Loading...
Agenda 07/14/2020 Item #16A16 (ITB #20-7733 - Roadway Striping)07/14/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid ("ITB") No. 20-7733 "Roadway Striping" to McShea Contracting, LLC., as the Primary Vendor, and Paramount Asphalt Sealcoating Corporation, as the Secondary Vendor, and authorize the Chairman to sign the attached Agreements. OBJECTIVE: To award bids and contracts for roadway striping and related services used County -wide. CONSIDERATIONS: On February 24, 2020, the County publicly advertised ITB No. 20-7733, "Roadway Striping." The County emailed 7,149 notifications to registered vendors, 43 interested vendors downloaded bid packages, and the County received two bids by the March 27, 2020 bid deadline. The amounts in the table below are overall bid totals for 74 line items. These line items include the application and installation of painted and thermoplastic roadway stripes, symbols, numbers, letters; raised pavement markers, ceramic disks, traffic delineators; audible and vibratory markings; rumble strips; water blasting and grinding removals; and raised pavement markers removals, repairs, and replacements. The bid was solicited with unit of measures with no estimated quantities. Staff analyzed bids from both Vendors. In the first analysis, staff temporarily deleted unbalanced one penny ($.01) line items to determine the lowest total bid. In the second analysis, staff evaluated bid price line items using existing fiscal year 2020 ("FY20") invoices and projected asphalt paving projects to determine the lowest total bid. Both analyses resulted in McShea as the lowest respondent (attached to review). Bidder Total Bid Award McShea Contracting, LLC $82.32 Primary Vendor Paramount Asphalt Sealcoating Corporation $226.35 Secondary Vendor Staff is recommending the lowest responsive and responsible bidder, McShea Contracting, LLC., as the Primary Vendor, and Paramount Asphalt Sealcoating Corporation, as the Secondary Vendor. If the Primary Vendor is unable to provide services within a requested time frame, then staff can utilize the Secondary Vendor. The attached Agreements for those recommended Primary and Secondary Vendors carry a three-year (3) term, with the option to renew for two (2) additional one (1) year terms. FISCAL IMPACT: Funds are budgeted annually for these services within Transportation Operating Fund (101), Road Maintenance Division Cost Center (163620) and within Gas Tax Fund (313), Roadway Resurfacing Project (60077). Other user divisions requiring these services shall use funds from their budgets. Historically, the average four-year (4) countywide expenditures for this agreement exceeded $707,000. The average amount spent is not indicative of future purchases, and it may increase or decrease in the coming fiscal years. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -DDP GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: To award Invitation to Bid No. 20-7733, "Roadway Striping," to McShea Contracting, LLC., as the Primary Vendor, and Paramount Asphalt Sealcoating Corporation, as the Secondary Vendor; and authorize the Chairman to sign the attached Agreements. Prepared by: Melissa Pearson, Contract Administration Specialist, Road Maintenance Division Packet Pg. 1039 16.A.16 07/14/2020 ATTACHMENT(S) 1.20-7733 NORA_TAB (PDF) 2.20-7733_Solicitation (PDF) 3.20-7733 Bid Tabulation (PDF) 4.20-7733_Addendum 1 (PDF) 5. Al —work —Samples —Package (PDF) 6.20-7733_Addendum_2 (PDF) 7.20-7733 Bid Schedule Price Analysis —One Penny Line Items Removed (PDF) 8.20-7733 Bid Schedule Price Analysis (PDF) 9. [LinkedX] 20-7733 McSheaContracting_Contract_ VendorSigned (PDF) 10. 20-7733 McSheaContracting_Insurance_6-1-20 (PDF) 11. [LinkedX] 20-7733 McShea Proposal (PDF) 12. [LinkedX] 20-7733 Paramount Asphalt Sealcoating Corp —Contract VendorSigned (PDF) 13. 20-7733 Paramount Ashphalt Sealcoasting_Insurance_6-2-2020 (PDF) 14. [LinkedX] 20-7733 Paramount Asphalt Proposal (PDF) Packet Pg. 1040 16.A.16 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.16 Doe ID: 12458 Item Summary: Recommendation to award Invitation to Bid ("ITB") No. 20-7733 "Roadway Striping" to McShea Contracting, LLC., as the Primary Vendor, and Paramount Asphalt Sealcoating Corporation, as the Secondary Vendor, and authorize the Chairman to sign the attached Agreements. Meeting Date: 07/14/2020 Prepared by: Title: Contract Administration Specialist — Road Maintenance Name: Melissa Pearson 06/04/2020 9:40 AM Submitted by: Title: — Road Maintenance Name: Albert English 06/04/2020 9:40 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Road Maintenance Albert English Additional Reviewer Growth Management Department Judy Puig Level 1 Reviewer Growth Management Operations Support Christopher Johnson Procurement Services Patrick Boyle Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Growth Management Department Melissa Pearson Deputy Department Head Review County Attorney's Office Derek Perry Additional Reviewer Growth Management Department Thaddeus Cohen Department Head Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Susan Usher Additional Reviewer Budget and Management Office Mark Isackson Additional Reviewer Completed 06/04/2020 10:27 AM Completed 06/04/2020 6:26 PM Completed 06/08/2020 9:24 AM Additional Reviewer Completed Completed 06/11/2020 1:55 PM Completed 06/15/2020 1:15 PM Completed 06/15/2020 3:29 PM Completed 06/15/2020 3:30 PM Skipped 05/21/2020 8:32 AM Completed 06/16/2020 11:10 AM Completed 06/17/2020 4:11 PM Completed 06/22/2020 3:19 PM Completed 06/22/2020 3:32 PM Completed 06/23/2020 9:16 AM Completed 06/25/2020 11:59 AM Completed 06/29/2020 10:17 AM Packet Pg. 1041 07/14/2020 County Manager's Office Board of County Commissioners Nick Casalanguida Level 4 County Manager Review Mary,lo Brock Meeting Pending Completed 07/05/2020 7:31 PM 07/14/2020 9:00 AM Packet Pg. 1042 DocuSign Envelope ID: 9OE13AD1-1220-4BOD-A2C7-4E794215AA35 001[iev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7733 Title: Roadway Striping Due Date and Time: March 27th, 2020 at 3:OOPM Respondents: Company Name City County State Amount Responsive/Responsible McShea Contracting, LLC Lehigh Acres Lee FL See Tabulation Yes/Yes Paramount Asphalt Sealcoating Corporation Naples Collier FL See Tabulation Yes/Yes Utilized Local Vendor Preference: Yes 0 No - Recommended Vendors) For Award: On February 24th, 2020 Procurement Services Division released notices for Invitation to Bid 20-7733 Roadway Striping. Seven thousand one hundred forty-nine (7,149) notifications were sent, forty-three (43) vendors downloaded and two (2) proposals were submitted on March 27th, 2020 at 3:OO13M. All vendors were deemed both responsive and responsible. Staff recommends award to McShea Contracting, LLC as the primary vendor and Paramount Asphalt Sealcoating Corporation as the secondary vendor. Contract Driven = Purchase Order Driven 0 Required Signatures DocuSigned by: Project Manager: I tttjussa t,A.V' && 5/6/2020 678FFWD76FA43B... DocuSigned by: Procurement Strategist: I 'pa"- 5/6/2020 5/6/2020 BCB13261E6AD447_. Procurement Services Director: DocuSigned by: 5- . N Sandra r3C{'W8271B554F5.. 5/6/2020 Date Packet Pg. 1043 Project Manager:Melissa Pearson Procurement Strategist:Patrick Boyle Notifications Se 16.A.16.a Downlo Submissions:2 BID TABU LATON 20-7733 Roadway Striping Due Date: March 27th 2020 at 3:OOPM MII PAINT MCSHEA CONTRACTING PARAMOUNT SEALCOATING LINE ITEM DESCRIPTION UOM UNIT PRICE UNIT PRICE 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.50 $ 0.35 2 6" SOLID TRAFFIC STRIPE, 15 MR., WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.50 $ 0.35 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.00 $ 0.75 4 8" SOLID TRAFFIC STRIPE, 15 MR., WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.00 5 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.00 6 8" SOLID TRAFFIC STRIPE, 15 MR., WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.00 7 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 1.25 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 1.25 9 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 1.50 $ 1.25 10 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.50 11 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.50 12 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 $ 1.50 13 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 1.75 14 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 2.00 $ 1.75 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL SQ FT $ 4.00 $ 1.00 16 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET SET = 1 DIGIT UP TO 6 DIGITS SET $ 0.01 $ 1.00 17 4" PAVEMENT MARKING, LETTERS & NUMBERS PER SET SET = 1 DIGIT UP TO 6 DIGITS SET $ 0.01 $ 1.00 THERMOPLASTIC 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SO FT $ 5.00 $ 3.00 19 6" SOLID TRAFFIC STRIPE, 60 ME., WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.75 $ 0.75 20 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.75 $ 0.75 21 6" SOLID TRAFFIC STRIPE, 60 ME„ WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.25 22 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.90 $ 0.85 23 6" SOLID TRAFFIC STRIPE, 90 ME„ WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.90 $ 0.85 24 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.50 25 8" SOLID TRAFFIC STRIPE, 60 ME„ WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.25 26 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.25 27 8" SOLID TRAFFIC STRIPE, 60 ME„ WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.50 $ 1.25 28 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.50 29 8" SOLID TRAFFIC STRIPE, 90 ME„ WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.50 30 8" SOLID TRAFFIC STRIPE, 90 MR., WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 $ 1.50 31 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 2.25 32 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 2.25 33 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, MANUAL APPLICATION LF $ 2.50 $ 2.25 34 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 3.25 35 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 3.25 36 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 3.50 $ 3.25 37 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 2.50 38 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 2.50 39 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 2.95 $ 2.50 40 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 4.25 41 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 4.25 42 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 4.95 $ 4.25 C .Q �L CO) M 3 M O w M M ti ti r O N Q 1 of Packet Pg. 1044 Project Manager:Melissa Pearson Procurement Strategist:Patrick Boyle Notifications Se 16.A.16.a Downlo Submissions:2 43 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE a LESS THAN 1 MILE