTROCT:tOH INDUSTRY LICDSDfG BOARD SEQI: 1.0'072200800 I 07/2-:;2oo91~:=:3: I The GBNBRAL COH'1'R.AC'l'OR Named below BAS REGISTBRJm Under the provisions of Chapter 489 lI'S. Expiration dater AUG 31, 2011 (INDIV:tDUALIlU8T MBB"l" ALL LOCAL LICDlSING REQUIRBMDITS PItzOR TO CONTRACTING IN ANY AREA) QUARLES,. BUDDY 50 CONCRB'l'B I.oLC 48 W'XCJtLIFFB DRIVE NAPLES PL 34110 CHARLrB: CRIST GOVERNOR CJ!ARLES If. DRAGO SBCRETARY DISPlAY AS REQUIRED BY LAW ~ 33 Packet Page -574- _ ~~+JLt~*-"'-~~+~+~.~ ~.~_.~ .; ~ ~ .~ ~ ...~... ~ ~ =:s ~ i I~ . ~ ~. j ~! ~ ~ Gl If ::sn E~ [~f [= :ill ~ ...~~ i= i ~ ~ ~ g ~ to! J ~ ~ fii" = =:s ~ 3(1) ~ 0 g JI!!~~ ~J. i (D 0 2: """ - ~'. w ... ID '" r...; n ~ r ,., ~ ~~ ~~ ~ 0 b> = a.. ~ \I~ ~: :s ~::i lD .... .[ ! ~ J ~ . ~ E~ i; ~ ~ ;;- a = (D ~ n t " fIl a ~ ~ I" ~ ~ :; n ~~ I 8 ;; 0 ~~:; 0 ~. s:: eg .. ~.ig ~ L~~~ ~ ~ . .--.-., -..---- ~ Packet Page -575- 3/8/2011 Item 10.0. fi_".,,"1' ... .. ~:... 34 3/8/2011 Item 10.0. ~. Atlachment 1 Collier County Bo8rd of County Comml8aloners Purchasing o.p.rtment Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Pi....... carefully, sign In the spaces Indlcat8d and return wIIh your ProposaL Vendor should check off each of the following 118m. as 1he necessary action is oompIeted: rg/ The Proposal has been signed. (g/ AU applicable fonns have been signed and included, along with Ilcenses to complete 1M requirements of the project. lit" Any addenda have been signed and included. IiV' The mailing envelope hIlS been addressed to: Coller County Boanf of County Commissioners Pwchasing Department, Building "G" 3327 Tamiami Trail, East N~,F~ 34112 Attn: Brenda BriIh8rt, Purchasing Agent 5a'" The mailing enYelope !!!YIl be !!!!!!5! and mm:Is!!l with Proposal Number. Proposal Title and Due Date. ey/ The Proposal will be mailed or delMnd in time to be ~ no later than the specified due dale and time. (Otherwise Proposal cannot be considered.) Address: ALL COURlER-DEUVERED PROPOSALS MUST HAVE THE RFP NUMBER AND MLE ON THE OUTSIDE OF THE COURIER PACKET. ]q C()(\( f\L~ (1!{)\1 V;tJ \<\~) .~ii~ 1h~q ~1\f~1 fl ~ynq (;Bq) alDd-l6'JO h~~/ @ Pa(.tlSI^". r''lft- ~ qJa(~S ~ Name of Firm: City, State, Zip: Telephone: Email: Representative SignaluI'8: RepresentatiYe Name: Date 1~)l7lrfl f I RFP 10-&450 2!l ,-...... 35 Packet Page -576- 3/8/2011 Item 10.0. ~, A1tachment 3 Confliet of Im.r.t AfIid8VIt By the slgnalure below, the Inn (empl~ oftIcens and/or agents) C8Itifie&, snd hereby cIisdoee&, th8t. to the best of their knowledge and belief, all relevant facts concerning pest. presenl. or c:urrenIIy planned interest Of' IIc1iYity (financial. conIracluaI, organizational, or o1hBnll_> which relates to the ~ work; and bear on whether the firm (ernpIoyees. ofIk:eI's and/or agen1s) has a poaible canftict have been fully disclosed. Addlllonaly, the finn (ernpIoyeels. ofticers andlor agents) agnteS to immedateIy notify in writing the PurchallinglGeneral Servk:es DIrec:lor. or designee, if any actual or potenIi8I conl'IiClt of interest &rises during 1he conbad anellor project dIntion. F~, ~(~II> Signature and 0818: r: ~ ~(16 () d~p(" l~lJ Print Name Title of Signatory State of Col.l1ty of !btr ~ SUBSCRIBED AND ~ to befofe me this by bOt\t( ~ UD eke:... " o.}I\P( id' "'"1. L ~D~ lJre.1- Ldo . -- '. j :...m.ll.'......- '".:. JUAIIORELI.AIIo\. I :it.IIlY Pub\ll: . SIlIl<l 01 f""* _ -'~, .i~c...m.ElllIilUJ""2.21112 :.. x~.. ..{ CanlftriSlion #DD 79402S ~ - - - t.... . o. RFP 1~ ZT ....-, 36 Packet Page -577- 3/8/2011 Item 10.0. Attachment 3 Conflict of Interest Affidavit ~ By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently plann~ interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers andlor agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Purchasing/General Services Director. or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: ~(P\e Signature and Date: Q ~ Jlu~e( lapaf ID Print Name Title of Signatory State of Jttr County of ..-""'"'"\ SUBSCRIBED AND S~N to before me this by M\ll }e LJO r\e~ C\l)f\P( iderttificatio 'L ~D~ day of ~mbe(' ,2010, Commission Expires lJ rc: 2- r 2(Jt? - . :,... " . ~~ .' r'\ RFP 10-5450 27 Packet Page -578- 3/8/2011 Item 10.0. r-o... AttlIchment 4 Vendor Declaration Statement ~ --., 37 Packet Page -579- 3/8/2011 Item 10.0. BOARD OF COUNTY COMMISSIONERS Colrler County Government Complex NephsB,F1orida 34112 ,.-., RE: RFP NO. 1D-5450 - "A.phlllt R....,. Concrete. Curb. SIdewalk 8IId DrivewIIy Installations'" Dear Commissioners: The undersigned, all Vendor dectares that this proposal Is made without comectIon or arrangement with llIrty other person and this proposal is in every respect fair and made in good lilith, without collusion or fraud. The Vendor agrees, if this proposal is 8CC8pI8d. to execute a Coller CIUIty document for 1he purpoee of establishing a formal contractual reI8tionship between the finn and Coller CIUIty, for the performance of all requirements to which the proposIIl pertains. The Vendor states that the proposal is based upon the proposal documents listed by RFP " 10-6450. ~ (Proposal Continued on Next P8g8) RFP 10.6450 28 ,~ 38 Packet Page -580- 3/8/2011 Item 10.0. ~ PROPOSAL COImNUED IN WITNESS QEm WE hIM hereunto llUbIlcrIIect our .-nes on 1his.dO... day of ~ 2010 in 1he County of 0 in 1he stale fA FIMl'" . ~ (ro:{~~ ~ ~~~l Cidg ~3a' L{)~131crLf ~SI{)gV ~-75JD [J3'<) 3SL/-44)c( Finn's legal Name: Addr8a: City, Slate, Zip Code; Florid. Certificate of Authority Document Number: Federal Tax IdenIiIk;ation Number Tell!lphone: FAX: X~~\lBlB of .:EkxiAtl o GenenaI Pertnership o Sole ProprietDrship D3-Partn~ 01 \f\f( Additional Contact Infol'llUltion / CarnplMp name U8lld as payee ~ Q.. , .J.i 0.- C)..~ CIB::k on of 1he fDllowing: SignabM'e by: (Typedand_> Title: Send ..,-10: (1'l!qllftlI if...... fIIIIn~) Contact _: TlIIlI: ~ Address: City, State, ZIP Telephone; FAX: ~rl"l1\((4>~ @ f>oJ..\h\\"t. \"lP-t EITJlIlI; 0Iftce ..rvldng CollIer CountJ ID pI8ce onIers (mquiIed if cIIfteNm flam .mo.) CllIIIad 1I8IIIlI; / ,,~/ ~L ~ Tile; ,c#f / Addres; CIlJ. Slate, ZIP Telephone: E.... Z9 RFP 10.54$0 ,,-..... 39 Packet Page -581- 3/8/2011 Item 10.0. ,.-..." ~~ ~~- AariI15Dlllile s;."a;s 0M!iiiii Pun21aIIng Atlaclunent I Immigration AtndwIt CertIfIcatIon RFP II : 1C1-6'SO TItle: Asphalt RaIIdwar. ConcrwbI. Curb, SidewIlllI end DrInWlIy InstIIII8tIon8 This AIIcI8vIt is R!qUired and should be signed, notarized by an ault1artzed principal of the film and Sl.dJmilted wIIh formallrMtations to Bid (ITD's) ... Request for Proposals (RFP) submltlals. Furller. Vendors J Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment. at the time of the submission of the vendor'slbldder's proposal. Acceptable evidence consists of e copy of the properly c:ompIetIId E-Verify Company Profile page or e copy afthe July execuIed E-Verify Memorandum of Understanding for Ihe COIYIJ8'lY. FaIu..to -.... ..... AtIkIlIVII8Ild IK ""'-.......... ---- ell......... In the E-Yertfv _~. sIuII ~ - ... V.xIar I BIddIIr's 1II'IIDa8IIII_ ~ n...._......&..n of tbese reauin!men1B wll not be BCceulled lifter the bid I DI'OD088I deadHne dam. Collier County wi. not IIrEhlbllllly ewan:I County contn!lcla to any vendor who !mowiIllIl1 employs uneuIharized alien workel1l, mnsliluIing II vioIlItian of the ~ provision conl8ined in 8 U.S.C. Section 132411le) SecIion 274A(e) of the lrnmigl8lion and Nation8Iily I'd. ("INA1. Collier County may consldeI' the employment by BnY wndor of unllUlhorized 8Iiens 8 vio6Edion of section 274A (e) of the 1NA. Such VIoIaliDn by the I'8CipiIInI oflhe Employment Provisions contained In Section 274A (II) of the IMA shall be grounds for unilatllnd tllnninetion of the conIracI by Coller County. Vendor at1Bsts that they ale fuly compliant witI "lIpplicllblll irnnigralion laws (spedIIcaIIy ll:l1he 1llll61mmigrallon Act and subsequent Amendrn8nl(s)) and ..- to comply wiIh the provisions of the M8rnorIIndum of Undel1l1anding wilh E-Yerify end to provide proof ot enrolment in The ErnpIayment EIigibiiIy YertIc8tion System (E-Verify), operated by the Department of HomeIaIId Secmty In partnefship with the Social &Kuity AdmInlstration at the time of submission of the Vendor's I Bldder's proposal. Compeny Name r Cc:A\<.(e~_ Print NEftI. \) ___ SigIl8bJrB <=- Stale of f{e;rk1A Counly of C~/l-(r The f.9regoIng Instnmtent wee 8igned end 8CIcnowIedged befDnt _... ~dll1 of ....Decdub--r 20 by who ... produced ~I OL ~(.,f.j'U;l~ 7 ,,~ "1d8nIiIc;lIliDn. (Type of IdenlIficalIon 8IIcI Numbel) TIle n.. LJn,p( Dale~O_ .~ - . 4&). 1Ial&r':0fl=~...- - '-.' ,,: .:.. s' 'f Mycomm...luiiOofi ':-. ..-:- ~ !lfJ$"- c~ # DO ft.4G2a-. _." ..:. .: .... The signee of lt1is Affidavit ~ 81 evidenced by the swom atftdavil raquired herein. tne b'ulfI.8nd 8CCUI'lIq' of this llllidavit to inlemlglalofies hereinafter made. RFP 11).(1450 30 ,.-..." 40 Packet Page -582- 3/8/2011 Item 10.0. ~ ~County ~- MI. _~ Services DMsion PurchalIing Attachment 5 Immigration Affidavit Certification RFP#: 10-5450 Title: Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations This Affidavit is required and should be signed, notarized by an authorized principal of the fiml and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors J Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor'slbidder's proposal. Acceptable evidence consists of a copy of the property completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceotable evidence of enrollment in the E-Verifv DIOCIram. shall deem the Vendor I Bidder's DroDOSal as non-resoonslve. Documentation of these reauirements will not be accepted after the bid / proposal deadline date. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA1. Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with aU applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System ~. (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's I Bidder's proposal. C(i\lfe~ ~ Print Name Date Company Name Signature State of ~1'~'dA County of CJ(}.tf The foregoing Instrument was signed and acknowledged before me this ~da, of -1}.r~,h...r 20 by J who has produced JI ~~Ut'i(;1~7 <<'(~ as ~n. (Print 0 (Type of Identification and Number) ,'. . ..-. - "\,'''"''''. -- . . .:...., .~~. "J ." -. ~'... ", ..,~I'!!Y "~" JU ' L '. .. ,. ..'~ . l~m" i\ AN ORELLANA., ::,~. .. ,~' ~ ~:,.,:" ; . . i Notary PulIllc . stateo. f ftoi'lda ~': .. .:.... --.. .:. ,. u 4 \,,~ ie.r,i My Comm. Expires JUIt 2;2012 ~ -.:", .::....: ' ~ '..f,,?f.f.-{t...' Commission" DO 79;4~,,;' ~. :: _,:-,,"-:' ., : ,. '~ ,;" - - /' "i- ~ ..... '. The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the.truih and accuracy ,,-..... of this affidavit to interrogatories hereinafter made. RFP 10-5450 30 Packet Page -583- 3/8/2011 Item 10.0. ~ cJt,. Cmotty ~ AQ ," ..ati.Ie S8\IlCBS DMsicn F'urdlasing AlI8chment 8 Afftdavit for Cialming Status _ a Local BI8I1H1SS RfP *:1D-541O AIIpMIt~. CancnIIII. Cum, SId-.Ik.... ~........... (Check Appropriale Boxes Below) 8bde~ (Select CoInIly IfYtiador" deKrtbed _. Local BuaI_ ~ Coller Countr 0 .... County Vendor 8lIIrms that It Is a local busIMs$ 88 defined by lhe P\Rhasing Policy of the Coller County Boerd of County eomm...... and the ReguIlIlIons Thereto. As defined in Section XI of the Collier County PII'dIa8ing ~; A '1oclII ~. is dIIIined _ 8 ~ that has 8 valid ocCtllpetion8l11cense iIseued by either Coller or lee County for 8 minimum of one (1) \'881' priOr to a Collier County bid or pmpoaIlIUbmiBsiDn that auIhorizes the business lD prcMde the commodities or IIIIfVices 10 be purr:hned, and a physical businees address IocaIecI within the 11mb of Coller or lee Counties from which the vendor opendIIS or performs business. Poet 0Ilice Boxes _ not vertII8bIe and shal nOl be used for the purpose of ~ said physicaIllddl8S8. In 8ddiIion to Ihe foregoing, 8 vendor lIt1aIl not be CXlIIIidenKla "Icx:aI bt.nJineIIII" unless it contriIutes to the economic developn lflI,l and WBlI-being of eithef Coller or Lee County in a verifiBbIe and measwabIe w8'1. ThIs may include, but not be limited to, 1he IeIentiDn and 8llP8I'Ision of ~ oppor\unitIes, the support and "- to either Coller or lee County's tax base. and I'I!lIlIdenc;.y of en1Jloyees and principIIIlI of the business within Collillr. or Lee County. Vendcn shallIffirm in writing II. compliance with the foregoing at the lime of submiUing their bid or proposa!lD be eligible for considel3tion as a "local busi_" under lhls section. Vendor mU&t carnpI8te the3Einbmallon: Year Busil1llSS EslabIisheil . County or 0 Lee County: ao Number of~ees (I ~&) or CorporMe 0fIicers):~ Number af,Empoye. living In Coller County or 0 lee (Including Owner(1) or CarpanD 0IIicenJ): _~ r'\ If I'eQlJeSled by the County, vendor will be required 10 provide documentation 8lDIllaolliatillO the Information ~n in this aIIIdavil Failure to do 80 will result in vendor's submission being deemed not IIppIicable. ~ry(v(PW STATE OF flORIDA ~COWER COUNTY ~and ~~ TnIe: {} l \V\() ( o lEE COUNTY Berore Me. a Notary Pubic. for the above S1aIe and County, on this 2010. 7r', \1- ~ 41 Packet Page -584- 3/8/2011 Item 10.0. r"'. clt. CmmI;y ~ -- Mllil dlc:lti~ 5eNioes DNisiJn Purd1asmg Attachment 6 Affidavit for Claiming Status as a Local Business RFP #:10-6450 Asphalt Roadway, Concrete. Curb, Sidewalk and Driveway Installations (Check Appropriate Boxes Below) State ~a (Select County if Vendor is described _ a Local Business ~ Collier County 0 Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; ~. A "local business" is defined as a business that has a valid occupational.license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a ''local business" unless it contributes to the economic development and well-being of either Collier or Lee County In a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities. the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the foI~' 9 information: Year Business Established in Collier County or 0 Lee County: ao Number of Employees (Includin ~s) or Corporate Offioers):~ Number of Employees Living i~ Collier County or 0 Lee (Including Owner(s) or Corporate Officers): , & ~" Date: Title: o LEE COUNTY Before Me, a Notary Public, for the above state and County, on this v 2010. ~ 7.0\1- .."~;.l;~~~~~,,,.. .:".'1 iIUAN ,0000,lANA !m~~ N..otafy.' Pultllc :.!Stlte of Floma ~: ;s; 'My CbMrlI':EKiik'A.Jull ?;.2012 "~:l"OF f'W .. Cll.l11l'llis.ion~ DD.794026 ",..",.'\ " "-"~ ;; > ...., . -- - ---- ----.-- -- --~.~ Packet Page -585- 3/8/2011 Item 10.0. ~ RFP 09-15197 AmuaI ConIract for Roedway Contractors Attachment 7 Collier County Florida IneulanGe IInd Bonding Requlnlllftents IMUnlnce I Bond Type 1. rgJ Wuker'& Compensation 2. rgJ ErnpIoyer's Li8biIiIy R.eqWred L.Irnb statutory Umlts of Florida Statutes, Chapter .0140 and .. Fsder8I Govemment Statutory Urnits and Requirements $1.000 000 single Umlt Per OCl;UIT8IIce 3. I2SI Commercial GenenII Bodily Injwy .xi Property Damage UabiIty (Occurrence Fonn) patterned IIftBr the fa 000 DOO .mole limit per occ:tmIllC8 culTlll1t ISO 10m 4. 12IlndemnillclJllon To the maximum eldient permillled by Florida.... the ConlracIorNendorlConllulblnt BhaI ind8mnIfy lIIId hold Iwmlees CollIer Cowlly. Its ontcers and IIlR1fIIoyees from ~ and allIablIlIee, .-n1lgH. a- and ClIIds, including, but not ImItec:I to, .-.1IIble IIltIDm8y&' fees .xi pIJ8IegaIs' fees, 110 the eXlent cauHd by the negligence. 19ddes&nes&, Of intentionally wrongfuIllllI'lduct of the Conlracta1VenctorICor&IIbI Of an,one emlllo\led or utiIizBd by the ContracklrNlIIldoI1CllIlllUIIar4 in the pertoI'mance of ltlis Agreement. Thi& indImnific8tion obligation IhaI not be COIllIII'Ued 10 negate. abridge or reWce any olher rigtItlS or 1'8III8lIi88 which a4herwIse ~ be lIVIIII8bIe 110 an Indemnltled ~ or penIOI'l described In thIa PlA9111Ph. This &edIon does not pertain to ~ Incident 8rlslng from the IOIe negIigenc:e of CoIiBr County. 4. 181 Automobile LiabiIIy $ 2.000 000 Each 0ccumInce; Bodily qwy & Property D8n8ge, OwnllcI/NoI1oQWired; AulDmobiIe Indudlld 5. 0 0Iher Insurance .. 0 PoIuIion 11<8d: Oc:currence o ProfessIonal UabIIilJ $ Per Ocammce . $ 500,000 each cIIIim and in the aggregaIII . $1,000,000 each cI&im encIln lie aggregate . $2.000,000 each claim and in 1he IIlIIregate $ Per ~ o Valuable Papers I.....rance Occurrence $ Per 7. 18I PerfomIanCe and Payment Bonds Shall be 8U:lmiUed wiItI pmposall1lllJlllNl8 in the fomI of certified fund&, ca&hiera' check or .. inewx;&tJIe IeUer of crediI. a cash bond posted wiIh the County Clerk, or praposal bond In a sum equallD 5'1(, of the cost pn:IpOBIII. All checks shaI be made PBYlIbIe 10 lI1e Collier County Board of County Commissionef$ on a bank or trust ccmpany IocaIed in the SIale of Florida and Insured by the Federal Deposit Insuranoe Corpotation. For ~ In excess of $200,000. bonds shill be umllllld wiIh the executed con1raCt by P1......-s r&e:eiving award. and WJIlBn far 100% of lie Conlrad lIW8Id amount. the cost borne by the Proposer receiving an award. The Perfcrmance and Payment Bonds shIlII be undefwrIlIen by a 6. 0 BlcI bond 32 r"'\ 42 Packet Page -586- 3/8/2011 Item 10.0" r--.. RFP 09-5197 Annu8I Conlract for Roactway ContJactors surety auIhorized 10 do businesS In the stste of FJorida and oIherwille acceptable to OWner; provided, 1IoMMIr, the surety 8ha1l be ralIld as "A-" or belllIr as to generaJ policy holdelS nding and Clae& V Of higher I8tlng 88 to financial size categOIy and the amount required ..... IIlll exceed 5% of the reported poley holders' SUIPu., all as raporl8d in the most CUTent Best Key RatIng Guide, pubIiBhed by A.M. Beet Com~.Inc. of 75 FullDn Street, New York, New York 10038. 8. ~ Vendor shan ensure that al sutK:ontractors comply with the same insurance requirements that he is required to meet. The same Vendor shaD proVIde County with certificates of insurance meeting the required insurarn:e provisions. 9. ~ Colier County must be named as ~ADDITIONAL INSURED'" on the Insurance CemIic8t8 for Commercial General Uabiity where required. 10. [gI Collier County Board at County Commissioners shan be named as the Certitical8 HokIer and the certificate must read "For any and all work performed on behalf of Colier County. NOTE: The "Certificate" should read as follows: . For any and all work peIfonned on behalf of Collier County. . Coller ColA'lty eo.d of County Commissioners. Naples, Aoricla No County Division, Department or Individual name should appear on !he Certifk:ate. 11. 181 Thirty (30) Days C8nceIIetIon Notice required. Vendor's Insurance StatBment ~ We ...dersIand the insurance requiIements cI these specilk;atlon& and that the evidenCe of insufabIllty "*Y =--~;-.....- - 1<llrrllO Vendor _ Signature t~ Print N&me Insurance Agenc:f Agent Name ~ '@rl\~ "'''-~141 Numbel 33 ~ 43 Packet Page -587- 3/8/2011 Item 10.0. From: EricksonRebecca <RebeccaErickson@coIliergov.net> Date: December 17, 20109:45:36 AM EST To: Buddy Quarles <bqconcrete@earthlink.net> Subject: RE: reference letter .~ To Whom it may concern: Buddy Quarles of BQ Concrete has been doing work for our department for a number of years. He has completed many Concrete jobs for us and has also handled other jobs as the General Contractor. Buddy has always done an above excellent job on any task he has been hired to do. His dedication to his client exceed expectations at all times, I would recommend Buddy Quarles for any needs you may have. Feel free to contact me for any addition information you may need. Rebecca S. Erickson Accounting Technician Facilities Management 239-252-8380 ~ ~ 44 Packet Page -588- 3/8/2011 Item 10.0. r".. ~. Letter of reference for Buddy Quarles BQ concrete John Clements 3335 Tamiami Trl East Naples fl34112 Project Manager/Building Inspector 239-252-8380 johnclements@colliergov.net BQ concrete has provided outstanding services to Collier County Government. They have contracted for all phases of construction. They have done concrete, vertical construction, painting, electrical, plumbing, Hvac, Fencing, glazing, and unlimited Interior construction. They have worked under my project managing scope since 2007 to present. They always completed on time and under budget.BQ concrete has completed projects for 100,000 and have done work for as little as 1,800.00 If I can be of any further assistance please let me know John Clements 12/17/10 John Clements ,..-...., 4S Packet Page -589- 3/8/2011 Item 10.0. From: HolderRon <RonHolder@colliergov.net> Date: December 17, 20108:48:37 AM EST To: Buddy Quarles <bQconaete@earthlink.net> Cc: "billysummers2@comcaslnetn <billysummers2@comcast.net> Subject: Buddy Quarles ~ In reference to Buddy Quarles, BQ Concrete. I have used BQ Concrete for dozens of projects over the years such as sidewalk repairs and replacement, sea wall repairs, concrete slabs, etc. His staff always does a great job, cleans up the area after the project and even posts a man to watch over the drying concrete so it will not be vandalized. I will continue to use BQ for all my concrete related needs. Thank you. .r"\ Ron Holder Sr. Field Supervisor Collier County Parks &.Recreation Beach &: Water Section 15000 Livingston Rd. Naples, Florida 34109 239-580-9121 or 239-591-4986 Email: RonHolder@coIUeI:lov.net ~ 46 Packet Page -590- 3/8/2011 Item 10.0. ~ Co. Cmtnty '-~ - ~ GROWTH MANAGEMENT DMSION Road and Bridge Maintenance Department 4800 Davis Blvd. Naples, FL 34104 (239) 252-8925 Fax (239) 774-6406 12/20/2010 BQ Concrete Inc. 48 Wickliffe Drive Naples, FL 34110 (239) 262-7320 RE: "Contract #09-5108 - "Concrete Sidewalk & Curb maintenance" Subject: County wide Sidewalk Maintenance Repair- Reference Letter ~ To whom it may concern: Mr. Buddy Quarles, has worked for Collier County for the past four years. His company has met and exceeded aU work to the satisfaction of Collier County Road Maintenance Dept He has met all deadlines that have been issued in the past He has always provided an alternative solution and has saved the county time and moneys. Road Maintenance Department has a budget of approximately $400,000 a year in repairs. Should you have any questions or need additional information, please do not hesitate to contact me at (239) 252-8924. Very truly yours, AlEXANDER BIANCO Alexander Blanco ,,-..... E-mail AlexanderBlanco@colliergov.net 47 Packet Page -591- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. RFP #10-5450 Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations ~ Collier County Board Of County Commissioners ~ Mitchell & Stark Construction Co. Inc. Engineers - General Contractors Licensed in Indiana and Florida Established in 1955 6001 Shirley Street Naples, Florida 34109 Phone: (239) 597-2165 Fax: (239) 566-7865 ~ Packet Page -592- I I~ I I I I I I I I ,,-....., I I I I I I I~ I I 3/8/2011 Item 10.0. TAB I . COVER LETTER I MANAGEMENT SUMMARY Packet Page -593- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. LETTER OF INTRODUCTION Mitchell & Stark Construction Company, Inc. was fonned as an Indiana Corporation in 1955. We have constructed numerous utility and road projects throughout a multi-state area. Mitchell & Stark was authorized to do business in Florida and opened an office in Naples, Florida in 1981. We are licensed as an engineering finn, general contractor, underground utility contractor, contractor V fire contractor, plumbing contractor and mechanical contractor. '" We have extensive experience in managing construction projects in the Southwest Florida area through the use of our own employees and subcontractors. This experience was attained during the construction of numerous road, water, sewer, storm drainage, earthwork and golf course projects within the Southwest Florida area. We have completed several design build projects in which we were required to have full expertise from permitting to construction. Currently Mitchell & Stark provides several owners with cost estimates, construction suggestions, engineering services and designs on many of their projects. We have a staff of professionals with many years of experience in the construction industry. Our staff includes several registered professional engineers and certified contractors in various fields. Weare able to construct all types and sizes of projects and are called upon by several local entities to perform work that no one else can handle. We strive to maintain a good relationship with all of our clients, subcontractors and suppliers and have been successful in doing so. ~ The expertise and experience of our field personnel is extensive and they are committed to serving the client and solving any problem. We bring to the table a committed team of professionals willing and able to compete in any arena. We have been with the same bonding company for more than forty years and are able to bond in excess of thirty million dollars. Currently we are well under that threshold and will have no difficulty bonding any of your projects. We are currently one of several contractors on emergency Annual Underground Utility Contracting Services Contract in Collier County, Florida. We responded one hundred percent of the time when called upon and have been the backup for other contractors when they have been unable to respond. We also provide emergency services for the City of Marco Island, the Greater Pine Island Water Association, Gateway Services and the City of Naples among others. The employees of Mitchell & Stark are wen qualified to perform work the work described in this RFP. Resumes of various personnel have been included in this package. All of our foremen have received competent person training. This is a class they attend with a written test provided by the National Underground Utility Association. Furthermore, we provide yearly training in safety matters. Weare confident that we can give you the best, most cost effective product and are anxious to prove it to you. ~ Packet Page -594- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. CONTACT PERSONS Contact: Brian Penner Phone: 239-597-2165 ext. 25 Mobile Phone: 239-572-0154 Email: bpenner@mitcheUstark.eom Contact: L.D. Neal P.E. Phone: 239-597-2165 Ext. 23 Mobile Phone: 239-572-0152 Emall: Idneal@mitchellstark.com Contact: David Scafidi Phone: 239-597-2165 Ext. 27 Mobile Phone: 239-571-5678 Email: dscafidi@mitcbellstark.eom By: Brian Penner CEONice President ~~f.