Loading...
Agenda 10/08/2019 Item #16C 1 (Contract #14-6213 WO w/Haskins, Inc.)10/08/2019 EXECUTIVE SUMMARY Recommendation to approve a $292,908 work order under Agreement No. 14-6213 to Haskins, Inc., to install a new potable water main to serve the Resource Recovery Business Park (“RRBP”) and a temporary raw water main to support construction of the leachate deep injection well for the County landfill. OBJECTIVE: To install a new potable water main to serve the Resource Recovery Business Park (“RRBP”), including the construction of the leachate deep injection well (“DIW”), and future government facilities such as the Sheriff Forensic/Evidence Building, Collier County Centralized Inventory Facility and Government Operations Facility. CONSIDERATIONS: The County intends to construct an 8” temporary and a 12” permanent water main from a nearby raw water well to provide a water source for the drilling of a deep injection well (DIW) to dispose of leachate from the County landfill. The use of raw well water versus potable water for the construction of the DIW will save the County money; neither water line will be utilized to convey leachate from the County landfill. Once the DIW is constructed, the 8” water line (funded by 70219) will be abandoned and the 12” water main (funded by 70167) will remain and be connected to the existing 12” water main currently in place along City Gate Boulevard North. The 12” permanent water main funded by the Collier County Business Park project (70167) will service the government facilities scheduled to be built in the RRBP. The water main will be constructed in accordance with plans and specification provided by Davidson Engineering (see attached). Construction will include installation of the following utilities: • 600 linear feet of 8” and 1929 linear feet of 12” CL200 DR14 PVC Water Main. • Required water appurtenances per approved construction plans inclusive of valves and fittings, blow off devices and fire hydrant assembly. The County advertised Request for Quotation “Water main for the Leachate Deep Injection Well” on April 26, 2019 and distributed it to all contractors on the County’s Fixed-Term Underground Utilities Contract No. 14-6213. Four of the five contractors on that contract submitted quotations by the May 21, 2019 deadline, as summarized in the below table: VENDOR QUOTE Haskins, Inc. $292,908.00 Kyle Construction, Inc. $358,281.00 Quality Enterprises USA, Inc. $368,613.04 DN Higgins, Inc. $396,342.10 County staff determined the lowest bid to be fair and reasonable and recommends awarding the attached work order to Haskins, Inc., the lowest, responsive and responsible vendor. In the attached letter dated June 6, 2019, the design professional, Davidson Engineering, recommends awarding the work order to Haskins Inc., who has a satisfactory performance and warranty record on previous, simil ar, utility-related projects. A ten percent (10%) allowance in the amount of $26, 638 has been included for owner-directed additional work that may include but is not limited to un-located utilities and unknown site conditions. The price for any additional work will be negotiated prior to commencement in accordance with the County’s 16.C.1 Packet Pg. 832 10/08/2019 Procurement Ordinance and the terms of the agreement. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2020 Capital Budget approved by the Board on September 19, 2019. The source of funding is the Solid Waste Fund (474) Leachate Deep Injection Well Project (70219) and Water/Wastewater/Transportation Fund (412/414/310) Collier County Business Park Project (70167). PROJECT COST Collier County Business Park (70167) $271,908.00 Leachate Deep Injection Well (70219) $21,000.00 TOTAL $292,908.00 GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve a $292,908.00 work order under Agreement No. 14-6213 to Haskins, Inc., under Project Number 70167, “Water main for the Collier County Business Park,” and Project Number 70219, "Leachate Deep Injection Well," which includes installing 2,500 feet of 8 -inch and 12-inch water main in the Resource Recovery Business Park located off City Gate Boulevard North. Prepared by: Dayne Atkinson, Project Manager, Solid and Hazardous Waste Management Division, Public Utilities Department ATTACHMENT(S) 1. 