LF $ 0.01 $ 3.25 44 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 3.25 45 24" SOLID TRAFFIC STRIPE, 60 MB„ WHITE a MANUAL APPLICATION LF $ 3.95 $ 3.25 46 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 5.25 47 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 5.95 1 $ 5.25 IS,PAVEMENT MARKERS/CERAMIC DISKS/TRAFFIC DELINEATORS 48 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1 - 199 EACH $ 4.00 $ 4.00 49 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 200 - 500 EACH $ 4.00 $ 4.00 50 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 501 - 1,000 EACH $ 4.00 $ 4.00 51 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1,001 AND UP EACH $ 4.00 $ 4.00 52 6" CERAMIC DISKS WITH INTERNAL REFLECTORS, FURNISH & INSTALL EACH $ 0.01 $ 1.00 53 TRAFFIC DELINEATOR, FURNISH & INSTALL EACH $ 0.01 $ 1.00 AUDIBLE & VIBRATORY MARKINGS 54 AUDIBLE & VIBRATORY MARKINGS LF $ 1.00 $ 0.90 55 AUDIBLE & VIBRATORY MARKINGS NET MILE $ 1.00 $ 0.01 RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET $ 0.01 $ 40.00 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET $ 0.01 $ 40.00 57 GROUND -IN RUMBLE STRIPS LF $ 1.00 $ 1.50 WATER BLASTING REMOVALS 58 REMOVE EXISTING TRAFFIC STRIPES LF $ 0.25 $ 1.50 59 REMOVE EXISTING THERMOPLASTIC TRAFFIC MARKING SQ FT $ 0.50 $ 3.00 60 REMOVE EXISTING 6' TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 1.50 61 REMOVE EXISTING 8" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 2.00 62 REMOVE EXISTING 10" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 2.50 63 REMOVE EXISTING 12" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.50 $ 3.00 64 REMOVE EXISTING 24" TRAFFIC STRIPE THERMOPLASTIC LF $ 1.00 $ 5.00 65 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 66 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 GRINDING REMOVALS 67 REMOVE EXISTING PAINTED TRAFFIC STRIPES LF $ 0.05 $ 1.50 68 REMOVE PAINT SQ FT $ 0.10 $ 3.00 69 REMOVE EXISTING THERMOPLASTIC TRAFFIC STRIPES LF $ 1.50 $ 1.50 70 REMOVE THERMOPLASTIC SQ FT $ 3.00 $ 3.00 71 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 72 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 RAISED PAVEMENT MARKERS: REMOVE / REPAIR / REPLACE 73 REMOVE EXISTING RAISED PAVEMENT MARKERS & REPLACE WITH NEW RPM EACH $ 4.00 $ 4.00 74 REPAIR & PATCH: REMOVAL OF RAISED PAVEMENT MARKER THAT CAUSED DAMAGE TO PAVEMENT INDENTATION EACH $ 1.00 $ 1.00 75 TOTAL BID $ 82.32 $ 226.35 Reaufred Documents YES/NO YES/NO Maintenance of Traffic or Temporary Traffic Control Certification, Intermediate Level Certification YES YES Form 2: Vendor Check List YES YES Form 3: Conflict oflnterest Affidavit YES YES Form 4: Vendor Declaration Statement YES YES Form 5: Immigration Affidavit Certification YES YES Form 6: Vendor Substitute W-9 YES YES Insurance and Bonding Requirements YES YES Local Vendor Preference YES YES Five (5) years related experience YES YES Equipment List YES YES Sim iz YES YES C .Q �L co M 3 M O w M M ti ti O N -W Q 2❑f2 Packet Pg. 1045 16.A.16. b collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR ROADWAY STRIPING SOLICITATION NO.: 20-7733 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. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1046 16.A.16. b SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) 20-7733 NUMBER: PROJECT TITLE: Roadway Striving DUE DATE: March 27, 2020 at 3:OOPM PLACE OF BID 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 Road Maintenance Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bid submittals 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. BACKGROUND Collier County has contractual services for Roadway Striping which include, but are not limited to, temporary paint, installing markings and Raised Pavement Markers (RPMs) following roadway milling and resurfacing, spot repairs, maintaining existing striping and markings, stop bars, crosswalks, bike lanes, cart crossings, shared lane markings, installing new and removing existing RPMs and thermoplastic. Markings services may be for painted, thermoplastic, or both. The approximate historical spends are as follows: 2016 - $705,645; 2017 - $954,595; 2018 - $385,401; 2019 - $782,158; and 2020 - $239,107 (as of Jan 2020, fiscal year ends 09/30/2020). These expenditures may not be indicative of future spending patterns. 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 (1) year renewal option. 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 designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. a� c �L Cn c� 3 c� 0 M M ti 0 N o Ln V N c i 0 0 0 co MI M ti ti 0 N c a� E ca a Packet Pg. 1047 16.A.16. b AWARD CRITERIA ITB award criteria are as follows: ➢ The County's Procurement Services Division reserves the right to clarify a vendor's submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Primary/Secondary Awardees ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this ^ a� E solicitation. a co DETAILED SCOPE OF WORK 3 1. MINIMUM REQUIREMENTS c Bidders shall provide the following documentation with bid submission or prior to Notice of Recommended Award. M M ti 1.1. Exhibit A: The vendor shall provide documentation showing five (5) years' related experience as requested in this N solicitation. 1.2. Exhibit B: The vendor shall provide owned or leased equipment list showing that the Contractor has the means and 00 v methods to perform services as needed. N 1.3. Maintenance of Traffic or Temporary Traffic Control Certification, Intermediate Level Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. The vendor shall provide the Maintenance c� of Traffic or Temporary Traffic Control Certification. is 5_ 2. SCOPE OF WORK 6 Cn The services shall include, but not limited to the application, installation, and removal of Retroreflective Pavement Marking M ti toes symbols, legends, RPMs and painted and thermoplastic lines/symbols. bols. Contractor shall be willing and able to provide p, ym � g p p ym g p ~ o services on an "as -needed basis" in accordance to the following specifications. The Contractor shall perform the services in `V accordance with the specifications, and the Contractors employees shall be fully trained and qualified to perform the service E requests. ca 3. TECHNICAL SPECIFICATIONS Q The Contractor shall complete the work as listed herein and provide the necessary materials, labor, equipment, administrative duties, Maintenance of Traffic with traffic control devices to complete the work. All line items shall be bid for award consideration. 3.1. Referenced Documents 3.1.1. Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, current edition,(https://www.fdot.goy/programmanagement/implemented/specbooks/default.shtm), and all supplemental documents thereto shall be utilized and in accordance to the following: Raised RetroReflective Pavement Markers and Bituminous Adhesive; Traffic Stripes and Markings, Two, Reactive Components; Painted Pavement Markings; Thermoplastic Traffic Stripes and Markings; Materials Raised RetroReflective Pavement Markers and Bituminous Materials; and Traffic Marking Materials. Packet Pg. 1048 16.A.16. b 3.1.2. Florida Department of Transportation Design Standards, current edition. (btli2s://www.fdot.gov/roadwgy/DS/16/STDs.shtm#600) 3.1.3. U.S. Department of Transportation, Federal Highway Administration (FHWA) on Uniform Traffic Control Devices, current edition, of standard specifications shall be utilized and in accordance to the following: The Manual on Uniform Traffic Control Devices (MUTCD) standards shall be utilized for the installation and maintenance of traffic control devices. (https://mutcd.fhwa.dot.gov/) 3.2. Materials The materials shall be in accordance with the referenced documents listed in this solicitation. Such materials are, but not limited to bituminous; glass spheres; painted traffic stripes; thermoplastic; and Reflective Pavement Markers. 3.2.1. Paint: Painted traffic stripe applications and markings shall conform to the requirements in the referenced �. documents. a� E 3.2.2. Thermoplastic: Thermoplastic striping shall be done in accordance with Section 711, Thermoplastic Traffic Q Striping and Markings, current edition of the FDOT Standard Specifications of Road and Bridge Construction. n, 3.2.3. Removal of Paint and/or Thermoplastic Markings: Contractor shall provide all labor, equipment, and materials 3 for the removal of pavement markings from various roadways, parking lots, and other striping projects. Remove c existing material by grinding and/or water blasting as determined by the Division. The Contractor dispose of M removed material in a manner approved by the Division. 3.2.4. Raised Pavement Markers: Raised reflective pavement markings striping shall be done in accordance with c Section 706 and 970, current edition of the FDOT Standard Specifications of Road and Bridge Construction. N Contractor shall provide all labor, equipment, and materials for the installation of RPMs, ceramic disks, and flex v stakes on centerlines, edge lines, lane lines and gored medians on roadways at intersections, parking lots, and other striping projects throughout Collier County. i c 0 4. WORK SCHEDULES The Contractor shall provide a work schedules before starting services to Division staff for on -site inspections. Failure to - 0 submit work schedule(s) may result in invoice rejection and services not paid. Cn M M ti 5. WORK HOURS ~ 0 Work requests may be in the daytime hours from 7:00 a.m. to 5:00 p.m. or evening hours from 7:00 p.m. to 6:00 a.m., and `4 on weekdays or weekends. There is no additional compensation. E 6. WORK COORDINATION AND PROJECT MEETINGS 6.1. The Contractor shall not have crews on the job or perform any work before the Division Representative authorizes work a to start and the issuance of a purchase order. 6.2. During work under this Agreement, the Contractor shall be responsible for keeping the Division Representative informed of the proposed work schedule, and inform the Division of any schedule changes immediately, and then followed up in an email within 24 hours. 6.3. If any work subject to inspection or testing is installed without notification in time for such testing or inspection to be done, that work shall be subject to removal and replacement by the Contractor, at no additional cost to the County. 6.4. The Contractor will be required to coordinate work schedules with other County Contractors, to complete maintenance services, and to keep work progressing, without causing delays. Packet Pg. 1049 16.A.16. b 7. CLEAN UP / DISPOSAL The Contractor shall remove and dispose of material, debris, and trash within the work zone each day. If the area is not cleaned, the Contractor may be required to return to the worksite to clean up, remove, and dispose of the debris at an authorized disposal site. 8. FINAL INSPECTION 8.1. Upon notice from the Contractor that work is completed in accordance with the Specifications, the Division shall make a final inspection of the work. The Contractor will be notified of all instances where work fails to comply with the specifications. The Contractor shall immediately make those alterations to fully comply with the specifications. 