-- Packet Page -595- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ T AS II PROPOSER'S CREDENTIALS,PREVIOUS PERFORMANCE & PROJECT UNDERSTANDING ~ ~ Packet Page -596- I I~ I I I I I I I 1"-"'" I I I I I I I~ I I 3/8/2011 Item 10.0. ~AGEMENTSUMMARY Mitchell & Stark is noted as being an underground utility contractor; we have become a major road contractor in Southwest Florida. In the last five years we have built a substantial amount of roads in Southwest Florida. We have constrocted several large road projects and even more turn lanes and residential road construction. Some of the road projects include Gladiolus Dr. Widening, Three Oaks Parkway Extension, Old 41 Road Widening, Tree line Ave, Three Oaks Parkway, Coconut Road, Williams Road, Palomino Lane, Green Blvd, and Corkscrew Road. Gladiolus Dr. Widening, Tree line Ave and Old 41 Road Widening were contracts in excess of 13 million dollars each. Projects currently under construction include Oil Well Road Widening ($39,189,817) for Collier County and Stare Road 82 ($22,167,863) for City of Fort Myers. Mitchell & Stark has constructed numerous turn lanes on US 41 and other major roads. Mitchell & Stark recently completed a sewer project on Marco Island that required reconstruction of 145,000 SY of roadway. This work was performed in existing residential areas and on major arterial roads. L.D. Neal P.E. is responsible for our earthwork and road construction crews. L.D. has extensive experience in road construction and has managed many difficult road projects. We have two superindents that work under the direction ofL.D. Neal and 5 road crew fore man. We own a complete fleet of equipment for these crews. We perform all road work with the exception of concrete work, sign and striping and asphalt paving. MIS owns a paving machine and we do some paving work but typically subcontract this work out to Apac or Better Roads. The concrete work is subcontracted to Curb Systems and the sign and striping is typically subcontracted to Road safe. By providing a large volume of work with these subcontractors and building a good relationship with them we get good service from them and their quality of work is the best in the industry. Mitchell & Stark prides itself in planning and preparing for a project. Mitchell & Stark will review plans for value engineering and errors by a team that includes project manager, engineer and top management. We will visit the project site looking for construction, safety and MOT issues. Our approach is to find all errors and issues prior to construction and then address them. Our approach saves the owner and Mitchell & Stark monies and allows us to complete the project on time. Mitchell & Stark can prepare a Mot plan for each project. We have employees that are certified to prepare these plans. Several of our road fore man have received the same certifications to prepare these plans. Our plans are coordinated with the construction schedule and we try to minimize traffic issues for the public. Ninety percent of employees have received flagging certifications. Safety of the public and our employees will not be compromised. Our extensive experience in traffic control in residential areas and public roads gives us the expertise to insure the safety of the public and our employees. Mitchell & Stark instructs our Packet Page -597- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. employees and communicates to them clearly that the safety of the public and our employees are more important than production. ~ Mitchell & Stark understands you are looking for a contractor to provide complete roadway construction services in accordance with the specifications included in the RFP. Our construction services, materials and equipment shall fully comply with all Local, State and Federal laws and regulations. Mitchell & Stark must be licensed to perform this work. The propose scope of work is 8$ follows: 1. Lengthening or modifying left and right turn lanes. 2. Modifying median openings along County arterial and collector roadways. 3. Improvements to intersections of roadways. 4. Work similar in nature to items 1 thru 3. 5. Maintenance of Traffic/ Traffic Control and Protection per FOOT and Collier County Standards. 6. Formed curbing, alc pads, building pads, sidewalks, footers, block walls, ornamental concrete coatings, tie beams, concrete repair, pool decks, patios, driveways, slabs, continuous curbing, clearing and preparation of site, concrete pumping, columns, keystone-stucco coating, pavers, asphalt drives and parking areas, as well related walkways or driving surfaces, signs and striping. 7. Design and build Hammerheads at selected dead end streets. The Contractor is to provide complete construction services and shall be responsible for knowledge and compliance with all relative local, state and federal codes and regulations. The contractor is to provide a one year warranty for all work performed. On projects larger than $200,000 a performance and payment bond will be supplied by the contractor. Mitchell & Stark does not identify and issues or concerns of significance concerning the RFP and propose work. ~ ~ Packet Page -598- I I~ I I I I I I I Ir" I I I I I I 1,,-..... 1 I 3/8/2011 Item 10.0. ~ Florida Department of. Transportation ClIARLIICCRIST GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 February 19, ~OlO SUPRA1'iIB c. KOi'ELOUSOS SECRETARY HITCHt:LL & S'!'APJ( CQNSTRUCTION CO., INC. PO BOX 219 MEDORA IN 47260 RE: CERTIFICATE OF Qt1ALIFlCATION Dear Sir/Madam.: 'l'he Department of '1'ransportationhasqualif.ied your company fOr the amount" and the type of work indicated below. Unless your company isnotifiedot.herwise,this rating will expire 4/30/2011. However, the new application is due 2128/2011 A In acoo~ uth 8.337.14 (1) F;8.ycM1&" n_t appJ.lpatiqnJIIDII't~fUI.d. td,Wn (4)lIODtba of the encti.ng' date of the appli.can1:'. audi1:ed lII.DQ.~l f1Aanc:Lal' sta1:eHrata -.el, i.f applicabJ.., the audt1:8d int:e2:ia :f1iumci,a1..~~~. Set:tion 331. 14 (<I)r. S .provid~$ tMt yource"rtificate wil.l be vali(j fat 18 DlC)Q~t1a aft~r your financial statement date. Thisqives a two JIlonthperiod to all.owyou tDbid. on jobs as we process your new application for qualifieatioll. TO r~iilqUali.fied with the Department, a new application must be sUbmitted subseqUent to ao.y significant chanqe j;n the financial pOSition or the structure Ofyout firm as described in Section 14-22.005 (3), Florida Administrati'Ve Code. MAXIMUM CAP~CITY RATING: $454,75Q,OOO.OO men APPROVID 1IOIUC CXaASD'; DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSI~G, SEEotNG AND SODDING :men APPROVID SPBCDLI:n auRI 0I'.'MOREt: SEWAGE & WATER TREATMF}NT PLANTS You may apply, in writing, for a Revised Certificate of Qualification at any t;i.me prior to the expiration date of this certificate according to Se:ct.ion 14-22.0041 (3), Florida Ad:IIlinistrative Code. Please beadvJ.sed it certificati~m in acl.ditiQni.l,l classet;of work ii!l (Ies1red, document:ation is ne~ded to show that your company has done such work with your own forces and equi.pment or that experience w8sgained with another contractor and that you have the necessary equipment for each additional class of work requested. Sincerely, c::::5(~ ~ .:ruani ta Moore, Manager contracts Adminitstratlcm O.ff.i.ce JM:cj WVWI. dot.$tate.fl.us Packet Page -599- .~~ I I I I I I I I I I I I I I I I I I I ~ a :I i D:: w ~ ~ ::i iij. c; ::J w r; ~ ~ r: ~ ::J tn L'lfQ, ~ ~.~. ~... ~ u .s . o (,) c o ;:I () .s II c o (,) ~ .. , I. a5 II -:e 'I ..: 51 .!! .. - c ! '0 ! ii .2 b.c . l!'" I! ij~.. .. 0." I b:a~ 1'8-~CD . . 1-. fi~" cucl5 ~r' .~ .;...- ~If I 0 .! .::lI ..Jm.G., b 'I .. U ell C :a :g III 'D . I ! Q .5 .. .e . :a SS -.a w_ ~ ei~ - 0 "" ~ N8s "':1 i" 5" 3! u 3/8/2011 Item 10.0. ~ JIg I~~ ~ ~ )( , g o . is"l ~II! j-i ~; ILl I ii>e I i I t t ::lI . I 1 r c t E a .i .. 11 ! ... . ;E.. .~! II 8"- ..0- i<< ) J , i a b i! ~ Ii ffi i m i!iil 0" . N . 0 u) N. to.. q~ !5iri"" ori..r.oui.;c....:.1 ~.i J I~... ~ fl. 8 ~ a ~g fa II = ~lla' ~co . 5 !Ie <:)0 :J" w8 5~ <<(8 S~ ~~ ::t UJ ~ )C III: !f ~ ~ . ii.~ 'ft e P! !J ~ 2 ~ Packet Page -600- I I~ I I I I I I I I~ I I I I I I 1,,-..... 1 I 3/8/2011 Item 10.0. certificttte of Status I certify from the records of this office that MITCHELL & STARK. CONSTRUCTION CO., INC. is an Indiana corporation authorized to transact business in the State of Florida, qualified on May 02, 1980. The document number of this corporation is 845897. I further certify that said corporation has paid all fees due this office through December 31,2009, that its most recent annual reportlunifonn business report was filed on January 26,2009, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. I further certify that this is an electronically transmitted certificate authorized by section 15.16, Florida Statutes, and authenticated by this code, 090127000242-200142063852#1. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty Seventh day of January, 2009 ~1l ,-~TT:,.~ +;., , .I. ....... _:=-; ;":~, ~ ... -; _..+t~<~" ......._,/ ,"'i'.,.-T oL' ~ ....../;1... -.~ ~ -7 -: .) '~_. ,. _ :l .:'. ~- -. .-.~: ... ..";- --.-..--<;' , ....~~ 6. .r 8. .eadarp of 6tati Packet Page -601- 2010 COMPLETED PROJECTS CONTRACT AMOUNT. $5~150,851.00 $6~269,834.00 $16,894,042.00 $2~946,019.00 $558,186.00 $6,096,331.00 $6,252,148.00 $1 ,908~398.00 $285,015.00 $464,253.00 $97 ~962.00 $196,834.00 $635,303.00 $310,819.00 $153,034.00 $1,594,145.00 I I I PROJECT NAME I PLANTATION RD EXT. THREE OAKS PKWY EXT I GLADIOLUS DR. WIDENING NAPLES BOTANICAL GARDEN I HENDRY CO. EARTHWORK MARCO ISLAND KENDALL MARCO ISLAND MACKLE I VILLAGEWALKPH4B FGCU RESEARCH LAB I VILLAGEWALK3B GOODLETIE WATERMAIN NCWRF FLOWMETER I NAPLES BASIN V AREA HERITAGE BAY ESCAMBIA I VILLAGE WALK PH 4A-3 VERONA WALK PHASE 4B I I I I I I I I I Packet Page -602- 3/8/2011 Item 10.0. ~ ENGINEERING FIRM T.Y. LIN INTERNATIONAL SOURCE INC. LEE COUNTY ENG DEPT WILSON MILLER ENG. CH2M HILL BOYLE ENGINEERING BOYLE ENGINEERING RWAINC. WILSON MILLER ENG. RWAINC. CITY OF NAPLES . COLLIER COUNTY BOCC GULF SHORE ENG INC. WILSON MILLER ENG. RW A INC. WILSON MILLER ENG. .~ r"\ I I~ I I I I I I I I~ I I I I I I 1,,-..... I I 2009 COMPLETED PROJECTS Sbeftleld Sewer District WW Lampllgbter Sewer District WW Vuderbllt Water Maio MARBELLA ENTRANCE Heritage Bay - LIon Bay Court Magoolia Pond Watermail Marbella Lakes EotraDee Lely Cultural Center Corllllenw WelfIeld Jetway Tradeport Hotel Parlliog Lot Verona Walk NCL-Potable Water UllIge Raw Water I'b 1 WUdDower Way ExtemioD LASI' PIa_lB Verona Walk Pllase 4Bl Cape Coral Wells Heritage Bay - Lln Bay Court Collier Coonty MagDOUa Watel' Maio Cape Caral W-8 VIctoria Perk Reserve at Estern Phase Z 56,639,2Z6.oo 54,756,387.00 $Z!lO,650.oo $84.175.45 S3O, 730.00 $81,000.00 S84, 175A5 S658.tI4U4 S1,367,203.58 $88,787.65 S1,I60.314.tJ2 116,87Z.37 5133,31352 53,575,814.95 51,084,194.47 51,476,699.17 $30,730.00 $11,000.00 5U,64Z,037.o1 S4Z7,310.00 S3,356,S 16.65 CityofMarcoblaDd CityofMarcoblaDd Collier County Bd ofColDIUissioncn Engle Ho_ Lunar SW FlorIda Collier COIIaty Bel of CllIIIIIIillIIolen GL Homes Stoc:k Developmellt MWH Contraeton Cooper Compulel Palte Ho_ Corporation MWH COIItraeton Stoek Developmeat Coller County Bd of CollUllillliooen hlte Homes Corporation MWH Contractor. LenDer SW Laad CoBler Coanty Bd of CommillsioDm MWH Coatraetors Comer County Bel of COIIIIIIIsslollm ToU Brotben 11Ie. Packet Page -603- 3/8/2011 Item 10.0. BoJIe EDKlaeerlug 80yIe EDpaeerlug TBE eroap Inc. Q Grady MlDor WUsoa MIler Grady MlDor &. AmId,. Waldrop EDgiueerillg MWH CODtraeton JOIlaSOll Engineerllll WIson MIller lac. Waldrop Eng Agnoll, Barb.r and BNndege Inc. WBson MUler MWH Coatraetlln WII_ Miller loe. Grady Millar &. Assoclafa MWH Co.tradorli Grady Miaor &. Assodates Heidt &. Assoc. I I I PINE WOODS RO WATERFORD lAKES MARBEUA lAKES OASIS KEY UT. .Ii ROAD TlBURON MAQUESA BRISTOL PINES QUAIL WEST AVE MARIA POC NeWRF NORm BLEACH RAVENNA MAGNOUA lANDING C.Ii D OW 41 ROAD WIDENING MERCATO OlD 4] lITlIJ1Y REIDCA TE PEUCAN BAY WWTP N. CO. WWI'P CHEMCIAL PINEWOODS RAW WM JETW A Y TRANSPORT RENAISSANCE IMMOKALEE W ATERMAIN CAPE CORAL RAW WM PIKA TES HARBOR CORKSCREW RAW WATER MARBEUA SALES FAC. MARBEU..A REC. CENTER EMERSON PARK PH D MARNI SOCCER FIElDS CAPE CORAL W-8 VICfORlA PARK WEST ROYAL WOOD STORM CORKSCREW ROAD CURVE FIESTA VLG. FILTER VERONA WALK PHASE 4A AVE MARIA SOUTIl PARK GOlDEN GATE WM I I I I' I I I I I I I I I I I I 2008 COMPLETED PROJECTS $533.239.00 $8,4]8,243.00 $12,292,939.00 $3,196,939.00 $568,518.00 5998,906.00 $6,263,073.00 52,061,998.00 $154,000.00 $],869,116.00 $] ,293,007.00 $13,926,]06.00 $5,638,094.00 $18,638,651.00 $1,238,207.00 $429,900.00 $1,240,735.00 $4,691,605.00 $334,385.00 $],281,318.00 $2,090,989.00 $],099,442.00 $2,332,946.00 $26,761.00 $50,179.00 51,064.639.00 5829,] 80.00 $6,309,249.00 $427,070.00 $] ,673,201.00 $819,885.00 5549,000.00 $2,128,880.00 5]42,957.00 5278,265.00 LEE COUNTY ENGLE HOMES ENGLE HOMES ENGLE HOMES WCI COMMUNITIES WATERWAYS JOINT VENTIJRE GINN COMPANIES BARRON COlllER COUJER COUNTY GULSHORE HOMES INC. TAYLOR WOODROW CITY OF BONITA SPRINGS COWER! UITGERT BONITA SPRINGS U11LITIES COLUER COUNTY COUJER COUNTY LEE COUNTY COOPER COW ANIES CITY OF BONITA SPRINGS IMMOKALEE WATER DISTRICT CAPE CORAL CHARWTTE COUNTY LEE COUNTY ENGLE HOMES ENGLE HOMES PULTE HOMES CITY OF BONITA SPRINGS CAPE CORAL COUJER COUNTY COUJER COUNTY LEE COUNlY LEE COUNTY PULTE HOMES PULTE HOMES FGUA Packet Page -604- 3/8/2011 Item 10.0. ~ COROILE BANKS ENGlNEERlNG Q GRADY MINOR BANKS ENGINEERING HEIDT &; ASSOCIA 1CS RWA HOLE MONIES Q GRADY MINOR HOLE MONTES HOLE MONIES JOHNSON ENGlNEERIN HOLE MONTES ABB RWA HAZEN SAWYER. HAZEN SAWYER MWH JOHNSON ENGINEERIN Q GRADY MINOR BOYLE ENGINEERING MWH BOYLE ENGINEERING MWH Q GRADY MINOR Q GRADY MINOR WAWROP CITY OF BONITA SPRINGS MWH Q GRADY MINOR ADB BOYLE ENGINEERING SEVERN TRENT SERVICES wnsON MILlER WALDROP MALCOLM PIRNIE .~ ~ I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. 2007 COMPLETED PROJECTS Creekside $2.442.241 K.B. Homes Banks Enaineerina Treeline Phase 2 $2.651,169 T ouss Homes Inc. dba E Banks Enaineerina Palomino Lane $1.395.462 Worthinaton Holdinas S'J Communltv Enalneers Treeline Roadway $14,981.766 W orthinaton Holdlnas S'J Communitv Enclneers Hamoton Park $2,309.817 WCI Communities Barraco & Assoc. Cascade at Rlverwalk $8,425,577 Levitt and Sons Barraco & Assoc. South Rea WTP $2,016.672 Collier County Water Se Camp Dresser & McKee Inc. Collier County Wells $5,231.262 Collier County Water Se' Hazen SaWYer Heritaae Bav 1 A Roads $1172.401 US Homes Corooration Wilson Miller Botanica $6,559.075 Lee County Homes Asse CES Reflection Kev $3,405,504 Engle Homes Banks Enaineerina Lelv Ole $13,361,854 Stock Development Waldroo Enaineerina Valencia Phase 2 $4 067,578 DR Horton Davidson Enalneerina Bavshore $1 569.994 K.B. Homes Barraco & Assoc.Jnc Tuscany Isles $1.862,540 K.B. Homes Banks Enalneerina Oak Harbor $1.261,219 K.B. Homes Banks Enoineerina Oranoe Blossom Ranch $5.431,448 Pulte Homes Waldroo Enaineerina Verandah Phase 3 $9,050,389 Bonita Bay Grouo Johnson Enaineerlna Verona Pointe $958,553 Pulte Homes Waldroo Enalneerina Coral Lakes Phase D $1 086.458 T ranseastern Prooerties Banks Enolneerinc Cape Coral Weirs $1,239.753 MN H Construction MWH Construction Reflection Lakes Naoles $4,567,862 EnQle Homes Vanassee DaVlOr Caloosa Lakes Ut & Rds $4,167,831 DR Horton Vanassee Davlor The Oaks CO2 Riverwalk $1,227,783 Gardens at River Walk C Banks Enaineerino N. County Chemical Feed $840,687 Collier County Bd of Con Hazen Sawver Reserve $3,329,741 Toll Brothers Inc. Heidt & Assoc. Villaoe Walk Phase 3B $861,744 Divosta Homes LP RWA Mancheste SQuare $697,438 WCI Communities Q. Gradv Minor & Assoc. Bellera Walk $3,699,639 Divosta Homes LP Wilson Miller Bonita Adult Livina $2.240,644 Levitt and Sons Barraco & Assoc. Hampton Park Mulit $552.881 WCI Communities Barraco & Assoc. Heron Glen FM $4,670,534 North Ft. Mvers Utilities I JRI Enaineerina HeritaQe Bav PPL $2,205,409 US Homes Corooration Wilson Miller Homestead Forcemain $2,936,680 Fla Govermental Utilitv A HDR Enaineerlna Inc. HeritaQe Bav SDP $2,165,961 US Homes Corooration Wilson Miller Heritaae Bay 2B $2,432,872 US Homes Corporation Wilson Miller Maonolia Landino Entrv $2,474,383 Taylor Woodrow Johnson Enalneerino Coral Lakes Phase 3 $1,507,835 Transeastern Properties Johnson Enaineerina Alroort Waterline $300.449 Gateway Services Distric Johnson Enaineerina Heritaae Bay $992,604 US Homes Corooration Banks Encineerina AveMariaEme~nPark $5,022,296 Pulte Homes Waldroo Enaineerlna Shadow Lakes $176910 MW Johnson Quattrone & Associates Inc Manchester Ut Rds $1.038 699 WCI Communities Q Gradv Minor Wells 39, 40, 41, 42 $497,650 Colloer Countv Metcalf & Eddv Heritaae Bay Club $913 054 US Homes Corooration Wilson Miller Heritaae Bav Maint. Facilitv $298,398 US Homes Corporation Wilson Miller Ave Marla Middlebrook $5,708,464 Ave Maria Development WaldroD Enaineerina Packet Page -605- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. l~ " ~ Packet Page -606- I 2006 COMPLETED PROJECTS 3/8/2011 Item 10.0. Airport Waterline $337,040.00 Gateway Services Comm Bel Largo B & F $2,745,041.00 Toll Brothers Heidt & Associates I~ Belle Vida Ph 2 $3,532,780.00 D.R. Horton Banks Engineering Caloosa Lakes UT & Roads $1,113,980.00 D.R. Horton Vanessa Daylor Cape Royal Ph 2 $3,250,560.00 Engle Homes Banks Engineering Cape Royal Ph 2 $759,035.50 Engle Homes of SW Florida Banks Engineering I Cascade RiverhaU Phase 2 $6,538,328.62 Levit and Sons Heidt & Associates Coral Lakes 0 51,155,892.50 Transeastem PropertieslLandco lnvestments Banks Engineering Coral Lakes $6,249,346.11 Transeastem PropertieslLandco Investments Banks Engineering Coral Lakes $5,960,637.00 Transeastern Banks Engineering I Devonshire 53,850,839.78 D.R. Horton Homes of Fl B8lTIICO & Associates Devonshire Ph One $5,738,013.00 D.R. Horton B8lTIICO & Associates Fonmm $3,]00,329.23 D.R. Horton Homes of Fl Johnson Engineering I Fonmm $2,973,470.00 D.R. Horton Johnson Engineering GOLDEN GATE WELL 33 $572,735.46 Collier Co. Bord of Comm. Camp Dresser & Mckee Inc. Heritage Bay Commons $290,409.00 U.S. Home Wilson Miller HERITAGE BAY ENTRY RD. $992,604.00 U.S. Homo-Leonar Corp Wilson Miller I HERITAGE BAY PH ]B $3,963,781.85 U.S. Homo-Lennar Corp Wilson Miller HERlTAGE BAY PH IB ROADWAY SI,] 72,401.2] U.S. Home-Leonar Corp Wilson Miller Heritage Bay Ph. ] 53,963,782.00 U.S. Home Wilson Miller HERON GLEN GOLF COURSE 53,010,225.86 Taylor Woodrow Communities Johnson Engineering I Heron Glen PH. 2 $4,800,2]8.00 Taylor Woodrow Johnson Engineering Magnolia Landing $],873,065.73 Taylor Woodrow Communities Johnson Engineering Magnolia Landing (Herons Glen Ph2 ) $],992,409.35 Taylor Woodrow Communities Johnson Engineering I Magnolia Landing GolfMainL Facility $528,420.50 Taylor Woodrow Communities Johnson Engineering Magnolia Landing Lake Escavation $487,463.10 Taylor Woodrow Communities Johnson Engineering Marbella Phase 3 $968,957.03 Engle Homes of SW Florida Grady Minor & Associates Marbel1a Phase 3 5968,957.00 Engle Homes Grady Minor & Associates I N. County Sound Enclosure 5302,778.00 Coller ColDlty Board of Commissioners Meteaf & Eddy Inc. Oasis Key Fill S969,440.00 Engle Homes Banks Engineering Oil Well Road $963,627.00 Pulte Grady Minor & Associates Oilwell Road $] ,028,249.47 Pulte Homes Grady Minor & Associates I~ Olympia $5,734,653.00 Transeastem Barraco & Associates Olympia Point ...Lee B]vd 130 $5,734,653.00 Transeastem PropertieslLandco Investments Barraco & Associates Orange Blossom Phase A $2,8 ]2,557.28 Pulte Homes Barraco & Associates I Osprey Cove $1,446,695.26 U.S. Home Corp. Wilson Miller Pelican Bay George Town 5232,805.00 Collier Co. Borel of Comm. Focus Engineering Reflection Isles Earthwork $3,639,]94.40 Engle Homes of SW Florida Banks Engineering Reflection ]sles $3,639,194.00 Engle Homes Banks Engineering I Reflection Isles $4,620,611.00 Engle Homes Banks Engineering Reflection Lakes $2,880,408.00 Engle Homes Vanessa DayIor Reflection Lakes IA $1,134,]91.00 Engle Homes Vanessa Daylor Reflection Lakes PH. 2 $3,272,296.00 Engle Homes Vanessa Daylor I Riverwalk $1,221,525.82 U.S. Home Corp. Banks Engineering Santa Barbara Force Main $6,925,] 55.00 Coller County Board of Commissioners Greeley Hansen Shallow Ford Estates $230,5]4.80 Southwest Florida Land Quattrone & Associates, Inc. I South County Storage $262,300.00 Coller County Board of Commissioners Hole Montes & Associates Southpark $1,559,671.00 Transeastem Environmental Consulting & Tech. Inc. Stoneybrook Multifamily $776,073.00 U.S. Home Banks Engineering Sweetwater Landing $790,684.00 Bonita Bay Group Jolmson Engineering I Tarpon Copve Reuse $462,780.00 Tarpon Cove Condo Assoc. Agnoli Barbara & Bnmdage The Meadows $2,809,024.00 Shelby Homes Bmaco & Associates Valencia Fill $966,930.00 Engle Homes Davidson Engineering Verandah Commercial $0.00 Bonita Bay Group Johnson Engineering I Verandah Cottonwood $734,642.00 Bonita Bay Group Johnson Engineering Verandah Pebblebrook & Lakeview 51,480,340.84 Bonita Bay Group Johnson Engineering Verandah Ph 2 $8, I 04,259.00 Bonita Bay Group Johnson Engineering Verandah Ps 2 tmthwork $7,144,084.80 Bonita Bay Group Johnson Engineering I Verandah Ph 2A 2B $7,297,092.00 Bonita Bay Group Johnson Engineering ~ah Phase 2 Master Storm Drainage $],769,874.50 Bonita Bay Group Johnson Engineering Verandah Sable PointlOtter Bend $1,210,880.57 Bonita Bay Group Johnson Engineering I VeI1lIldah-Lakeview $],356,3]8.40 Bonita Bay Group Johnson Engineering WOC Golf Club $460,264.88 West Bay Club Development Johnson Engineering Winkler