Loading...
Agenda 04/28/2020 Item #16C 1 (RFQ #19-7622 - Wastewater Pump Stations)04/28/2020 EXECUTIVE SUMMARY Recommendation to approve four Agreements for Request for Qualification (“RFQ”) # 19 -7622, “Annual Agreement for Wastewater Pump Stations Repair and Renovation,” to: Quality Enterprises USA, Inc., Douglas N. Higgins, Inc., Precision Lift Stations, Inc., and U.S. Water Services Corporation, and authorize the Chairman to sign the attached agreements. OBJECTIVE: To provide a more cost-effective and efficient process for routine wastewater pump station renovation. CONSIDERATIONS: Collier County Public Utilities is responsible for maintaining 903 wastewater pump stations throughout its service area. In order to maintain the integrity and continuous operations of those pump stations, staff solicited qualifications to secure a pool of contractors to repair and renovate these pump stations. On September 4, 2019, the Procurement Services Department released RFQ # 19-7622 to 11,098 vendors under the Annual Agreement for Wastewater Pump Station Repair and Renovation. Interested vendors downloaded one hundred nine (109) RFQ proposal packages and the county received ten (10) proposals on October 18, 2019. Staff determined the following four firms non-responsive: PWC, LLC, Hinterland Group, Inc., Kyle Construction, Inc., and TLC Diversified, Inc., for failing to provide all of the required documentation. A selection committee reviewed the responsive and responsible proposals, ranked them, and is recommending to award contracts to the four highest ranked firms. The respondents are shown in the table below: Company Name City County State Rank Responsive/ Responsible Quality Enterprises USA, Inc. Naples Collier FL 1 Yes/Yes Douglas N. Higgins, Inc. Naples Collier FL 2 Yes/Yes Precision Lift Stations, Inc. Longwood Seminole FL 3 Yes/Yes US Water Services Corp. New Port Richey Pasco FL 4 Yes/Yes Force Restoration Wellington Palm Beach FL 5 Yes/Yes Restoration and Protective Services, LLC Punta Gorda Charlotte FL 6 Yes/Yes PWC, LLC Fort Myers Lee FL N/A No/Yes Kyle Construction, Inc. Naples Collier FL N/A No/Yes Hinterland Group, Inc. Cocoa Brevard FL N/A No/Yes TLC Diversified, Inc. Palmetto Manatee FL N/A No/Yes The attached proposed agreements are for a three-year term with available two additional one-year renewals. Staff will solicit competitive lump sum quotes, which may include owner-directed time and material allowances, from all four vendors for all projects using preapproved County standard details and a minimum of custom engineering design. This will reduce the amount spent on engineering design for pump station repair projects. Per the solicitation, the Contractors have provided fixed standard rate sheets for labor and equipment for allowance work. The standard rates are fixed for the initial term of contract and may be subject to escalation during the renewal periods. Urgent work will continue to be executed under Contract 14-6213- “Underground Utility Contracting” and its successor contract. This proposed agreement will complement the Underground Utility Contracting Agreement by providing access to smaller firms which do not have the capability to staff emergency work. 16.C.1 Packet Pg. 1379 04/28/2020 FISCAL IMPACT: As and when needed, funds are available in the Collier County Water-Sewer District Operating Fund (408) and the Wastewater User Fee Fund (414). As the utility system ages, the quantity of materials purchased will vary depending on the actual repair/replacement needs. Annual expenditures will be controlled by the Board-approved budget. These services will be used primarily by the Wastewater Division and the Engineering and Project Management Division, but also could be used by others. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve four Agreements for Request for Qualification # 19-7622, “Annual Agreement for Wastewater Pump Stations Repair and Renovation,” to: Quality Enterprises USA, Inc., Douglas N. Higgins, Inc., Precision Lift Stations, Inc., and US Water Services Corporation, and authorize the Chairman to sign the attached agreements. PREPARED BY: John H. Eick, P.E., Senior Project Manager, Public Utilities Department ATTACHMENT(S) 1. 19-7622 NORA (PDF) 2. 19-7622_Solicitation (PDF) 3. 19-7622_Addendum_1 (PDF) 4. 19-7622_Addendum_2 (PDF) 5. 19-7622_Addendum_3 (PDF) 6. 19-7622_FEMA_Provisions_and_Assurances (PDF) 7. 19-7622 Dogulas N.Higgins_Contract_VendorSigned (PDF) 8. 19-7622 Douglas N.Higgins_Insurance_3-11-20 (PDF) 9. 19-7622 PrecisionLiftStations_Contract_VendorSigned (PDF) 10. 19-7622 PrecisionLiftStations_COI_3-11-20 (PDF) 11. 19-7622 QualityEnterprise_Contract_VendorSigned (PDF) 12. 19-7622 QualityEnterprise_InsuranceI_3-12-20 (PDF) 13. 19-7622 U.S. Water Services Corp_Contract_VendorSigned (PDF) 14. 19-7622 US.Water_Insurance_3-13-20 (PDF) 16.C.1 Packet Pg. 1380 04/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.1 Doc ID: 11351 Item Summary: Recommendation to approve four Agreements for Request for Qualification ("RFQ") # 19-7622, “Annual Agreement for Wastewater Pump Stations Repair and Renovation,” to: Quality Enterprises USA, Inc., Douglas N. Higgins, Inc., Precision Lift Stations, Inc., and US Water Services Corporation, and authorize the Chairman to sign the attached agreements. Meeting Date: 04/28/2020 Prepared by: Title: Project Manager, Senior – Public Utilities Planning and Project Management Name: John Eick 01/14/2020 4:31 PM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 01/14/2020 4:31 PM Approved By: Review: Public Utilities Planning and Project Management Michael Stevens Additional Reviewer Completed 01/14/2020 4:46 PM Public Utilities Operations Support Donna Deeter Additional Reviewer Completed 01/15/2020 7:25 AM Wastewater Beth Johnssen Additional Reviewer Completed 01/15/2020 8:56 AM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 01/21/2020 10:08 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 02/24/2020 9:02 AM Public Utilities Operations Support AmiaMarie Curry Additional Reviewer Completed 03/02/2020 11:27 AM Procurement Services Sandra Herrera Level 1 Purchasing Gatekeeper Completed 03/17/2020 4:43 PM Procurement Services Sandra Herrera Additional Reviewer Completed 03/17/2020 4:43 PM Procurement Services Patrick Boyle Additional Reviewer Completed 03/20/2020 3:42 PM Public Utilities Department Drew Cody Level 1 Division Reviewer Completed 03/23/2020 6:00 PM Grants Erica Robinson Level 2 Grants Review Completed 03/24/2020 8:15 AM Grants Carrie Kurutz Additional Reviewer Completed 03/24/2020 4:09 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 03/27/2020 2:35 PM County Attorney's Office Jeffrey A. Klatzkow Level 2 Attorney Review Completed 03/30/2020 1:07 PM County Attorney's Office Scott Teach Additional Reviewer Completed 03/30/2020 12:15 