8.2. The Contractor shall immediately correct or complete all issues as well as defects that were identified by the Division Representative. 8.3. Upon completion of the repair work, the Contractor shall notify the Division Representative when it is ready for re - inspection. The Division Representative shall make a final inspection of the work and notify the Contractor of any necessary repair work that is not completed. The Contractor shall immediately complete all incomplete work and ... arrange for another re -inspection. a� E .Q �L 9. DAMAGES co Any damages to County property or work areas caused by the Contractor's crews, such as but not limited to sidewalks, 3 curbing, gutters, pipes, drains, water mains, pavement, mail boxes, turf, road surface damage, and utilities, shall be the c Contractor's sole responsibility to repair or replace , at no cost to the County. M M ti 10. PERSONNAL & EQUIPMENT c The Contractor's personnel and crews shall be adequately trained, communicate effectively with County staff, and capable `mm of safely operating equipment and vehicles. Contractor must have adequate personnel, crews, and equipment to immediately v start work requests. N 11. WORK ZONE SAFETY i c c The Contractor shall use caution while working in or around County -owned or operated facilities, right-of-way, sides of right-of-way,and roadwa medians. When working within a right-of-way i.e. roads sidewalks bike paths, etc.) All Y g( P , 0 applicable FDOT and/or MUTCD requirements are always to be followed. Specifics include but are not limited to: co M M ti 11.1. ANSFISEA Class 2 or 3 Vests, T-shirts, or similarly labeled garments depending on time of day. c 11.2. Appropriate work zone signage, cones, barricades or barrels, arrow panels, flagging personnel, and Stop/Slow CM, Paddles, where necessary, required by law or the BCC. 11.3. An applicable work zone (Maintenance of traffic) plan based on FDOT and/or MUTCD designs on site. 11.4. The Contractor will maintain access for residents and commercial properties at all times during all striping activities, with minimal delays to the traveling public. a 12. MAINTENANCE OF TRAFFIC (MOT) The Contractor is responsible for the Maintenance of Traffic (MOT) with the right equipment and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc. The Contractor, or its subcontractor, is responsible in maintaining MOT to perform services in the right-of-way and roadways. The Contractor shall have MOT devices and equipment adequate for traffic control, and depending on the roadway, it may include signage, arrow boards, message boards, warning devices, barriers, and flagmen. 12.1.1. MOT is a requirement for the safety and protection of the Contractor's employees and motorists during the performance of services. It is the Contractor's sole responsibility for safety in the work zone. 12.1.2. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD). Packet Pg. 1050 16.A.16. b 12.1.3. The Contractor is authorized to subcontract MOT. It is a requirement that either the Contractor or subcontractor to have current FDOT approved MOT, Intermediate Level, Certification per FDOT, Design Standards, 600 series indexes. 12.1.4. The Contractor's employee or Contractor's subcontractor is responsible for the MOT plan and equipment setup, this individual shall have current FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact by County staff to address work zone safety issues. 12.1.5. MOT setup that does not comply with FDOT standards, the contractor will need to cease operations until MOT is correct per the 600 series design standard. fKA1I:\►1 Wei 101.Y11:7Oki There are no lane closures permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on weekdays. The Contractor may request authorization from the Division to work in the non -lane closure hours. 13.1.1. Road Alert (Mandatory Requirement): Notify Growth Management Department, Customer Service Specialist, or �. a� designee on Wednesday before lane closure(s) by submitting the Road Alert Notification form (Exhibit C) so that E a staff can update the Road Alert message board. co 14. WARRANTY 3 All materials and work shall have a warranty period of one (1) year, from date of completion, in addition to any and all c manufacturer warranties. M M ti 15. COMPENSATION c Invoice submission for payment approval must be accurate and complete with details of services performed or commodities N purchased. v N 15.1. County staff shall authorize payment approvals for completed that is satisfactory by the Division. c 15.2. Invoice rejection will occur for non -completed work, deficient work, incomplete invoicing, or failure to submit C backup documentation as requested by the Division. is 15.3. Invoice must include, at a minimum: Division name, contract number, purchase order number, work order number 'o (if applicable), line item numbers, and details in the invoice body. co M M ti ti O N C N E t V r r Q Packet Pg. 1051 DocuSign Envelope ID: 90E13ADl-1220-4BOD-A2C7-4E794215AA35 Project Manager:Melissa Pearson Procurement Strategist:Patrick Boyle Notifications Se 16.A.16.c Downlo Submissions:2 BID TABU LATON 20-7733 Roadway Striping Due Date: March 27th 2020 at 3:OOPM MII PAINT MCSHEA CONTRACTING PARAMOUNT SEALCOATING LINE ITEM DESCRIPTION UOM UNIT PRICE UNIT PRICE 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.50 $ 0.35 2 6" SOLID TRAFFIC STRIPE, 15 MR., WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.50 $ 0.35 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.00 $ 0.75 4 8" SOLID TRAFFIC STRIPE, 15 MR., WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.00 5 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.00 6 8" SOLID TRAFFIC STRIPE, 15 MR., WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.00 7 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 1.25 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 1.25 9 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 1.50 $ 1.25 10 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.50 11 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.50 12 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 $ 1.50 13 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 1.75 14 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 2.00 $ 1.75 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL So FT $ 4.00 $ 1.00 16 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET SET = 1 DIGIT UP TO 6 DIGITS SET $ 0.01 $ 1.00 17 4" PAVEMENT MARKING, LETTERS & NUMBERS PER SET SET = 1 DIGIT UP TO 6 DIGITS SET $ 0.01 $ 1.00 THERMOPLASTIC 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SO FT $ 5.00 $ 3.00 19 6" SOLID TRAFFIC STRIPE, 60 ME., WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.75 $ 0.75 20 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.75 $ 0.75 21 6" SOLID TRAFFIC STRIPE, 60 ME„ WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.25 22 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.90 $ 0.85 23 6" SOLID TRAFFIC STRIPE, 90 ME„ WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.90 $ 0.85 24 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.50 25 8" SOLID TRAFFIC STRIPE, 60 ME„ WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.25 26 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.25 27 8" SOLID TRAFFIC STRIPE, 60 ME„ WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.50 $ 1.25 28 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 1.50 29 8" SOLID TRAFFIC STRIPE, 90 ME„ WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 1.50 30 8" SOLID TRAFFIC STRIPE, 90 MR., WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 $ 1.50 31 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 2.25 32 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 2.25 33 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, MANUAL APPLICATION LF $ 2.50 $ 2.25 34 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 3.25 35 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 3.25 36 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 3.50 $ 3.25 37 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 2.50 38 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 2.50 39 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 2.95 $ 2.50 40 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 $ 4.25 41 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 $ 4.25 42 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 4.95 $ 4.25 r Q 1 of Packet Pg. 1052 DocuSign Envelope ID: 90E13ADl-1220-4BOD-A2C7-4E794215AA35 Project Manager:Melissa Pearson Procurement Strategist:Patrick Boyle Notifications Se 16.A.16.c Downlo Submissions:2 43 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE a LESS THAN 1 MILE LF $ 0.01 $ 3.25 44 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 $ 3.25 45 24" SOLID TRAFFIC STRIPE, 60 MB„ WHITE a MANUAL APPLICATION LF $ 3.95 $ 3.25 46 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 $ 5.25 47 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 5.95 1 $ 5.25 IS,PAVEMENT MARKERS/CERAMIC DISKS/TRAFFIC DELINEATORS 48 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1 - 199 EACH $ 4.00 $ 4.00 49 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 200 - 500 EACH $ 4.00 $ 4.00 50 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 501 - 1,000 EACH $ 4.00 $ 4.00 51 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1,001 AND UP EACH $ 4.00 $ 4.00 52 6" CERAMIC DISKS WITH INTERNAL REFLECTORS, FURNISH & INSTALL EACH $ 0.01 $ 1.00 53 TRAFFIC DELINEATOR, FURNISH & INSTALL EACH $ 0.01 $ 1.00 AUDIBLE & VIBRATORY MARKINGS 54 AUDIBLE & VIBRATORY MARKINGS LF $ 1.00 $ 0.90 55 AUDIBLE & VIBRATORY MARKINGS NET MILE $ 1.00 $ 0.01 RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET $ 0.01 $ 40.00 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET $ 0.01 $ 40.00 57 GROUND -IN RUMBLE STRIPS LF $ 1.00 $ 1.50 MEJJPW WATER BLASTING REMOVALS 58 REMOVE EXISTING TRAFFIC STRIPES LF $ 0.25 $ 1.50 59 REMOVE EXISTING THERMOPLASTIC TRAFFIC MARKING SQ FT $ 0.50 $ 3.00 60 REMOVE EXISTING 6' TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 1.50 61 REMOVE EXISTING 8" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 2.00 62 REMOVE EXISTING 10" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 2.50 63 REMOVE EXISTING 12" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.50 $ 3.00 64 REMOVE EXISTING 24" TRAFFIC STRIPE THERMOPLASTIC LF $ 1.00 $ 5.00 65 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 66 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 GRINDING REMOVALS 67 REMOVE EXISTING PAINTED TRAFFIC STRIPES LF $ 0.05 $ 1.50 68 REMOVE PAINT SQ FT $ 0.10 $ 3.00 69 REMOVE EXISTING THERMOPLASTIC TRAFFIC STRIPES LF $ 1.50 $ 1.50 70 REMOVE THERMOPLASTIC SQ FT $ 3.00 $ 3.00 71 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 72 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 $ 0.01 RAISED PAVEMENT MARKERS: REMOVE / REPAIR / REPLACE r75 REMOVE EXISTING RAISED PAVEMENT MARKERS & REPLACE WITH NEW RPM EACH $ 4.00 $ 4.00 REPAIR & PATCH: REMOVAL OF RAISED PAVEMENT MARKER THAT CAUSED DAMAGE TOEACH PAVEMENT INDENTATION $ 1.00 $ 1.00 TOTAL BID $ 82.32 $ 226.35 Reaufred Documents YES/NO YES/NO Maintenance of Traffic or Temporary Traffic Control Certification, Intermediate Level Certification YES YES Form 2: Vendor Check List YES YES Form 3: Conflict oflnterest Affidavit YES YES Form 4: Vendor Declaration Statement YES YES Form 5: Immigration Affidavit Certification YES YES Form 6: Vendor Substitute W-9 YES YES Insura❑ce and Bonding Requirements YES YES Local Vendor Preference YES YES Five (5) years related experience YES YES Equipment List YES YES Sim iz YES YES 00 Ln le N C O r R 7 m M M ti ti O N C N E t V r r Q 2❑f2 Packet Pg. 1053 16.A.16.d 00fler County Administrative SeNces Division Procurement Services Date: 03/03/2020 Email: Patrick.Boyle(&colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist - 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. Added sample work orders to address question 1. 