Preserve $7,213,542.00 D.R. Horton Bmaco & Associates I Packet Page -607- I 3/8/2011 Item 10.0. I 2005 COMPLETED PROJECTS ~ Bradford Lakes $472,791.00 U.S. Home Wilson Miller I Caloosa Lake Clear $123,000.00 Engle Homes Vanesse Paylor Cape Coral Headworks 5386,068.00 MWH MWH Cascade D2 $418,OJ7.OO Levit and Sons Heidt Engineering I Cascade Trace G 51,176,517.93 Levit and Sons Heidt Engineering Cascade Track G $800,776.00 Levitt & Sons Heidt Engineering Coconut Road Overlay $253,595.00 Bonita Bay Properties Barraco & Associates DANIELS PARK 51,608,769.46 M W Johnson Construction Banks Engineering I DANIELS SALES TRAILER $107,654.00 M W Johnson Construction Barraco & Associates Gateway Irr. Pump Station $783,980.00 Gateway Services Comm Johnson Engineering Goodlette Frank Em $4,047,446.00 Collier County Johnson EDgineering I GOODLETIE ROAD $5,265,429.00 Ajax Paving Johnson Engineering Goodlette Frank Em $4,047,446.00 Collier Co. Boni of Comm. Johnson Engineering GPIW A Booster Sta $1,716,663.00 Greater Pine Island Water Association, Inc. Source, Inc. Heritage Bay Commons $1,658,167.00 U.s. Home Wilson Miller I Heron Glen ACC Rd 2 $491,576.00 Coolidge Fort Myers Realty Johnson Engineering Heron Glen Access Road $616,924.29 $0.00 Johnson Engineering Heron Glen Ent $120,796.00 Coolidge Fort Myers Realty Johnson Engineering Heron Glen Entrance $120,795.50 Taylor Woodrow Communities Johnson Engineering I Homestead Road Turn $52,420.00 Apsc Heidt Engineering Laguna Lakes 53,855,079.00 Transeastern PropertieslLandco Investments BaJTaco & Associates Laguna Lakes Pod A $712,915.00 Transeastem Propel1iesILandco Investments Barraco and Associates, Inc. I Lely Classics Pia 2B $499,198.00 Stock Development Waldrop Engineering Marco Island Repairs $543,487.00 City of Marco Island City of Marco Island Marco Lakes Well 5/8 $83,430.00 Water Resource Solutions Water Resource Solutions Mercedes...Gateway job $1,205,000.00 Mercedes Homes Inc. Community Engineering Service, Inc. I Milwaukee Blvd 5618,910.00 U.S. Home Heidt Engineering ~ Musket Lane $12,336.00 Stock Development Community Engineering Service, Inc N County WTP Acid Tank $218,728.00 Collier County Grant Girtman North County Wellfie]d $1,996,512.00 Collier Co. Bord of Comm. Metcalf & Eddy I Pelican Bay Fire $129,150.00 Collier County Focus Engineering Pelican Pres TRK H-3 $280,947.00 WCI Communities, Inc. Heidt Engineering Players Club Le1y $762,067.00 Stock Development Waldrop Engineering I Reflection Phase I B & I A $6,216,037.00 Engle Homes Banks Engineering Renaissance DIE $553,606.00 The Worthington Group Community Engineering Service, Inc. Rinker Haul Road $]49,000.00 Ryan Sales & Service Ryan Sales & Service SCWRF EXPANSION $9,529,795.72 M W H Construction Ho]e Mones & Assoc. I SHAOOW LAKES $2,530,103.34 M W Johnson Construction Quattrone & Associates, Inc. Shadowwrod Pres Club $149,941.00 Bonita Bay Group, Inc. Barraco & Associates South Co. Deep Injct $396,550.00 Collier County Board of Commissioners Hole Montes & Associates Stoneybrook Multi Family $100,455.44 U.S. Home-Lennar Corp Banks Engineering I Stoneybrook Phase 2 $906,961.00 U.s. Home Banks Engineering Sloneybrook Phase 4 $692,632.00 U.S. Home Banks Engineering Timber Ridge Phase 3 $490,666.00 WCI Communities, Inc. Hole Montes & Associates I Tuscany Cove $2,215,534.00 Elias Brothers Communities RWA, INC. Vasari Phase 3 Rev $79,648.00 Taylor Woodrow RWA, INC. VASARI...PHASE 6 $516,]65.79 Taylor Woodrow Communities RW A, INC. Verandah Orangetree $292,597.00 Verandah Development LLC Johnson Engineering I Verandah Utility Rd Phase 2 $2,353,868.90 Bonita Bay Group $0.00 Verandah Utility $7,207,143.00 Bonita Bay Group, Inc. Johnson Engineering Village Walk Phase 3 A $J,777,805.90 Divosta Homes LP RWA I Village Walk Phase 1 $3,940,789.00 Divosta Building Corporation RW A, INC. Village Walk Phase 2 $2,833,175.00 Divosta Building Corporation RWA, INC. Village Walk Town Center $299,716.00 Divosts Homes LP RWA wac Bay Bridge $0.00 West Bay Club Development SO.OO I"""'... I WestminiSter $1,245,833.15 U.S. Home Corp. Banks Engineering I Packet Page -608- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. PROJECT DESCRIPTION Project Name: GLADIOLUS DRIVE WIDENING Engineer: LEE COUNTY 1500 MONROE ST. FORT MYERS, FL. 33901 Contact: MR. ROBERT PHELAN Phone: 239-533-8513 Fax: 239-485-8520 Owner: LEE COUNTY 1500 MONROE ST. 4TH FLOOR FORT MYERS, FL. 33901 References: Phone: 239-533-8513 Fax: MR. MIKE RIGSBY 239-485-8520 Contract Amount: $18,487,265.00 Cost (Mitchell & Stark actual work) Approx. $12,000,000.00 Start & Finish Date: Start date: Finish Date: June-08 June-10 Summary of Work: The project involved new construction of roadway and widening of existing roadway. Substantial utilities relocation and new installation of water sewer and force main were constructed. Approximately 118,000 sy of asphalt and limerock were installed. Substantial storm drainage, turn lanes signalization, box culverts were installed. Packet Page -609- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. "'" PROJECT DESCRIPTION Project Name: OLD 41 WIDENING Engineer: Agnoli Barbara & Brundage 7400 Tamiami Tr. Suite 200 Naples, FI. 33963 Email: ted.trvka@abbinc.com Contact: Mr. Ted Tryka P.E. Phone: 239-597-3111 Fax: 239-498-2726 Owner: City of Bonita Springs 9101 Bonita Beach Road Bonita Springs, Fl. 34135 References: Mr. James Melton 9101 Bonita Beach Road Bonita Springs, FI. 34135 Phone: 239-949-6262 Fax: 239-949-6239 Email: iames.meltonl'&citvofbonitasorinas.ora ~ Contract Amount: $13,613,241.39 Cost (Mitchell & Stark actual work) Approx. $10,000;000.00 Start & Finish Date: Start date: Finish Date: May-O? September-09 Summary of Work: Expand existing two lane road to a 4 lane road under traffic. Project included utility relocates, box culverts, drainage, earthwork, and road construction. ...-...... Packet Page -610- I I~. I I I I I I I I~ I I I I I I I~ I I Project Name: Engineer: Contact: OWner: References: 3/8/2011 Item 10.0. PROJECT DESCRIPTION PLANTATION ROAD T. Y. UN INTERNANTIONAL 2400 First St. Suite 200 FORT MYERS, FL. 33901 MR. BARRY JONES P .E. Phone: 239-332-4846 Fax: LEE COUNTY 1500 MONROE ST. 4TH FLOOR FORT MYERS, FL. 33901 Phone: 239-533-8513 Fax: MR. MIKE RIGSBY 239-485-8520 $5,150,851.00 Contract Amount: $4,100,000.00 Cost (Mitchell & Stark actual work) Approx. Start & Finish Date: Start date: Finish Date: May-OB October-09 Summary of Work: The project involved new construction of roadway and some widening of existing roadway. Utilities were installed under a separate contract with the City of Fort Myers. A turn lane improvements were constructed off Colonial Blvd. Over 51,000 syof base and asphalt was constructed. The project included earthwork, sound wall, lighting, signalization and stonn drainage and road construction. Packet Page -611- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ PROJECT DESCRIPTION Project Name: THREE OAKS PARKWAY EXTENSION Engineer: SOURCE INC. 1334 LAFAYETTE ST. CAPE CORAL, FL 33904 Contact: Phone: 239-549-2345 Fax: 239-549-6779 MR. TOM PUGH P.E. Owner: NORTH ALICO PROPERTY ASSOCIATION 13891 JETPORT LOOP ROAD SUITE 9 & 10 FORT MYERS, FL 33913 References: 239-267-7622 MR. ALLEN FREEMAN Phone: 239-549-2345 Fax: "" Contract Amount: $5,870,529.00 Cost (Mitchell & Stark actual work) Approx. $4,200,000.00 Start & Finish Date: Start date: Finish Date: April-08 October-09 Summary of Work: The project was constructed for Lee County and paid for by the Developer. MS installed 66,000 syof base and asphalt. The project was a new four lane highway. Earthwork, utilities, storm drainage roadwork, signalization were required. M & S constructed 6400 If of 24 inch water main and 5940 If of 8 inch force main. ~ Packet Page -612- I I~ I I I I I I I I~ I I I I I 1 1,,-..... I I 3/8/2011 Item 10.0. PROJECT DESCRIPTION Project Name: Treeline Engineer: Community Engineering Services Inc. 8991 Daniels Center Dr. Suite 103 Fort Myers, Fl. 33912 Contact: Mr. Jay Hardman P.E. Email: Ihadmanftcommunitvenaineerinaonllne.com Phone: 239-936-97n Fax: 239-936-0064 Owner: Worthington Communities 9240 Marketplace Road Suite 2 Fort Myers, Fl. 33912 References: Mr. John Asher P.E. 9240 Marketplace Road Suite 2 Fort Myers, FI. 33912 Phone: 239-561-4666 Fax: 239-561-4676 Email: Jasher@worthingtoncommunities.com Contract Amount: $14,691,800.00 Cost (Mitchell & Stark actual work) Approx. $11,000,000.00 Start & Finish Date: Start date: Finish Date: FebnJary-05 November-06 Summary of Work: The project involved construction of four lane road from just north of Daniels Road to just south of Colonial Road. A portion of the project required us to maintain traffic on existing Treeline while constructing the new road. A total of 161,000 sy of road built under the inspection of a CEI for Lee County and with Randy Carchle. The developer built the road for Lee County. In addition to this work another 55,000 sy of two lane connector road was built. Packet Page -613- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ PROJECT DESCRIPTION Project Name: Corkscrew Curve Engineer: Boyle Engineering 1400 Colonial Blvd. Suite 31 Fort Myers. FI. 33907 Contact: Mr. Gary Ferrante Phone: 239-931-0455 Fax: 239-931-0456 Owner: Lee County 1500 Monroe St. Fort Myers. Fl. 33901 References: Mr. Randy Cerchie 1500 Monroe St. Fort Myers. FI. 33901 Phone: 239-479-8573 Fax: 239-479-8520 Email: cerchirp@leegov.com '" Contract Amount: $809.932.00 Cost (Mitchell & Stark actual work) Approx. $700.000.00 Start & Finish Date: Start date: Finish Date: January-08 July-08 Summary of Work: Project involved constructing new roadway and connecting the road at each end to existing Corkscrew Road to eliminate a 90 degree turn. Project involved eartlthwork, storm drainage and road work. Mitchell & Stark was required to provide all Mot and maintain traffic during the contruction of the project. ~ Packet Page -614- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. PROJECT DESCRIPTION Project Name: Marco Island Sheffield Engineer: Boyle Engineering 4415 Metro Parkway Suite 40 Fort Myers, FI. 34145 Contact: Mr. Coumey Alexander Phone: 239-278-7996 Fax: 239-278-0913 Owner: City of Marco Island 50 Bald Eagle Dr. Marco Island, FL. 34145 References: Mr. Rony Joel P.E. 50 Bald Eagle Dr. Marco Island, FL. 34145 Phone: 239-389-5183 Fax: 239-394-8137 Email: ~oel@Cityofmarcoisland.com Contract Amount: $6,639,226.00 Cost (Mitchell & Stark actual work) Approx. $5,800,000.00 Start & Finish Date: Start date: Finish Date: April-08 December-09 Summary of Work: Project required installation fo 23,921 If of sanitary sewer in existing roadway thru residential and major arterial roads. The project also included installation of forcemain and related utility relocates. Approximately 85,000 Sy of road restoration was completed under traffic. Major Mot issues were required for project as well as keeping existing traffic in service. Packet Page -615- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ PROJECT DESCRIPTION Project Name: Marco Island Lamplighter Engineer: Boyle Engineering 4415 Metro Parkway Suite 40 Fort Myers, FI. 34145 Contact: Mr. Coumey Alexander Phone: 239-278-7996 Fax: 239-278-0913 Owner: City of Marco Island 50 Bald Eagle Dr. Ma~ls~nd,FL.34145 References: Mr. Rony Joel P.E. 50 Bald Eagle Dr. Marco Island, FL. 34145 Phone: 239-389-5183 Fax: 239-394-8137 Email: rjoel@cityofma~island.com ~ Contract Amount: $4,728,000.00 Cost (Mitchell & Stark actual work) Approx. $4,000,000.00 Start & Finish Date: Start date: Finish Date: April-OS December-08 Summary of Work: Project required installation fo 23,921 If of sanitary sewer in existing roadway thru residential and major arterial roads. The project also included lnstal~tion of forcemain and related utility relocates. Approximately 60,000 Syof road restoration was completed under traffic. Major Mot issues were required for project as well as keeping existing traffic in service. ..-.... Packet Page -616- I I~ I I I I I I I ,,-..... I I I I I I I ~ I I 3/8/2011 Item 10.0. PROJECT DESCRIPTION Project Name: Marbella Lakes Engineer: Q. Grady Minor & Assoc. 3800 Via Del Rey Bonita Springs, FI. 34134 Contact: Michael Deleate Phone: 239-947-1144 Fax: 239-94 7-0375 Owner: Engle Homes 12550 New Brittany Blvd. Suite 101 Ft. Myers, Florida 33907 References: Jay Coughlin Phone: 239-437-4636 Fax: 239-590-9399 12550 New Brittany Blvd. Suite 101 Email: jaycoughlin@englehomes.oom Ft. Myers, Florida 33907 Contract Amount: $13,103,035.00 Cost (Mitchell & Stark actual work) Approx. $11,500,000.00 Start & Finish Date: Start date: Finish Date: November-05 August-07 Summary of Work: Project involved the construction of water, sanitary sewer, stonn drainage, 2 lift stations, earthwork and roadway for a private development project. MIS constructed over 47,000 sy of roadway with turn lanes on Livingston Road and the construction of Green Blvd from Livingston to the entrance to Marbella Lakes. Packet Page -617- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ PROJECT DESCRIPTION Project Name: Treeline I Palimino Engineer: Banks Engineering 105511 Six Mile Cypress PKWY Ft. Myers, Florida 33912 Contact: Phone: 239-597-2061 Fax: 239-597-3082 David Underhill P.E. Owner: Engle Homes 12550 New Brittany Blvd. Suite 101 Ft. Myers, Florida 33907 References: Mr. Jay Coughlin Phone: 239-437-4636 Fax: 239-590-9399 12550 New Brittany Blvd. Suite 101 Email: icouahlln@enalehomes.com Ft. Myers. Florida 33907 ~ Contract Amount: $3,940,819.00 Cost (Mitchell & Stark actual work) Approx. $3,190,819.00 Start & Finish Date: Start date: Finish Date: March-05 October-06 Summary of Work: Mitchell & Stark constructed 12,800 LF of 10" & 8" force main, 12,760 LF 24" water main and 12660 LF 12" reuse main. In addition; Mitchell & Stark installed storm drainage and built 7,630 SY of roadway. Mitchell & Stark was responsible for 3 directional drills across 1-75. Length of bores was 660 LF each. The size casings of these drills were 36" and 20" '" Packet Page -618- I I~ I I I I I I I I~ I I I I 1 1 1,,-..... 1 I 3/8/2011 Item 10.0. 2010 EQUIPMENT LIST EQUIPMENT LIST 2010 BACKHOES LOADER JOHN DEERE 310D 8-07 CAT 950 L-03 JOHN DEERE 3100 B-08 CAT 950 L-04 JOHN DEERE 31 DOT 8-10 CAT 936E L-05 JOHN DEERE 310 D 8-11 CAT 936E L-06 JOHN DEERE 310E 8-12 IT 28 CAT L-08 JOHN DEERE 310 E 8-15 IT 28 CAT L-09 JOHN DEERE 310 E 8-16 JOHN DEERE 644G L-10 JOHN DEERE 310 E 8-17 IT38F LOADER L-11 JOHN DEERE 310 E 8-18 JOHN DEERE 624G L-12 JOHN DEERE 310 E 8-19 CAT 938G L-13 JOHN DEERE 310 G 8-21 JOHN DEERE 644G L-14 JOHN DEERE 31 DE W/HAMMER 8-22 JOHN DEERE 444H L-15 JOHN DEERE 31DG 8-23 CAT 928G L-16 JOHN DEERE 310 G 8-24 JOHN DEERE 624 H L-17 JOHN DEERE 310G 8-25 JOHN DEERE 544 H . L-18 JOHN DEERE 310G 8-26 CAT IT28G L-19 JOHN DEERE 3100 8-27 JOHN DEERE 544H L-20 JOHN DEERE 3100 8-28 JOHN DEERE 544H L-21 JOHN DEERE 3100 8-29 CAT 928 G L-22 JOHN DEERE 3100 8-30 JOHN DEERE 544H L-23 JOHN DEERE 3100 8-31 JOHN DEERE 544H L-24 JOHN DEERE 3100 8-32 JOHN DEERE 544J L-25 CAT 416 4WD B-6 JOHN DEERE 544J L-26 CRANE JOHN DEERE 544J L-27 LORRANNE LRT275 C-01 CAT924G L-28 AMERICAN 5220 CRAWLER CRANE C-02 JOHN DEERE 544J L-29 CRUSHER JOl-IN DEERE 544J L-30 PREMIERTRAK JAW CR-01 JOl-IN DEERE 624J L-31 SCREEN CHIEFTRAIN CR-02 JOHN DEERE 544J L-32 IMPACT TESAB CR-03 JOHN DEERE 544J L-33 POWERSCREEN 800 CR-04 VOLVO L70E L.34 GRADER JOHN DEERE 744J L-35 JOHN DEERE 570A GM-07 CAT 928GZ L-38 12M CHAMPION GM-Oe 928 CAT LOADER L-39 CAT 135H MOTOR GM-11 CAT 928GZ LOADER L-40 CAT 12 H GM-16 LOADER JD 544J L-41 CAT 12 H GM-17 624J LOADER WAS LR-172 L-42 CAT 12 H GM-18 JOHN DEER 544J L-43 CAT 12 H GM-19 SKID STEER CAT 12 H GM-20 CAT MULTI TERRAIN SKID STEER MS-54 CHAMPION GM-21 CAT MULTI TERRAIN SKID STEER MS-55 MOUNTED GENERATORS CAT SKID STEER STOLEN MS-56 SDG25S GENERATORS MOUNTED ON TRAILER MG-49 CAT SKID STEER MILLER M5-S9 SDG25S GENERATORS MOUNTED ON TRAILER MG-SO SKID STEER LOADER MS-70 SDG25S GENERATORS MOUNTED ON TRAILER MG-51 SDG25S GENERATORS MOUNTED ON TRAILER MG-52 Packet Page -619- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. 2010 EQUIPMENT LIST EXCAVATOR EXCAVATOR CONT. CAT 235C (HAMMER) E-07 CAT 330 CL E-59 CAT 235-LC E-09 CAT 330 CL E-60 EL300 CAT E-10 JOHN DEERE 75C E-61 CAT 225DLC E-11 HITACHI ZX120 E-62 EL300B CAT E-12 JOHN DEERE 330 CLC E-63 CAT 320 E-13 ZX330 HITACHI E-64 JOHN DEERE 992 ELC (HAMMER) E-14 HITACHI ZX225 E-65 JOHN DEERE 992 ELClHAMMER) E-15 HITACHI Z50U E-66 JOHN DEERE 120 E-16 CAT 321 E-67 JOHN DEERE 450 LC E-18 DOZER JOHN DEERE 330 LC E-19 CAT D4-H DOZER TRACTOR D~ JOHN DEERE 270 LC (Hammer) E-20 CATD-6H D-05 JOHN DEERE 120 LC (hammer) E-21 JOHN DEERE 750C 0-07 JOHN DEERE 450 LC E-22 JOHN DEERE 550G D-09 JOHN DEERE 750 E-23 JOHN DEERE 550G 0-10 JOHN DEERE 270 LC E-24 JOHN DEERE 850 c-wr 0-11 JOHN DEERE 120 E-25 JOHN DEERE 750 C D-12 JOHN DEERE 450 LC (RAKE) E-26 JOHN DEERE 650 H LGP D-13 120 JOHN DEERE E-27 JOHN DEERE 850C D-14 JOHN DEERE 450 LC E-28 JOHN DEERE 650H D-15 JOHN DEERE 330 LC E-29 JOHN DEERE 650H D-16 JOHN DEERE 750 E-3O JOHN DEERE 650H 0-17 HITACHI 450 E-31 JOHN DEERE 650H TT 0-18 JOHN DEERE 80 E-32 JOHN DEERE 650H 0-19 JOHN DEERE 36ZTS E-33 CAT D6NLGP 0-20 HITACHI EX200-5 E-34 CATD5GLGP 0-21 JOHN DEERE 330 C-LC LONG STICK E-35 JOHN DEER 45OG-LGP 0-22 JOHN DEERE 450 C-LC E-36 JOHN DEER 5500 0-23 JOHN DEERE 450 C-LC E-37 JOHN DEER 750C D-24 JOHN DEERE 450 ColC E-38 JOHN DEER 700H D-25 HITACHI ZX450 E-39 JOHN DEER 55OG-LGP D-26 HITACHI ZX450 E-40 JOHN DEER 55OG-LGP D-27 JOHN DEERE 270 CLC E-41 JOHN DEER 650J IT 0-28 HITACHI ZX450 E-42 CAT D6RolGP D-29 HITACHI ZX450 E-43 CAT D6RolGP D-30 JOHN DEERED 500 COMPACT E-44 CAT D6R-LGP 0-31 JOHN DEERE 120C E-45 CAT D6R ULGPP 0-32 HITACHI ZX450 E-46 JOHN DEER 70CH 0-33 HITACHI ZX450 E-47 DOZER CAT D6R LGP D-34 HITACHI ZX450 E-48 JD 450J IT D-35 JOHN DEERE 450CLC E-49 450J LGP CRAWLER IT 0-36 HITACHI ZX800 E-50 450J LGP CRAWLER IT 0-37 HITACHI zxaoo E-52 450J LGP CRAWLER IT 0-38 JOHN DEERE 120C E-53 JD 750J IT 0-39 ZX120 E-54 JOHN DEERE 500-ZTS E-55 HITACHI ZX800 E-56 HITACHI ZX120 E-57 JOHN DEERE 270C E-58 r"\ .~ ~ Packet Page -620- I I~ I I I I I I I I~ I I I I I I 1,,-..... I I 3/8/2011 Item 10.0. 2010 EQUIPMENT LIST MISC. EQUIPMENT TRACTORS RAYGO ASPHALT MACHINE M -01 FORD 2600 TRACTOR BLUE BROOM 0-01 LEEBOY TACK TANK WIRECYCLER M -03 N. H. 2WD BROOM TRACTOR 3930 0-04 SULLIVAN AIR COMPRESSOR CFM 185 M -04 FORD TRACTOR BOX 3930 0-05 LEAK DETECTOR M- 06 FORD TRACTOR YELLOW BROOM 250 C 0-Q6 LANDSCAPE RAKE M -08 FORD TRACTOR 7840 0-07 CAT SCRAPER 613C M- 10 BROCE BROOM TRACTOR BB250B 0-08 CHERNE TEST MACHINE M- 13 BROCE BB250 BROOM 0-09 MUELLER DRILL TAP M- 14 MASSEY FERGUSON BROOMIBOX BLADE 0-10 CASE FORKLIFT M- 17 OFF ROAD IN DECO HAMMER M- 18 VOLVO OFF ROAD 25C OT-12 INGERSOLL RAND AIR COMPRESSOR M- 19 VOLVO OFF ROAD 25C OT-14 11I-20 VOL V( A40D OAD(DROPBOX OUTl 0- - ?1nn= 11I-21 n: IN... I 0- - :ATT 11I- Il IN D- - , :AI '" ,....... . T3UU 11I- II IN Ill- TI IN I - m Ih362 11 IN . TL 151: rRUCK I'IN "IT- Il )T- H- =UEL. TAr IK 10, "111.I D.~ n H- JD 4~ Ll iII- \I D.41 II )T- IH "'.. I DI~K iII- \I - 1/1- II - :;AT T - \// JU 1\ 1-' -~ IVI \// JU II I"..l uN ,...... 1\ l..l \,;iN ,~ .\// \// 1\ I j..l J~" ~tA J\,;i ;ill1UR .-41: '\II V/ I'JN 1.41- uarl.llll.ll:: .-4i fU IUN OT-45 ,. INDECO HYDRAULIC HAMMER M -48 VOLVO A40D TON OFFROAD OT-46 ZIPPER IT ASHPAL T GRINDER M -53 VOLVO MOD TON OFFROAD OT-47 INDELCO HAMMER M- 57 VOLVO MOD TON OFFROAD OT-48 AERIAL LIFT M- 58 VOLVO ARTIC TRUCK MOD OT-49 EARTHWORK BOAT (TRACKER) M -60 VOLVO ARTIC TRUCK MOD OT-50 JD LONG REACH ARM WIBUCKET 64' M -61 VOLVO ARTlC TRUCK MOD OT-51 CAT SKID STEER CRAWLER M -62 SPECIALTY TRUCKS CAT SKID STEER CRAWLER M -63 INTERNATIONAL flat bed T-10 TANKS MACK TRACTOR T-11 FUEL TANK - 3000GAL M T-12 MACK DUMP TRUCK T-19 FUEL TANK -10,000 GAL M T-15 FREIGHTLINER FUEL TRUCK new meter T-2O FUEL TANK 10,000 M T-36 MACK DUMP TRUCK T-23 FUEL TANK 500 - NORTH SHOP FUEL M T-37 INTL. 7300 TRUCK T-25 FUEL TANK 1,000 - WASTE OIL M T-38 INTL. VAC TRUCK 1992 T-26 FUEL TANK 1,000 M T-39 MACK TRACTOR 1996 T-28 FUEL TANK 1,000 M T-40 FORD L-SOOO TRUCK T-3O FUEL TANK 1,000 M T-41 CHEVY 3500 DRW CAMERA TRUCK T-31 FUEL TANK 500 M T-42 VAG-CON SewER CLEANER INTL T-34 WATER TANK 500 M T-43 VAG-CON SewER CLEANER FORD T-35 TRAFFIC SIGNAL SEMI STERLING LOWBOY T-36 TRAFFIC SIGNAL TRAILERS M TS-64 MACK - FUEL TRUCK T-37 TRAFFIC SIGNAL TRAILERS M TS-65 INTL Lube TRUCK 2201 T-38 TRAFFIC SIGNAL TRAILERS MT S-66 MACK DUMP TRUCK T-39 TRAFFIC SIGNAL TRAILERS MT 5-67 MACK DUMP TRUCK T-40 TRAFFIC SIGNAL TRAILERS MT S-68 MACK DUMP TRUCK T-41 TRAFFIC SIGNAL TRAILERS MT S-69 MACK DUMP TRUCK T-42 MACK GRANITE TRIJA DUMP TRUCK T-43 DIESEL INT. DUMP TRUCK T-44 MACK DUMP TRUCK T-45 MACK DUMP TRUCK T-46 Packet Page -621- I I I I I I I I I I I I I I I I I I I ROLLER INGERSOLL RAND SINGLE DRUM VIB BOMAG DOUBLE DRUM BOMAG DOUBLE DRUM BOMAG 2120-2 HYPAC C530AYH I/R SO 10008 BOMAG BW124PDB IR ROLLER SD 100-D IR ROLLER SD 40D IR ROLLER SO 100DB IR ROLLER SO 400 IR ROLLER 400 BOMAG 2120-3 BOMAGBW 2130 IIR SD-40D SINGLE DRUM IIR SD-40D SINGLE DRUM IIR SD-40D SINGLE DRUM 11R SD-40D SINGLE DRUM IIR SD-40D SINGLE DRUM I/R SD-40D SINGLE DRUM IIR SD-40D SINGLE DRUM IIR SD-40D SINGLE DRUM IIR S0-100TSF ROLLER IIR SD40D ROLLER HERTZ ROLLER SD-40D BOMAG ROLLER 2110 BOMAG ROLLER 21304 BOMAG ROLLER 2130 DOUBLE DRUM WALK DOUBLE DRUM WAlK DOUBLE DRUM WALK DOUBLE DRUM WALK DOUBLE DRUM WALK DOUBLE DRUM WALK BOMAG 135 AD 2010 EQUIPMENT LIST R-654 R-656 R-657 R-660 R-661 R-662 R-663 R-664 R-665 R-666 R-667 R-668 R-669 R-670 R-671 R-6n R-673 R-674 R-675 R-676 R-677 R-678 R-679 R-680 R-681 R-682 R-683 R-684 R-685 R-686 R-687 R-688 R-689 R-690 R-691 TRAILER GREAT DANE HIGH TRAILER BROWN SEMI TRAILER TILT BACK TRAILER WITZCO LOWBOY TRAILER STORAGE TRAILER -DOR PACE AMERICAN TRAILER MOBILE OFFICE STORAGE TRAILER STORAGE TRAILER PUP TRAILER STRICK TRAILER STRICK TRAILER BEAVER TRAILER HOMEMADE Tandem FREUHAUF SEMI-TRAILER HOMEMADE HOMEMADE HOMEMADE AIR TEST HOMEMADE (MITCHELL) SMALL MARK TRAILER 99 INTS UNIT TRAIL EZ LOWBOY TRAILER TRAILER TRL HAMERHEAD Trail EZ LOWBOY TRAILER Black FONTAINE SPECIALIZED TH55-4 GOOSENECK TRAILER (MITCHELL CARGO TRAILER TV REPAIR TRAILER WILLIAMSON TRAILER used with M-53 TRENCH BOX 6X20 WIKNIFE-EDGE TRENCH BOX 6X20 W/KNIFE-EDGE VACCON TRUCK Packet Page -622- 3/8/2011 Item 10.0. TL-01 TL-03 TL ..()6 TL-07 TL-08 TL-09 TL-10 TL-11 TL-12 TL-13 TL-15 TL-16 TL-18 TL-19 TL-2 TL-20 TL-21 TL-22 TL-23 TL-24 TL-25 TL-26 TL-27 TL-28 TL-29 TL-30 TL-31 TL-32 TL-33 TL34 TN0360 TN0361 TR-198 ~ ~ "..........., I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. BONDING COMPANY INFORMATION FOR MITCHELL & STARK CONST. CO. INC. BONDING COMPANY NAME: FIDELITY AND DEPOSIT COMPANY OF MARYLAND CONTACT PERSON MR. ANTHONY ORTMAN ADDRESS 9229 DELEGATES ROW SUITE 300 INDIANAPOLIS, INDIANA 46240 TELEPHONE NUMBER 317-816-4874 EXT. 4882 Packet Page -623- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ T AS III COST OF SERVICES TO THE COUNTY ~ " ,,-....,., Packet Page -624- I I~ I I I I I I I I~ I I I I I I I~, I I 3/8/2011 Item 10.0. project experience shall be restricted to those assignments undertaken within the last fIVe (5) years. Include a list of projects that were performed in the County's roadways. Higher points will be given to those Proposers who demonstrate a current work history of maintaining/constructing County/State arterial roadways and experience in Maintenance of Traffic (MOT). Provide a narrative of the Proposer understanding of the overall intent of the services. Identify any issues or concerns of significance that may be appropriate. Should subcontractor(s) be listed as a part of the project team, the Proposer shall provide a letter from each subcontractor that indicates the subcontractor's intent to be a part of the project team. Proposals submitted without the referenced letter(s) may result in the subcontractor's qualifications being eliminated from the review process. Proposer's ability to provide a complete proposal will be considered representative of the firm's responsiveness. Points will be deducted under this item for failure to submit all information as requested in this RFP. 3) Tab III, Cost of Services to the County (Maximum 15 Points) Provide hourly rates listed below: Cost per hour per employee for regular business hours Monday through Friday, 8:00 a.m. to 5:00 .m. Foreman/Su ervisor Skilled Worker General Labor Percentage of mark-up over actual 99st for materials and parts as per example: I b % Example: Parts invoice Total $1,200 + 35% Markup = $1,620 Actual Price for materials and arts Cost per hour per employee for Overtime and Weekend Hours ForemanlSu rvisor Skilled Worker General Labor Foreman's per hour rate + 2 general laborer's rate + ($1,000 [cost of parts] + % mark-up) = bid for ur ose of evaluation. Awarded vendor will be required to abide by the rates provided above. 