12 in WATER MAIN BID Summary (PDF) 2. Haskins - Watermain Bid PACKAGE (PDF) 3. 2019-06-06-SDC Bid Letter Contractor Approval (PDF) 4. RFQ 14-6213-Quote Analysis rev (PDF) 5. Signed WO - Haskins - Watermain for DIW 2 (PDF) 6. 14-6213 Haskins_Insurance_9-13-2019 (PDF) 16.C.1 Packet Pg. 833 10/08/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Doc ID: 9766 Item Summary: Recommendation to approve a $292,908 work order under Agreement No. 14- 6213 to Haskins, Inc., to install a new potable water main to serve the Resource Recovery Business Park (“RRBP”) and a temporary raw water main to support construction of the leachate deep injection well for the County landfill. Meeting Date: 10/08/2019 Prepared by: Title: Project Manager – Solid and Hazardous Waste Name: Dayne Atkinson 08/14/2019 5:33 PM Submitted by: Title: – Solid and Hazardous Waste Name: Kari Hodgson 08/14/2019 5:33 PM Approved By: Review: Procurement Services Sandra Herrera Level 1 Purchasing Gatekeeper Completed 08/15/2019 9:10 AM Solid and Hazardous Waste Kari Hodgson Additional Reviewer Completed 08/19/2019 6:16 AM Procurement Services Ted Coyman Additional Reviewer Completed 08/19/2019 11:09 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 08/21/2019 4:25 PM Procurement Services Evelyn Colon Additional Reviewer Completed 08/22/2019 9:52 AM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 08/26/2019 1:28 PM Public Utilities Department Drew Cody Additional Reviewer Completed 08/27/2019 3:21 PM Corporate Business Operations Swainson Hall Additional Reviewer Completed 08/28/2019 2:42 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 09/04/2019 8:00 AM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 09/04/2019 8:34 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 09/04/2019 3:10 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 09/13/2019 1:06 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/13/2019 1:14 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/13/2019 5:05 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 09/16/2019 2:37 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 09/29/2019 5:40 PM 16.C.1 Packet Pg. 834 10/08/2019 Board of County Commissioners MaryJo Brock Meeting Pending 10/08/2019 9:00 AM 16.C.1 Packet Pg. 835 Davidson Engineering 4365 Radio Road, Suite 201 Naples, FL 34104 Quantity Unit Unit Price Total Price 1 Mobilization 1 LS 15,000.00$ 15,000.00$ 2 Construction Stake-Out and As-Builts Survey 1 LS 8,800.00$ 8,800.00$ TOTAL INITIAL SITE WORK CONSTRUCTION 23,800.00$ Water Utilities 3 Temporary 8" CL200 DR14 PVC 600 LF 35.00$ 21,000.00$ 4 12" CL200 DR14 PVC 1,929 LF 55.00$ 106,095.00$ 5 Fittings 1 LS 12,600.00$ 12,600.00$ 6 12" Gate Valves 2 EA 3,700.00$ 7,400.00$ 7 Fire Hydrant Assembly w/Valve 4 EA 5,400.00$ 21,600.00$ 8 12" Blow-off Assembly 2 EA 2,400.00$ 4,800.00$ 9 Permanent Bacterial Sample Point 1 EA 3,245.00$ 3,245.00$ 10 Automatic Flushing Device 1 EA 6,500.00$ 6,500.00$ 11 Geotech and Rock Excavation 1 LS 10,000.00$ 10,000.00$ TOTAL WATER UTILITIES CONSTRUCTION (Base Bid)193,240.00$ Bi d 12 8" CL200 DR14 PVC 112 LF 45.00$ 5,040.00$ 13 10" CL200 DR14 PVC 40 LF 55.00$ 2,200.00$ 14 Fittings 1 LS 1,000.00$ 1,000.00$ 15 10" Gate Valves 2 EA 3,200.00$ 6,400.00$ 16 8" Gate Valves 8 EA 2,400.00$ 19,200.00$ 17 8" Blow-off Assembly 8 EA 1,700.00$ 13,600.00$ 18 10" Blow-off Assembly 1 EA 1,800.00$ 1,800.00$ TOTAL BID ALTERNATIVE CONSTRUCTION 49,240.00$ Base Bid + Allowance (10%)238,744.00$ Base Bid + Alternate +Allowance (10%)292,908.00$ RRBP Site Development (Phase 1A -Deep Injection Well - Water Main) Haskins 1 16.C.1.a Packet Pg. 836 Attachment: 12 in WATER MAIN BID Summary (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to Haskin 16.C.1.bPacket Pg. 837Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work Davidson Engineering 4365 Radio Road, Suite 201 Naples, FL 34104 1 5/21/2019 Quantity Unit Unit Price Total Price1Mobilization1LS15,000.00$ 