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 03/27/2020 2:41 PM 16.C.1 Packet Pg. 1381 04/28/2020 Budget and Management Office Ed Finn Additional Reviewer Completed 03/27/2020 3:53 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/30/2020 2:00 PM Grants Therese Stanley Additional Reviewer Completed 04/06/2020 5:44 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 04/15/2020 10:39 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 04/18/2020 10:44 AM Board of County Commissioners MaryJo Brock Meeting Pending 04/28/2020 9:00 AM 16.C.1 Packet Pg. 1382 16.C.1.a Packet Pg. 1383 Attachment: 19-7622 NORA (11351 : Pump Station Repair and Renovation--Fixed Term Contract) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUALIFICATION (RFQ) FOR Annual Agreement for Wastewater Pump Station Repair and Renovation SOLICITATION NO.: 19-7622 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.Boyle@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.1.b Packet Pg. 1384 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 2 SOLICITATION PUBLIC NOTICE REQUEST FOR QUALIFICATION (RFQ) NUMBER: RFQ 19-7622 PROJECT TITLE: Annual Agreement for Wastewater Pump Station Repair and Renovation NON-MANATORY PRE- PROPOSAL CONFERENCE: Tuesday September 24th at 1:00PM LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 RFQ OPENING DAY/DATE/TIME: Monday October 7th at 3:00PM PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Public Utilities Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Qualification (hereinafter, “RFQ”) with the intent of obtaining proposals from interested and qualified vendors 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. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $1,000,000 annually for this service; however, this may not be indicative of future buying patterns. BACKGROUND The Department is responsible for operating and maintaining approximately 900 wastewater pump stations. To maintain their integrity and reliability, the County intends to qualify a pool of contractors to repair and renovate these pump stations, including the provision of labor, materials and equipment to perform these services. The County may elect to direct-purchase some, or all, of the utility parts for these projects on a case-by-case basis, where it has favorable commercial arrangements with suppliers. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one-year renewals Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or his designee may, at his discretion, extend the Agreement under all the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, 16.C.1.b Packet Pg. 1385 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 3 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. DETAILED SCOPE OF WORK The intent of this solicitation is to qualify multiple contractors to complete various pump station repair and renovation projects in the County. For each project, a work scope will be issued to all qualified contractors to request quotes. All qualified contractors are expected to submit quotes for each project. Repeatedly failing to submit a quote, when requested, may result in the removal of the awardee from the contract pool. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 1. Scope of Work 1.1. The intent of this solicitation is to qualify a pool of contractors for the repair and renovation of wastewater pump stations. Projects may range from simple mechanical or electrical repairs to complete replacement of the station. Renovation of wet wells at the stations will be typically surface preparation and relining with an approved material. However, there may be exceptions when complete wet well replacement would be part of the scope. When necessary, the Contractor may retain specialized subcontractors to perform portions of the work. 1.2. Collier County is requesting statements of qualifications from contractors capable of furnishing all labor, materials, tools, equipment, and supervision for repair and renovation of pump stations. These will range in size from small neighborhood duplex pump stations up to Community pump stations, typically the last pump stations within a planned unit development which take flow from several upstream pump stations. Amounts for individual assignments will be limited to less than $750,000. 1.3. The intent is that all work will be scheduled in advance, in other words no urgent or emergency work requiring immediate response. Urgent or emergency work will continue to be handled by contractors under existing Contract No. 14-6213, Underground Utility Contracting and its successor contract. 1.4. Work will be in accordance with the latest version of the Collier County Utility Standards Manual (Link to Utility Standards Manual). Plans and specifications will be provided for each project under this Contract. A sample plan set is provided as part of this RFQ. The first several sheets will provide specific information for each assignment. The balance of the plan set will consist of the current standard details for pump stations as a convenience to the Contractor and will be applicable for all assignments. Supplemental specifications will also be issued for each assignment. These will identify any project - specific requirements not covered by the Utility Standards Manual or the drawings. 2. Procedures for Obtaining Work Assignments 2.1. For all projects, the County’s Project Manager will follow the procedure outlined below to receive quotes from the selected Contractors. 2.1.1. A description of work will be provided, including location plan, site sur vey, demolition plan and a plan of proposed improvements and project duration. Special Conditions, beyond those outlined in the Utility Standards Manual will also be provided as well as a quote schedule. Liquidated damages may be specified. 2.1.2. The County Project Manager will establish the required response time for each project, but in no case will this be less than 10 business days. 2.1.3. A non-mandatory pre-quote meeting will be scheduled at least 5 business days in advance of receipt of quotes. 16.C.1.b Packet Pg. 1386 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 4 2.1.4. Contractors will provide a lump sum quote using the quote schedule provided. A sample quote schedule is shown below. Sample Quote Schedule Item Number Description Unit Amount Item Cost 1 Mobilization Lump Sum 1 Inserted by Contractor 2 Establish/Operate Bypass System Lump Sum 1 Inserted by Contractor 3 Demolition and Disposal Lump Sum 1 Inserted by Contractor 4 Wet Well Concrete Repair Lump Sum 1 Inserted by Contractor 5 Piping and Valving Lump Sum 1 Inserted by Contractor 6 Telemetry Antenna Lump Sum 1 Inserted by Contractor 7 Concrete Pads Lump Sum 1 Inserted by Contractor 8 Wet Well Lid and Hatch Lump Sum 1 Inserted by Contractor 10 Electrical and Controls Lump Sum 1 Inserted by Contractor 11 Startup and Testing Lump Sum 1 Inserted by Contractor 12 Record Drawings Lump Sum 1 Inserted by Contractor 13 Allowance for Pumper Trucks Per Truck - Inserted by County 14 Owner-Directed Allowance T & M - Inserted by County Lump Sum Total Totaled by Contractor 2.1.5. The Project Manager will review all the quotes and may negotiate with the Contractor who submits the lowest quote, if outside of the budget or more than 15 percent higher than the Engineer’s Estimate. 