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: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Date Packet Pg. 1054 16.A.16.e FY 20 MILL & RESURFACE MARKINGS NOTICE TO BEGIN WORK WORK ORDER #2451 WORK LOCATION: LIVINGSTON ROAD AND VANDERBILT BEACH ROAD INTERSECTION ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Measurements Start End On Livingston Road and Vanderbilt Beach Road Intersection overlay with 1.5", SP 9.5, TLC. Limits marked in white paint. Preferred Materials 3,990 LF X 112 LF WIDE 10/6/2019 11/10/2019 Coordinate with McShea for temporary & permanent striping. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 10/6/2019 11/27/2019 NOTICE TO BEGIN WORK WORK ORDER #2452 WORK LOCATION: SANTA BARBARA BLVD (RADIO ROAD TO GOLDEN GATE CANAL) ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Measurements Start End On Santa Barbara Blvd from Radio Road to Golden Gate Canal mill and overlay with 1.5", SP 9.5, TLC. Limits marked in white paint. Preferred Materials 5,150 LF X 85 LF WIDE 1/17/2020 3/1/2020 Coordinate with McShea for temporary & permanent striping. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 1/17/2020 3/15/2020 Southern Lighting & Traffic sensor pucks to be installed after pavement milling completed. Once the traffic sensors are installed, Preferred to proceed with Signals, Inc. pavement overlay. 1/17/2020 3/1 /2020 NOTICE TO BEGIN WORK WORK ORDER #2453 WORK LOCATION: MILL & OVERLAY AIRPORT PULLING ROAD (DAVIS BLVD TO RADIO RD) ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Measurements Start End On Airport Pulling Road (Davis Blvd to Radio Rd) mill 1.5", overlay with 1.5", SP 9.5, TLC. Limits marked in white paint. Preferred Materials 5,400 LF X 85 LF WIDE 11/12/2019 12/12/2019 Coordinate with McShea for temporary & permanent striping, and Southern Signal & Lighting for installation of traffic sensor pucks. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 11/12/2019 12/30/2019 Southern Lighting & Traffic sensor pucks to be installed after pavement milling completed. Once the traffic sensors are installed, Preferred to proceed with Signals, Inc. pavement overlay. 11/12/2019 12/12/2019 Packet Pg. 1055 NOTICE TO BEGIN WORK WORK ORDER #2455 WORK LOCATION: LOGAN BLVD FROM GREEN BLVD TO PINE RIDGE ROAD ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Start End Measurements On Logan Blvd from Green Blvd to Pine Ridge Road overlay with 1.5", SP 9.5, TLC. Limits marked in white Preferred Materials paint. 5,000 LF X 65 LF WIDE 1/17/2020 3/15/2020 Coordinate with McShea for temporary & permanent striping. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 1/17/2020 3/30/2020 Southern Lighting & Traffic sensor pucks to be installed after pavement milling completed. Once the traffic sensors are installed, Preferred to proceed with Signals, Inc. pavement overlay. 1/17/2020 3/15/2020 NOTICE TO BEGIN WORK WORK ORDER #2456 WORK LOCATION: LIVINGSTON ROAD AND IMMOKALEE ROAD INTERSECTION ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Measurements Start End On Livingston Road and Immokalee Road Intersection overlay with 1.5", SP 9.5, TLC. Limits marked in White paint. Preferred Materials 4,100 LF X 112 LF WIDE 10/28/2019 11/30/2019 Coordinate with McShea for temporary & permanent striping. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. Refresh the 2-4 directional 10/28/2019 12/14/2019 skip lines in all directions within the intersections. Southern Lighting & Traffic sensor pucks to be installed after pavement milling completed. Once the traffic sensors are installed, Preferred to proceed with Signals, Inc. pavement overlay. 10/28/2019 11/30/2019 NOTICE TO BEGIN WORK WORK ORDER #2775 WORK LOCATION: AIRPORT PULLING ROAD (IMMOKALEE ROAD TO PIPER BLVD) ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Measurements Start End On Airport Pulling Road from Immokalee Road to Piper Blvd mill 1.5" and overlay with 1.5", SP 9.5, TLC. Limits marked in white paint. Preferred Materials 204 LF X 85 LF WIDE 10/31/2019 11/15/2019 Coordinate with McShea for temporary & permanent striping. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 10/31/2019 11/30/2019 16.A.16.e Packet Pg. 10576 NOTICE TO BEGIN WORK 16.A.16.e WORK ORDER #3348 WORK LOCATION: DESOTO BLVD (GOLDEN GATE BLVD TO OIL WELL ROAD) MILL AND OVERLAY ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Measurements Start End Fade mill 1.5bn Desoto Blvd from Golden Gate Blvd to Oil Well Road, as marked. Overlay with a heavy level coarse SP 12.5 as needed and finish with final asphalt lift of 1.5", SP 12.5 TLC. Side streets affected, Preferred Materials the onsite RMD Inspector will provide direction. Area limits are marked in white paint. 22,800 LF X 18 LF WIDE 2/19/2020 5/9/2020 Coordinate with McShea for temporary & permanent striping. McShea Contracting I Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 2/19/2020 5/24/2020 NOTICE TO BEGIN WORK WORK ORDER #3349 WORK LOCATION: RANDALL BLVD (EVERGLADES BLVD TO DESOTO BLVD) MILL AND OVERLAY ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Measurements Start End Mill 1.5"on Randall Blvd from Everglades Blvd to Desoto Blvd, as marked. Overlay with 1.5", SP 9.5 TLC. Use caution working near bridge deck while milling to prevent damages. Area limits are marked in white Preferred Materials paint. 9,695 LF X 24 LF WIDE 2/19/2020 5/9/2020 Coordinate with McShea for temporary & permanent striping. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 2/19/2020 5/24/2020 NOTICE TO BEGIN WORK WORK ORDER #3350 WORK LOCATION: EVERGLADES BLVD (GOLDEN GATE BLVD TO OIL WELL ROAD) MILL AND OVERLAY ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Contractor Work Description Approximate Start End Measurements Fade mill 1.5"on Everglades Blvd from Golden Gate Blvd to 29th Ave NE. Full mill 1.5" from 29th Ave NE to Oil Well Road, as marked. Following traffic sensors installation, proceed with pavement overlay. Overlay with a heavy level coarse SP 9.5, as needed, and finish with final asphalt lift of 1.5", SP 9.5 TLC. No side Preferred Materials streets are affected with this work. Area limits are marked in white paint. 22,801 LF X 24 LF WIDE 2/19/2020 5/9/2020 Coordinate with McShea for temporary & permanent striping and Southern Signal & Lighting for traffic loop sensors. McShea Contracting Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 2/19/2020 5/24/2020 Southern Signal & Traffic loop sensors installation will occur after pavement milling is completed. 2/19/2020 5/9/2020 Lighting, Inc. Packet Pg. 10577 FY 20 SPOT REPAIR MARKINGS 16.A.16.e NOTICE TO BEGIN WORK WORK ORDER #2993 WORK LOCATION: 5TH STREET SW OFF GOLDEN GATE BLVD (SPOT REPAIR) ALL WORK TO BE COMPLETED IN DAY TIME HOURS BETWEEN 9:00 A.M. THROUGH 3:00 P.M. Contractor Work Description Approximate Start End Measurements On 5TH Street SW off Golden Gate Blvd starting at property address 270 5th Street SW off Golden Gate Blvd moving south 165 400. The areas are marked in white paint. Resurface with 1.5" of SP 9.5 TL C, then bump mill end limits and Preferred Materials driveways within project limits ensuring smooth transitions. 12/9/2019 2/9/2020 400 LF X 18 FT WIDE Coordinate with McShea Contracting for temporary & permanent striping. McShea Contracting Install temporary paint at existing locations. Following 15 days of asphalt cure time, install thermoplastic at 90 Mils. 12/10/2019 2/24/2020 NOTICE TO BEGIN WORK WORK ORDERS #3209, 3056, 3057, AND 3062. ALL WORK SHALL BE COMPLETED IN THE EVENING HOURS. Work Contractor Work Description Approximate Start End Order Measurements Goodlette Frank Road between Center Street and Orange Blossom Driven- Spot Repairs Preferred Mill 3" and overlay on Goodlette Frank Road, southbound, 10 locations. The spot repairs are near the inlet structures, Ll, Materials L2, and L3, between Center Street and Orange Blossom Drive. Then resurface with 3" of SP 12.5 TLC. Area limits marked 1/16/2020 3/7/2020 3209 in white paint. Coordinate with McShea for temporary & permanent striping. 1,669 LF X 11 LF WIDE McShea Apply temporary Paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 1/16/2020 3/21/2020 Contracting Work Approximate Order Contractor Work Description 9r Measurements Start End Vanderbilt Beach Road near Islandwalk Blvd - Spot Repair Preferred Mill 1.5" and overlay on Vanderbilt Beach Road, westbound outside thru lane, just east of Islandwalk Blvd. Then resurface 1/17/2020 3/l /2020 3056 Materials with 1.5" of SP 9.5 TLC. Area limits marked in white paint. Coordinate with McShea for temporary & permanent striping.120 P P D' P LF X 12.5 LF WIDE McShea Apply temporary Paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 1/16/2020 3/15/2020 Contracting Work Contractor Work Description Approximate Start End Order Measurements Vanderbilt Beach Road near Logan Blvd - Spot Repair Preferred Mill 1.5" and overlay on Vanderbilt Beach Road, westbound outside thru lane, just east of Logan Blvd. Then resurface with 1/17/2020 3/l/2020 Materials 3057 1.5" of SP 9.5 TLC. Area limits marked in white paint. Coordinate with McShea for temporary & permanent striping. P P rS' P P g• 320 LF X 12.5 LF WIDE McShea Apply temporary Paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. 