15,000.00$ 2 Construction Stake-Out and As-Builts Survey 1 LS 8,800.00$ 8,800.00$ 23,800.00$ 3 Temporary 8" CL200 DR14 PVC 600 LF 35.00$ 21,000.00$ 4 12" CL200 DR14 PVC 1,929 LF 55.00$ 106,095.00$ 5 Fittings 1 LS 12,600.00$ 12,600.00$ 6 12" Gate Valves 2 EA 3,700.00$ 7,400.00$ 7 Fire Hydrant Assembly w/Valve 4 EA 5,400.00$ 21,600.00$ 8 12" Blow-off Assembly 2 EA 2,400.00$ 4,800.00$ 9 Permanent Bacterial Sample Point 1 EA 3,245.00$ 3,245.00$ 10 Automatic Flushing Device 1 EA 6,500.00$ 6,500.00$ 11 Geotech and Rock Excavation 1 LS 10,000.00$ 10,000.00$ 193,240.00$ 12 8" CL200 DR14 PVC 112 LF 45.00$ 5,040.00$ 13 10" CL200 DR14 PVC 40 LF 55.00$ 2,200.00$ 14 Fittings 1 LS 1,000.00$ 1,000.00$ 15 10" Gate Valves 2 EA 3,200.00$ 6,400.00$ 16 8" Gate Valves 8 EA 2,400.00$ 19,200.00$ 17 8" Blow-off Assembly 8 EA 1,700.00$ 13,600.00$ 18 10" Blow-off Assembly 1 EA 1,800.00$ 1,800.00$ 49,240.00$ 238,744.00$ 292,908.00$ Base Bid + Alternate +Allowance (10%) RRBP Site Development (Phase 1A -Deep Injection Well - Water Main) Opinion of Probable Cost Scope of Work TOTAL INITIAL SITE WORK CONSTRUCTION Initial Site Design TOTAL WATER UTILITIES CONSTRUCTION (Base Bid) Water Utilities Bid Alternatives TOTAL BID ALTERNATIVE CONSTRUCTION Base Bid + Allowance (10%) 16.C.1.b Packet Pg. 838 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNORSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESMACPHEE, RYAN PHILLIPDo not alter this document in any form.HASKINS, INC.LICENSE NUMBER: CBC1260383EXPIRATION DATE: AUGUST 31, 2020This is your license. It is unlawful for anyone other than the licensee to use this document.10956 ENTERPRISE AVENUEBONITA SPRINGS FL 34134Always verify licenses online at MyFloridaLicense.com16.C.1.bPacket Pg. 839Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNORSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESHASKINS, HARLAN LDo not alter this document in any form.HASKINS, INC.LICENSE NUMBER: CUC057283EXPIRATION DATE: AUGUST 31, 2020This is your license. It is unlawful for anyone other than the licensee to use this document.10956 ENTERPRISE AVEBONITA SPRINGS FL 34135Always verify licenses online at MyFloridaLicense.com16.C.1.bPacket Pg. 840Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNORSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESELWELL, BEN DDo not alter this document in any form.HASKINS, INC.LICENSE NUMBER: CUC1224599EXPIRATION DATE: AUGUST 31, 2020This is your license. It is unlawful for anyone other than the licensee to use this document.10956 ENTERPRISE AVEBONITA SPRINGS FL 34135Always verify licenses online at MyFloridaLicense.com16.C.1.bPacket Pg. 841Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work 16.C.1.b Packet Pg. 842 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to Jimmy Patronis CHI EF FINANCIAL OffICER Julius Ha las DIVISION DIRECTOR Casia Sin co BUREAU CHIEF Keith McCarthy SA FETY PROGRAM MANAGER FLORIDA DE PARTMEN T O F FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 East Ga ine s Stre et -Talla hass ee , Flor ida 32 399-0342 Tel. 850-41 3-3 644 Fax. 850 -4 10-2467 CERTIFICATE OF COMPETENCY OFFICIAL COPY THIS CERT IFI ES THAT: Benj ami n D E lwell 1095 6 Ent erpr ise Av e Bonita Springs FL 34 135 BUSIN ESS ORGAN IZAT IO N: Haskin In c. Co ntracto r V means a co ntra cto r whose busin ess is limited to the execution of co ntra cts requiring the ab ilit y to fabricate , in stall , in spect , a lter, rep air a nd se rv ic e th e und erground pip in g for a fi re protec ti on system us in g wa ter as the extinguishing age nt beginning at th e point of service as defined in the act and endin g no more than I foot above the finished floor. Issue Date: Type: C lass : Coun ty: License/Permit#: Ex pir ation Date: 07101/2018 09 14 Lee 063009-0001-2008 06/30/2020 16.C.1.b Packet Pg. 843 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to SUOC0016 Local Business Tax Receipt Dear Business Owner: Your 2018-2019 Lee County Local Business Tax Receipt is attached below for account number 8402585. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, Lee County Tax Collector .... ~----------·-------··--··-------------· ----·-.. ·---··-. 