2.1.6. All work assignments that exceed $200,000 will require performance and payment bonds. 2.1.7. Projects that exceed $200,000 will require Board approval. 2.1.8. Once a contractor is selected for a work assignment, the County’s Project Manager will issue a purchase order. 2.1.9. The contractor shall begin work only upon issuance of a purchase order. 3. General Requirements The Contractor shall comply with the following General Requirements and Department -specific requirements, including but not limited to: 3.1. Work Hours. Construction work is allowed Monday through Friday from 7 am to 5 pm, except on County holidays (list of holidays available at www.colliergov.net). Work outside of these hours requires written approval from the County. No sewer bypasses may be initiated on Fridays or the day before a County holiday. Specific projects may have more restrictive work hours due to local conditions. Should this be the case, it will be reflected in the Request for Quotes for that specific project. 3.2. Technical Requirements. Included with this solicitation is a set of plans and specifications outlining the technical requirements for the projects. This is a compilation of informati on from the Department’s Utility Standard’s Manual. All work shall be in accordance with these plans and specifications. If there is a conflict between the Utility Standards Manual and the Contract’s plans and specifications, the more stringent requirement shall pertain. 16.C.1.b Packet Pg. 1387 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 5 3.3. Request for Quotes. The County will issue Request for Quotations for projects it wishes to undertake. Site-specific considerations will be defined in this Request for Quotations. These may include: pump selection, equipment elevations, equipment orientation and spacing, access requirements, fencing, landscaping, etc. Contractors shall submit lump sum quotes broken down into categories as specified in the quote form accompanying the Request for Quotations. Award will be to the Contractor submitting the low quote. 3.4. Owner-Directed Allowances. An Allowance will be established by the Department on each project to cover contingencies. The basis of payment for allowances will be time and materials. Therefore, Contractors will be requested to submit standard rate sheets for labor and equipment to be used for Allowance work. These rates will remain fixed for the initial term of the Contract. These rates may be subject to escalation during any renewal periods, if approved by the County. 3.5. Site Visits. At least five (5) days prior to quotes being due, the Department and its consulting engineer will conduct a non-mandatory site visit to proposed projects to clarify the design intent and address any Contractor questions. Failure of a Contractor to attend such a site visit shall not excuse it for omitting any items from its quote. 3.6. Subcontractors. The Contractor’s scope may include mechanical, electrical, civil, structural and instrumentation work. The Contractor may subcontract portions of the work as appropriate, while retaining full responsibility for all the work. 3.7. Surveying and Record Drawings. To the extent that easements are required to execute the work, these will be acquired by the County prior to issuing a purchase order for specific projects. The County will provide a vertical control elevation near each site for the contractor to use as a datum. The vertical datum used on this Contract will be NAVD 88. Contractor to provide its own surveyor to ensure that all work, including fences, is within the established easements or rights-of-way. At the completion of each project, Contractor shall submit record drawings signed and sealed by a Florida Professional Surveyor licensed in the State of Florida. These shall incorporate any red -line markups done by the Contractor or the County’s inspector during the project. 3.8. Permits. The County will secure necessary approvals from FDEP for “Constructing a Domestic Wastewater Collection and Transmission System”. The County will also secure Site Development Plan approval from the Growth Management Department, if needed for any site. The Contract or will be responsible for acquiring: building and electrical permits, right -of-way permits, dewatering permits (FDEP and SFWMD) if necessary, and any other permits and approvals customarily the responsibility of contractors. The Department will pay the permit fees for any permits issued by Collier County. The Contractor shall be responsible for payment of all other permit fees and proper closeout of all permits , including those obtained by the County. 3.9. Safety and Security. The Contractor and subcontractors are required to comply with County Ordinance 2004-52, as amended. At all times, Contractor and subcontractors must wear the assigned Contractor badge while conducting work on County property. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. Contractor may be asked to submit a Safety Plan for specific assignments. Contractor shall be responsible for securing work sites outside of work hours. 3.10. Arc Flash Study. If there are changes to the electrical power circuits that would change the arc flash potential at any pump station, Contractor shall perform an arc flash study to determine the appropriate level of personal protective equipment for that pump station. Based upon the results of the study, the labels will be prepared by the County and furnished to the Contractor to affix to the electrical equipment. 3.11. Maintenance of Traffic (MOT). Contractor shall be responsible for submitting a maintenance of traffic plan to obtain Right-of-Way Permits. There may be situations where a right-of-way permit is not required (e.g. within a gated community) however, Contractor shall still be responsible for submitting and implementing an MOT plan. 16.C.1.b Packet Pg. 1388 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 6 3.12. Utility Parts. The County intends to direct-purchase as much of the equipment and materials as practical for the projects covered by this Contract. Ferguson is the current supplier for utility parts. Xylem is the current supplier for submersible wastewater pumps and accessories, including pump controls. Co ntractor shall coordinate closely with the County’s equipment suppliers, including picking up equipment from local warehouses, as necessary. The division of responsibilities for supplying equipment for each project will be clearly defined in each Request for Quotation. Contractor shall deliver used pumps and control panels removed from existing pump stations to a County facility to be identified. 