4) Tab IV: Staff/Subcontractors Credentials (Maximum 20 PointslMaximum 15 Pages): In this tab, include: . Description of the proposed contract team and the role to be played by each member of the proposed team. . Detailed plan of approach. . The Proposer shall include the name, title, address and telephone number of persons who will both manage and be assigned to perform services under the proposal. Brief RFP 10-5450 7 Packet Page -625- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ,~ . T AS IV ST AFF/SUBCONTRACTORS CREDENTIALS ~ ~ Packet Page -626- I I~. I I I I I I I I~ I I I I I I I, ~. I I 3/8/2011 Item 10.0. STAF~SUBCONTRACTORSCREDENT~S L.D. Neal P .E. is responsible for our earthwork and road construction crews. L.D. has extensive experience in road construction and has managed many difficult road projects. We have two superindents that work under the direction ofL.D. Neal and 5 road crew fore man. We own a complete fleet of equipment for these crews. We perform all road work with the exception of concrete work, sign and striping and asphalt paving. We do own a paving machine and do some paving work but typically subcontract this work out to Apac or Better Roads. The concrete work is subcontracted to Curb Systems and the sign and striping is typically subcontracted to Roadsafe. By providing a large volume of work with these subcontractors and building a good relationship with them we get good service from them and their quality of work is the best in the industry in Southwest Florida. L.D. Neal and David Scafidi would be the project managers for the work proposed in this RFP. Their contact information is as follows: Contact: L.D. Neal P.E. Phone: 239-597-2165 Ext. 23 Mobile Phone: 239-572-0152 Email: Idneal@mitchellstark.com Title: Vice President of Earthwork and Roads Address: 6001 Shirley St. Naples, Fl. 34109 Contact: David Scafidi Phone: 239-597-2165 Ext. 27 Mobile Phone: 239-571-5638 Email: dscafidi@mitchellstark.com Title: Vice President of Utilities Address: 6001 Shirley St. Naples, Fl. 34109 David and L.D. report to Brian Penner. Brian would provide support to L.D. and David and is available to the owner to handle any issues that arise. Packet Page -627- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. , .-.... Contact: Brian Penner Phone: 239-597-2165 Ext. 25 Mobile Phone: 239-572-0154 Email: bvenner@mitchellstark.com Title: CEO Address: 6001 Shirley St. Naples, FI. 34109 References for L.D. Neal James Melton City of Bonita Springs PH.: 239-949-6246 Email: iames.melton@citvofbonitasDrinJ;tS.on~ Ted Tryka P.E. Agnoli Barbara & Brundage PH: 239-597-3111 Email: ted.tryka@abbinc.com Randy Cerhie Lee County PH:239-479-8573 Email: cerchirp@lee~ov.com " References for David Scafidi: Steve Ritter Collier County Transportation Services Division PH:239-252-8192 Email:steveritter@colliergov.net Randy Cerhie Lee County PH:239-479-8573 Email: cerchirp@leegov.com Chris Hasty Pulte Homes PH: 239-498-7711 Email: chris.hasty@pulte.com ,,-..... Packet Page -628- I I~, I I I I I I I I~ I I I I I I I~, I I 3/8/2011 Item 10.0. The project manager would be the contact for Collier County. He would handle administration of the contract, pricing, schedules, pay estimates, and would be the main contact for Collier County. The project managers would visit the site at least once a week. A road superindent would visit the site daily. He is to review the progress of the road foreman, look at safety and Mot issues, communicate with any Collier County employees that are onsite and assist the road foreman. A road foreman would be assigned to the project. He would be onsite everyday and is responsible for the construction of the project. L.D. Neal Vice President of Earthwork and Roads would be available to assist in resolving any issues concerning the road project. Collier County could contact Brian Penner concerning any issue. Mitchell & Stark has a full time safety director. He will conduct inspections for each job. He will review and inspect MOT operations. Packet Page -629- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. BRIAN R. PENNER ~ Education: B.S. Accounting Indiana University Licenses: Underground UtilitylExca.vation Contractor Fire Protection V License Professional AffWations: Southwest Florida Utility Contractors Association (Past President), Member of A WW A Experience: Mr. Penner bas been with Mitchell & Stark since 1985. During this time he has held various positions in the field and as project manager. He has been Vice President in charge of the Naples, Florida office since 1986. He has been responsible for water and wastewater treatment plants, sanitary sewer, watermain, storm drainage, earthwork, golf course construction and bridge projects. Mr. Penner has served as a consultant with engineering firms to review designs for constructability and economics of construction. Selected Experience: Mr. PeJUler's major project experience includes: Marco Island, Florida - Construction of I MOD expansion of wastewater plant in extremely limited space and within a 200 day constnlction time frame. ($2,828,000) Marco Islandt Florida - Construction of new odor control facility at the wastewater treatment plant ($759,000) ,~ Couter County, Florida - Construction of 1 I wells, 14000 lineal feet of raw watermain and two control buildings. ($1,326,524) Marco Island, Florida - Constnlction of new generator facility and buildings for the Marco Island Wastewater Treatment Plant. ($888,652) Marco Island. Florida - Construction of 2300 lineal feet of 16" effluent main hung on the Marco River Bridge. ($510,000) Naples, Florida - Construction of a water, sanitary sewer, storm drainage and reconstruction of roads in existing, highly populated Pine Ridge Industrial Park. ($5,653,000) Cape Coralt Florida - Constnlction of 17000 lineal feet of storm drainage in the downtown Cape Coral roadway while maintaining traffic and allowing businesses to remain opened. ($2,146,950) Naples, Florida - Construction of over 60,000 lineal feet of forcemain, watermain and eflluent main ranging to 24" pipe. ($2,433,540) Naples, Florida - Construction of over 100,000 lineal feet of forcemain and effluent main ranging to 24" pipe. ($3,036,094) Naples, Florida - Construction of a new master pump station immediately adjacent to existing pump station and construction of1S,OOO lineal feet to forcemain through Pelican Bay. ($1,856,000) Collier, County, Florida. Design/build contract for a WTP at Port ofIslands. ($221,995) ~ Packet Page -630- I I~ I I I I I I I I~ I I I I I I I~. I I 3/8/2011 Item 10.0. DAVID C. SCAFIDI Edueation: B.S. Civil Engineering Temple University Professional Afflliations: American Society of Civil Engineers American Society of Highway Engineers Southwest Florida Utility Contractor's Association (past President) Contractor's Association of Eastem Pennsylvania Experience: David has been a project manager at Mitchell & Stark since 1999. He has been responsible for the admini!i:tration and construction of various multi-million dollar contracts. His projects have included treatment plant modifications, re-use water pump stations, raw water well field systems, sanitary sewer force main and gravity systems, potable water, re-use water & irrigation water systems, storm drainage systems, aerial utility crossings, sheeting & shoring, roadway, bridge construction and site development. David's primary expertise is underground utility construction and he oversees and manages much of our Florida underground utility construction. He has extensive experience in bidding and managing constroction contracts working both in conjunction with or directly for owners, contractors, utilities, transportation departments, construction managers and engineers. Partial Contract Experience: Cape Coral, Florida- Construction of 44, 000 If of water main thm existing residential area. Pipe sizes range from 8 inch to 36 inch. Aerial crossings and directional drilling under existing canals were included. ($11,387,474.00) Fort Myers, Florida - Construction four lane Treeline from just north of Daniels Road and South of Colonial Blvd. Project included over 56,000 If of utility installation with pipe sizes ranging from 6 inch to 24 inch. (14,981,766) Sanibel Island, Florida - Construct new reclaimed water system and sanitary sewer system expansion for the City of Sanibellsland. Project included construction of a new reclaim water pmnping station, installing 16 miles of 8-inch through 16-inch PVC reclaim and sanitary force mains, installing 1 mile of deep gravity collection sewers, 2 master pump stations and a Bio-way odor control system. ($ 7,500,(00) Naples, Florida - Goodlette-Frank. Road Widening; Utility and drainage improvements. Project included 22000 If of 15" thrn 78" RCP drainage, 12000 If of 24" Water Main, 16000 If of 24" & 16" Force Main, 7000 If of 20" Emuent Main and approximately 150 new drainage structures. ($5,400,000). Naples, Florida - Construct new raw water well field piping system for the Collier County NCRWTP. Project included 4 miles of IS-inch HDPE piping with cOlUlections to nine wells. ($ 1,900,000) Naples, Florida - Construct reclaimed water main system for CoJlier County PUED in advance of new road construction. Project included 2.5 miles of20-inch PVC piping. ($650,000) Bonita Springs, Florida - Construct new water and force main system inside existing San Carlos Estates sub- division for Bonita Springs Utilities. Project included 20 miles 4-inch through 24-inch PVC piping and 2 jack & bores. ($ 3,800,000) Bonita Springs, Florida - Construct new Raw Water & Force Main Pipe Line cOlU1ecting existing and new wellfield to new RO water plant. Project included 4 miles of 30" thru 10" HOPE pipe and four 42" directional bores under 1- 75. ($ 5,600,00.00) Packet Page -631- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. Bonita Springs, Florida - Construct new gravity sewer collector system and re-construct potable water main system inside existing Rosemary Park sub-division for Bonita Springs Utilities. Project included 5 miles of 8-inch gravity sewers., 3 pump stations and 5 miles of sanitary and potable water force main. ($3,200,000) ~ " Bonita Springs, Florida - Construct site utilities and roadways for new Lighthouse Bay subdivision developed by Touchstone Homes of SW Florida. Project included 1.5 miles of 8-inch gravity sewers. I pump station, 2 miles of potable water and sanitary force mains, I mile of I S-inch through 48-inch RCP stonn drainage, 2.5 miles of new road construction including a new Conspan bridge. ($ 1,800,000) Estero, Florida - Complete site development for new Rookery Pointe subdivision developed by Keystone Custom Homes of SW Florida. Project involved improvements to a 120 acre tract of raw land including lake excavation, earthwork for future homes and roads, 2 miles of gravity sewers, 3 pump stations, 2.5 miles of potable and sanitary force mains, 1.5 miles of IS-inch through 48-inch RCP storm drainage and road constroction. ($ 2,800,000) Fort Myers, Florida - Construct site utilities and roadways for new Renaissance subdivision developed by The Worthington Group. Project included 2.5 miles of 8-inch gravity sewer, 3 pump stations, 4.5 miles of 4-inch through I2-inch potable and sanitary force mains, 4.5 miles of IS-inch through 48-inch RCP storm drainage and road construction. ($ 3,400,(00) Bradenton, Florida - Construct site utilities for new Heritage Harbour subdivision developed by the U.S. Home Corporation. Project included 4 miles of 8-inch, IO-inch and IS-inch gravity sewer, 2 pump stations, 13 miles of 4- inch through 16-inch potable water, irrigation and sanitary force mains and 2.5 miles of 15-inch through 60-inch RCP storm drainage. ($ 4,100,000) Allentown, Pennsylvania - Construct site utilities for new Nestle Corporation distribution facility. Project included a permanent creek diversion, 1.5 miles of pre-cast 8' X 12' reinforced box culvert, IS-inch through 72-inch RCP storm drainage and 8-inch through 12-inch ductile iron water and fire mains. ($ 2,750,000) ~ City of Philadelphia, Pennsylvania- Construct new "Streetcape" project for the City of Philadelphia in ConjWlction with the newly opened Pennsylvania Convention Center. Project involved full-width re-construction of 20 city blocks located in downtown center city area. Project included extensive maintenance of traffic, new roadways, drainage improvements, reconstruction of existing low pressure and high pressure water mains, reconstruction of existing brick sewers with RCP and cast-in-pIace box sewers, new street lighting and traffic signalization, decorative paving and landscaping. ($ 7,500,000) City of Philadelphia, Pennsylvania - Construct new "Streetscape" project for the Center City District in conjunction with the City of Philadelphia. Project involved improvements to a 25 block by 5 block area located in the downtown center city area. Project included extensive maintenance of traffic, installation of 2000 new street lights, 25 miles of underground electrical conduit, construction of reinforced concrete vault roofs, new granite curbing and handicap ramps, new decorative concrete and brick pavements and landscaping improvements. ( $8,700,000) City of Philadelphia, Pennsylvania - Relocate existing water mains for the Philadelphia Water Department to provide for rail yard expansion at an Amtrak facility. Project involved excavation, removal and replacement of 48- inch ductile iron water main, fittings and valves. ( $ 850,000) City of Philadelphia, Pennsylvania - Reconstruct existing stonn water outfall to the Delaware River for the Philadelphia Water Department Project included excavation, sheeting and shoring with steel soldier beams with wood lagging, steel sheet pile cofferdam, timber piles with cast in place reinforced concrete pile cap, cast in place 6' X 10' reinforced concrete box culvert and new tide gate. ( $ 3,500,000) Bucks County, Pennsylvania - Construct 1.5 mile section of arterial roadway for Pennsylvania Department of Transportation. Project included clearing, earthwork, wetland mitigation, pre-cast box culvert, gabion retaining walls, utility relocation, new roadway and traffic signalization. ( $ 2,200,000) .r"'\ Packet Page -632- 1 I~ 1 1 I I 1 I I 1"-"'" I I I I I I I~ I I 3/8/2011 Item 10.0. LEO DERRICK NEAL. P.E. Education: B.S. Civil Engineering University of Florida 1984 Professional Registration: Professional Engineering No. 42015, Florida Experience: Mr. Neal has been a project manager with Mitchell & Stark since September of 1996. He has been responsible for road, utility and earthwork projects ranging to 18 million dollars. He has worked on public work and private development projects. Previously Mr. Neal worked for a large paving and earthwork contractor in which he managed many paving and earthwork projects. With Mitchell & Stark he has managed large road projects, earthwork projects, sewer, water, storm drainage, and golf course projects. BonitaSprings, Florida - Construction of widening of Old 41 thro Bonita Springs. ($13,926, 106) Fort Myers, Florida- Construction of new road to eliminate curve in road in rural Lee County. ($819,985.00) Estero, Florida - Construction of four land Coconut road from US 41 to Three Oaks Parkway ($2,231,000) Naples, Florida - Construction of 84 inch, 72 inch RCP and various other size storm drainage in a residential area. ($2,821,800) Naples, Florida - Construction of lakes, water, storm, drainage, sewer and roads in the environmentally sensitive Whittenberg Development. ($1,096,500) Bonita Springs, Florida - Construction of master pump station including generator and odor control "orange peel" method and 18000 LF offorce main. ($842,100) Bonita Springs, Florida - Construction of 24 inch force main and water, sewer and storm drainage for a residential development. ($749,500) Lehigh, Florida - Construction of 13000 LF of watermain and forcemain in congested area during Lee County's Lee Blvd. road project. ($660,000) Estero, Florida - Construction of water, sewer, storm drainage, lined lakes, earthwork and four lane road. ($2,321,900) Estero, Florida - Construction of and 18 hole golf course and over one million yards of excavation included all utility and road work. ($5,200,000) Estero, Florida - Construction of approximately 2 miles of four lane roadway with the associated water, sewer and storm drainage at Spring Run. ($3,785,000) Estero, Florida - Construction of all earthwork and storm drainage for the West Bay Club Golf Course. ($2,167,000) Estero, Florida - Construction of nine pump stations, 14,700 LF of sanitary sewer, 8,900 LF of storm drainage, 21,000 LF ofwatermain and 20,000 LF of roadway for the West Bay Club. ($3,200,000) Estero, Florida - Construction of Williams Road including 1 mile of roadway, 5,600 LF of 16" watermain, 9,500 LF of 12" forcemain, 9,800 LF of 12" watermain and bridge crossing. ($1,200,000) Packet Page -633- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. Llovd Neal Experience: Superintendent with Mitchell & Stark Construction since September 1997. Responsible for construction of various multi-million dollar projects involving traffic control, coordination with home owners, road and bridge construction, earth work and wetland construction. Also has a competent person certificate. r"\ Partial Contract Experience: Old 41: Expand existing two lane road to a four land road under traffic. Project included utility relocates, box culverts, drainage, earthwork and road construction. This project had 105,653 sy of 1 inch 8-111 asphalt, 96,032 8Y of 8-1 asphalt 300 ton of ABC-36 inch group asphalt. Contract $13,926,106. Treeline Roadway: The project involved construction of four land road from just north of Daniels Road to just south of Colonial Road. A portion of the project required us to maintain traffic on existing Treeline while constructing the new road. A total of 161,000 sy of road built under the inspection of a CEI for Lee County and with Randy Cerchie. The developer built the road for Lee County. In addition to this work another 55,000 sy of two lane connector road was built. Asphalt installed included 155,630 sy of S-I 2.5 inch sand 161,853 sy of S-lll for the main road and for the connector road 55,000 sy S-lll 1.5 inches. Contract: $14,981,766 ~ Corkscrew Road: Project involved constructing new roadway and connecting the road at each end to existing Corkscrew Road to eliminate a 90 degree turn. Project involved earthwork, stonn drainage and road work. Mitchell & Stark was required to provide all MOT and maintain traffic during the construction of the project. Asphalt installed was 8,533 sy 2.5 inch 8-1, 1311 sy 1.5 inch 8-1, Contract: $809,932 Verandah: Project involved 248 acres of clearing, 1,400,000 cy of excavation, wetland berms, wetland plantings,utilities and stonn drainage. Contract: $10,000,000.00 Bonita Adult Living: Project involved 90 acres of clearing, 700,000 cy oflake excavation, protection of wetlands. Contract: $2,800,000 Heron Glen Earthwork: Project involved 90 acres of clearing, 1,200,000 cy of excavation, wetland berms, wetland plantings, and mitigation work. Contract: $5,800,000 ~ Packet Page -634- I 3/8/2011 Item 10.0. I~ I ~ > III: ffi ~ I w It)Q ~ l&I Q ffi ~~ ~ig !i x g~ ~lll~ i2 8 w ID I u I ~ Q. W '" ::I ... :J ClJ . i II: Q U IL~ ... w II!: w :c ii: u Z w U I z u: Z II. - W 0 .. D.O--, . . W II. 0 II!:Ulfi ~ i I (J ii! l- ID zw Z w~'" a 0( aZ W 0 ...Wii:Z I !!!~~~ - 1&.11I:00 I- wi--' IL ... 0.... ::l ClJ I :::)~ ~J: I-U ui tnz :ll::a: :ll:::r. ~ Z Z 1"-"'" ZQ III: . 1II:t) W i~ is a 0 ~ 8~ z ~ ~~ w t-z 9~ III: Zt- Zx Z w <(,IJ :50 !!!a: ~ z ~~ IL... LLW I ~la Q. It! ~~ ~ ::::I III ~u ~ ~C) ii! <(0:: III I 1-0 tn I oa ...I ...J I w :a:: iii U ~ w Z t) 15ti III t- Ot-ii: ~scn III: I rl)ZIL 0 - ji2wO ~oz ClJ :E !i ~ ~ :I:~~ :; air ::t::i!g; l:;~~ ...W wIL olLo ~5Q _::I II.rn I 0 W O!!l~ W ::: II:: ID IX Q. U. I~ I I Packet Page -635- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. r"'\ TAB V CORPORATE EXPERIENCE AND CAPACITY CURRENT WORKLOAD " .~ Packet Page -636- I I~ I I I I I I I 1"-"'" 1 I I I I 1 1,,-..... I I 3/8/2011 Item 10.0. CORPORATE EXPERIENCE AND CAPACITY OF WORKLOAD Our current work load will have no effect on our ability to perform the work proposed with our existing contracts. We are actively seeking new road projects so we can keep our existing crews employed. Mitchell & Stark has employed some of the most qualified people in the road construction industry. Weare constantly training our employees so they can become better at their jobs. Our management team has a great deal of experience in road construction and is technically sound and are knowledgeable in all the rules and regulations. Our employees along with our subcontractors have successfully constructed more roadways in Southwest Florida than any other contractor in the last four years. The construction of Tree line Ave and Old 41 Road Widening proves we can construct difficult projects on time on budget. We have over 55 years of constIuction experience. We have one of the largest fleet of equipment in Southwest Florida. We have bonded with the same bonding company for 55 years. We can provide bonds for projects over thirty million dollars. We are strong financially and have good relationships with our suppliers and subcontractors. Our utility experience and our own utility crews give us an advantage over many contractors. Many times on road project the utility portion of the project has a major impact on the project. Our knowledge and expertise in this area allows us to coordinate this work and make the project run smoother. Mitchell & Stark is currently on Collier County's aIUlUal contract for underground utilities. Packet Page -637- I I I I ~ l- I 10 ~ w I I I I I I I I I I I I I I ---~ ~ e,:'#. - '0 o -Ii ~ -' el (") :lI:: 0 0:: 0 o :::::::.. r-j> .. Il)i I- .... N zeN ~ ~ ~ ::I ' c( or- o :13 ~ ! Iii I ! I- ! I.qi i _ U) ~l_~_ a5: .Q! ....! ::Ji .... (I): IWi ~I . :E: I I~i ~ ill S .. ! ~ o D:: W. I-..J (l)Zu.. W W - -0(1) I- zlC> - z ~g~~ i::E~IC/)C':' !8 ..- ~ ~ io~~~ ~NlDN .8 II IQI Ie: 01 i 'ii. E o u I~ i~ 1 , -l : l .. & 0 CIS u: e <C CIS 0 '11 ~i O !><C '...- eL 10 I ! i c ] alS .! == I- .... i 0' ... eL, 1 J ... ! ~I I 01 '0 . i,g: i i is i -jq -- t-~ I I i Iii w ! 1 Q:I i I C(, I :Ji g i Q: w I- (I) W J: o z: ~I I I i I I '~l 101 I D::I IW: il-I.J C/) Z LL, W w "I -0(1) I-zC!> - Z ~UJil:~ ::E9o..co ,.;::E ~ (I) C':' :O::><C..... o....!::~ -oz' 0~0~ _~~ N lD N I I I I I o .... I c: j .., I ! i i , , -' o u: <C <..> C/) IQ ~ o '#. o o o .... .... ...... co c5 co C) ~ , i ~I 01 ! c: o <..> IUJ !> '0:: W en wrn 0::0:: o..w z>- I c( ::E I ,0 I- !::i 0:: UJ 01 D.,LL N! I Il) ~ ..- ~ <C o 0 Zwa: :5~0 cnD::..J -OLL Owe o..Jlz ~~I~~ ~910~ >-<~C? I-lD C) -0<C(") OIl)::::!:N ..- 8 ~ ~. (l)ti W " >-0(1)(") 1-_0::..... Z....WIO ;:)z>-'9 oO::Em o::tl-..... UJoo::" UJ~O~ ..J....u..N o .... I I' c: Ij , .., .... ...... 0' Ni 01 ! w, o ! I I i 0:: w LL <( J: I- (I) W s: w ~ ~l ;1.' o ,q Ill) IN , I ~I C) 'i co N ~ o o cO C) ....., 0: ~ 16 ~ I 8 ! 