1/16/2020 3/15/2020 Contracting c .Q R 3 R 0 w M M h ti C N i Packet Pg. 10578 Approximate Contractor Work Description Start Measurements Work Approximate Order Contractor Work Description Measurements Start End Santa Barbara Blvd near Golden Gate Parkway - Spot Repair Preferred Mill 1.5" and overlay on Santa Barbara Blvd, northbound, outside thru lane and bike lane, just south of Golden Gate 1/17/2020 3/1/2020 Materials Parkway. Then resurface with 1.5" of SP 9.5 TLC. Area limits marked in white paint. Coordinate with McShea for 3062 temporary & permanent striping. 200 LF X 15 LF WIDE McShea Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. pp y p n p g y p pp y p 1/16/2020 3/15/2020 Contracting 16.A.16.e NOTICE TO BEGIN WORK WORK ORDER NUMBER: 3218 ALL WORK SHALL BE DONE IN THE DAYTIME HOURS BETWEEN 9 A.M. THROUGH 3 P.M. Work Order Contractor Work Description Approximate Measurements Start End 270 5TH STREET SW OFF GOLDEN GATE BLVD - SPOT REPAIR Mill 1.5" and overlay on 5TH Street SW off Golden Gate Blvd; start at property address 270 5th Street SW off Golden Gate Preferred Blvd moving north 200 ft. Then resurface with 1.5" of FC 12.5 TLC; bump mill end limits and driveways within the project 1/17/2020 3/l/2020 3218 Materials limits ensuring smooth transitions. Area limits marked in white paint. Coordinate with McShea for temporary & permanent g p p D' p 150 LF X 18 LF WIDE striping. McShea Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. PP y p p g y p pp y p 1/16/2020 3/15/2020 Contracting NOTICE TO BEGIN WORK WORK ORDER NUMBER: 3233 ALL WORK SHALL BE DONE IN THE EVENING HOURS Work Order Contractor Work Description Approximate Measurements Start End WHITE LAKE BLVD AT WASTE MANAGEMENT LANDFILL ENTRANCE - SPOT REPAIR Preferred Mill 3" ON White Lake Blvd at Waste Management landfill, starting 300 feet west of Waste Management landfill entrance, Materials and ending 50 feet east of stop bar, east of Waste Management landfill entrance. Then resurface with 3" (2, 1.5" lifts) of FC 1/26/2020 3/15/2020 3233 12.5 TL C. Area limits marked in white paint. Coordinate with McShea for temporary & permanent striping. 350 LF X 30 LF WIDE McShea Apply temporary paint at existing locations, and after 15 days asphalt cure time, apply 90 MILS thermoplastic. Pp y p ryp g y p pp y p 1/26/2020 3/31/2020 Contracting El Packet Pg. 10579 16.A.16.e FY 20 LIMEROCK ROAD CONVERSION STRIPING NOTICE TO BEGIN WORK WORK ORDER #2908 WORK LOCATION: 11TH STREET SW (LIMEROCK ROAD CONVERSION) ALL WORK SHALL BE COMPLETED IN THE DAYTIME HOURS. Contractor Work Description Approximate Measurements Start End Prime and sand when notified then followed by, placement of 2-inches compacted average thickness of SP 9.5 TL C. On 11th Street SW, south of 16th Avenue SW, asphalt to be applied in 2 lifts (leveling and final surface) to establish a center crown with overall finished compacted thickness, average of 2-inches. P&S: 447 LF 20 LF WIDE Preferred Materials Approximate length 447 ft by 20 ft wide for prime & sand only. Approximate asphalt placement length 447 ft X 11/19/2019 12/19/2019 by 18 ft wide, approximate 101 tons of asphalt. AP: 447 LF 18 LF WIDE Coordinate with McShea for temporary & permanent striping. McShea Contracting Install stop bar, double yellow lane lines, and RPM's. Apply 90 MILS thermoplastic following 15 days cure time of temporary paint. 11/19/2019 12/31/2019 NOTICE TO BEGIN WORK WORK ORDER #2912 WORK LOCATION: DESOTO BLVD NORTH, NORTH OF 62ND AVENUE NE (LIMEROCK ROAD CONVERSION) ALL WORK SHALL BE COMPLETED IN THE DAYTIME HOURS. Contractor Work Description Approximate Measurements Start End Prime and sand when notified then followed by, placement of 2-inches compacted average thickness of SP 9.5 TL C. On Desoto Blvd North, North of 62nd Avenue NE, asphalt to be applied in 2 lifts (leveling and final surface) to establish a center crown with overall finished compacted thickness, average of 2-inches. P&S: 700 LF 20 LF WIDE Preferred Materials Approximate length 700 ft by 20 ft wide for prime & sand only. Approximate asphalt placement length 4,700 X 11/19/2019 12/19/2019 ft by 18 ft wide, approximate 160 tons of asphalt. AP: 4,700 LF 18 LF WIDE Coordinate with McShea for temporary & permanent striping. McShea Contracting Install stop bar, double yellow lane lines, and RPM's. Apply 90 MILS thermoplastic following 15 days cure time of temporary paint. 11/19/2019 12/31/2019 NOTICE TO BEGIN WORK WORK ORDER #2919 WORK LOCATION: 4OTH AVENUE SE, WEST OF DESOTO BLVD (LIMEROCK ROAD CONVERSION) ALL WORK SHALL BE COMPLETED IN THE DAYTIME HOURS. Contractor Work Description Approximate Start End Measurements Prime and sand when notified then followed by, placement of 2-inches compacted average thickness of SP 9.5 TL C. On 40th Street SE, west of Desoto Blvd, asphalt to be applied in 2 lifts (leveling and final surface) to establish a center crown with overall finished compacted thickness, average of 2-inches. Approximate length P&S: 2,500 LF 22 LF WIDE Preferred Materials 2,500 ft by 22 ft wide for prime & sand only. Approximate asphalt placement length 2,500 ft by 18 ft wide, X 11/20/2019 12/20/2019 approximate 563 tons of asphalt. AP: 2,500 LF 18 LF WIDE Coordinate with McShea for temporary & permanent striping. McShea Contracting Install stop bar, double yellow lane lines, and RPM's. Apply 90 MILS thermoplastic following 15 days cure time of temporary paint. 11/20/201 Packet Pg. 1060 NOTICE TO BEGIN WORK 16.A.16.e WORK ORDER #2920 WORK LOCATION: 28TH AVENUE SE, EAST OF DESOTO BLVD (LIMEROCK ROAD CONVERSION) ALL WORK SHALL BE COMPLETED IN THE DAYTIME HOURS. Contractor W- Work Description Approximate Measurements Start End Prime and sand when notified then followed by, placement of 2-inches compacted average thickness of SP 9.5 TL C. On 28th Avenue SE, east of Desoto Blvd, asphalt to be applied in 2 lifts (leveling and final surface) to establish a center crown with overall finished compacted thickness, average of 2-inches. Approximate length P&S: 2,408 LF 22 LF WIDE Preferred Materials 2,408 ft by 22 ft wide for prime & sand only. Approximate asphalt placement length 2,408 ft by 18 ft wide, X 11/20/2019 12/20/2019 approximate 542 tons of asphalt. AP: 2,408 LF 18 LF WIDE Coordinate with McShea for temporary & permanent striping. McShea Contracting Install stop bar, double yellow lane lines, and RPM's. Apply 90 MILS thermoplastic following 15 days cure time of temporary paint. 11/20/2019 12/31/2019 NOTICE TO BEGIN WORK WORK ORDER #2921 WORK LOCATION: 24TH AVENUE NE, EAST OF DESOTO BLVD (LIMEROCK ROAD CONVERSION) ALL WORK SHALL BE COMPLETED IN THE DAYTIME HOURS. Contractor Work Description Approximate Measurements Start End Prime and sand when notified then followed by, placement of 2-inches compacted average thickness of SP 9.5 TL C. On 24th Avenue NE, east of Desoto Blvd, asphalt to be applied in 2 lifts (leveling and final surface) to establish a center crown with overall finished compacted thickness, average of 2-inches. Approximate length P&S: 742 LF 22 LF WIDE Preferred Materials 742 ft by 22 ft wide for prime & sand only. Approximate asphalt placement length 742 ft by 18 ft wide, X 11/20/2019 12/20/2019 approximate 167 tons of asphalt. AP: 742 LF 18 LF WIDE Coordinate with McShea for temporary & permanent striping. McShea Contracting Install stop bar, double yellow lane lines, and RPM's. Apply 90 MILS thermoplastic following 15 days cure time of temporary paint. 11/20/2019 12/31 /2019 Packet Pg. 10671 16.A.16.e Maintenance Striping Work Orders — FY 20 WO WO Description Work Description On Commercial Drive from US 41 to Davis Blvd, refresh Commercial Drive (US 41 to Davis Blvd), all stripes and markings; apply thermo at 60 MILS; Stripe/Marking Maintenance include crosswalks, stop bars, double yellow lines; gore 3195 areas; arrows; and RPMs. Include Kirkwood Avenue Street: Commercial Drive and Linwood Avenue side streets with stop bars and 50 Route Ahead: Davis Blvd feet of double yellow lines with RPMs. Approximate Route Back: US 41 (Tamiami Trail) length is 1,100 ft. Timeline: Start - 01/16/2020 End: 03/07/2020 WO WO Description Work Description Pine Ridge Road at Naples Blvd, On Pine Ridge Road eastbound, on the dual northbound Stripe/Marking Maintenance 3196 lanes at Naples Blvd, on the double yellow lines, install Street: Pine Ridge Road and/or add RPMs at 20 ft spacing; currently 40 ft spacing. Route Ahead: Naples Blvd Route Back: Yahl Street Timeline: Start - 01/16/2020 End: 03/07/2020 WO WO Description Work Description Radio Road at Madison Park Blvd, Stripe Maintenance Apply yellow paint applications on the curb transition on the backside of the sidewalk near the pedestrian head 3199 Street: Radio Road pole. The highlighted area to be painted yellow is located Route Ahead: Robin Hood Circle in the southwest corner of the intersection of Radio Road Route Back: Madison Park Blvd and Madison Park Blvd. Timeline: Start - 01/16/2020 End - 03/07/2020 WO WO Description Work Description Immokalee Rd Median at Goodland Bay Drive Stripe/Marking Maintenance Refresh pavement markings on Immokalee Road at Goodland Bay Drive median per plans provided. Apply 3229 Street: Immokalee Road thermo at 60 mils. Includes bull noses, yellow lines, gore Route Ahead: Goodland BayDr areas, arrows, and bi-directional RPMs. Approximate Route Back: Collier Blvd length is 800 feet. Timeline: Start - 01/22/2020 End - 3/7/2020 Go LO It N m a� 0 U to a i a� a E 0 U) 0 i Q c as E U cc a Packet Pg. 1062 16.A.16.e 3292 Immokalee Rd at Pebblebrooke Drive - Stripe/Marking Maintenance Street: Immokalee Road Route Ahead: Collier Blvd Route Back: Pebblebrooke Drive On Immokalee Rd, east of Pebblebrooke Drive, on the westbound turn lane, refresh the bull nose median in paint applications and re -install the median number. Timeline: Start - 2/13/2020 End - 3/27/2020 Packet Pg. 1063 16.A.16.f Coftler County Administrative Services Division Procurement Services Date: March 24, 2020 Email: Patrick.Boyle(&colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 2 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Re: 20-7733 "Roadway Striping" Subject: Q & A #4 and Revision 1 Bid Schedule 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: ❑ Question 4: For line items 56 and 57, are the raised rumble strips to be preformed thermoplastic? Also, is the "EACH" per rumble strip or per set of 4 rumble strips? The previous solicitation was for a " U" price. Response Question 4: Refer to FDOT Design Standard, Index 600, page 6 of 13 and FDOT Section 546-2 Materials for Raised Rumble Strips. ❑ Bid Schedule revised to the following. Interested Bidders shall use REVISION 1 20-7733 Bid Schedule for bid submission. RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET 57 GROUND -IN RUMBLE STRIPS LF EAC14 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: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Date Packet Pg. 1064 Project Manager:Melissa Pearson Procurement Strategist: Patrick Boyle Notifications Sent:7149 Downloaded:43 Submissions:2 16.A.16.g