3.13. Defective Work. Any work not meeting the project’s plans and specifications, in the sole opinion of the Department, will be brought to Contractor’s attention. The Contractor shall remedy the problem within seven (7) business days by repair, replacement or new installation to the satisfaction of the Department at no additional cost. 3.14. Sanitary Sewer Overflows Prohibited. Contractor shall exercise extreme care to prevent sanitary sewer overflows (SSOs). If an SSO occurs due to the actions or inactions of the Contractor, the Contractor shall be responsible for all associated fines and penalties. The County will have the right to respond to a Contractor causing an SSO by limiting its work under this Contract to low risk assignments or, if circumstances warrant, to remove the Contractor from this Contract. The following paragraphs discuss methods to be used in this Contract to prevent SSOs. 3.15. Coordination with Wastewater Collections. Coordination with the Wastewater Collections staff is of utmost importance under this Contract. If the work on any project involves shutting down a pump station, initiating a bypass, or any other event that could compromise the reliability of the sewer collection system, then Contractor shall initiate a contingency meeting with the Wastewater Collections Section no less than 48 hours prior to the event. At the contingency meeting, Contractor shall present his plan for the work. The plan shall identify any potential risks of sanitary sewer overflows and how these risks will be mitigated. A table outlining necessary notifications of Wastewater Collections by Contractor prior to initiating certain operations will be provided to Contractor. A preliminary version is shown below. PUMP STATION PROJECTS--KEY EVENTS FOR NOTIFICATIONS Event Whom to Notify Minimum Notice Requirement Contingency meeting prior to working on PS TBD 48 hours in advance of meeting Isolate pumping station to initiate bypass TBD 24 hours in advance of event. Disconnect electrical power to PS TBD Between 8 and 9 a.m. on day of event Restore electrical power to PS (FPL) TBD ------ Pump Station Start Up/Testing TBD 48 hours in advance of event Completion of 5-day test and authorization to remove by pass pumps TBD Upon expiration of 5 day period Delivery of used control panels and pumps TBD 48 hours Emergency Requiring Wastewater Collections Equipment or Resources Call Emergency Number 239.252.2600 Immediately upon learning of the emergency. 3.16. Coordination with Other Utilities. In developing each Request for Quotations, the Department and the Engineer of Record will use best efforts to identify other utilities. Contractor shall call for Utility Locates (Sunshine State One Call – 811) no less than 48-hours prior to any excavations. The County will arrange with FPL to adjust FPL equipment, if needed, in advance of projects. The Contractor shall coordinate directly with FPL for purposes of temporary disconnect and reconnect of electrical service to pump stations. 16.C.1.b Packet Pg. 1389 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 7 3.17. Bypass Pumping. Certain projects will require bypass pumping to allow work on the pump station. Contractor shall be responsible for submitting a written bypass plan for each such project. These will be discussed at the earlier-mentioned contingency meetings, and subject to the approval of the Department. Redundant bypass pumps will be required. If adjacent manholes are to be used as temporary wet wells during the bypass, they shall be equipped with floats and a dial-up system monitored by the Contractor 24/7/365. Contractor shall be able to respond to an alarm by having a representative on site within 30 minutes of alarm initiation (this may be a representative of the bypass pump supplier). Each bypass shall operate satisfactorily for at least 48 hours before turnin g off the associated pump station. Similarly, once a pump station is returned to operation, the bypass shall remain in standby status for at least 48 hours prior to disconnecting the bypass. As long as a bypass is operating, the Contractor shall be respon sible for the monitoring, control and operation of that pump station. 3.18. Pumper Trucks. It may be necessary or desirable to have pumper trucks available during certain operations. A bid item, with a per truck price will be established by the County for pumper trucks on each assignment where they may be needed. REQUEST FOR QUALIFICATION (RFQ) PROCESS 1.1 The Proposers will submit a Statement of Qualifications which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns befo re providing a final rank. 1.3 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms for these services. Minimum Requirements. To be considered for evaluation, the Proposer must meet two minimum requirements, as outlined below. If it becomes apparent that a Proposer does not meet all these minimum requirements, its Statement of Qualifications will not be further evaluated or scored. Satisfaction of these minimum requirements is no guarantee that a Proposer will be among those selected for an award. 1. Proposer must possess a valid Florida Underground Utility and Excavation Contractor License or a General Contractor’s License. The Contractor may subcontract to a Licensed Electrical Contractor; however, the electrical contractor must also meet the same qualification requirements listed herein (e.g. number of similar projects, licensing, etc.). 2. Proposer must be able to provide five (5) examples (At least two (2) of these must be in the State of Florida) of pump station rehabilitation projects as discussed in Item 3 under “Evaluation Criteria”. 3. Proposer must be able to have its workers on the site of any of the County’s wastewater pump stations within 90 minutes of being notified of a safety issue. 16.C.1.b Packet Pg. 1390 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 8 GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.4 For the development of a list of qualified contractors, the following evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Firms Qualifications and Resources 30 Points 3. Relevant Experience 30 Points 4. Project Approach 35 Points TOTAL POSSIBLE POINTS 100 Points EVALUATION CRITERIA Each criterion and methodology for scoring is further described below. 