15 i ~ o ~ j 0:: '#.1 o o o I I ! I , ! ! ! i ! I I I --nLJ---- __j_" ! ~ I 1 i ~I i .sl .s I'll ui E (01 ._ ~I ~I i:e .-1 ~-Q-_. -~ ~ , I 1 II) ~ co III II) E .. "'0 c: I'll J!1 c: j o E tll N ~ ~ w (") ~~.J ..::;enu.. li:ortico o~ffi~ LLO>-..... LLW::E..l. O(l)I-N ~go::~ -NO(") ONLLN N .... o N a:i W LL ..J <C w Z 91 '# o o g C) C") !~I i~! j~i I fftl i ~' 1~1 i ~I I c' ! 0' iO ,-! I 0: I '0, .21 I Jll- _! _ ~i_+-+ i I i 0 , I 1 0 1 ! 0:: 9i ~ ~i I O. LLI , ..J i ..J 0 Lrl c> ~, 0:0 &:l ~~ zz 0 zw :5:5 g< :J>- ~~ I .... 0::E 00 UI- OiU ~ wo:: 0:::0:: c( ~,~.- -- ~I~ -I ~ i Packet Page -638- I i i ! ~ o W o J: en w >- en ~. I- D:: 0' zO....: :J J: ~I o J: J~ o I- LL'I"- D::5(J)~ !!:!enw..... =110....1..... oco~cA orez~ N ,... lJ l. o u: c( .0 :en 10 :> <( o '#- o o g; , IC)! !~ 1 - I! a) C") ~ ! I i I ! o (!5 a:: ..J ..J UJ 3: ..J o co ~ (j) j , .g i ~ ,... I 3/8/2011 Item 10.0. ~ ''#- 8 g .~ i i o o c::i 8 8! 01 16! ~i ~ ~ Ui ~ Z I I~ I I I I I I I Ir" I I I I I 1 1,,-..... I I 3/8/2011 Item 10.0. STATEMENT OF RESPONSIVENESS Our offices are located at 6001 Shirley St., Naples, FL 34109 and 9009 High Cotton Lane, Fort Myers, Florida 33905. We have numerous personnel that live in Collier and Lee County. Our equipment is located at many projects and our offices throughout Collier and Lee County. The total number of employees located in Florida is approximately 250. Mitchell & Stark has a system in place to handle emergency work with home phone numbers of our employees, supply houses and equipment dealers. We maintain a well stocked supply of materials for repairs and other work. We receive calls from city~ county, private utility companies and supply houses looking for materials. A major portion of our work is in Collier County, therefore, we have equipment throughout Collier County which can be available for emergency work on Marco Island. Our response time to emergency situations is known throughout the industry to be excellent. Proposals can nonnally be prepared within a matter of days dependent upon the scope of work and materials required. Packet Page -639- I I I I I I I I I I I I I I I I I I , 3/8/2011 Item 10.0. ~ T AS VI CUSTOMER AND REFERENCE LISTING ~ ~ Packet Page -640- I. I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. ROADWAY REFERENCES 1. KCCS 1400 Colonial Blvd. Suite 260 Fort Myers, Fl. 33907 Attn: Mr. John Acuti Ph. 239-278-5999 J acuti@kisingercampo.com 2. Lee County Department of Transportation 1500 Monroe Sl Fort Myers. Fl. 33901 Attn: Mr. Randy Cerchie Ph. 239-533-8573 Fax 239-479-8520 Email: cerchiro@lee2ov.com 3. City of Bonita Springs Public Works 9101 Bonita Beach Road Bonita Springs, FL. 34135 Attn: Mr. James Melton, Senior Project Manager Ph. 239-949-6246 Fax 239-949-6239 Email: James.Melton@CityofBonitaSprings.Org 4. City of Marco Island 50 Bald Eagle Drive. Marco Island. FL 34145 Attn: Mr. Rony Joel P.E. DEE Public Works Director Ph.239-389-5183 Fax 239-394-8137 rioel@citvofmarcoisland.com 5. Collier County Transportation Services 2885 Horseshoe Drive South Naples, Florida 34104 Atto: Mr. Steve Ritter Ph.239-572-8192 Fax 239-252-5771 Email: steveritter@colliergov.net Packet Page -641- I 3/8/2011 Item 10.0. I ,,-., PUBLIC AGENCmS REFERENCES I 1. City of Marco Island 50 Bald Eagle Drive. I Marco Island, FL 34145 Attn: Mr. Rony Joel P.E. DEE Public Works Director Ph. 239-389-5183 fax 239-394-8137 I rjoel@cityofmarcoisland.com 2. Lee County Utilities I 1500 Monroe St. Fort Myers, Fl. 33901 Attn: Mr. Tom Hill I Ph. 239-533-8181 Email: hillta@leegov.com I 3. City of Bonita Springs Public Works I 9101 Bonita Beach Road Bonita Springs, FL. 34135 Attn: Mr. James Melton, Senior Project Manager I Ph. 239-949-6246 Fax 239-949-6239 Email: James.Melton@CityofBonitaSprings.Org ~ I 4. Gateway Services Community Development District 13240A Griffin Drive Fort Myers, FL 33913 I Attn: Mr. Terry Hanlin, Director of Operations Ph. 239-872-7906 fax 239-561-1350 Email: gscdd@earthlink.net I 5. Collier County Public Utilities Engineering Department I 3301 East Tamiami Trail Naples, FL 34112 Attn: Ms. Karen Guiliani P.E., Project Manager I Ph. 239-417-6083 fax 239-530-6460 Email: KarenGuiliani@colliergov.net I 6. Bonita Springs Utilities, Inc. 11860 East Terry Street .. Bonita Springs, FL 34135 I Attn: Mr. Me! Fisher, Director of Operations Ph. 239-390-4825 fax 239-390-4925 Email: mfisher@bsu.us ~ I I Packet Page -642- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. 7 Greater Pine Island Water Association, Inc. 5281 Pine Island Road Bokeelia, FL 33922 Attn: Mr. William J. Thacher. General Manager Ph. 239-283-1071 fax 239-283-7792 Email: wthacher@pineislandwater.co 8. Lee County Department of Transportation 1500 Monroe St. Fort Myers, Fl. 33901 Attn: Mr. Randy Cerchie Ph. 239-479-8573 Fax 239-479-8520 Email: cerchiro@lee2ov.com Packet Page -643- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ PROJECT DESCRIPTION Project Name: GLADIOLUS DRIVE WIDENING Engineer: LEE COUNTY 1500 MONROE ST. FORT MYERS, FL. 33901 Contact: MR. ROBERT PHELAN Phone: 239-533-8513 Fax: 239-485-8520 Owner: LEE COUNTY 1500 MONROE ST. 4TH FLOOR FORT MYERS, FL. 33901 References: 239-485-8520 Phone: 239-533-8513 Fax: MR. MIKE RIGSBY ~ Contract Amount: $18,487,265.00 Cost (Mitchell & Stark actual work) Approx. $12,000,000.00 Start & Finish Date: Start date: Finish Date: June-08 June-10 Summary of Work: The project involved new construction of roadway and widening of existing roadway. Substantial utilities relocation and new installation of water sewer and force main were constructed. Approximately 118,000 syof asphalt and Iimerock were installed. Substantial storm drainage. turn lanes signalization, box culverts were installed. ~ Packet Page -644- I I~ I I I I I I I I~ I I I I I I 1,,-..... I I 3/8/2011 Item 10.0. PROJECT DESCRIPTION Project Name: THREE OAKS PARKWAY EXTENSION Engineer: SOURCE INC. 1334 LAFAYETTE ST. CAPE CORAL, FL. 33904 Contact: Phone: 239-549.2345 Fax: 239-549-6n9 MR. TOM PUGH P .E. Owner: NORTH ALICO PROPERTY ASSOCIATION 13891 JETPORT LOOP ROAD SUITE 9 & 10 FORT MYERS, FL. 33913 References: Phone: 239-549-2345 Fax: 239-267-7622 MR. ALLEN FREEMAN Contract Amount: $5,870,529.00 Cost (Mitchell & Stark actual work) Approx. $4,200,000.00 Start & Finish Date: Start date: Finish Date: April-Q8 October-Q9 Summary of Work: The project was constructed for Lee County and paid for by the Developer. MS installed 66,000 sy of base and asphalt. The project was a new four lane highway. Earthwork, utilities, storm drainage roadwork, signalization were required. M & S constructed 6400 If of 24 inch water main and 5940 If of 8 inch force main. Packet Page -645- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ PROJECT DESCRIPTION Project Name: OLD 41 WIDENING Engineer: Agnoli Barbara & Brundage 7400 Tamiami Tr. Suite 200 Naples, FI. 33963 Emait: ted.trvka@abbinc.com Contact: Mr. Ted Tryka P.E. Phone: 239-597-3111 Fax: 239-498-2726 Owner: City of Bonita Springs 9101 Bonita Beach Road Bonita Springs, Fl. 34135 References: Mr. James Melton 9101 Bonita Beach Road Bonita Springs, FI. 34135 Phone: 239-949-6262 Fax: 239-949-6239 Email: iames.melton@cltvofbonltasDrinas.om ~ Contract Amount: $13,613,241.39 Cost (Mitchell & Stark actual work) Approx. $10,000,000.00 Start & Finish Date: Start date: Finish Date: May-07 Septembe r-09 Summary of Work: Expand existing two lane road to a 4 lane road under traffic. Project included utility relocates, box culverts, drainage, earthwork, and road construction. ~ Packet Page -646- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. PROJECT DESCRIPTION Project Name: Marco Island Sheffield Engineer: Boyle Engineering 4415 Metro Parkway Suite 40 Fort Myers, Fl. 34145 Contact: Mr. Coumey Alexander Phone: 239-278-7996 Fax: 239-278-0913 Owner: City of Marco Island 50 Bald Eagle Dr. Ma~0Island,FL.34145 References: Mr. Rony Joel P.E. 50 Bald Eagle Dr. Marco Island, FL. 34145 Phone: 239-389-5183 Fax: 239-394-8137 Email: ~oel@cltyofma~oisland.com Contract Amount: $6,639,226.00 Cost (Mitchell & Stark actual work) Approx. $5,800,000.00 Start & Finish Date: Start date: Finish Date: April-08 December-09 Summary of Work: Project required installation fo 23,921 tf of sanitary sewer in existing roadway thru residential and major arterial roads. The project also included installation of forcemain and related utility relocates. Approximately 85,000 By of road restoration was completed under traffic. Major Mot issues were required for project as well as keeping existing traffic in service. Packet Page -647- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ PROJECT DESCRIPTION Project Name: PLANTATION ROAD Engineer: T. Y. UN INTERNANTIONAL 2400 First St. Suite 200 FORT MYERS, FL. 33901 Contact: MR. BARRY JONES P.E. Phone: 239-332-4846 Fax: Owner: LEE COUNTY 1500 MONROE ST. 4TH FLOOR FORT MYERS, FL. 33901 References: Phone: 239-533-8513 Fax: MR. MIKE RIGSBY 239-485-8520 " Contract Amount: $5,150,851.00 Cost (Mitchell & Stark actual work) Approx. $4,100,000.00 Start & Finish Date: Start date: Finish Date: May-DS October-D9 Summary of Work: The project involved new construction of roadway and some widening of existing roadway. Utilities were installed under a separate contract with the City of Fort Myers. A turn lane improvements were constructed off Colonial Blvd. Over 51,000 syof base and asphalt was constructed. The project included earthwork, sound wall, lighting, signalization and storm drainage and road construction. ,~ Packet Page -648- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. T AS VII ACCEPTANCE OF CONDITIONS Packet Page -649- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ ACCEPTANCE OF CONDITIONS Mitchell & Stark does not make any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. ~ .~ Packet Page -650- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. STATEMENT OF LITGATION Currently Mitchell & Stark is not involved in any construction lawsuits with any governmental agencies. Mitchell is involved in the nonnal workman compensation, utility and personal injury lawsuits common to a construction contractor. None of the lawsuits are believed to have a material effect on the financial condition of Mitchell & Stark. Packet Page -651- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. ~ TAB VIII REQUIRED FORMS SUBMITTALS ~ ,~ Packet Page -652- I I~, I I I' I I I I r I I I I I I I~ I I 3/8/2011 Item 10.0. AUach...nt 1 Collier County Bo8rd of County Comml."one,. Purchasing Department Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. PIeae rwad carefully, sign In the spaces Indicated and return with your ProposaL Vendor should check off each of the following items as the necessary action is cornpIetecI: B c3' [!( & The Proposal has been signed. M applicable forms have been signed and included. along with Ucenses to complete the requirements of Ihe project. Any addenda have been signed and included. The mailing envelope has been addressed to: Collier County Board of County CommlAiior1enl Purchasing Department, BWIding -G- 3327 Tamiami Trail, East Na~,Fbrida 34112 Attn: Brenda Brilhart. Purchasing Agent r:i The mlliling envelope !!!!!Il be _led and rmuked with Proposal Number, Proposal11u. and Due Date. o The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND nTLE ON THE OUTSIDE,OF THE COURIER PACKET. Name of Firm: MITCHELL & STARK CONSTRUCTION CO., INC. 6001 SHIRLEY STREET NAPLES FLORIDA 34109 239-597-2165 BPEN~LLSTA~K.COM BRIAN PENNER CEO Address: City, State, Zip: Telephone: Emsil: Representative Signature: Representative Name: Date 12120/10 RFP 10-5450 25 Packet Page -653- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. Att8chment 2 Vendor's Non-Reaponae .......nt The sole Intent of the Colier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, \Ve are Interested in ascertaining reasons for prospective Vendors not wishing to respond to this soIcitatlon. If your linn is not responding to this RFP, please indicate the reason(s) by checking the ltem(s) listed below and return this fonn via email or fax, noted on the cover page, or mail to Coller County Purchasing Department. 3327 Tamiami Trail East, Naples, Florida 34112. We are not ntllponcIng to this RFP far the following reeson(a): ~ o o o o o o Services requested not avaIlable through our company. Our firm could not meet speclficationalscope of work. SpeciflcationeJ8cope of work not clearly understood or applicable (too vague, rigid. etc.) Project is too smal. Insufficient time allowed for preparation of response. Incorrect address used. PIea8e correct mallng address: tJlff ." o Other reason(s): Name of Firm: City, State, Zip: Telephone: Email: Address: Representative Signature: RepresentaUve Name: Date .~ RFP 1Q.5450 26 Packet Page -654- I I~ I I I I I I I r I I I I I I I~, I I 3/8/2011 Item 10.0. Att8chment 3 Conflict of InbMeat AffIdavit By the signature below. the firm (employeM, offioef's and/or agents) CIIItifles. and hereby diado8es, that. to the best of their knowledge and belief, 81 relevant facts concerning past, present. or CtA"l'8ntly planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally. the finn (employees. officers and/or agents) agrees to inmedlately notify in writing the Purchasing/General services Director, or designee. If any achlal or potential conflict of interest arises during the contract sneller project duration. Finn: MITCHEll & STARK CONSTRUCTION CO., INC. Signature and Date: ~ - 12120/10 Print Name BRIAN PENNER Title of Signatory CEO State of FLORIDA COLLIER County of day of DECEMBER , 2010, , who is personaly known to me to be the for the Firm, OR who produced the following SUBSCRIBED AND SWORN to before me this 20 by BRIAN PENNER CEO identification BELINDA BURGBACHER,P ~r--- Notary Public My Commission Expires 1/22/11 0 0455 No't.AitY l*UDLlC.sTA11 OF FLORIDA /'~""""'" Eelin,da Burgbacher :: ~~ ~ CGmmlSsion # DD620455 \,f!~." ~xpires: JAN. 22, 2011 IlOrllJFJJ 11mu hTLMmC BONDING co., me. RFP 10.5450 27 Packet Page -655- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. Attachment 4 Vendor Declaration St8tement ." BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Nap~.,~ 34112 RE: RFP NO. 10-5450 - "Asphalt Roadway, Conc:rebt, Curb, Sidewalk and Driveway Installations'" Dear Cummlssionenl: The undersigned, as Vendor declares that this proposal Is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Colier County document for the purpose of establishing a formal contractual relBIIonshlp between the ftrm and Collier County, for the performence of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the propoaBI documente listed by RFP . 10-$450. " (Proposal Continued on Next Page) ....-.., RFP 10.54S0 28 Packet Page -656- I I~ I I I I I I I I~ I I I I I I I~ I I 3/8/2011 Item 10.0. PROPOSAL CONTINUED IN WITNESS WHERE~ WE have hereI.mo sub8crbed our names on this 20 day of DEC the County of COLLIE" , in the State of FLORIA. - Florida Certific.ate of 845897 Authority Document Number: Federal Tax identifICation 350964820 Number Telephone: 239.597.2165 Firm's Legal Name: Address: City, S~, Zip Code: FAX: Check on of the following: Signature by: (Typed end wrltIen) Title: Send~to: (requlred If different from above) Contact name: 1ltIe; Address: City, State, ZIP Telephone: FAX: Email: Offtce Ml'YlClng COllier County to place ord.... (required If different from above) Contact name: Title: Addr&8S: City, State. ZIP TelePhone: RFP 10-5450 ,2010 in MITCHELL & STARK CONSTRUCTION CO., INC. 6001 SHIRLEY STREET NAPLES FLORIDA 34109 LICENSE CUC046020 239.566-7865 o Sole Proprietorship o Linlted Partnership []I Corp or P. A. State of INDIANA o General Partnership CEO Addlional contact Information MITCHELL & STARK CONSTRUCTION CO., INC. Co~~ name used as ......... BRIAN PENNER .-,-- CEO 6001 SHIRLEY STREET NAPLES, FLORIDA 34109 239.597.2165 239.566-7865 BPENNER@MITCHELLSTARK.COM t:mail 29 Packet Page -657- I I I I I I I I I I I I I I I I I I 1--...--- 3/8/2011 Item 10.0. ~~ M,'M~_.f9INaal:MllDll ...... AttIIchment 5 "" Immigration Atfidavtt ee. an...uon RFP.: 10-5450 Title: Mphatt ~, Concrete. Curb, Sldewelk and DrIVeWay InRllnultlWla This Affidavit is required and should be a91ed, notarized by an authOrized principal of the firm and submitted with formal Invitations to BkI (ITB's) and Request far Proposal. (RFP) submlttal8. Further, Vendors I Bidders .,. requintd to enroll in the E-Verify program, and provide acceptable evidence of their enrollment. at the time of the submi88ion of the vendor'slbidder'a propoul. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or 8 copy of the fuMy executed E-Verify Memorandum of Understanding for the company. F8II... to Include Ihla Affidavit..... acc8Dtable evidence of 8nnallment in tINt E-Verify DnMlmm. shan deem the Vendor I Blclder'a DIODOUI _ non-r8SaonsMI. Document8tlon of these nKlulrementa will not be acceDl8d ...... the bid I DroaosaI deadline dllte. CoIner County wiN not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constibJting a violation of the emplo)'ment provision contained In 8 U.S.C. Section 1324 a<e) Sectlon 274A(e) of the immigration and Nationality Ad rINA-). Collier County may consider the employment by any vendor of unauthorized sllens a violation of section 274A (e) of the 1NA. Such Violation by the recipient of the Employment Provisions contained In SectIon 274A (.) of the INA shall be grounds for unilateral termination 01 the contract by Collier County. Vendor attests that they are fuMy complant with all applicable immigration laws (speclflcally to the 1986 Immigration Ad and subsequent Amendment(s)) .nd IIgrees 10 comply with the pI'OYialons of the Memcnndbm of Understanding with E-Verfy and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify). operated by the Depewbnent of Homeland Security in partnership with the Social Security Admlnl8trat1on at the time of .ubmission of the Vendor's I Bidder's proposal. Company Name MITCHEll & STARK CONSTRUCTION CO., INC. ~ Print Name Title CEO BRIAN PENNER Date 12/20/10 SIgnature State of FLORIDA COunty of COLLIER The ~cngolng Instnnent wu signed and acknowledged ~re me this 20 day of DECEMBER 2010, by KNOW PERSONAL~ has produced as identific;don. ~~ ~.~~:-;:=:~:D~r) "- . ".:::.;...... Belinda Burgbacher . ~ -- ft'ml'lcHER [~S.) Co:nmis~on . DD6204S5 ermted of bic ........":;'!.~~ Expires: JAN. 22, 2011 DD62Sm 1 ~.ru BWJlE\) TRRU ^TlAN'l'IC BONDiNG co_.lNe Notary Cornmislion ~raIion The signee of this AffIdavit guarantees, as evidenced by the swom affidavit required herein. the truth and accuracy of this atfIcIavl1 to interrogetOrieS hereinafter m"". .~ RFP 10-5450 30 Packet Page -658- I .....-...-...-- . I~ . I I I I I I I Ir-- -, I I I I I I I~ I I 3/8/2011 Item 10.0. ".__ . ...._.u________._ I I ... Company ID Number: 99962 TIlE E-VERIFY PROGRAM FOR El\1PLOYMENT VERIFICA nON MEMORANDUM OF UNDERSTANDJNG ARTICLIt I PURPOSE AND AUTHORITY This Mcmormdum of UDdentaoding (MOO) sets forth tho points of agrocm.ent Social Security Administration (SSA), the Deparcment of Homelmd Secwity (D MiteW &. Stark eo......ctio. Co.. IDe. (Employer) regarding the Employer's partie. the Employment BIi81bility Verification Program (B-Verify). B-Verify is a progran. in employment eligibility of all newly hired employees wiD be coofinned after the Bmp Eligibility Verification Form (Form 1-9) has been completed. Authority for the E-Verify progrun is found in Tide IV. Subtitle A. of the IDcgal Reform and Immigrant Responstbility Act of 1996 (IIRIRA), Pub. L. 104-208. 110 StIlt. 3, amended (8 US.C. f 1324anote). , ARTICLE n FUNCfIONS TO BE PERFORMED A. RESPONSlBWTU'.S OF THE SSA 1. Upon completion of the Form 1-9 by the employee and the Employer, and the Employer complies with the requirements of this MOU, 8SA agrees to provide the : layer with available information that allows tho Employer to confirm the accuracy of Social . Numbers provided by all newly hhd employees and the employment authorization 0 U.S. (;itimns. 2. The 8SA agrees to provide to the Employer appropriate assistance with problems that may ariso during the Employer's participation in the E-Verify program. agrees to provide the Employer with names, titles, addresses, and telephone numbers 0 representatives to be contacted dming the B-Verlfy process. 3. The S8A agrees to safeguard 1be information provided by the Employer 1brougb. E- Verify program procedures, and to limit access to such information, as is appropriate by' w, to individuals responsible for the verification of Social Security Numbers and for evaluation f the E- Verify program or such other persoos or entities who may be authorized by the S as governed by the Privacy Act (S U.S.C. i SS2a), the Social Secwity Act (42 U.S.C. 1306(8 , and SSA regulations (20 CFR Part 401). 4. SSA agrees to establish a means of automated verification that is desi conjunction with DHS's automated system if necessary) to provide confirmation or noncon6rmation of U.S. citizeDs' CIIlployment eligibility and accuracy of 8SA records citizens and aliens wifhi.n 3 Federal Government work days of the initia1 inquiry. s. SSA asrees to est8bJish a JDeIUUl of secondauy verification (includiag records as may be necessary) for employees who conCest SSA ten1ative nODCODfirmations designed to provide fiDa1 confirmation or nonconfirmatiOll of U.S. citizens' emp' Packet Page -659- ., 3/8/2011 Item 10.0. . ._. "4.. ______~____ I I I I I I I I I I I I I I I I I I I I ..... .----.----.--..- ._-, ... Company ID Number: 99962 oligibility and acc"umcy of SSA rocords for both citizeas and aliens within 10 Govel'Dlneut work days of the date of referral to SSA, unless SSA determines that more . 10 days may be necessary. In such cases, SSA win provide additicmal verification ~ ! B. RESPoNSDILITIES OF THE DEPARTMENT OF HOMELAND s 1. Upon completion of die Form 1-9 by the employee and the Employer and verifies the accuracy of SSA records for alieos duougb E-Vemy, DHS agrees to Employer access to seJec1ed da1a from DHS's dAtabase to enable the Employer to conduct: · Automated verification cheCks on newly hired aliea employees by eleettouic · Photo verification checks (when available) on newly hired alien omployees. 2. DHS agrees to provide to the Employer appropriate _stance with operational that may arise during the Employer's participation in the E-Verify program. DHS provide the Employer names, titles, addresses. and telephone numbers orDHS be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Vorify Manual) instructioDS on E-VerifY policies. procedures and requirements for both SSA and DHS, . restrictious on the use orE-Verify.. DHS agrees to provide ttaioiog materials on E-VorifY. 4. DHS agrees to provide to the Employer a notice, which indicates the participation in the E-Verify program. DHS also apees to provide to the EmpIO)l discrimination notices issued by the Office of Special Counsel for lJIunisratim.R.e1med Employment Practices (OSC), Civil Rights Division, and U.S. Depucmeat of Justice. S. DHS agrees to issue tbe Employer a user identificatioa number and password that the Employer to verify information provided by alien employees with .oMS's d....bue. 6. DHS agrees to safeguard the infOrmation providod to DHS by the Employer, and access to such information to individuals responsible for the verification of alien emp eligibility and for evaluation of the E- V erify program, or to such other persons or entities be authorized by applicable law. Information will be used only to verify the accuracy Security Numbers and employment eligibility, to enforce 1I1e Immigration and N . and federal criminal laws. and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of autnmgted verification that is conjunction with SSA verification procedures) to provide coofirmation or nonconfirmation of employees' employment eligibility within 3 Federal Government of the initial inquiry. 8Dd ~ .') 