2018 -2019 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8402585 State License Number: CUC057283 If state license has changed, contact our office at 239.533.6000 Location: 10956 ENTERPRISE A VE BONITA SPRINGS FL 34135 HASKINS INC HASKINS HARLAN 10956 ENTERPRISE A VE BONITA SPRINGS FL 34135 Account Expires: September 30, 2019 May engage in the business of: UNDERGROUND UTILITY & EXCAVATION CONTRACTOR-CERTIFIED TIDS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Infonnation: PAID 48609J.128-l 07/16/2018 12:33 PM $50.00 16.C.1.b Packet Pg. 844 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Profit Corporation HASKINS, INC. Filing Information 574159 59-1844470 05/31/1978 FL ACTIVE AMENDMENT 06/20/2005 NONE Principal Address 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 Changed: 02/02/1998 Mailing Address 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 Changed: 02/02/1998 Registered Agent Name & Address ELWELL, BENJAMIN 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 Name Changed: 01/09/2019 Address Changed: 04/22/2016 Officer/Director Detail Name & Address Title PT ELWELL, BENJAMIN 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 Title VP MacPhee, Ryan 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 Title CFO Haskins, Harlan 10956 ENTERPRISE AVENUE Detail by Entity Name http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?in... 2 of 3 1/9/2019 1:43 PM 16.C.1.b Packet Pg. 845 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 Current Principal Place of Business: Current Mailing Address: 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 US Entity Name: HASKINS, INC. DOCUMENT# 574159 FEI Number: 59-1844470 Certificate of Status Desired: Name and Address of Current Registered Agent: ELWELL, BENJAMIN 10956 ENTERPRISE AVENUE BONITA SPRGS, FL 34135 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date BENJAMIN ELWELL FILED Jan 09, 2019 Secretary of State 5115902585CC BENJAMIN ELWELL PRESIDENT 01/09/2019 2019 FLORIDA PROFIT CORPORATION ANNUAL REPORT No 01/09/2019 Title PT Name ELWELL, BENJAMIN Address 10956 ENTERPRISE AVENUE City-State-Zip:BONITA SPRGS FL 34135 Title CFO Name HASKINS, HARLAN Address 10956 ENTERPRISE AVENUE City-State-Zip:BONITA SPRGS FL 34135 Title VP Name MACPHEE, RYAN Address 10956 ENTERPRISE AVENUE City-State-Zip:BONITA SPRGS FL 34135 Title SECRETARY Name LAGO, MABEL Address 10956 ENTERPRISE AVENUE City-State-Zip:BONITA SPRGS FL 34135 16.C.1.b Packet Pg. 846 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to SampleThe ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.  /\NHV ,QVXUDQFH ,QF  6XPPHUOLQ &RPPRQV %OYG 6XLWH  )RUW 0\HUV )/  <DULW]D *X]PDQ  \DJX]PDQ#O\NHVLQVXUDQFHFRP %ULGJHILHOG (PSOR\HUV ,QV &R +$6.,1&1DWLRQDO 7UXVW ,QVXUDQFH +DVNLQV ,QF  (QWHUSULVH $YH %RQLWD 6SULQJV )/  )&&, ,QVXUDQFH &RPSDQ\ ,QGLDQ +DUERU   %; ;    ; <*/  & ; ;; &$ &;;  80% ;   $;    '&RQWUDFWRUV 3ROOXWLRQ /LDE &ODLPV 0DGH &RYHUDJH 5HWUR 'DWH  3(&(DFK &ODLP 'HIHQVH &RVWV 5HWHQWLRQ ,QFO 'HIHQV    /LFHQVH +ROGHU 5\DQ 3KLOOLS 0DF3KHH &%& /HH &RXQW\ %RDUG RI &RXQW\ &RPPLVVLRQHUV LV OLVWHG DV DGGLWLRQDO LQVXUHG ZLWK UHVSHFW WR *HQHUDO /LDELOLW\ SHU IRUP &*/ /HH &RXQW\ %RDUG RI &RXQW\ &RPPLVVLRQHUV &RQWUDFWRUV /LFHQVLQJ 32 %R[  )RUW 0\HUV )/  16.C.1.b Packet Pg. 847 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to 16.C.1.b Packet Pg. 848 Attachment: Haskins - Watermain Bid PACKAGE (9766 : Recommendation to approve a $292,908.00 work Civil Engineering • Planning • Permitting 4365 Radio Road · Suite 201 · Naples, FL 34104 · P: (239) 434.6060 · F: (239) 434-6084 www.davidsonengineering.com 1990 Main Street · Suite 750 · Sarasota, FL 34236 · P: (941) 309-5180 June 6, 2019 Collier County Board of Commissioners 3301 Tamiami Trail East Naples, Florida 34112 Re: Watermain for Collier County Landfill Leachate Deep Injection Well Project To Whom It May Concern, We have received the Bid Tabulation Sheet in your email of May 29, 2019 and have reviewed the bid data contained. Upon review, it is apparent that the low bidder is Haskins Inc. An