1. Cover Letter and Management Summary (5 Points Available). Provide a cover letter (2 pages maximum), signed by an officer of the firm, discussing the overall approach of the organizat ion to providing these services. Provide the name and contact information for the authorized contact person for this statement of qualifications. Submittal of a signed Statement of Qualifications is Proposer’s certification that the Proposer will accept any awards resulting from this RFQ. 2. Firm’s Qualifications and Resources (30 Points Available). Provide information on the staff and equipment resources available for this project. Confirm ability to obtain performance and payment bonds and any relevant limits to bonding ability. Identify any customer that has provided 20 percent or more of your annual revenue in the past 3 years. For the following work elements, indicate if you will self-perform or retain a subcontractor for installation. • Survey • Site • Concrete • Pumps, ductile iron pipe and valves • HDPE pipe fusing • Electrical • Instrumentation • Wet well lining • Bypass pumping 16.C.1.b Packet Pg. 1391 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) Provide the names and resumes of the proposed project manager and field superintendents. Describe, and provide copies of, any licenses or certifications relevant to this assignment. Indicate if the current firm or a predecessor firm has ever been debarred or failed to complete a project. Provide address of the office or yard from which the project will be served. Provide evidence of the company’s or its subcontractor’s ability to perform HDPE butt fusion for pump station discharge piping. Demonstrate that personnel operating the butt fusion machine are HDPE butt fusion certified. Provide evidence of your General Contractor’s License and Electrical Contractor’s License. If the Proposer does not possess an Electrical Contractor’s License, it shall identify its proposed electrical subcontractor and provide evidence of the electrical subcontractor’s license. Provide any other information relevant to the firm’s qualifications and resources to undertake this project. 3. Relevant Experience (30 Points Available). Provide five (5) valid project examples of your firm’s pump station rehabilitation work within the last 5 years. A valid project example shall meet the following requirements: • Rehabilitation of an existing pump station • Rehabilitation/replacement of the electrical panel and equipment • Included bypass pumping • Installed butt-fused HDPE discharge piping at the pump station • At least two of these projects must be located within the State of Florida. For each project example, provide: • Project name • Project location • Project description with start and end dates • Identify subcontractors performing 20 percent or more of the work • Project construction cost* • Contact information (Name, title, organization, phone, email) * If the referenced project was part of a larger construction contract, please specify this and estimate the costs of the pump station rehabilitation portion. For each of the five project examples cited above, submit a completed reference form from the c lient using the form provided in Attachment Form __. 4. Project Approach (35 Points Available). Provide the following information: • Sample schedule, showing milestones, of a typical duplex pump station full renovation project. Assume that Collier County will direct-purchase all materials and equipment, including the pump control panel and your company will do all the installation. • Based on your experience, identify the three most important factors the contractor control in meeting schedules for projects of this nature. • Based on your experience, identify the three most important factors the Owner controls in meeting schedules for projects of this nature. • Describe how your company typically prioritizes projects when multiple requests for your services arrive simultaneously. • Describe how your company typically manages project workloads when demand exceeds current capacity to execute. • Discuss the details of how you will have a representative on site within 30 minutes of an alarm during a bypass. 16.C.1.b Packet Pg. 1392 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached . 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. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.1.b Packet Pg. 1393 Attachment: 19-7622_Solicitation (11351 : Pump Station Repair and Renovation--Fixed Term Contract) Addendum 1 Date: September 20th, 2019 From: Patrick Boyle, Operations Analyst - Acquisitions To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. The following items have been addressed through the question and answer process in BidSync. However, for clarity, they are being incorporated into this Addendum. • Page 7, Minimum Requirements, Item 1, first sentence is modified to read. “Proposer must possess a valid Florida Underground Utility and Excavation Contractor License or a General Contractor’s License.” The balance of Item 1 remains as written. • Page 7, Minimum Requirements, Item 2. Added the following sentence “At least two (2) of these must be in the State of Florida.” • Page 9, Evaluation Criteria, Item 3, Relevant Experience. Delete the fifth bullet that reads “Located within the State of Florida” and replace it with “At least two of these projects must be located within the State of Florida.” Change 2. Attached reference form to the solicitation. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: John Eick, Project Manager Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 16.C.1.c Packet Pg. 1394 Attachment: 19-7622_Addendum_1 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) 16.C.1.c Packet Pg. 1395 Attachment: 19-7622_Addendum_1 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) Addendum 2 Date: September 27th From: Patrick Boyle, Operations Analyst - Acquisitions To: Interested Bidders Subject: Addendum 2 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extending Bid Open Date to Monday October 14th, 2019 at 3:00PM Extending Q & A session to Thursday October 10th, 2019 at 5:00PM Change 2. Under General Requirements section 3.7 replaced “issuing a Notice to Proceed” to “issuing a purchase order” If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: John Eick, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 16.C.1.d Packet Pg. 1396 Attachment: 19-7622_Addendum_2 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) Addendum 3 Date: October 11th, 2019 From: Patrick Boyle, Operations Analyst - Acquisitions To: Interested Bidders Subject: Addendum 3 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extending Bid Open Date to Friday October 18th, 2019 at 3:00PM Extending Q & A session to Wednesday October 16th, 2019 at 5:00PM If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: John Eick, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 16.C.1.e Packet Pg. 1397 Attachment: 19-7622_Addendum_3 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 1  FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub-Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally-Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub-Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all other relevant Federal, State, and local laws, regulations, codes and ordinances: o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. 