BID TABULATON 20-7733 Roadway Striping One penny line items removed temporarily for bid schedule analysis - McShea is lowest bidder. imm0 PAINT MCSHEA CONTRACTING PARAMOUNT SEALCOATING LINE ITEM DESCRIPTION UOM UNIT PRICE UNIT PRICE 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.50 $ 0.35 2 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.50 $ 0.35 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.00 $ 0.75 4 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ - $ - 5 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ - $ - 6 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.00 7 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ - $ - 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER THAN 1 MILE LF $ - $ - 9 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 1.50 $ 1.25 10 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ - $ - 11 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ - $ - 12 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 $ 1.50 13 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ - $ - 14 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 2.00 $ 1.75 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL SQ FT $ 4.00 $ 1.00 16 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET = 1 DIGIT UP TO 6 DIGITS) SET $ - $ - 17 imTHERMOPLASTIC 18 4" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET = 1 DIGIT UP TO 6 DIGITS) SYMBOLS, NUMBERS, PAVEMENT MESSAGES SET SQ FT $ - $ 5.00 $ - $ 3.00 19 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.75 $ 0.75 20 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.75 $ 0.75 21 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.25 22 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.90 $ 0.85 23 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.90 $ 0.85 24 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 $ 1.50 25 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ - $ - 26 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ - $ - 27 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.50 $ 1.25 28 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ - $ - 29 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ - $ - 30 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 $ 1.50 31 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, LESS THAN 1 MILE LF $ - $ - 32 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ - $ - 33 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, MANUAL APPLICATION LF $ 2.50 $ 2.25 34 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ - $ - 35 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, GREATER THAN 1 MILE LF $ - $ - 36 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 3.50 $ 3.25 37 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ - $ - 38 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ - $ - 39 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 2.95 $ 2.50 40 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ - $ - 41 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ - $ - 42 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 4.95 $ 4.25 1of2 Packet Pg. 1065 Project Manager:Melissa Pearson Procurement Strategist: Patrick Boyle Notifications Sent:7149 Downloaded:43 Submissions:2 16.A.16.g 43 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE ; LESS THAN 1 MILE LF $ - $ - 44 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ - $ - 45 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE ; MANUAL APPLICATION LF $ 3.95 $ 3.25 46 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ - $ - 47 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 5.95 $ 5.25 RAISED PAVEMENT MARKERS/CERAMIC DISKS/TRAFFIC DELINEATORS 48 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1 - 199 EACH $ 4.00 $ 4.00 49 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 200 - 500 EACH $ 4.00 $ 4.00 50 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 501 - 1,000 EACH $ 4.00 $ 4.00 51 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1,001 AND UP EACH $ 4.00 $ 4.00 52 6" CERAMIC DISKS WITH INTERNAL REFLECTORS, FURNISH & INSTALL EACH $ - $ - 53 TRAFFIC DELINEATOR, FURNISH & INSTALL EACH $ - $ - AUDIBLE & VIBRATORY MARKINGS 54 AUDIBLE & VIBRATORY MARKINGS LF $ 1.00 $ 0.90 55 AUDIBLE & VIBRATORY MARKINGS NET MILE $ - $ - 11 RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET $ - $ - 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET $ - $ - 57 GROUND -IN RUMBLE STRIPS LF $ 1.00 $ 1.50 IL WATER BLASTING REMOVALS 58 REMOVE EXISTING TRAFFIC STRIPES LF $ 0.25 $ 1.50 59 REMOVE EXISTING THERMOPLASTIC TRAFFIC MARKING SQ FT $ 0.50 $ 3.00 60 REMOVE EXISTING 6" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 1.50 61 REMOVE EXISTING 8" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 2.00 62 REMOVE EXISTING 10" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 $ 2.50 63 REMOVE EXISTING 12" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.50 $ 3.00 64 REMOVE EXISTING 24" TRAFFIC STRIPE THERMOPLASTIC LF $ 1.00 $ 5.00 65 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ - $ - 66 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ - $ - GRINDING REMOVALS 67 REMOVE EXISTING PAINTED TRAFFIC STRIPES LF $ 0.05 $ 1.50 68 REMOVE PAINT SQ FT $ 0.10 $ 3.00 69 REMOVE EXISTING THERMOPLASTIC TRAFFIC STRIPES LF $ 1.50 $ 1.50 70 REMOVE THERMOPLASTIC SQ FT $ 3.00 $ 3.00 71 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ - $ - 72 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ - $ - RAISED PAVEMENT MARKERS: REMOVE / REPAIR / REPLACE 73 REMOVE EXISTING RAISED PAVEMENT MARKERS & REPLACE WITH NEW RPM EACH $ 4.00 S 4.00 74 REPAIR & PATCH: REMOVAL OF RAISED PAVEMENT MARKER THAT CAUSED DAMAGE TO PAVEMENT INDENTATION EACH $ 1.00 S 1.00 "Mm I TOTAL BID $ 81.00 $ 91.30 Required Documents YES/NO YES/NO Maintenance of Traffic or Temporary Traffic Control Certification, Intermediate Level Certification YES YES Form 2: Vendor Check List YES YES Form 3: Conflict of Interest Affidavit YES YES Form 4: Vendor Declaration Statement YES YES Form 5: Immigration Affidavit Certification YES YES Form 6: Vendor Substitute W-9 YES YES Insurance and Bonding Requirements YES YES Local Vendor Preference YES YES Five (5) years related experience YES YES Equipment List YES YES SunBiz YES YES 2of2 Packet Pg. 1066 16.A.16. h 20-7733 PRICE ANALYSIS ARTERIAL ROADWAY GOODLETTE FRANK ROAD (GOLDEN GATE PARKWAY TO PINE RIDGE ROAD) FY 20 FORECAST WORK PAINT McShea Contracting Paramount Sealcoating Line Description UOM Quantity Unit Extended Unit Extended Item Price Costs Price Costs 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 YELLOW, GREATER THAN 1 MILE LF 82,713 $ 0.50 $ 41,356.50 $ 0.35 $ 28,949.55 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 4 YELLOW, LESS THAN 1 MILE LF 2,593 $ 0.01 $ 25.93 $ 1.00 $ 2,593.00 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 7 THAN 1 MILE LF 2,817 $ 0.01 $ 28.17 $ 1.25 $ 3,521.25 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 10 LF 945 $ 0.01 $ 9.45 $ 1.50 $ 1,417.50 YELLOW, LESS THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 13 LF 1,493 $ 0.01 $ 14.93 $ 1.75 $ 2,612.75 THAN 1 MILE SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 1,938 $ 4.00 $ 7,752.00 $ 1.00 $ 1,938.00 MIL NUMBERS & PAVEMENTS MESSAGES, 15 15 SYMBOLS, SQ FT 88 $ 4.00 $ 352.00 $ 1.00 $ 88.00 IL SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 198 $ 4.00 $ 792.00 $ 1.00 $ 198.00 MIL SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 432 $ 4.00 $ 1,728.00 $ 1.00 $ 432.00 MIL 3" PAVEMENT MARKING, LETTERS & NUMBERS PER 16 SET (SET = 1 DIGIT UP TO 6 DIGITS) SET 27 $ 0.01 $ 0.27 $ 1.00 $ 27.00 THERMOPLASTIC Unit Extended Unit Extended Price Costs Price Costs 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 1,938 $ 5.00 $ 9,690.00 $ 3.00 $ 5,814.00 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 88 $ 5.00 $ 440.00 $ 3.00 $ 264.00 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 198 $ 5.00 $ 990.00 $ 3.00 $ 594.00 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 82,713 $ 0.90 $ 74,441.70 $ 0.85 $ 70,306.05 YELLOW, GREATER THAN 1 MILE 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 28 LF 2,593 $ 0.01 $ 25.93 $ 1.50 $ 3,889.50 YELLOW, LESS THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 34 LF 2,817 $ 0.01 $ 28.17 $ 3.25 $ 9,155.25 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 40 YELLOW, LESS THAN 1 MILE LF 945 $ 0.01 $ 9.45 $ 4.25 $ 4,016.25 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 46 THAN 1 MILE LF 1,493 $ 0.01 $ 14.93 $ 5.25 $ 7,838.25 TOTALS $ 137,699.43 1 $ 143,654.35 Packet Pg. 1067 1of1 16.A.16. h 20-7733 PRICE ANALYSIS RURAL LOCAL ROADWAY SAINT CLAIR SHORES ROAD (RADIO ROAD TO END) FY 20 FORECAST WORK PAINT McShea Contracting Paramount Sealcoating Line Description UOM Quantity Unit Extended Unit Extended Item Price Costs Price Costs 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 5,445 $ 0.50 $ 2,722.50 $ 0.35 $ 1,905.75 YELLOW, GREATER THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 7 LF 206 $ 0.01 $ 2.06 $ 1.25 $ 257.50 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 10 LF 240 $ 0.01 $ 2.40 $ 1.50 $ 360.00 YELLOW, LESS THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 13 LF 14 $ 0.01 $ 0.14 $ 1.75 $ 24.50 THAN 1 MILE SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 68 $ 4.00 $ 272.00 $ 1.00 $ 68.00 MIL SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 44 $ 4.00 $ 176.00 $ 1.00 $ 44.00 MIL THERMOPLASTIC Unit Extended Unit Extended Price Costs Price Costs 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 68 $ 5.00 $ 340.00 $ 3.00 $ 204.00 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 44 $ 5.00 $ 220.00 $ 3.00 $ 132.00 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 5,445 $ 0.90 $ 4,900.50 $ 0.85 $ 4,628.25 YELLOW, GREATER THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 34 LF 206 $ 0.01 $ 2.06 $ 3.25 $ 669.50 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 40 LF 240 $ 0.01 $ 2.40 $ 4.25 $ 1,020.00 YELLOW, LESS THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 46 LF 14 $ 0.01 $ 0.14 $ 5.25 $ 73.50 THAN 1 MILE TOTALS $ 8,640.20 1 $ 9,387.00 Packet Pg. 1068 1of1 16.A.16. h 20-7733 PRICE ANALYSIS RURAL COLLECTOR ROADWAY VANDERBILT BEACH ROAD (WEBER BLVD TO END OF COUNTY MAINTENANCE) FY 20 FORECAST WORK PAINT McShea Contracting Paramount Scalcoating Line Description UOM Quantity Unit Extended Unit Extended Item Price Costs Price Costs 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 20,797 $ 0.50 $ 10,398.50 $ 0.35 $ 7,278.95 YELLOW, GREATER THAN 1 MILE 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 4 LF 393 $ 0.01 $ 3.93 $ 1.00 $ 393.00 YELLOW, LESS THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 7 LF 272 $ 0.01 $ 2.72 $ 1.25 $ 340.00 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 10 LF 871 $ 0.01 $ 8.71 $ 1.50 $ 1,306.50 YELLOW, LESS THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 13 LF 68 $ 0.01 $ 0.68 $ 1.75 $ 119.00 THAN 1 MILE SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 306 $ 4.00 $ 1,224.00 $ 1.00 $ 306.00 MIL SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 140 $ 4.00 $ 560.00 $ 1.00 $ 140.00 MIL 3" PAVEMENT MARKING, LETTERS & NUMBERS PER 16 SET 2 $ 0.01 $ 0.02 $ 1.00 $ 2.00 SET (SET = 1 DIGIT UP TO 6 DIGITS) Unit Extended Unit Extended THERMOPLASTIC Price Costs Price Costs 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 306 $ 5.00 $ 1,530.00 $ 3.00 $ 918.00 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 20,797 $ 0.90 $ 18,717.30 $ 0.85 $ 17,677.45 YELLOW, GREATER THAN 1 MILE 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 28 LF 393 $ 0.01 $ 3.93 $ 1.50 $ 589.50 YELLOW, LESS THAN I MILE 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 34 LF 272 $ 0.01 $ 2.72 $ 3.25 $ 884.00 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 40 LF 871 $ 0.01 $ 8.71 $ 4.25 $ 3,701.75 YELLOW, LESS THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 46 LF 68 $ 0.01 $ 0.68 $ 5.25 $ 357.00 THAN 1 MILE TOTALS $ 32,461.90 $ 34,013.15 Packet Pg. 1069 1of1 16.A.16. h 20-7733 PRICE ANALYSIS AIRPORT PULLING ROAD (DAVIS BLVD TO RADIO ROAD) (MILL & OVERLAY STRIPING) INVOICE CC2453 PAINT McShea Contracting Paramount Sealcoating Line Description UOM Quantity Unit Extended Unit Extended Item Price Costs Price Costs 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 21,456 $ 0.50 $ 10,728.00 $ 0.35 $ 7,509.60 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 1,046 $ 0.50 $ 523.00 $ 0.35 $ 366.10 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 8,644 $ 0.50 $ 4,322.00 $ 0.35 $ 3,025.40 YELLOW, GREATER THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, 8 LF 2,858 $ 0.01 $ 28.58 $ 1.25 $ 3,572.50 GREATER THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 13 LF 831 $ 0.01 $ 8.31 $ 1.75 $ 1,454.25 THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 11,613 $ 0.50 $ 5,806.50 $ 0.35 $ 4,064.55 YELLOW, GREATER THAN 1 MILE SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 MIL (ARROWS) SQ FT 828 $ 4.00 $ 3,312.00 $ 1.00 $ 828.00 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 704 $ 4.00 $ 21816.00 $ 1.00 $ 704.00 MIL (MESSAGES) 3" PAVEMENT MARKING, LETTERS & NUMBERS PER 16 SET (SET = 1 DIGIT UP TO 6 DIGITS) SET 18 $ 0.01 $ 0.18 $ 1.00 $ 18.00 RAISED PAVEMENT MARKERS/CERAMIC DISKS/TRAFFIC DELINEATORS Unit Extended Unit Extended Price Costs Price Costs RAISED PAVEMENT MARKER, FURNISH & INSTALL, 50 QTY: 501 - 1,000 EACH 956 $ 4.00 $ 3,824.00 $ 4.00 $ 3,824.00 THERMOPLASTIC Unit Extended Unit Extended Price Costs Price Costs 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 1,238 $ 5.00 $ 6,190.00 $ 3.00 $ 3,714.00 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 352 $ 5.00 $ 1,760.00 $ 3.00 $ 11056.00 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 15,285 $ 0.90 $ 13,756.50 $ 0.85 $ 12,992.25 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 24 LF 524 $ 1.25 $ 655.00 $ 1.50 $ 786.00 YELLOW, MANUAL APPLICATION 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 5,340 $ 0.90 $ 4,806.00 $ 0.85 $ 4,539.00 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 10,650 $ 0.90 $ 9,585.00 $ 0.85 $ 9,052.50 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 22 LF 132 $ 0.90 $ 118.80 $ 0.85 $ 112.20 YELLOW, LESS THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 22 LF 180 $ 0.90 $ 162.00 $ 0.85 $ 153.00 YELLOW, LESS THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 24 LF 1,042 $ 1.25 $ 1,302.50 $ 1.50 $ 1,563.00 YELLOW, MANUAL APPLICATION 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 28 LF 1,044 $ 0.01 $ 10.44 $ 1.50 $ 1,566.00 YELLOW, LESS THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 34 LF 2,062 $ 0.01 $ 20.62 $ 3.25 $ 6,701.50 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 40 LF 278 $ 0.01 $ 2.78 $ 4.25 $ 1,181.50 YELLOW, LESS THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 41 YELLOW, GREATER THAN 1 MILE LF 210 $ 0.01 $ 2.10 $ 4.25 $ 892.50 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 46 LF 991 $ 0.01 $ 9.91 $ 5.25 $ 5,202.75 THAN 1 MILE RAISED PAVEMENT MARKERS: REMOVE / REPAIR / REPLACE Unit Extended Unit Extended Price Costs Price Costs REMOVE EXISTING RAISED PAVEMENT MARKERS 73 EACH 956 $ 4.00 $ 3,824.00 $ 4.00 $ 3,824.00 & REPLACE WITH NEW RPM TOTALS1 73,574.22 $ 78,702.60 Packet Pg. 1070 1of1 16.A.16. h 20-7733 PRICE ANALYSIS LOGAN BOULEVARD (MILL & OVERLAY) INVOICE CC2455 PAINT McShea Contracting Paramount Sealcoating Line Description UOM Quantity Unit Extended Unit Extended Item price Costs Price Costs 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 1 LF 240 $ 0.50 $ 120.00 $ 0.35 $ 84.00 YELLOW, LESS THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 1 LF 4,340 $ 0.50 $ 2,170.00 $ 0.35 $ 1,519.00 YELLOW, LESS THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 18,664 $ 0.50 $ 9,332.00 $ 0.35 $ 6,532.40 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 2 LF 11,386 $ 0.50 $ 5,693.00 $ 0.35 $ 3,985.10 YELLOW, GREATER THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 7 LF 1,227 $ 0.01 $ 12.27 $ 1.25 $ 1,533.75 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 10 LF 251 $ 0.01 $ 2.51 $ 1.50 $ 376.50 YELLOW, LESS THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR 10 LF 10 $ 0.01 $ 0.10 $ 1.50 $ 15.00 YELLOW, LESS THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS 13 LF 435 $ 0.01 $ 4.35 $ 1.75 $ 761.25 THAN 1 MILE SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 1,109 $ 4.00 $ 4,436.00 $ 1.00 $ 1,109.00 MIL SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 15 SQ FT 736 $ 4.00 $ 2,944.00 $ 1.00 $ 736.00 MIL THERMOPLASTIC Unit Extended Unit Extended Price Costs Price Costs 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 619 $ 5.00 $ 3,095.00 $ 3.00 $ 1,857.00 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 564 $ 5.00 $ 2,820.00 $ 3.00 $ 1,692.00 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 22 LF 24 $ 0.90 $ 21.60 $ 0.85 $ 20.40 YELLOW, LESS THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 22 LF 2,520 $ 0.90 $ 2,268.00 $ 0.85 $ 2,142.00 YELLOW, LESS THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 15,086 $ 0.90 $ 13,577.40 $ 0.85 $ 12,823.10 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 23 LF 12,230 $ 0.90 $ 11,007.00 $ 0.85 $ 10,395.50 YELLOW, GREATER THAN 1 MILE 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 24 LF 1,995 $ 1.25 $ 2,493.75 $ 1.50 $ 2,992.50 YELLOW, MANUAL APPLICATION 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 24 LF 316 $ 1.25 $ 395.00 $ 1.50 $ 474.00 YELLOW, MANUAL APPLICATION 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 28 LF 824 $ 0.01 $ 8.24 $ 1.50 $ 1,236.00 YELLOW, LESS THAN 1 MILE 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 34 LF 1,259 $ 0.01 $ 12.59 $ 3.25 $ 4,091.75 THAN 1 MILE 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR 40 LF 307 $ 0.01 $ 3.07 $ 4.25 $ 1,304.75 YELLOW, LESS THAN 1 MILE 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS 46 LF 663 $ 0.01 $ 6.63 $ 5.25 $ 3,480.75 THAN 1 MILE RUMBLE STRIPS Unit Extended Unit Extended Price Costs Price Costs 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET T 617 $ 0.01 $ 6.17 $ 40.00 $ 24,680.00 WATER BLASTING REMOVALS Unit Extended Unit Extended Price Costs Price Costs R XISTING THERMOPLASTIC TRAFFIC 59 ROVING SQ FT 12 $ 0.50 $ 6.00 $ 3.00 $ 36.00 TOTALS $ 60,428.68 $ 83,841.75 00 14 N L y 21 7a c Q d �L a m d t U) 00 M M ti ti 0 N c m t R Q Packet Pg. 1071 1of1 20-7733 PRICE ANALYSIS SANTA BARBARA BOULEVARD (MILL & RESURFACE) INVOICE NO. CC2452 16.A.16. h PAINT Line Item Description 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE 2 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE 2 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE 2 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER THAN 1 MILE 13 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 McShea Contracting I Paramount Sealcoating UOM Quantity Unit Extended Unit Extended Price I Costs I Price I Costs LF 506 1 $ 0.50 $ 253.00 1 $ 0.35 1 $ 177.1 LF 208 $ 0.50 $ 104.00 $ 0.35 $ 72.8 LF 850 $ 0.50 $ 425.00 $ 0.35 $ 297.5 LF 13,522 $ 0.50 $ 6,761.00 $ 0.35 $ 4,732.7 LF 6,500 $ 0.50 $ 3,250.00 $ 0.35 $ 2,275.0 LF 5,810 $ 0.50 $ 2,905.00 $ 0.35 $ 2,033.5 LF LF LF LF 15 1 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL I SO FT 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL SO FT 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET 16 (SET = 1 DIGIT UP TO 6 DIGITS) SET THERMOPLASTIC 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, 19 LESS THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, 19 LESS THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, 19 LESS THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, 19 LESS THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, 19 LESS THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, 19 LESS THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, 23 GREATER THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, 23 GREATER THAN 1 MILE LF 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, 24 MANUAL APPLICATION LF 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, 24 MANUAL APPLICATION LF 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 34 MILE LF 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, 40 LESS THAN 1 MILE LF 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 46 MILE LF USED PAVEMENT MARKERS/CERAMIC DISKS/TRAFFIC DELINEATORS RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 50 501 - 1,000 EACH 1,007 1 $ 1.00 1 $ 1,007.001 $ 0.75 1 $ 755.2 1,420 $ 1.00 $ 1,420.00 $ 0.75 $ 1,065.0 .Q 'L 1,778 $ 0.01 $ 17.78 $ 1.25 $ 2,222.5 v) 3 348 $ 0.01 $ 3.48 $ 1.75 $ 609.0 O 579 $ 4.00 $ 2,316.00 $ 1.00 $ 579.0 M 217 $ 4.00 $ 868.00 $ 1.00 $ 217.0.. CD 00 LO 14 6 $ 0.01 $ 0.06 $ 1.00 $ 6.0 r Unit Extended Unit Extended An rn Price Costs Price Costs R c 495 $ 5.00 $ 2,475.00 $ 3.00 $ 1,485.0 'L IL 1,398 $ 0.75 $ 1,048.50 $ 0.75 $ 1,048.5 T M d 720 $ 0.75 $ 540.00 $ 0.75 $ 540.0 U) 1,398 $ 0.75 $ 1,048.50 $ 0.75 $ 1,048.5 m M ti ti 424 1 $ 0.75 $ 318.00 $ 0.75 $ 318.0 cD N c 3,460 $ 0.75 $ 2,595.00 $ 0.75 $ 2,595.0 E t R 258 $ 0.75 $ 193.50 $ 0.75 $ 193.5 Q 11,571 $ 0.90 $ 10,413.90 $ 0.85 $ 9,835.3 7,934 $ 0.90 $ 7,140.60 $ 0.85 $ 6,743.9 726 $ 1.25 $ 907.50 $ 1.50 $ 1,089.0 109 $ 1.25 $ 136.25 $ 1.50 $ 163.5 1,883 $ 0.01 $ 18.83 $ 3.25 $ 6,119.7 18 $ 0.01 $ 0.18 $ 4.25 $ 76.5 1,713 $ 0.01 $ 17.13 $ 5.25 $ 8,993.2 Unit Price Extended Costs Unit Price Extended Costs 762 1 $ 4.00 $ 3,048.00 $ 4.00 $ 3,048.0 TOTALS) $ 49,231.211 $ 58,340.1 Packet Pg. 1072 1of1 FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7733 for Roadway Striping THIS AGREEMENT, made and entered into on this day of 2020 , by and between McShea Contracting LLC authorized to do business in the State of Florida, whose business address is 508 Owen Ave. North Lehigh Acres FL 33971 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 )year period, commencing ❑■ upon the date of Board approval ❑ on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑i Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ o„„ „�+ F„, o.