8. DHS agrees to establish a means of secondary verification (including ". DHS records as may be necessary) for employees who contest DHS tentative -". and photo DODo-match tentative noOCOnfumatiODS that is designed to provide fina1 or nonconfirmation of the employees' employment eligibility within 10 Federal Go work ~ days of the date of refemU to DIIS, unless DHS dotennincs that JDOlO than ] 0 days I ay be necessary. In such cases, DHS will provide additional verification insIructions. ! I I , Packet Page -660- I I I~ ' 3/8/2011 Item 10.0. 11---- I Company ID Number: 99962 I I I I I I I r I I I I I I I~ I I C. RESPONSIBILITIES OF THE EMPLOYER 1. Tho Employer aarces to display the notices supplied by DHS in a prominent p is clearly viSJble tD prospective employees. 2. The Employer agrees to provide to the SSA and DBS the names, titles, and telephone Dumbers of1be Employer representatives to be COD18cted regarding E-Vcrify. 3. The Employer agrees to become Aun1liir with and comply with the Eo Verify '4. The Employer asrees that any Employer Representative who will perform emp verification queries will complete the E-Verify Tutorial before that individua1 . .. any queries. A. The employer agrees that all employer representatives wiD take 1he tutorials initiated by the E-Verify program IS a conditioD of continued of E- Vemy. B. Failure to complete a rcftesher tutorial will prevent the employOJ' from use of1hc program. S. The Employer agrees to comply with established Form 1-9 procedures, two exceptions: · If an employee prcson1s a IIList Bit identity document, the Employer asrecs to ItList Bit documents that contain a photo. (List B documents ideutified in 8 C 2748.2 (b) (1) (B)) can be presented during the Form 1-9 process to es1ablisb i . · If an omployee presents a DHS Form I-SSI (PermaDont llesideat Card) or P, (Employment Authorization Document) to complete 1hc Form 1-9, the Employer to make a photocopy of the document and to retain the photocopy with 1he em Form 1-9. The employer win use the photocopy to verify the photo and to the Department with its review of photo non-matches 1hat are co_steel by employ . Note that employees retain the right to present any List A, or List B and List C, do . n to complete the Form 1.9. DHS may in the future designate other documents that . the photo screening tool. 6. The Bmployer undersbmds ~ participation in E-Verify does not exempt the from the responsibility to complete, retain, and make available for inspection Fol1DS 1-9 to its employees, or from other requirements of applicable regulations or laWs, except following modified requ.imncnts applicable by reason of the Employer's participati Verify: (1) identity documents must have photos, as described in paragraph S aboy (2) a rebuttable presumption is established 1bat the Employer bas not violated section 274A(a)(1 A) of the Immigration and Nationality Act (INA) with respect to the hiring of any in . . if it obtains continnation of the identity and employment eligibility of the individual in co with the tenns and conditions of E- VerifY ; (3) the Employer must nmUy DHS if it , to employ any employee after receiving a final noncontirmation, and is subject to a civil, penalty between $500 and $1,000 for each failure to notify OHS of continued emp following a final noaconfirmation; (4) 1be Employer is subject to a rebuttable . bas knowingly employed an unauthorized alien in violation of eectioa 274A(a)(1)(A Employer continues to employ any employee after receiving a final nonconfirrution; person or entity participading in E- VerifY is civilly or criminaJly liable under lID)' law Packet Page -661- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. Company ID Number: 99962 ~ action taken in good faith on information provided duuugb' the CODfimuItion reserves the right to conduct Form 1-9 QOmplimce inspootioDS duriDa tho course of B-V well as to conduct any o1her enfon:emem activity autborized by law. 1. The Employer agrees to initiate E-Verify wrification procedures within 3 busiaess days after eacb employee bas been Jmd (but after both sections 1 and 2 oftbc Pi have been completed), and to complete as IDIDy (but only IS many) steps of the E-Verify as, are nocessary according to the E-VerifY Manual. The Employer is prohibited &om .. . vcritication procodures before the employee has been hired and tho Form 1-9 co autol11ated system to be queried is temporarily unavailable, the 3-day time period is , until it is again oporational in order to ICCOIDIIlodatc the Employer'B ~ in good . make inquiries during the period of UDavailability. In aU cases, the Employer must use : verification procedures fint, and use DHS verification procedures and photo screeDina . after the the SSA verification response has been given. 8. The Employer agrees not to use E- Verify procedures for pre-employment job applicants, support for any unlawful employment practice, or any other use not autb this MOU. The Employer must use &.Verify for all new employees and wiD not ' certain employees selectively. 1be Employer agrees not to use E-Verify procedures! verification, or for empl~ hirod before d1e date this MOll is in effect. The undent8nds that if the Empioyer usos s..Verify procedures for any purpose other authorized by this MOU. the Employer may be subject to apptopri8te legal 8Dtion immediate termination of im access ~ SSA and DHS iDformation pursuant to this MOU. I 9. The Employer agrees to fonow appropriate procedures (see Article ID.B. regarding tentative nonconfirmatiODS, including noti1)ring employoes of the finding, written referral iDstructions to employccs. allowing employees to CODtcst the findi.... taking advene action apiost employcos if they choose to CODWt the fi1)tJiqg. F employees contest a tentative DOIlCOIIfirmatin based upon a photo non-matcb, the required to take afIirmativo steps (see Article lll.B. below) to coDtact DHS with infi necessary to resolve the challenge. : I i " 10. The Employer agrees DOt to tab any adverse action against an employee based employee's employment eligibility status while SSA or DHS is processing the verificatio unless the Employer obtains knowledge (as defined in 8 C.F.R. f 274&.1 0)) that the not work autborimd. The Employer undeJstands that an initial inability of the SSA i automated verification to verify work authorization, a tentative nonCODfinnation, or the a pboto non-match, does not mean. and should not be interpreted as, an indication . employee is not work authorized. In my of the cases listed above, the employee must be the opportunity to contest the finding, and if he or she does so, may not be terminated any adverse employment CODSeq1lCDCeS until and unless secondary verification by SSA bas been completed and a final noncoDfirmation bas been issued. If the employee does not to CODtest a ten1ative DonconfinnatioD or a photo non-match, then the Employer can . employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the INA by not . . unlawfully against any individual in hiriD& tiring, or recruitment or refena1 practices his or her D8tional origin or, in the case of a protocted individual as definod in section 27 of the INA, because of his or her citizenship status. The Employer understands that sue practices can include selective verification or use of B-Verify, discharging or refusin eligible employees because they appear or sound "foreign",. and pmnature ~ Packet Page -662- I ~. I I I I I I I r I I I I I I I~ I I 3/8/2011 Item 10.0. Company ID Number: 99962 employees based upon tentative nonconfirmations, and that any violation of thci immigration-related employment practices provisions of the INA could subject the civil peoaIties pursuant 10 section 274B of the INA aDd the termination of its partie. . Verify. If the Employer has any queatiou relating to tho lDtklisoriminatjon provisioa. ~ contactOSC at 1-800..2S5-7681 or 1-100-237-2515 (IDD). ~ I 12. The Employer agrees 10 record the case verification rnunbcr on the employee's or to print the screen cnntJIiniQg the case verification number and attach it to tho emplo~ ~ ! i 13. The Employer agrees 1hat it will use the information it receives from the SSA DHS pursuant to E-Verify and dUs MOU only to confirm the employment eligibility of D omployocs after completion of the Form 1-9. The Employer agrees that it will infonnation, and DlC8DS of access to it (such IS PINS and passwords) to ensure 1hat it is for any other purpose and as necessary to protect its confidentiality, incIuctiDg ensuring not disseminated to, any porson other dum employees of the Employer who are perfOlm the Employer's responsibilities under this MOU. 14. The Employer acknowledges that the information which it receives &om governed by the Privacy Act (S U.S.C. f SS2a (i) (1) and (3)) and the Social Security U.S.C. 1306(a)), and that any person who obtaiDs tbis information under false pretenses for any purpose other than 8;S provided for in this MOU may be subject to crimiaal penaIti IS. The Employer agrees to allow DHS and 8SA, or their authorlzecl apnts or des' make periodic visibl to the Employer for the purpose ofrevicwing E-VerHy-re1ated Forms 1-9, SSA Transaction Records, and DH8 verification records, which were the EnyJloycr's participation in the B- Verify Program. In addition, for the purpose of E-Verify, the Employer agrees to allow DHS and SSA or their authorized agents or interview it regarding its experience with B- Verify, to interview employees hired during use concerning their experience with the pilot, and to make employment and B-~ . records available to DHS and the SSA. or their designated agents or designees. Failure to with the terms oftbis paragraph may lead DHS to ~ the Employer's access to E-V ARTICLE m REFERRAL OF INDIVIDUALS TO TIlE SSA AND THE DEPARTMENT 0 HOMELAND SECURITY I A. REFERRAL TO THE SSA i 1 1. If the Employer receives a tentative nonconfirmatiOll issued by S8A, the Emplo . print the tentative nonconfirmatioD notice as directed by the automated system and pro the employee so that the employee may determine whether he or she will contest tho Donconfinnation. . 2, The Employer will refer employees to 8SA field offices only IS ctirected; automated system based on a tentative nonconfirmation and only after the Employer case verification number, reviews the input to detect any transaction errors, and the employee con1ests 1I1e tentative nonconfirmation. The Employer wiD transmit Security Number to SSA for verification again if this review indieales a need to do Packet Page -663- I I I I I I I I I I I I I I I I I I I "\ \ 3/8/?,ql!_-'!~~ 10.:Q~..._ Company 10 Number: 99962 ~ Employer will determine whether the employee contests the 1entative nonconfirmatkm 88 possible after tho Employer recoives it. 3. If tho employee contosIs an 8SA ten1ldivo llOIlCODfirmation, tho Employer will the employee with a refemd letter and instruct the employee to visit 811 8SA office to discrepancy within 8 Federal Govcmmcnt work days. The Employer willlllllkc a second to tho SSA <Imbue usmg B-Vemy procedures on the elate that is 10 Federal Go days after tho date of the referral in order to obtain confirmation, or final nOllCODfirmatio otherwise iDstnJc1ed by SSA or unless SSA determines tbat more than 10 days is resolve the tentative nODCODfirmation.. 4. The Employer agrees not to ask the employee to obtain a printout from ial Security Number database (the Numident) or other written verification of 1bo Social Nwnber from the SSA. " B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY 1. If 1bo Employer receives a tentative nonconfirmation issued by DHS, the Empl print the tentative DOIlCOIIfinnation notice as directed by the automatod system and pro the employee so that the employee may determino whether be or she will contest the nonconfirmation. ') 2. If the Employer finds a photo non-match for III alien who provides a document the automated system bas transmitted a photo, the employer must print the photo D tenUdive nonc:onfirmation notice as directed by 1he automated system and provide . employee so that the employee may determine whether he or she will contest tho fiDcling. 3. The Employer agrees to refer individuals to DHS only when tho employee contest a tentativo nonCODfirmatioli received from DHS automated verification process the Employer issues a tentative nonconfirmation based upon a photo DOn-match. The will dctennine whe1bc:r tho employee contests the teDtative nODCODfirmation 88 soon as after the Employer receives it 4. If the employee contests a tentative ncm.coufirmation issued by DHS, the Empl provide the employee with a rcfcrrallctter and instract tho employee to ~tact the through its toU-free hotline within B Federal Government work days. · Sc.jln"ing and uploading the document, or · Sending a photocopy of1be document by an express mail account (furnishod and by DHS). ~ 5. If the employee contests a tentative nonconfirmation based upon a photo non Employer will provide the employee with a refermJ 1ettor to DHS. DHS will el transmit the result of the referral to the Employer within 10 Federal Government work referral unless it determines that more than 10 days is necessary. 6. The Employer agrees that if an employee contests a teDtative nonconfirmati upon a photo non-match. the Employer will send a copy oftbe employee's Form I-55! or 766 to DHS for review by: Packet Page -664- I I~' I I I I I I I r I I I I I I I~ I I 3/8/2011 Item 10.0. -- - -1 - I I Company m Number: 99962 7. The Employer undersblDds that if it cannot determino whethor dloro is hoto matchlnoo-match, 1he Employer is required to forward 1he employee's documentation to S by SCfmning and uploading, or by sending 1he document as dcscn'bed in the preceding and resolving tho case as specified by the Immigration Services Verifier at DHS who wiD . 0 the photo match or DOn-match. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer for verification services performed this MOU. The Employer is responsible for providins equipment needed to make inquiries. ~ the Eo Verify System, an Employer will need a personal computer with Internet access. I ARTICLE V PARTIES This MOU is effective upon the signature of an pm1ies, and sbaIl continue in effect for as the SSA and DHS conduct tho E-Verify program unless modified in writing by the utua1 consent of all parties, or tcr'minAted by any party upon 30 days prior written D01ice to Any and all system enhancements to the B- Verify program by DHS or SSA, including limited to the E- Verify chccldng against additiooal data sources and iDstitutiog new procedures, will be covered under this MOU and will DOt cause the need for a supplem that outlines 1bese ehange& DHS agrees to train employers on all chAnP' made to dJrougb the use of mAndatory refresher tutorials and updatDs to the E-Vcrify maD without changes to E-Vcrify, the Department reserves the right to require employers maodatmy reftcsher tutorials. Termination by any party shall terminate the MOU as to aD parties. The SSA or D terminate this MOU without prior notice if deemed necessary beeause ofdle . or policy, or upon a determination by SSA or DHS that tbeJe has been a breach 0 integrity or security by the Employer, or a failure on the part of the Employer to established procedures or legal requirements. Some or all SSA and DHS respoasibiliti 1his MOU may be performed by contractor(s), and SSA and DHS may adjust responsibilities between each other as they may determine. Nothing in this MOU is intended, or should be consttuocI, to create any right or substantive or procedural, enforceable at law by any third party against the United agencies, officers, or employees, or against the Employer, its agents. officers, or employ . I Eagh party shall be solely responsible for defending any claim or aetion against it arising q related to E-Verify or this MOU, whether civil or criminal, and for any liability wb including (but not limited to) any dispute between the Employer and any other person . regarding tho applicability of Section 403(d) ofDRIR.A to any action taken or allegedly : the Employer. ; The employer mlClerstands that the fact of its particl.pation in B-Verify is not c information and may be diseloscd as authorized or roquJred by law IIDd DHS or S Ucy, including but not limited to, Congressional oversight, E- Verify pub~ity and media . and responses to inquiries under the Freedom oflDformation Act (pOIA). Packet Page -665- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. '. -,- '...- -'r . __m. I I I ---- .--.-..-. .. _._ ""'0 . _ . , Company ID Number: 99962 ~ The foregoing wnstitutes tho full agreement on this subject between the SSA. DHS. tho Employer. - The individuaJs whose signatures appeli' below represent dud 1hey are authoriJJed to into this MOU on behalf oCtile Employer and DHS Rlspedivcly. To be aeeepted II a partieipnt.. E-Verify, yn.1IoIdd Oldy lip the Employer'. the .....tare..... II you bve aay q"UODl, HBtBct E-VertIy Opendou at 4%18. Eaployer Mitchell.. Stuk Collltnctioa Co., lac. Mattllew Behria NlDle (please type or print) Title BIecInRtkt1lly __I Sigoaturo 02/13/2008 Date De.-rC:DIC8t ofHo18CInd Security - Verilicatioa DiriIioD USCIS VerUialtioD DiviIioIa Name (please type or print) ,i Title ~SIpU Signature 021131%_ Date ,.-.., Packet Page -666- I 3/8/2011 Item 10.0. . ' .-.... . - - .. ..... ...., _... ........-....--.-.- . . I~,.. Company ID Number: 99962 . I 0 .- INPORMATION REQUIRED I FOR THE E-VElUFYPROGRAM IDfimnItioD relatiDl to your Company: I Compaay Name: MJtdaeU . Stark CoIIItnIdIeD Co.. IDe. Company PBCiIity Address: 1'70 Welt I'int It. I M--IN 4'72A I ComplIIly AItclmaIt: Address: P.O. _. 21' IN 47261 I CoUDty or Plri8h: IACKSON , Employer Identification Number: 35IM4I2G I North Amcriem IndUllCry Classikation S)'srems Code: 231 r ParcIlt CoIDpIDy: Number ofEmployces: a.!!.!! NumberofSi1es Verified tbr: 2 I - Arc you verifying tbr IIICR than 1.' IfJa. please provide 1hc oumbcr of sites verified 1br in cacb S18te. I . INDIANA ] -<I) . FLORIDA 1 site(s) I Information relating to 1he Prognan AdmiDistnltor(s) for your CompIoy on policy qucstioDs or opcndionaJ .- : Name: MaUhew J BeIwiB I I Telephone Number: (112) '" . 2151 FIX Number: (112) '" - 2162 I &-mail Address: mhehric@mhdlellstuk.eom I Name: BeliDda Barp.eher I TcIcpbone Number: (231) m . 2165 Fax Number: (29) '" - '1165 E-mail Address: bburgbadler@mltclaeDstark.ceBl Name: e..... Sparks I Telephone NUD1ber: (812) '" - %151 Fax Number: (812) '" - ZIQ E-mail Address: ~ltcIaellstark.co. I~ I - I Packet Page -667- I I I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. I -, r Page loft _ _______4..._..___._ .._ . .__. __ ..,_ ._ __... _ -Registration r'\ Ed. . Yourcompany .. now ....1M lor E-VerItI. AI Users wit "'"*"...., u.. __Ind ,_.... viii...... . not recetved wIINn .. hou... ..... contact 0fIIce or VerlftClltlon It _-i14-4218. P..... DO NOT REGISTER A. IMPORTANT: You Mould print the IIOU. and lhare. with your H__ RNOUfOela .........,..., cou...l,..,.. ...".......... f~,.~ u.s. o.pirtmMt of HDIUIand SecurI\V I U.s. C_hlD and 1.....- ...",... ~ ....,-.. ~ Packet Page -668- https:lIwww.vis-dhs.comIEmployerRe&istrationlRe2is1ration.asDX?JS=YB.~ ?11~,..,nn. I I~ I I I I I I I r I I I I I I I~ I I 3/8/2011 Item 10.0. ~~ MIt'M..-.. s.w.1:ItIIIan PulItlhMMO AttaGIwmmt . AffIdavit for Claiming Statu. .8 a Local B.......... RFP #:10-5450 Asphalt RoIIdway. Cone....., Curb. SId....k 8I1CI DrIvewIIy InslllUaltons (Check Appropriate aoxel Below) StIIte of~~1da (Select County If Vendor .. dwcribed as . Local Bualn... 'r-CoIII. County '0 Lee County Vendor affirms that It Is a local business 88 defined by the Putchaslng Policy of the Collier County Board of County Commissioners and the R.lations Thereto. As deftned In SectIon XI of the COllier County Purchasing Polley; A "local business. is defined as a business that has a valid occupatlonsllicense iSRUBd by either Collier or Lee County for a mininum of one (1) year prior to a CoUier County bid or proposal submission that authorizes the business to provide the commodities or servloe& to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs busineas. Posl OlTas Bcwtli .., not verifiable and shall nut be used for U1e purpose of establishing said physical address. In add.ion to the foregoing, a vendor shaH not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a ".rlflable and measurable way. This may Include. but not be limited to, Ole retention and expansion fA employment opportunities, the support and increaee to either Collier or Lee County's tax base, and residency of employees and princtpals of the business within Coller or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a '1oca1 business" under this secIIon. Vendor must complete the foll~ information: Year Business established in ~Ier County or 0 Lee County: 1980 Number of Employees (Including ~r(S) or Corporate Officers):2UU +/- Number of Empk)yees Living in Collier County or 0 Lee (Including Owner(s) or Corporate Officers): 60 . If requested by the County, vendor will be required to provide documentation substantiatlng the infonnation given in this affidavit. Failure to do so w1Y result in vendor's submission being deemed not applicable. Vendor Name: MITCHELL & STARK CaNST. co., INC. Date: 12/20/10 Signature: BRIAN PENNER Tme: CEO ~TE OF FLORIDA r ~COlLlER COUNTY n LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public. for the above State and County, on this 20 Day of DEC ..' BEUNDA BURGBACHER Notary Public My Commission expires: 1/22/11 DD620455 (AFFIX OFFICIAL SEAL) NorMY PlmlJC .,......... " . .s'fATE "F li'tORIDA {~~\ Bl.Ji~d~ Burgbacher '~,..f~W/ ~()~nusslon # DD620455 .....".',. ExPJres; JAN 2' "O'{ JlOtllJED ram: ^l'LA."I'J'/C' . "-, ~ i BOl'IOlNG CO., L\C Packet Page -669- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. RFP OS-5181 Annual Contract for Roadway Conll'aClors Attachment 7 CoOler County Florida Insurance and Bonclng Requirements 1~~~-~~lr~~~=f~::~~~:; Compensation GovemmAnt Statutory Umits and Requirements 2. 181 Employer's Liability $1.000.000 Single limit per occurrence 3. r6I COfnmen::Ja1 General eodly lr1ury and Property Damage Liability (Occurrence Form) patterned after the $2,000.000 single Omit per OCCUn-enc& current ISO form 5. 0 Other Insurance as 0 Polution noted: Occurrence o Professional Liability $ Per Occurenoe . $ 500,000 each claim and in the aggregate . $1,000,000 each claim and In the aggregate . 52,000,000 each claim and in the aggregate 4. ~ Indemnification 4. jgI Automobile liability 6. 0 Bid bond 7. ~ Performance and ....yment Bonds ~ To the maxiTlum extent permitted by Florida 18\.v, the ConbactorNendor/Consultant shaN indemnify and hold harmles8 Coller County, 118 0If1C8l'S and empaoyees from any and all liabilities. damages, losses and costs, including, but not limited to, reasonable 8tIomeya' fees and paralegals' fees, to the extent caused by the negligence, I'BddeunMS. or intentionally wrongful conduct of the COllbBCturNendorlConsultant or anyone emplo)led or utilized by the ConlractorNendor/ConsuItant in the performance of this Agreement. This Indemnlftcatlon obligation shall not be oonstrued to negate, abridge or recluce any other tights or remedies which otherWise may be available to an Indemnified party or person desalbed in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. S 2.000.000 Each OcaJrrence: Bodily I"ury & Property Damage, OwnedINon-ownedlHired; Automobile Included " s Per o VaJuabIe Papers Insuranoo Occurrence She. be submitted with proposal response in the 'ann of ,*,iIied funds. cashiers' check or an ilT8vocable letter of credit, a cash bond posted with the County Clerk. or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commission.... on a bank or trust company located in the State of Aorida and insured by the Federal Deposit Insurance Corporation. $ Per For projects in excess of $200,000, bonds shal be submitted with the executed contract by Proposers receiving award, and written for 100% of the ContracIawa"d amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwrllten by a 1"'""""\ 32 Packet Page -670- I I~. I I I I I I I r I I I I I I I~ I I ....