16.C.1.f Packet Pg. 1398 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 2  Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Termination: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor’s recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the County must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg- program Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 16.C.1.f Packet Pg. 1399 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 3  (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 16.C.1.f Packet Pg. 1400 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 4  VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 16.C.1.f Packet Pg. 1401 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 5  (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.” State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee’s access to such records upon request. 16.C.1.f Packet Pg. 1402 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 6  Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name _____________________________________ Date __________________ Authorized Signature ___________________________________________________________ 16.C.1.f Packet Pg. 1403 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 7  CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub-recipient’s subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR ___________________________________________________________________ By: ________________________________________________________________ Signature ___________________________________________________________________ Name and Title ___________________________________________________________________ Street Address ___________________________________________________________________ City, State, Zip ___________________________________________________________________ DUNS Number ___________________________________________________________________ Date Sub-Recipient Name: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0000001 16.C.1.f Packet Pg. 1404 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 8  16.C.1.f Packet Pg. 1405 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES EXHIBIT I ‐ 9  LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. ____________________________________________________ Contractor (Firm Name) ____________________________________________________ Signature of Contractor’s Authorized Official ____________________________________________________ Name and Title of Contractor’s Authorized Official ____________________________________________________ Date 16.C.1.f Packet Pg. 1406 Attachment: 19-7622_FEMA_Provisions_and_Assurances (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1407 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1408 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1409 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1410 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1411 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1412 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1413 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1414 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1415 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1416 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1417 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1418 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1419 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1420 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1421 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.gPacket Pg. 1422Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1423 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1424 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1425 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1426 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1427 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1428 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1429 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1430 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1431 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1432 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1433 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1434 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1435 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1436 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1437 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1438 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1439 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1440 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1441 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1442 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1443 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1444 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1445 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1446 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1447 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1448 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1449 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1450 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1451 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1452 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1453 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1454 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.g Packet Pg. 1455 Attachment: 19-7622 Dogulas N.Higgins_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/11/2020 Hylant Group Inc -Ann Arbor 24 Frank Lloyd Wright Dr J4100 Ann Arbor MI 48105 734-741-0044 734-741-1850 Continental Insurance Company 35289 HIGGI-5 Continental Casualty Company 20443DouglasN.Higgins,Inc. 3390 Travis Pointe,Suite A Ann Arbor MI 48108 Greenwich Insurance Company 22322 Zurich American Insurance Co 16535 503925172 A X 1,000,000 X 500,000 X Incl XCU 15,000 X Incl contractual 1,000,000 2,000,000 X Y U1061922047 4/1/2019 4/1/2020 2,000,000 A 1,000,000 X U1061922033 4/1/2019 4/1/2020 B X X 10,000,000U10619220504/1/2019 4/1/2020 10,000,000 X 0 D X N WC1839680 4/1/2019 4/1/2020 1,000,000 1,000,000 1,000,000 C Professional/ Pollution PEC0025095 4/1/2019 4/1/2020 2,000,000 4,000,000 Each Claim Aggregate Job -#19-7622,Annual Agreement for Wastewater Pump Station Repair and Renovation.Additional Insured for General Liability and Automobile Liability, primary and non-contributory,as required by written contract -Collier County Board of County Commissioners. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 16.C.1.h Packet Pg. 1456 Attachment: 19-7622 Douglas N.Higgins_Insurance_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1457 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1458 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1459 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1460 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1461 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1462 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1463 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1464 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1465 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1466 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1467 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1468 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1469 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1470 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1471 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1472 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1473 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1474 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1475 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1476 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1477 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1478 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1479 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1480 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1481 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1482 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1483 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1484 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1485 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1486 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1487 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1488 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1489 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1490 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1491 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1492 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1493 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1494 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1495 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1496 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1497 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1498 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1499 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1500 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1501 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1502 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1503 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1504 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.i Packet Pg. 1505 Attachment: 19-7622 PrecisionLiftStations_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/19/2020 Sihle Insurance Group,Inc. 1021 Douglas Ave. Altamonte Springs FL 32714 Certificate Department 407-869-5490 407-389-3580 Certificates@sihle.com Lloyds of London 15792 FJNUGEN-01 The Cincinnati Indemnity Company 23280PrecisionLiftStations,Inc. 411 Wylly Avenue Sanford FL 32773-5201 Bridgefield Employers Ins.Co.10701 2046204720 B X 1,000,000 X 500,000 10,000 1,000,000 2,000,000 X X Y ENP 0516685 2/3/2020 2/3/2021 2,000,000 B 1,000,000 X X X Y EBA 0516685 2/3/2020 2/3/2021 B X X 2,000,000ENP05166852/3/2020 2/3/2021 2,000,000 C X N 83048612 8/1/2019 8/1/2020 500,000 500,000 500,000 A B Contractor's Pollution Liability Contractors Equipment SPEC0492 ENP 0516685 3/18/2020 2/3/2020 3/18/2021 2/3/2021 Aggregate Limit Leased/Rented Equip 1,000,000 85,000 RE:For any and all work performed on behalf of Collier County Collier County Board of County Commissioners,OR Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County are included as additional insured with respects to General Liability and Auto Liability on a primary and non-contributory basis if and to the extent required by written contract. Collier County Board of County Commissioners 3295 Tamiami Trail E Naples FL 34112 United States 16.C.1.j Packet Pg. 1506 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.j Packet Pg. 1507 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.j Packet Pg. 1508 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.j Packet Pg. 1509 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.j Packet Pg. 1510 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.j Packet Pg. 1511 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.j Packet Pg. 1512 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.j Packet Pg. 1513 Attachment: 19-7622 PrecisionLiftStations_COI_3-11-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1514 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1515 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1516 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1517 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1518 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1519 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1520 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1521 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1522 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1523 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1524 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1525 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1526 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1527 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1528 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1529 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1530 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1531 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1532 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1533 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1534 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1535 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1536 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1537 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1538 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1539 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1540 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1541 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1542 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1543 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1544 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1545 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1546 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1547 