overall review of the bid is consistent with the initial cost estimates provided to the County by Davidson Engineering. Based on our review of the overall project scope as outlined in the construction documents we would support an award of the project to Haskins Inc. If any additional information or analysis is needed please let us know and we shall promptly reply. Thank you, Josh Fruth, Vice President 16.C.1.c Packet Pg. 849 Attachment: 2019-06-06-SDC Bid Letter Contractor Approval (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14- $200,000.00 $300,000.00 $400,000.00 $500,000.00 $600,000.00 $700,000.00 $800,000.00 $900,000.00 $1,000,000.00 Eng Est Haskins Quality Enterprises DN Higgins Kyle Construction Results for RFQ 14-6213 12" Watermain for DIW KEY: Dashed Green- AVERAGE BID Dashed black- +/-1 std dev of avg bid 16.C.1.d Packet Pg. 850 Attachment: RFQ 14-6213-Quote Analysis rev (9766 : Recommendation to approve a $292,908.00 work 16.C.1.ePacket Pg. 851Attachment: Signed WO - Haskins - Watermain for DIW 2 (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 16.C.1.ePacket Pg. 852Attachment: Signed WO - Haskins - Watermain for DIW 2 (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 9/13/2019 BKS Partners 5216 Summerlin Commons Blvd Suite 200 Fort Myers FL 33907-2139 Yaritza Guzman 239-931-3021 239-931-5604 yaguzman@lykesinsurance.com Bridgefield Employers Ins Co.10701 HASKINC-01 National Trust Insurance 20141Haskins,Inc. 10956 Enterprise Ave. Bonita Springs FL 34135 FCCI Insurance Company 10178 Indian Harbor 36940 1157838048 B X 1,000,000 X 100,000 5,000 1,000,000 2,000,000 X X Y GL100048974 7/1/2019 7/1/2020 2,000,000 C 1,000,000 X XX CA10002608300 7/1/2019 7/1/2020 C X X 5,000,000 10,000 UMB10002608400 X 5,000,000 7/1/2019 7/1/2020 A 0830-56505 7/1/2019 7/1/2020 X 1,000,000 1,000,000 1,000,000 D Contractors Pollution Liab Claims Made Coverage Retro Date:7/1/17 PEC005016002 7/1/2019 7/1/2020 Each Claim Defense Costs Retention Incl Defens $1,000,000 $1,000,000 $10,000 RE:Contract 14-6213 Collier County Board of County Commissioners is included as additional insured with respect to General Liability and Auto Liability,as required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 16.C.1.f Packet Pg. 853 Attachment: 14-6213 Haskins_Insurance_9-13-2019 (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCCI Insurance Group. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU – ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the “coverage territory”.) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II – Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the cont ract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. Your work” performed for the additional insured and included in the “products -completed operations hazard” if such coverage is specifically required in the written contract or agreement. 16.C.1.f Packet Pg. 854 Attachment: 14-6213 Haskins_Insurance_9-13-2019 (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. However, the insurance afforded to such additional insured(s) described abov e: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any pro fessional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or a greement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV – Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an “occurrence” or an offense which may result in a claim or “suit” under this insurance, and of any claim or “suit” that does result; 2. Send us copies of all legal papers received in connection with the claim or “suit”, cooperate with us i n the investigation or settlement of the claim or defense against the “suit”, and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or “suit” to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. 16.C.1.f Packet Pg. 855 Attachment: 14-6213 Haskins_Insurance_9-13-2019 (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or “suit”. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. 16.C.1.f Packet Pg. 856 Attachment: 14-6213 Haskins_Insurance_9-13-2019 (9766 : Recommendation to approve a $292,908.00 work order under RFQ No. 14-6213 to