---...... 3/8/2011 Item 10.0. RFP 09-5197 Annual Contract fOr ROadway contractor8 surety authorized to do business in the State of Ftorida and otherwise acceptable to owner; provided, hOWeVer. the surety IhBl be rated as .,.,.. or better 88 to general policy hOlderS rating and Class V or higher ratlng 81 to ftnanclal size category and the amOlmt required shall not exceed 5% of the reported policy holders' surplus, all .. reported in the most current Best Key Rating Guide. published by A.M. Best Company, Inc. d 75 Fulton Street, New York, New York 10038. 8. 181 Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance rneeti'tg the required Insurance provisions. 9. 181 Colier County must be named as uADDITIONAL INSUREI)!' on the lmuance CertifGlte for Commercial General Uabllty where required. 10. l8lCollier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Coller County. NOTE: The "CertiflC8te. shDlAd read as follows: . For any and aU wort performed on behalf of Collier County. . Collier County Board of County Commissioners, Naples, Florida No County Division, Deparbnent or individuaf name should appear on the CertifICate. 11. 18I thirty (30) Days Cancellation Notice required. v.ndor".......,..nee Statement We understand the insurance requirements of these specifications and that the evidence of in8urablllty may be required within five (5) days of the award of this solicitation. Name of Finn MITCHELL & STARK CONST. CO., INC. Date 12/20/10 ~ - Vendor Signature PrInt Name BRIAN PENNER CEO Insurance Agency 'To b ,~ 9.';;; I ""v'sklll""" t. ~ Agent Name 1J "~c.. h- R... LL. -+ ;5 j; t;. N(;iI Telephone ~,.?_ rJflV- 77.s' Numbel 33 Packet Page -671- I I I I I I I I I I I I I I I I I I I 3/8/2011 Item 10.0. .~~.. M . ....; ,',' "-:,, . ._41., s.wa.itMlian ~ Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 "" ADDENDUM 1 Memorandum Date: December 14, 2010 From: Brenda Brilhart, Purchasing Agent Interested Bidders To: Subject: Addendum # 1: RFP 10-5450 - "Asphalt Roadway, Concrete. Curb. Sidewalk and Driveway Installations'" The following clarifications are issued as an addendum identifying the following change (s) for " the referenced solicitation: DELETE the following duplicated paragraph from Tab II, page 6: 2) Tab II: Proposer's Credentials, Previous Performance and Project Understanding (Maximum 30 PolntslMaxlmum 20 Pages): Prs'JiE:lo a OOtler lotter, signee f:)y an 8I;JthaFimd affioor of tRo fiFm, iFlEtisatiRg tRe I;JFleler~ying ji)hilasaphy af tRe firm iFl ji)F9\'isiRg tRc!) Eiorviess states hereiFl. Inoll;JE:le the Flame(s), teleji)h9F19 numt>er{s), aAd email(s)oftheauthorizedoantactpef&oA(s)oonoominQPr:ep96al.Sl;If:)mission of 8 signed Pr:eposal is Pr:epO&or's gertifioation that the P.FO~ser ...'Jill assept aRY a....raFEls mage to him 36 3 resl;Jlt of &aiEl submission of the terms Gontained theFoiFl. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Dan Hall, Project Manager r'\ /.? c-- _~ ,f?~,-~..- ~ v;;, r I c- C" Packet Page -672- I " . I I I I I I I ~ I I I I I I " I I 3/8/2011 Item 10.0. s4~- MIi,......s.viDIBDWIIan Pula_ '. Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM 2 Memorandum Date: December 17. 2010 From: Brenda Brilhart, Purchasing Agent To: Interested Bidders Subject: Addendum # 2: RFP 10-5450 - "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: CHANGE: The E-Verify requirements were updated during the Board of County Commissioner's meeting on 12/14/10 (10 E - G). The Board gave Purchasing the discretion to collect the E-Verify documents (interpreted as a minor irregularity) if not submitted with the proposal. The proposer could be given 1 - 3 business days to submit the documentation. Page 23: If the BidderNendor does not complv with providina both the acceptable E-Verify evidence and the executed affidavit the bidder's I vendor's proposal shall be deemed non-responsive. Documentation of these reauirements will Aet-be accepted after the bid I proposal deadline date. 1. Changed "shall" to "may" 2. Removed: Documentation of these reauirements will not be accepted after the bid / Drocosal deadline date. If you require additional information please post a question on the Online Bidding site or contact me using the above contact infonnation. c: Dan Hall, Project Manager &z-, ".. t? e. rv f"V i!.. r L f;:. c) Packet Page -673- Packet Page -674- 3/8/2011 Item 10.0. TAB I COVER LETTER I MANAGEMENT SUMMARY II Packet Page -675- E 3/8/2011 Item 10.0. o December 20, 2010 Collier County Board of County Commissioners Purchasing Department 3327 Tamiami Trail East, Bldg "G" Naples, Florida 34112 Attn: Brenda Brilhart, Purchasing Agent RE: Collier County Board of County Commissioners RFP #10-5450 Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations Dear Ms. Brilhart: . It is our pleasure to provide you with our proposal for RFP# 10-5450. "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations". Over the last several years, Quality Enterprises has worked with Collier County under the current Annual Roadway Contract as well as our Annual Underground Utility Contract. It is our understanding that it is the Counties intent to obtain proposals from interested and qualified firms offering to provide roadway, asphalt and concrete construction services in accordance with RFP #10-5450. Furthermore, we understand the procedure that the County will follow depending on the value of the project as outlined under Exhibit I. f'. We are proud of our versatility as a contractor which self performs the majority of our contract work. This work includes underground utilities, earthwork, concrete curb and sidewalk, limerock installation, asphalt milling and asphalt paving. Along with our vast array of equipment, including excavators, loaders, milling' machine, rock crusher, concrete silo and truck, asphalt paver and rollers, we are ready. to assist Collier County in their roadway construction program. . Our philosophy with all of our clients has always been, and will continue to be, that we are here to provide a service to our clients for many years to come and not just for a single project. This can be seen from the repeat business that we have done with Collier County as well as other customers. In addition, we feel that we bring to the table a sense of being a "team player" who is on board to complete the project ahead of schedule and under budget, as well as assisting in overcoming unknown obstacles throughout a project. (\ Packet Page -676- 20B Tintern Court 3894 Mannix Drive. Suite 216 Ch_puke, VA 23320 Naples, FL 341 '4-5406 (7S7) 548-8000 (239)43>7200 Fax (757) 548-26lIO FIX (239l 435-1202 LiclCBCAS7231 1 ~ ~ 3/8/2011 Item 10.0. Ms. Brenda Brilhart December 20, 2010 Page 2 We are also pleased to inform you that RoadSafe Traffic Systems will be providing linestriping and parking stop installation services as part of our team (please see attached letter from RoadSafe in Tab II of this proposal). Please contact the following QE personnel regarding proposals: Marcie Cohen. mcohen@qe-usa.com Lou Gaudio, hzaudio@qe-usa.com Paul Moriarty, pmoriartv@qe-usa.com Richard R. Slicko, rslicko@ae-usa.com Telephone (239) 435-7200 Fax (239) 435-7202 Please contact me directly should you have any questions regarding this proposal. Very truly yours, ~ Louis . Gaudio Vice President Packet Page -677- 3/8/2011 Item 101 TAB II PROPOSER'S CREDENTIALS, PREVIOUS PERFORMANCE AND PROJECT UNDERSTANDING Packet Page -678- II 3/8/2011 Item 10.0. ~ II. PROPOSER'S CREDENTIALS, PREVIOUS PERFORMANCE AND PROJECT UNDERSTANDING Quality Enterprises has been in business since 1969 and has been working in the Naples area since 1994 performing roadway and utility projects for local municipalities such as Collier County, City of Naples, City of Marco Island and Lee County, as well as on the state and federal level for FOOT, OEP, The National Park Service and ACOE. We are an FOOT approved contractor certified to do debris removal, drainage, flexible paving, grading, Hot Plant mix bituminous courses, Intermediate bridges, minor bridges, portland cement concrete, sidewalks, curbs and gutters, driveways and utilities, and pump stations (please see attached FOOT Certification). In addition, Quality Enterprises has certified MOT personnel who will be assigned to any projects constructed under this contract (see attached MOT Certifications). Over the last several years, Quality Enterprises has successfully completed several contracts for Collier County under the Annual Roadway Contract, all of which were completed on time and within budget. A few examples of these projects are: . Eagle Lakes Pond C Paving - $117,588.80 (On budget) . . Radio Rd Intersection Improvements @ Corporate Square Park - $ 77,515.30 (under budget by $1,399.41) ~ . Radio Rd Intersection Improvements @ Livingston Rd - $ 270,436.50 (under budget by $57,607.63) . Installation of Sidewalks on 53rd Street - $ 29,839.00 (On Budget) . Rock Road MSTU - Limerock Road Improvements - $15,466.50 (On Budget) . Airport-Pulling Rd Median Improvements at YMCA - $63,888.84 (under budget) The above projects included earthwork, concrete curb and sidewalk, Iimerock installation and asphalt paving, and Maintenance of Traffic, all ofwhieh were self performed by Quality Enterprises. It is our understanding that the intent of this RFP is for the county to select qualified firms to perform work for Collier County in constructing roadways, turn lanes, formed curbing, ale pads, building pads, sidewalks, footers, block walls, ornamental concrete coatings, tie beams, concrete repair, pool decks, patios, driveways, slabs, continuous curbing, clearing and preparation of site, concrete pumping, columns, keystone-stucco coatings and pavers, asphalt drives and parking areas as well as any and all related walkway or driving surfaces. The scope of work may also include finishing of parking and driveway areas with painting, parking stops or other necessary features to complete driveway or parking areas. As can be seen from the example projects listed above, the Quality Enterprises USA, Inc. team has successfully been providing these services to Collier County for many years and is looking forward to continuing these services for many more years to come. Based on this success, we do not see any issues ~ or concerns of significance with continuing to provide our services to Collier County. Packet Page -679- . . . ~ Florida Department of Transportation RECEIVED SI}/~/J9!J Item 10.0. . CHARLIE CRIST GOVERNOR (\ STEPHANIE C. KOPELOUSOS SECRETARY 605 Suwannee Street Tallahassee, Fl 32399-0450 September 8, 2010 QUALITY ENTERPRISES USA, INC. 3894 MANNIX DR STE 216 NAPLES FL 34114-5406 *REVISED* RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the amount and the type of work indicated below. Unless your company is notified otherwise, this rating will expire 6/30/2011. However, the new application is due 4/30/2011. In aooordancQ wi th S. 337 . 14 (1) l!". S. your nQxt applioa tion JDUS t be filed wi thin (4) IILOnths of the ending date of the applicant's audited annual finanoial statements and, if applicable, the audited interim finanoial statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any "significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative Code. f'. Your oompany's maxiaum capao:i.ty rati.ng has been establ.:i.shed. To access it, please log ~nto the Contractor Prequalification Application System via the following link: https://www3.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DEBRIS kEMOVAL (LM~RG~NCY), DRAINACZ, fLEXIP.~E r~VT~Gi G~AD!NG, HOT PI,ANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, PORTLAND CEMENT CONCRETE PDOT APPROVED SPECIALITY CLASSES OF WORK: SIDEWALKS, CURBS & GUTTERS, DRIVEWAYS AND UTILITIES (WATER, SEWER & FORCE MAIN) AND PUMP STATION. ~ Packet pag"e ~680- us * RECYCLED PAPER ~ ~ ~ 3/8/2011 Item 10.0. QUALITY ENTERPRISES USA, INC. September 8, 2010 Page two You may apply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equi~ment for each additional class of work requested. Sincerely, C:::C?~ ~ Juanita Moore, Manager Contracts Administration Office JM:cj Packet Page -681- ;: <:) .~ ~ ~ ~ .~ ;s ~ ~ ~ (.) ~) ..... .'J ~ 01 ~s ~ (I) ~ ~ ~ .~ ~ t: ~ u ,..-.I .....-.4 (1) > Q) .. ~ '- J2 * S = ~ c Cd S Q) .~ ~ ~ .~ g- .S ] ~ ! u ~ Q) Q) .. ;; ~ ~ s 00 ~ Q.) t:! 0 Q. . ~ .~ E ~.~ ~ ~ ~ (Q J: .~ ~ ~ tI) < Packet Page -682- a ctI t-t tJ"t .UJ E 8 ~ 'P 5=4 ~ 0 M . .... o ..... tl. ctI In 0 t; ..... ns ~ ~ on; _ ::t o 0 ..... ~ tn cP ~ S ...... ..... ~ l-1 . .... ns as 0.. t-t (l) E-t Q ~ nj 0 "'0 . .... '1""4 ...... M () ~ ~ ...... rn s::i o U e tJ.t~ -3 O.~ ;:: l:........ac. Uf - I ; I ~ sa I (II .11 g .! !E ~ 1 .w (.) .. II ....... c: ro '- (!) I en '., ~ c ~ -- t) Q) _~ Q) ,!II - &:. '"U) ~ +-' \,U t- " .J""OI-'- .,~ '<'0 .~"O 8 , ,>'Q) 'Q) C> " >... == ,,, .= " "'I:... ~m \J . c: . ,C:: -- ''-en co to , .(]),~ > .= ,'L- "'C , j,'--- <( co -:c -- L- a - u.. ... ~ ~ I ~ ~ ... ~ -5 ~ ~ ~ ~ ~ $ ~ ~ .~ ,.5 ~:i Q.5 ~ i- i -~ "( '. CJ) 0 0 C'II cD -' 0 u.. ~ r:: 1::, ro 00, 2 -gi5 .o,s Q) ro ~ g LLCl CD " Go a.w =- - -' Wool =- C 00 CIllO IIIiD -= = .. 0:: w.. 'J;I- :c cxt . : ~ "~ AMERICAN TRAFFIC SAFETY SERVICES ASSOCIATION IIfEIIIIDI lifE lInt This is to qffirm that 1D #37 Mr. Terry Quick has satisfactorily completed the Florida Advanced Work Zone Traffic Control Coorse Date Completed:2/612009 Status:Passed Final Location:BrandoD, FL Instructor:Ms. Calberine G. Win Date Refresher Course Required:21612013 . . Packet Page -684- 3/8/2011 Item 10.0. " {\ " ;: Q eN ~ ~ ~ .N ;S ~ ~ ~ U ;:s .~ 0;& ~~ ~ ~ ~ Q ~ ~. eN :s t: ~ u II ,....-4 ~ a) > a) ~ . . r... I .s * !l ~. ~ r:: Cd 0 Q) .'fI'III N e U 0 .~ ] ~ ~ U ~ (J) d) .. oS ~ ~ aJ OJ) 0 Q) = 6 c. e'fl'lll 'i E >.!:I 8 Cd ~ U) ~ ~ ~ ,~ cd ~ ~ rJ"..) < .::.:: Packet Page -685- s (1j M tJl .UJ 0 s:i ~ o ,:l. ...... .... .... M ~ 0 .... .~ o ...... s:l. <<J o en .~ ~ ~ ~ <<I ...... ::I o 0 ...... s:: tn Q) l=4 S . .... ... = ~ .<<1 Ot ~ Q) E-i o = m 0 'tj .~ . o-l ..... ..... U o ::S fZ H ~ rn ~ o U 3/8/2011 Item 10.0. 1 r... .e ..c:l! .... ~ ~ e:! ....e ~~ - .- E ~~! !=e ~a. , (I) Q. ::i~ ~ (,) - ~ ~ I Q, 8 "" E 9 n _ ~ J .-.lea I O '"0 .!! .~ .g I:.......ia ~ a' ~ U~ t ; ~ It ./ --=~~ /....-.-~ c ... ~ .. ~ i:5 = +-' ~ C 0 co .... U .~ C) ~ I C'd ~ 0> . ..... c: () -- u ~ Q) c: Q) ~ 0 '~ -- .r:. -- ::J co ~ OlD ....... .... .f/) 'U ..... ::J =- (Ij .1 (J Q) ~ 0 .... (Ij '"0 U ..... -0 =- .~ -< 0 t: c c.J ~ Q) (J.) C) ClIO ,Q) .+J (,) c: .. .~ 'CD ....., .- .. ;-....~ '. ro c: c: IiiC .- - U (Ij ,.;C "L.. en co ca .,....~ co ..... . . r:: a; ~ ... . ~ Q) '.:c: > I- .. tt: -c ... .0 .~ U <( c a; OD .. E d. ca -c d -- ,,:(' s- a; 0 - _:~ p u.. p' a; en 0 0 ....= N <<:i ...I 0 u.. -~ ~ r:: c: .' m .g ,g . :'.0 . . 2 ..c~ Ii ~ Q) m mO .' " u. S ~ . . " c: '" ~ ~ AMERICAN TRAFFIC SAFETY SERVICES ASSOCIATION mn Rim JIVE um This is to a.ffzrm that ID #37 Mr. Derek Quick has sat~factorj/y completed the Florida Advanced Work Zone Traffie Control Course Date Completed:2/6I2009 Status:Passed FiBal Location :Brandollt FL Instructor:Ms. Catherine C. Wi" Date Refresher Course Required:21612013 ~ t- ~ I": ~ ~ Packet Page -687- 3/8/2011 Item 10.0. . . . RoadSafet' . . . TflA.FFIC SYSTEMS r ~1 Quality Enterprises Roadsafe Traffic Systems will be partnerlng with Quality Enterprises. to provide the linestriping for, Collier County Project RFP 10-5450 Asphalt Roadway, Concrete Curb. Sidewalk, and Driveway Installations". Thank you, Doug Crouse Head Estimator Roadsafe Traffic Systems 8031 Mainline Parkway Ft. Myers, FI33912 Tel. (239)333-4888 Fax(239)3~89 Packet Page -688- 3/8/2011 Item 10.0. r.. f'. " TAB III COST OF SERVICES TO THE COUNTY II 3/8/2011 Item 10.0. Packet Page -689- . . . 3/8/2011 Item 10.0. III. Cost of SetVices to the County o Hourly rates listed below: Cost per hour per employee for regular business hours Monday through Fliday. 8:00 a.m. to 5:00 .m. Foreman/Su rvisor Skilled Worker General Labor $65.00 $60.00 $45.00 Percentage of mark-up over actual cost for materials and parts as per example: 20% Example: Parts invoice Total $1,200 + 35% Markup = $1,620 Actual Price for materials and rts Cost per hour per employee for Overtime and Weekend Hours Foreman/Su ervisor $84.50 Skilled Worker $78.00 General Labor $58.50 r hour er hour r hour Foreman's per hour rate + 2 general laborer's rate + ($1,000 [cost of parts] + % mark-up) = $1.355.00 bid for u ose of evaluation. '" f'. Packet Page -690- II 3/8/2011 Item 10.0. TAB IV 81 AFF/SUBCONTRACTORS CREDENTIALS Packet Page -691- . . . 3/8/2011 Item 10.0. IV. STAFF/SUBCONTRACTOR CREDENTIALS r"\ , The following is the Quality Enterprises Staff which will be ready, willing and able to assist Collier County with their Roadway Project needs. Louis J. Gaudio - Project Manager Paul 1. Moriarty - General Superintendent Richard R. Slicko - Project Estimator Angelo Acevedo - Safety Manager 3894 Mannix Drive Suite 216 Naples, Florida 34119-5406 Telephone: (239) 435-7200 Fax: (239) 435-7202 In addition to the above personnel, RoadSafe Traffic Systems is part ofthe QE Team providing linestriping, signage and parking stop needs. Proiect Plan of ADDrooch For each project that Quality Enterprises undertakes, a thorough review of the plans will be performed by Rick Slicko to determine project cost and estimates to the County. Once projects are awarded, Louis Gaudio will handle the project as the project manager. His task will entail purchasing of materials, permits, creating CPM and submission of same, coordinating subcontractors (if any are required) and direct communication with County personnel and County Engineers. Paul Moriarty will oversee all field operations, including but not limited to manpower, equipment, acquisition of materials, etc. Finally, the project will be visited by Angelo Acevedo to confirm that all work is being conducted in a safe manner. f'. Following are resumes and references for each of the above listed personnel. f"' Packet Page -692- ~ Education: Certifications: Experience: ~ References: ~ 3/8/2011 Item 10.0. , , RESUME LOUIS J GAUDIO - Vice President, Project Management Bachelor of Science - Civil Engineer, 1993 Polytechnic University - New York E.l.l. 10 Hour OSHA Course Project Manager (0712004 - Present) Quality Enterprises USA, Inc. - Naples, FL . Project General Superintendent (12/1999 - 07/2004) Project Superintendent / Engineer (12/1995 -11/1999) Assistant Superintendent (10/1994 -11/1995) Estimator (06/1993 - 09/1994) Petracca & Sons, Inc. - Whitestone, NY Assistant Superintendent (05/1989 - 05/1993) Roman Roads Construction - College Point NY · Collier County Transportation - Golden Gate at 5011 St Drainage & Roadway Improvements Ref: Jim Zuver (239) 253-1999 · US Army Corps of Engineers - Mobile District IDIQ Contract along Coastal Mississippi Ref: Nate Lovelace (251) 802-2010 · City of Naples Stormwater Project's - Various Projecfs Ref: Bob Thomas (239) 253-8279 . City of Marco Island - Reconstruction of South Collier Boulevard - Seaview Court Drainage Improvements - Reconstruction of North Collier Boulevard - West Winterberry Sewer District - South Barfield Sewer District Ref: Mike Daniel (239) 825-9554 Packet Page -693- . . . Education: Certifications: Applicable Training: Experience: References: 3/8/2011 Item 10.0. PAUL J. MoRIARTY - Vice President General Superintendent Green Run High School 1984 Plumbing Mechanical Apprenticeship Norfolk Vocational Technical School 1984-1969 Virginia - Plumbing license OSHA 4().Hour Certification, Hazardous Waste Operations & Emergency Response, Reactives Management Corp., 1992. OSHA 8-Hour Refresher Course, 1993, 1994, 1996, 1997, 1999. OSHA 8-Hour HazWOPER Supervisor Course. 1994. OSHA Confined Space Entry Course, 1997. U.S. Army Corps of Engineers Training Course, Construction QuaYly Management for Contractors (cae) 1997 Maintenance of Traffic Certification, FOOT VICe President (2002 - Present) General Superintendent ( Project Manager (1991 - Present) Quality Enterprises USA, Inc. Naples, FL Plumbing Mechanic (1984-1991) Byler Plumbing Company, Inc. Virginia Beach. VA ~ , RESUME I". I". Collier County - Emergency Repairs Various Locations (2002 thru current) Ref: Pam Ubby (239) 252-6245 District School Board of Colfier County - Emergency Repairs Various locations (2007thru current) Ref: Bill Robinson (239) 249.9974 Collier County - Golden Gate Parkway at SO" Street Ref: Jim Zuver (239) 253-1999 Collier County Stormwaler Project's - Various Projects Ref: Jerry Kurtz (239) 253-7251 City of Marco Island - Reconstruction of South Collier Boulevard Reconstruction of North Collier Boulevard West Winterberry Sewer District South Barfield Sewer District Ret Mike Daniel (239) 825-9554 Packet Page -694- r"\ At 3/8/2011 Item 10.0. p, ,r RESUME RICHARD R. SUCKO - Estimator Education: Bachelor of Science - Construction Engineering, 1971 Associate Degree - Architectural Engineering, 1969 Purdue University Certifications: Experience: ~ Projects: ~ References: Management Courses, 1976-19n University of Washington Florida Oept. of Transportation Courses, 1985-1988 Miami-Dade Micro Computer Institute Maintenance of Traffic - Traffic Control Supervisor, A TSSA, 1999 Vice President (2003 - Present) Estimator J Contracts Administration (2002 - Present) Quality Enterprises USA, Inc. General Superintendent (1999-2002) Cross Country Underground - Naples, FL Superintendent (1996-1999) Better Roads, Inc. - Naples, FL Construction Manager (1994-1996) Naples Road Building Corp. - Naples, FL Estimator' Project Manager (1993-1994) Florida State Underground - Naples, FL I . I Collier County, Vanderbilt Beach Road, Naples. FL - Box Culverts City of Fort Myers - Community Park ConstructiOn Southwest Regional Airport, Ft. Myers, FL - Taxiway Resurfacing City of Marco Island - Storm Drainage Improvements - multi sites Big Cypress Nat'1 Park - Scenic Corridor Visitor Safety Highway Improvements Big Cypress Nat'l Park - Asphalt Parking Lot City of Naples. Naples Landing Park - Sidewalk Construction US 41, Collier County FL - 11 Mile Widening & Resurfacing SR 29. laBelle FL - 10 Mile Widening, Bridge Modifications & Resurfacing US 41, Ft Myers FL - 3 Mile 16 Lane Construction & New Bridge Airport Rd, Naples FL - 5 Mile /6 Lane New Drainage Uvingston Rd, Naples FL - 9 Mile /6 Lane Roadway Construction Immokalee Rd, Naples Fl- 4 Mile /4 Lane New Drainage & Canal Modification Palm River, Naples FL - Bridge Reconstruction Collier County Engineering, Daryl Hughes (239) 252-2317 or (239) 877.8146 City of Naples Public Works. George Archibald (239) 213.5003 City of Marco Island, Mike Daniel (239) 825-9554 Packet Page -695- Education: Private Investigator/Security - 1991 Central Investigation & Security - Salt Lake City. Utah Criminal Justice General law Enforcement -1987 Wil&am Paterson College - Wayne, New Jersey Diploma - 1983 Passaic County Tech High - Wayne, New Jersey Experience: Safety Manager (0512006 - Present) Quality Enterprises USA. Inc. - Naples, FL Forklift Driyer I Safety (2004 - 2006) Mohawk Industries, Inc. - Fort Myers, Fl Forklift Driver (2003 - 2004) Dean Steel Buildings; Inc. - Fort Myers. FL Safety Assistant Manager (1996 - 2003) A & M Contractor Co. - PatelSOn. NJ Quality ControlfSafety Management (1995 - 20(2) Garden State Paper Co. - Garfield, NJ 2009 Workzone T raffle Control 2007 OSHA 30 Hour Trairing Course 2006 Asbestos Contractor / Supervisor Course 2006 Master Trainer CoulSe - Hazcom, Fall Protection, Sling/LadderlLifting Safety, Emergency Response, Bloodbome Pathogens, Safety Orientation, LockoutlTagout, and Powered Industrial Trucks 2006 Microbial Remediation for the Asbestos Supervisor - 32 Hour Course 2006 Mutt CPR I AED - American Red Cross 2006 First Aid - American Red Cross 2006 Trench Safety Program - National Utility Contractors Association 2004 Safety Awareness for Forklift Equipment 1998 First Response Team - Bergen County Policy & Fire Academy 1997 Forklift Safety Training 1991 Bail Enforcement Agent - Bail U.S.A. City of Marta Island, Mike Daniel (239) 825-9554 Collier County PUED, Diana Dueri (239) 252-4218 Liberty Mutual Loss Control Service Director, Mark Irvile, CPCU (407) 389-8325 '" . . Certificatiolls: ReFerences: . 