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1548 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1549 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1550 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1551 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1552 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1553 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1554 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1555 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1556 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1557 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1558 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1559 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1560 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1561 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.k Packet Pg. 1562 Attachment: 19-7622 QualityEnterprise_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.l Packet Pg. 1563 Attachment: 19-7622 QualityEnterprise_InsuranceI_3-12-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1564 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1565 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1566 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1567 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1568 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1569 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1570 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1571 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1572 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1573 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1574 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1575 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1576 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1577 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1578 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.mPacket Pg. 1579Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1580 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1581 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1582 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1583 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1584 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1585 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1586 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1587 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1588 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1589 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1590 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1591 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1592 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1593 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1594 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1595 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1596 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1597 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1598 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1599 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1600 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1601 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1602 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1603 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1604 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1605 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1606 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1607 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1608 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1609 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1610 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1611 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) 16.C.1.m Packet Pg. 1612 Attachment: 19-7622 U.S. Water Services Corp_Contract_VendorSigned (11351 : Pump Station Repair and Renovation--Fixed Term Contract) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE ENVP0000221-19 11/30/19 11/30/20 $5,000,000 LIMIT $5,000,000 AGG $2,000,000 LIMIT $2,000,000 AGG CONTRACTORS POLLUTION LIABILITY PROFESSIONAL LIABILITY B A A PHUB701647 EXCESS OF CGL, AUTO LIABILITY & EMPLOYERS LIABILITY 11/30/19 11/30/20 03/10/2020 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS, OR BOARD OF COUNTY COMMISSIONERS IN COLLIER COUNTY, OR, COLLIER COUNTY GOVERNMENT, OR COLLIER COUNTY ARE INCLUDED AS ADDITIONAL INSURED FOR ANY AND ALL WORK PERFORMED IN COLLIER COUNTY UNDER THE CAPTIONED COMMERCIAL GENERAL LIABILITY POLICY ON A PRIMARY AND NON-CONTRIBUTORY BASIS IF AND TO THE EXTENT REQUIRED BY WRITTEN CONTRACT. RE: PROJECT#19-7622, ANNUAL AGREEMENT FOR WASTEWATER PUMP STATION REPAIR AND RENOVATION PHPK2065102 11/30/19 11/30/20 10,000 10,000,000 10,000,000 1,000,000 1,000,000 1,000,000 3,000,000 3,000,000 X X COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL EAST NAPLES. FL 34112 U.S WATER SERVICES CORPORATION 4939 CROSS BAYOU BOULEVARD NEW PORT RICHEY, FL 34652 X X X0 CERTAIN UNDERWRITERS AT LLOYD'S, LONDON PHILADELPHIA INDEMNITY INS. CO. LOUIS MORRISON LOUIS J. MORRISON C & C CONSULTANTS P O BOX 701340 ST CLOUD, FL 34770-1340 18058 AA1122000 Y X LOU MORRISON 888-494-9844 407-809-5283 HALMORRISON@HOTMAIL.COM 16.C.1.n Packet Pg. 1613 Attachment: 19-7622 US.Water_Insurance_3-13-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) INSR ADDLSUBRLTRINSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Great American Alliance Insurance Co. Philadelphia Indemnity Insurance Co. 03/13/2020 McGriff Insurance Services 12485 -28th Street North Saint Petersburg, Fl 33716 727 327-7070 Tricia Byrne 813 682-1510 888-632-8459 U S Water Services Corporation 4939 Cross Bayou Blvd New Port Richey, FL 34652-3434 26832 18058 B X XX X PHPK2066555 11/30/2019 11/30/2020 1,000,000 A N WCE54616200 10/31/2019 10/31/2020 X 1,000,000 1,000,000 1,000,000 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR, Collier County included as an additional insured under the captioned Automobile Liability Policy on a primary and non-contributory basis if and to the extent required by written contract. (See Attached Descriptions) Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 1 of 2#S25373316/M24721709 69USWATClient#: 1922268 PBYRN1 of 2#S25373316/M24721709 16.C.1.n Packet Pg. 1614 Attachment: 19-7622 US.Water_Insurance_3-13-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract) SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) Project No./Name/Description: #19-7622, Annual Agreement for Wastewater Pump Station Repair and Renovation. 2 of 2 #S25373316/M24721709 16.C.1.n Packet Pg. 1615 Attachment: 19-7622 US.Water_Insurance_3-13-20 (11351 : Pump Station Repair and Renovation--Fixed Term Contract)