3/8/2011 Item 10.0. RESUME" ANGELO L ACEVEDO - Safely Manger (Bi-lingual) f'. Packet Page -696- 3/8/2011 Item 10.0. TAB V CORPORATE EXPERIENCE AND CAPACITY CURRENT WORKLOAD II Packet Page -697- . . . 3/8/2011 Item 10.0. V. CORPORATE EXPERIENCE & CAPACITY CURRENT WORKLOAD (\ Our current work load will have no effect on our ability to perfonn work under this proposal. Quality Enterprises has the ability to add manpower and equipment as necessary to fulfill contractual obligations to all owners. This ability lies in the fact that we can pull needed manpower and equipment from our Virginia office as needed. We have attached for your review the projects that Quality Enterprises has completed for Collier County over the last several years. In addition to this work listed, Quality Enterprises has successfully completed millions of dollars of work for City of Marco Island, FDOT and Naples Airport Authority, to name a few. Following is a list of some of these projects which demonstrates our ability to perfonn work under tight schedules and budgets. City of Marco Island - Reconstruction of South Collier Blvd - Installation of underground utilities, roadway stabilization, limerock installation, curbs and sidewalks and asphalt paving. Achieved $200,000.00 early completion bonus for Phase I of project FDOT - SR82 Ramp Improvements - Widening of 175 Exit Ramps to SR82. Project included roadway stabilization, limerock installation, asphalt milling and placement of asphalt. Achieved a Contractors Past Performance Rating Grade of 102, highest grade possible by FDOT. f'. NAA - Taxilane '"E" Extension. Project included earthwork, stabilization, installation of limerock and placement ofP401 asphalt mix. The vast majority of the above work was self performed by Quality Enterprises. The only work that was subcontracted was line striping, landscaping and irrigation. All of these projects were managed and overseen successfully by the personnel listed in Tab IV of this RFP. In addition, alllinestriping and signage for these projects were done by RoadSafe (formally known as Trutwin Industries). Quality Enterprises has provided these and similar services to owners for nearly 40 years. Currently, Quality Enterprises employs over 60 personnel out of our Naples office. In addition, we are currently bondable up to $50 million with FDOT and are state approved to provide services in underground utility, roadway construction and intermediate bridge work. f' Packet Page -698- At ~ ~ "0 C8 .2 t: ~ - c: ~ d ~ .- u ca Q. ~ "0 s::: ca ~ c:: .Q) t: CD ~ UJ .e e o e- B s ~ C IV .!: VI U ~ O~n") ~ ... lI) 0 .J:2 E ~ z ..... u lI) .0' ..... ... VI Q. 0 n;u c u: 0'1 n"! m N _....1Il ~ lI) cri ._ QO r-.. ~"'C CO .- ~ ~ Oa:l~ "'C Q) c ~ UJ Cl -e Q) IV .... .... 1'0 V'lCl .,; t; IV 0' .. ~ .... c ! ... :s u cJ .5 ~ :::) '" IV III ..: ~ ... IV .... C L&.I >- :t= ii a C <II o ..... .... :p c .~.g- ~ e ~ ~ Q. Q) e o 0. E 8 Lri C"I r-.. ...t III 00 ID oV). .-4 .-4 o N - .-l ....... 1"01 CO o o N - 1"01 - 1"01 c5 III .... on UJ ~ C" <( o o rtici .!:o ....0 n;o III III Rzt e >-.-l Q. 1: UJ ~ > 0 IV U "'C Q) Q)J:: "0..... ._ "0 > Q) o > ~ ~ =a- Q) ..... u Q) '0' ... ~ 8 u:i III o ....: .-l .-l ...i oV). 8 ~ 1"01 rtl III .-4 ...i -V). .-l .-l o 1"01 ....... o m - .-l o .-l o N - .-l - ID c o :p III ... o ..... III Q) 0::: Q) .S W ~ o C .!: 0 V'l-,p VI IV lJ .~ IV:O -I IV ..... .... III V'l ~"O o C u.. 1'0 o 8 ...; .-4 r-.. ID en - 1"01"0 ~ Q) ~'tl Q) 'e- 0. - ~ .... .... r-.. <.D C"I 1"01 N oV). .-4 .-4 o 1"01 ~ .-l - m o .... o N - III .... ~ t: o VI 0. C ... 0 ~ .~ u ~~ 0"'0 'OJ 0 ~ ~ ... > 111 ..... :E~ ~~ Q) >- ~ ~ ~5 ~ 0:: .... ~ III ~ III ,...: o::t m oV). o q r-.. o o::t ID o::t m oV). .... .... o N C5' ~ .-l o .... o N - .... - co > .1:: .u IV u.. UJ I- ~ u.. -I '^ Q) a. n:l z W 0::: ~ 3: o =a- ll) .... u Q) '0' ... ..9: o o ci o o g en oV). o o ci o o g C"I 'In- .... .... o N C5' $ o .-4 o ~ r-.. ....... C"I ~ ~ ::::J U-' Q) u.. III C E 8. .!!! ~:!: o:::~ t;'E n:l :::l u.. 3: -e Q) 0 z 8: QO ~ C III :e ~ o III o.a:l e8 OV'l ::I: :::l Packet Page -699- o o o N ~ Lri' N C"I rtl 'In- o o N o N Lri' 1"01 en rtl oV). .-4 .-l o 1"01 - o 1"01 ....... ('t) o .... o N ....... ID 1"01 ....... o .... C o :p III ... ~~ lI) 0::: ..c u III Q) CD III n; ~ bll IV U II> III Q. ... Q) "0 ... o .)t(. VI IV I- >- E ~ V'l :::l o - "0 Q) 'tl Q) .e- 0. - o q 1"01 N .-4 rtl o::t o::t ui -V). o o N 1"01 .... rtl o::t o::t ui 'In- .... .... o N _. o m - .-l o .... o N - III .... - .... "C c: 1'0 lI) ... ~ 1:) ~ ... ~ lI) QlI IV 1"01 C u 'iij ...... cC? Q) 6: ~ -' 0:::_ ~ ~ I III >J:: E Q. ... Q) <C g,! ~~ 3/8/2011 Item 10.0. o =a- ll) t; 111 .e- E: o o ~ o::t t:1S ID LI\ u; 0(/). 8 ot:f 0'1 o::t ryj ID III Lri' oV). .... .-l o N ~ .-4 ~ o .-4 o N ~ .... - N n; C IV U Q) ~ C o "'C C o -IN '0 > . E ~ ... .-4 <C> ~~ 1"01 8 en r-.. .... oq' N III N .-4 oV). o o iii an .-4 ~ oq N .-l -V). .-l .... o ~ ~ o .... o ~ .... ~ .!!! n; ~ l- t: o c. ... ~ .... C e - lJ IV -'.-4 '0 > . E~ ... .... <C> V'lQ. :::l-l TAB VI CUSTOMER AND REFERENCE LISTING - Packet Page -700- .... 3/8/2011 Item 10.0. J ~ ~ ~ ~ ~ ~ U) ::J LIJ o ai Bi Hi a:: ~ oq:: Iii ~ E ~ o S 0) II) e CD ~ j3 E -g ~~ CD.a 13 0~~ ~ ~ ~~ CUCD_ Q) e ~ IE216 ~ ~~E ~ i ~ scu161 ~ ~~a ~~ Ze ~~i~~~ ~~ 0~~ ~CD $~ ~~E~-e~ ~I~ 'S ~ as !: i C ~ 15.! ~ ~o.. ~ Q) eeE 2.0!4!. ~(,,)Pc.as ~ ~~!~g~ ~< ~~~~I~ ~~ ~B~~~~~c~ ~~~:asB~m~ UenCD2:-COli)=~>- .asO)t:Z ~Oll')m ~~~as~!g~~ ~I~~ifig~ ~I~i~~~~~ ~~~I~i~~~ iQ."OLL.~i!:Q)-1z ~lnJ::e~~'~as E~,' g::::lW 0) '~t:_o_co 'C5. ~~!~!~E~::t g~eS~~~~~E Q)~~~~~2~~ ~~8~~~~~~~ ~~i~~ouOO m~~ s~~m~u CI) ~~mE~o..~CD~asl~~S=O~as~ E ...... m 0 'C .~ ~ 0.. e e 0 - en en e li) C 0 .0 ~~m::tC~o..<::tS~co..~~=~~c~ ch .5 1ii CD = C" l!! .sa U. 0.. a: .sa = ~ .r:: == ~ J2 CI) Q. 8 en "0 c:: co CD .1:::1 en ~ S 'E .iij - o II) ~ .~ CD II) 'C ~ .g ~ f6 ~ en CD en '1:: e- s I:: W ~ 16 = o ~ u i Q .f!3 c: .5Ii! <3 '0 - .sa co -~ 0) c:: .i .Q J2 ~ Q) I:: ~ ~ .5Ii! 8 C @ m ~ E Il') co E ~~~ ~ CD ...t" 0) _D...N'1f ~..JI.O~c NI.Oj3 C:'Cmd>c:: 0=(")(")= UUNNU 2 ...... .a -s ~ LL. c>> 'C c:c c CD E CI) ~ c ca :E ! ~ - "i! -m != ca E 8 .m~ ~ E...... c:_~~ 8~i~ -~.ewm 5i -92 ~..- 0. =oo.>gca uuc(")z Q) c:: > o Li! (? 0.. .5Ii! ~~i -aCON "ECOCl) ONS ~~"E 0-8 ._ 0) "3~= ..., "-'".~ II) ~ .~ ~ l:CI) ~~ &.8(!; ~i""" !!!~~ 1-01tl ~:J::'!:! ~i:6 (; 8~U: ~ ~ en .5Ii! Il') ~ - co a. ococo UNZ E 8 ~ II CI) 0. en co ~ c 1ij~@ ~OCD ~ Il') en (1)- , ~ (")16 0)..... .:0.:: 2> C':'I !!! e::: 0)_ ~~ ~ Q) ~N ._0 u...... enCl)~ ~"O ~.j!! Li Z ~ _ 'Oii:.m >'0 Q. :!: <iO ca U(")Z Packet Page -701- 3/8/2011 Item 10.0. ur .:0.:: ~ 1 15 .~ CI) 0) e~:2 'C ~j~ .E -g .e .e ~ in ~ B ..a.. 15oCl) 0 ==c1i; 0 -01:. . 8 ':.;::I u..: I.() CD (,,) C - ..... E .c~8~ ~= ~ecn.s8!;;s _8:!0N"':"C ~~~8=E~:I :8_'0 >.~ ~"9 uocca':::Je .s"g e~8>m 8 en.->=mo _ s.~~-e::!a;~ (,,) C '0 'C "C - .~ ~ 8 5 ~ ~8 cf ~ ~ = ;:; ~ ~ C <0 en "~ Q)~~ .2~@) (V1l')- C N.S!.! COc CD c>> <0 ~(")'O ~NE Il') ...,. "'OCD~ l: > ra.c wcit QCD - ~-'O .m~: ~'O- o~~ ~om UIl')::::E 3/8/2011 Item 10) T AS VII ACCEPTANCE OF CONDITIONS Packet Page -702- II ~ r9 ~ 3/8/2011 Item 10.0. VII. ACCEPTANCE OF CONDITIONS INSURANCE REQUIREMENTS: 1. Indemnification - Based on our Insurance Agent's previous conversation with Mr. Jeff Walker in the Collier County Risk Management Department, It Is understood that all liabilities assumed under the indemnification clause in this contract are not covered by insurance. In other words, the liabilities assumed under this Indemnification clause are broader than those covered in insurance contracts. The terms and conditions of ISO forms preclude covering ALL liabilities. The points described above are submitted as points of clarifICation and do not represent material exceptions to the insurance requirements in this contract. Packet Page -703- 3/B/20llltem lOJ TAB VIII REQUIRED FORM SUBMITTALS Packet Page -704- II ~ ~ ~ 3/8/2011 Item 10.0. Attachment 1 Collier County Board of County Commissioners Purchasing Department Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces Indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: [!I [!] The Proposal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. iii [X] Any addenda have been signed and included. The mailing envelope. has been addressed to: Collier County Board of County Commissioners. Purchasing Department, Building "G" 3327 Tamiami Trail; East Naples, Florida 34112 Attn: Brenda Brilhart, Purchasing Agent The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ~ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Quality Enterprises USA. Inc. Address: 3894 Mannix Drive. Suite 216 City, State, Zip: Naples, Florida 34114-5406 Telephone: 239-435-7200 Email: LGAUDIO@QE-USA.COM c::-~ Representative Signature: Representative Name: Date 1'] 170 /10 w . Louis J. Gaudio. Vice President RFP 10-5450 25 Packet Page -705- 31.~/20111tem 10.0. Attachment 2 Vendor's Non-Response Statement . The sole intent .of the Collier County Purchasing Department is to issue solicitations that are clear, concise and op"enly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. r'\ If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this RFP for the following reason(s): o o o o o o . o Address: Services requested not available through our company. Our firm could not meet specifications/scope of work. . Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: 0- Other reason(s): Name of Firm: City, State, Zip: Telephone: Email: . Representative Signature: Representative Name: Date ("- RFP 10-5450 26 Packet Page -706- 3/8/2011 Item 10.0. Attachment 3 1 Conflict of I nterest Affidavit By the signature below, the firm (employees, officers andlor agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts conceming past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers andlor agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers andlor agents) agrees to immediately notify in writing the Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract andlor project duration. Firm: Quality Enterprises USA, Inc. (!6-~ Signature and Date: Print Name Louis J. Gaudio Title of Signatory Vice President State of ~ounty of Florida Collier SUBSCRIBED AND SWORN to before me this 20th by Louis J. Gaudio day of December ,2010, , who is personally known to me to be the - for the Firm, OR who produced the following Vice President identification N / A 1')1w; ~ Notary Public MARCIE L COHEN MV COMMISSION It DO ll40581 EXPIRES: FebI1l8lY 11, 2014 Bonded ~.~ol8ry P~bIIc UIIlIerwrIen; ~ RFP 10-5450 27 Packet Page -707- 3/8/2011 Item 10.0. Attachment 4 . Vendor Declaration Statement o BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP NO.1 0-5450 -- "Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations" Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed by RFP # 10-5450. . f'. (Proposal Continued on Next Page) . o RFP 10-5450 28 Packet Page -708- 3/8/2011 Item 10.0. PROPOSAL CONTINUED .-....IN WITNESS WHEREOF, WE have hereunto subscribed our names on this -2.Q.th day of December r ~ County of Collier , in the State of Florida. Firm's legal Nam.e: Quality Enterprises USA. Inc. Address: City, State, Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number Telephone: FAX: Check on of the following: Signature by: (Typed and written) Title: ~Send payments to: .~reqUired if different from above) Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: OffIce servicing Collier County to place orders (required If different from above) Contact name: Title: Address: City, State. ZIP " Telephone: RFP 10-5450 , 2010 in 3894 Mannix Drive, Suite 216 Naples. Florida 34114-5406 F95000002550 54-0947002 239-435-7200 239-435-7202 o Sole Proprietorship D. Limited pa~ ~ ~ '-y--~ Lou s J. Gaudio Vice President IX! Corp or P. A. State of Virginia D General Partnership Additional Contact Information Company name used as payee Email 29 Packet Page -709- 3/8/2011 Item 10.0. . Attachment 5 Immigration Affidavit Certification (\ RFP #: 10-5450 Title: Asphalt Roadway, Concrete, Curb. Sidewalk and Driveway Installations This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITS's) and Request for Proposals (RFP) submittals. Further, Vendors I Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to Include this AffIdavit and acceDtable evidence of enrollment in the E-Verifv Droaram. shall deem the Vendor I Bidder's DroDosal as non-resDonslve. Documentation of these requirements will not be accepted after the bid I DroDOSal deadline date. Collier County will not intentiol)ally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act rINA"). . . . . Co/lier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System e(E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's I Bidder's proposal. o Company Name Quality EnterprfReR USA, Tn~_ Print Name Louis J. Gaudio Title v; {"I> Pr9ddeut Signature '~---:R----? Date 12/20/10 State of Florida County of (:011 i er The. foregoing instrument was signed and acknowledged before me this 20th 20 10. by LOlli A.T r.s:lI1IH n (Print or Type Name) ~ --1. I day of December who has produced N I A - Known as identification. (Type of IdentifICation and Number) Notary Public Signature . MARaEL COHEN MY CQMIISSlON I DD 940581 EXPIRES: February 11.2014 Bonded ThnI NoIIry PuIIlic u~. Printed Name of Notary Public DD 940581 2/11/14 Notary Commission NumberlExpiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy . of this affidavit to interrogatories hereinafter made. 0 RFP 10-5450 30 Packet Page -710- EmployerWizard 3/8/2011Itel'!J 10.0. ...............a ...... ,';/~!~1 , .. ." :. ....k_ UMt III tMt~..... . . ErnpIoym8fitEIigIbHtty~1on EILEEN urtLE'rON ELllll661 l();23 AM.- 10/19l2O'O Loo()l~t ~~:~~\'J!~:~~~~~__~i.~~;,~~:t,~~t'~.*.mll'J411,llU~I!lI!lmLIJI1 :nlUliUIJI.;I: r91fi- ~ ~ Horn. My Cas.. New Case View Cases My Profile Edll Profile Change Password Change Securily Ouesli()t$ Illy Company Ed~ Company Profillt Add New User Vlllwfllis!mg u~ Close Company AccouI1l My Reports V18W Repons My RKOUl'Ces VieYI Es.sent,iIl Resources Take Tulonal "'_ USIt< Manual Contacl Us Company Information Company N~: OUAUTY ENTERPRISES USA. tNC ;;~t~c,0M;%.:\ ':~:,;~*;'it:2.~iJ{~.t\f':;"i*gW~*it~~(G~~:\~~~~~-?J'k.~o/g::~~~~.~b~;~~.I.~.1 m~LI.U 1lI '1. tl s Del>a<1I'1"U rt H~I:md SK1J~l\i ....w"",,"" \} S Crt.:lltltm 11M IMmlll!81l~ S<If>I,'", ,_"U$"'" 'l(W AecesslbllltV ~ v.__ Company 10 Number: DolngBulllness As (DBA) Name: DUNS N.umb8r: 234219 PhyBJcal Location: Add,... 1: Addt... 2: City: , State; · Zip Code: County: Mailing. Address: Add,.. 1: Add.... 2: City: State: Zip Code: 208 TINTERN CT CHESAPEAKE VA 23320 CHESAPEAKE CITY Additional information: Employer ldentffleatlon Number. 540941002 Total Number of Empk)y...: 10010499 Parent Organization: Administrator: (,'IUALlTY ENTERPRISES USA INC Organization Designation: Employer Category: Federal Contractor without FAR E-Verify Clause HAICS Code: 238 . SPECIAL TV TRADE CONTRACTORS Total Hiring Sit..: TOIal Points ot Contact: :I iF,-; " . , ~f" https:/le-verifY.uscis.gov/emp/EmployerWi7-8rd.a..o;px Packet Page -711- 10119/2010 3/8/2011 Item 10.0. . cJt. Cmmt,y '- ~~ -- Ac:IrTinislrati Services Dvision Purchasing AttachmentS o Affidavit for Claiming Status as a Local Business RFP #:16-5450 Asphalt Roadway, Concrete, Curb, Sidewalk and Driveway Installations (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business !XI Collier County D Lee County . Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI, of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time ofsubmitting their bid or proposal to be eligible for consideration as a "local business" under this section. '" Vendor must complete the following information: Year Business Established in IXJCoIlier County or D Lee County: 1994 Number of Employees (Including Owner(s) or Corporate Officers): 165 Number of Employees Living in !XI Collier County or D Lee (Including Owner(s) or Corporate Officers): 2q If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Quality Enterprises USA, Inc. Signature: ~~ ~ ouis J. Gaudio STATE OF FLORIDA IKJ COLLIER COUNTY 0 LEE COUNTY Date: 12/20/10 Title: Vice President . Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 29~a~ .2010. Notary Public My Commission Expires: 2/11/14 (AFFIX OFFICIAL SEAL) (' MAROEL OOHEN M'f 0()II,lI88l0III' DO 940681 EXPI_ FIbrUaIY ii, 2014 Bonded TMl MetIly NlI\c....... Packet Page -712- RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. r9 .:.:.I,n.:ktiQ.;t:"~n";;TYH'.~"..'." 1. 18I Worker's Compensation 2. 18I Employer's liability 3. 18I Commercial General Liability (Occurrence Form) patterned after the current ISO form 4. [gJ Indemnification! ~ 4. ~ Automobile Liability Attachment 7 Collier County Florida Insurance and Bonding Requirements "A.q...I~~'m~'>,;';' ,<'"'.' . ':,' . ,. Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements $1.000.000 single limit per occurrence Bodily Injury and Property Damage $2.000.000 single limit per occurrence To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorlVendor/Consultant or anyone employed or utilized by the ContractorlVendor/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. $ 2.000.000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. 0 Other insurance as D Pollution noted: Occurrence 6. 0 Bid bond ~ 7. ~ Performance and Payment Bonds $ -Per o Professional Liability $ Per Occurrence . $ 500,000 each claim and in the aggregate . $1,000,000 each claim and in the aggregate . $2,000,000 each claim and in the aggregate o Valuable Papers Insurance Occurrence $ Per Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposets receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a 32 Packet Page -713- . . . RFP 09-5197 Annual Contract for Roadway Contractors 3/8/2011 Item 10.0. surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A." or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. [8J Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. (" 9. [8J Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. [8J Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate.'must read "For any and all work performed on behalf of Collier County. NOTE: The "Certificate" should read as follows: · For any and all work performed on behalf of Collier County. · Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate. 11. [gI Thirty (30) Days Cancellation Notice required. ("\ Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Quality Enterprises USA. Inc. Date 12/20/10 Vendor z~ .~ Signature J ~ Print Name Louis J. Gaudio. Vice President Insurance Agency Rutherfoord Agent Name Herb Moss Telephone 757-456-0577 Number ("- 33 Packet Page -714- STATE OF FLORIDA 3/8/2011 Item 10.0. DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 (850) 487-1395 MURRELL, BOWARD J JR QUALITY ENTERPRISES USA, INC. 2827 SILVERLEAF LN NAPLES FL 34105 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque resnturants, and they keep FlOrida's economy strong. ~' , ~~"'I ~ Every day we work to improve the way we do business in order to serve you better ,:;1t;;.;:~,\~'" For imormation about our services, please log onto www.myfloridalicense.com. ;g;;~:;: There you can find more information about our divisions and the regulations that :1/:,',", impact you, subscribe to department newsletters and learn more about the ;;i'i~F:.' ~:::::::~~:::~rtment is: License EfficienUy, RegUlate .Fair~. We i:.~~J:r~;{;~f~'({i:,':,;\~~:~;~J?;"il;i.~~'~.!~;~t~.Jt~~~,~:/2':~:(J\:.'E:...;......~:.,..i.., :':,..: ' lIstantly strive ~o serv~ you l?etter ~o that you can se~ your customers.. . ,:t!;_b~' , . ..('7"",., ..., '~':"";_i.:~9'$.jj, Thank you for dOIng bUSIness In Flonda and congratulatIOns on your new license! ,',':'- ,:,:,~."';:,"';:,;c'-rl~r""_"'::'~:@~IUN;t.ui:' , }~,'i;'~,~~~i;:~!t~:'~~~'}SSS'.,:.:{;\i~~?L;,';~~",~,:!~;~~!~~,-,b',:;;W{~t){,o:;~ DETACH HERE STATE OF FLORIDA DEPARTMENT 011' BUSINESS AND PROP'ESSIONAL REGULATIv~/8/2011Item 10.0. CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE P'L 32399-0783 (850) 487-1395 o MURRELL, HOWARD J JR QUALITY ENTERPRISES USA, INC. 2827 SILVERLEAP LN NAPLES P'L 34105 Congratulationsl With this license you become one of the nearly one million ~~' Floridians licensed by the Department of Business and Professional Regulation. (;,~-: Our professionals and businesses range from architects to yacht brokers, from~r' boxers to barbeque restaurants. and they keep Florida's economy strong. ~X' .,.'1./ 't.,.,.. Every day ~ work to Improve ,the way we do business in order to serve you betler:~,1;: c'" For InformatIOn about our services, please log onto www.myfloridalicense.com. ~,~~~;: There you can find more information about our divisions and the regulations that h,'.,.- impact you, subscribe to department newsletters and leam more about the Department's initiatives. .mission at the Department is: License Efficiently, Regulate Fairly. We tantly strive to serve you better so that you can serve your customers. nk you for doing business in Florida. and congratulations on your new license! DETACH HERE 3/8/2011 Item 10.0. ~ LOCATION: 3894 MANNIX DR #216 ZONED: COMMlPUD BUSINESS PHONE: 435-7200 STATE LlC: CB CA57231 COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 001263 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: 'NWW.c:oUiertax.c:om THIS RECEIPT EXPIRES SEPTEMBER 30, 2011 DISPLAY AT PLACE OF BUSINESS FOR PUBUC INSPECTION FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. ;:::;F'_ THIS TAX IS NON-REFUNDABLE - ENTERPRISES USA,INC. LL. HOWARD J JR FL 34114-5406 NUMBER OF EMPLOYEES: 31-40 EMPLOYEES CLASSIFICATlON.:BUILDING CONTRACTOR CLASSIFICATION CODE:. 05104804 This document is a business tax only. This is not certjf~1'i It does not permit the licensee to violate any existing .,." nor does It exempt the licensee from any other taxes orpe DATE, AMOUNT RECEIPT 07/1312010 72.00 1515A~ ;.. ~ ~4'Nf ~, :&t ~ LOCATION: 3894 MANNIX OR #216 ZONED: COMMlPUD BUSINESS PHONE: 435-7200 STATE L1C: CUC 057398 COL1.IER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 013830 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE. NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: wwW. colliertax. com THIS RECEIPT EXPIRES SEPTEME$ER 30,2011 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. .. ,. . ...:. THIS TAX IS NON-REFUNDABLE - NIX OR#216 FL 34114 - 5406 NUMBER OF EMPLOYEES: 31-40 EMPLOYEES CLASSIFICATION:UNDERGROUND UTIUEXCAVA T1NG CLASSIFICATION CODE: 05102804 This document is a business tax only. This is not certification;ttl$t' . ~ It does not permit the licensee to violate any existing !"e9Ulalorrzcming. ....... ~s it exempt the licensee from any other taxes or permliS that maybe DATE AMOUNT RECEIPT 0711312010 72.00 1516..w ~4'Nf~' ~49 Packet Page -717- 3/8/2011 Item 10.0. State of Florida J J Department of State I certify from the records of this office that QUALITY ENTERPRISES USA, INC. is a corporation organized under the laws of Virginia, authorized to transact business in the State of Florida, qualified on May 25, 1995. The. document number of this corporation is F95000002550. I further certify that said corporation has paid all fees due this office through December 31, 2010, that its most recent annual report was filed on February 5, 2010, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of Florida, at Tallahassee, the Capital, this the Fifth day of February, 2010 ~ Secretary of State Authentication ID: 900168086459-020510-F95000002550 To authenticate this certificate, visit the following site, enter this ID, and then follow the instructions displayed. https:/Iefile.sunbiz.org/certauthver.html Packet Page -718-