„�„�.,i /oCo\ � Invitation to Bid (ITB) ❑ 9ther * 20-7733 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A —Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. Q 3A This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ❑i The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.3 ❑ i ❑ 9tge� " ❑ 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): .. _ .. .. ranir:�ra�er:nrr_n�r�r_re�t�ear_ .. . - • :. • MI ❑■ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (Le, installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Pined Tenn Service Multi -Contractor Agreement 2017.008 (Ver.l ) Cfd® 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. TVIPTMMTPT%r.T=3 PM IN Mr.W.W." ._ EFE 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed'I'erm Service Multi -Contractor Agrecmem 20I7.008 (Ver.l ) Company Name: McShea Contracting, LLC Address: 508 Owen Ave. North Lehigh Acres, FL 33971 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Daniel S. McWilliams President (239) 368-5200 Dan(a mcsheaconstracting.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Albert English Division Name: Road Maintenance Division Address: 2885 Horseshoe Drive S Administrative Agent/PM: Naples, FL 34104 Melissa Pearson Melissa.Pearson(a�collliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l) NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. 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 the 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. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE, The Contractor shall provide insurance as follows: A. �■ Commercial General Liabilitv: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. FM� Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l) '�1■ • WE . �' - - MIOMMOM WIM MENEM, NOW ■ _ - Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION, To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Filed Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road Maintenance Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFW ❑■ ITB/❑ 9ther #20-7733 , including Exhibits, Attachments and Addenda/Addendum, ❑ 66ibsequeRt quotes, and ❑ 9tge € h pi`"�F'aeh ept: 17. APPLICABILITY. Sections corresponding to any checked box (■)expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail EastSuite 102 , Naples, FL 34112=6746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (0 unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. �■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 3� The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. �■ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l) particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑� TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. �■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page ] 0 of 17 Fixed Term Service Multi -Contractor Agreement 2012008 (Ver.l) foresees as a result of the change. Except in an emergency endangering We or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. AE AWAdeftbimil am W Page 11 of 17 Fixed Tenn Service Multi -Contractor Agreement 20I7.008 (Ver.l ) Q AGREEMENT STAFFING, The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ❑� ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County 's Board approved Executive Summary, the Contract Documents shall take precedence. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via a -mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l) County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property, Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2017.00g (Ver.l) IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller By: (SEAL) Dated: Contractor's Witnesses: -- - TType/print witness nameT C6ntract6r's itness ch°,CiSifl cok Type/print witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Burt L. Saunders ,Chairman McShea Contracting, LLC Contractor DBA By: Signature l�Jlnio S 0(,V hRrm Dw3I rlpnf TType/print signature and dtleT Page 1J of 17 Pi�ed'I'enn Service Multi -Contractor Agreement 2017.008 (Vcr ,NO Exhibit A Scope of Services ❑■ following this page (pages through 4 ) ❑ this exhibit is not applicable Page 15 of 17 Pixed Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) CAG 1. MINIMUM REQUH2EMENTS The Contractor shall provide: l.l. Documentation showing five (5) years' related experience. .2. Owned or leased equipment list showing that the Contractor has the means and methods to perform services as needed. 1.3. Maintenance of Traffic or Temporary Traffic Control Certification, Intermediate Level Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. The Contractor shall provide the Maintenance of Traffic or Temporary Traffic Control Certification. 2. SCOPE OF WORK The services shall include, but not limited to the application, installation, and removal of Retroreflective Pavement Marking tape, symbols, legends, RPMs, and painted and thermoplastic lines/symbols. Contractor shall be willing and able to provide services on an "as -needed basis" in accordance to the following specifications. The Contractor shall perform the services in accordance with the specifications, and the Contractors employees shall be fully trained and qualified to perform the service requests. 3. TECHNICAL SPECIFICATIONS The Contractor shall complete the work as listed herein and provide the necessary materials, labor, equipment, administrative duties, Maintenance of Traffic with traffic control devices to complete the work. 3.1. Referenced Documents 3.1.1. Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, current edition,(htti2s://www.fdot.gov/irogrammanagement/implemented/specbooks/default.shtm), and all supplemental documents thereto shall be utilized and in accordance to the following: Raised RetroReflective Pavement Markers and Bituminous Adhesive; Traffic Stripes and Markings, Two, Reactive Components; Painted Pavement Markings; Thermoplastic Traffic Stripes and Markings; Materials Raised RetroReflective Pavement Markers and Bituminous Materials; and Traffic Marking Materials, 3.1.2. Florida Department of Transportation Design Standards, current edition. (https://www,fdot.gov/roadway/DS/16/STDs.shtin#600) 3.1.3, US, Department of Transportation, Federal Highway Administration (FHWA) on Uniform Traffic Control Devices, current edition, of standard specifications shall be utilized and in accordance to the following: The Manual on Uniform Traffic Control Devices (MUTCD) standards shall be utilized for the installation and maintenance of traffic control devices. (littps:Hmutcd.fhwa.dot.govn 3.2. Materials The materials shall be in accordance with the referenced documents listed in this solicitation. Such materials are, but not limited to bituminous; glass spheres; painted traffic stripes; thermoplastic; and Reflective Pavement Markers, 3.2.1. Paint: Painted traffic stripe applications and markings shall conform to the requirements in the referenced documents. 3.2.2. Thermoplastic: Thermoplastic striping shall be done in accordance with Section 711, Thermoplastic Traffic Page 1 of 4 Exhibit A -Scope of Services c:AO Striping and Markings, current edition of the FDOT Standard Specifications of Road and Bridge Construction. 3.2.3. Removal of Paint and/or Thermoplastic Markings: Contractor shall provide all labor, equipment, and materials for the removal of pavement markings from various roadways, parking lots, and other striping projects. Remove existing material by grinding and/or water blasting as determined by the Division. The Contractor dispose of removed material in a manner approved by the Division. 3.2.4. Raised Pavement Markers: Raised reflective pavement markings striping shall be done in accordance with Section 706 and 970, current edition of the FDOT Standard Specifications of Road and Bridge Construction. Contractor shall provide all labor, equipment, and materials for the installation of RPMs, ceramic disks, and flex stakes on centerlines, edge lines, lane lines and gored medians on roadways at intersections, parking lots, and other striping projects throughout Collier County. 4. WORK SCHEDULES The Contractor shall provide a work schedules before starting services to Division staff for on -site inspections. Failure to submit work schedule(s) may result in invoice rejection and services not paid. 5. WORK HOURS Work requests may be in the daytime bows from 7:00 a.m. to 5;00 p.m. or evening hours from 7:00 p.m. to 6:00 a.m., and on weekdays or weekends. There is no additional compensation. 6. WORK COORDINATION AND PROJECT MEETINGS 6.1. The Contractor shall not have crews on the job or perform any work before the Division Representative authorizes work to start and the issuance of a purchase order. 6.2. During work under this Agreement, the Contractor shall be responsible for keeping the Division Representative informed of the proposed work schedule, and inform the Division of any schedule changes immediately, and then followed up in an email within 24 hours. 6.3. If any work subject to inspection or testing is installed without notification in time for such testing or inspection to be done, that work shall be subject to removal and replacement by the Contractor, at no additional cost to the County. 6.4. The Contractor will be required to coordinate work schedules with other County Contractors, to complete maintenance services, and to keep work progressing, without causing delays. 7. CLEAN UP /DISPOSAL The Contractor shall remove and dispose of material, debris, and trash within the work zone each day. If the area is not cleaned, the Contractor may be required to return to the worksite to clean up, remove, and dispose of the debris at an authorized disposal site. 8. FINAL INSPECTION 8.1. Upon notice from the Contractor that work is completed in accordance with the Specifications, the Division shall make a final inspection of the work. The Contractor will be notified of all instances where work fails to comply with the specifications. The Contractor shall immediately make those alterations to fully comply with the specifications. 8.2. The Contractor shall immediately correct or complete all issues as well as defects that were identified by the Division Representative. 8.3. Upon completion of the repair work, the Contractor shall notify the Division Representative when it is ready for re - inspection. The Division Representative shall make a final inspection of the work and notify the Contractor of any necessary repair work that is not completed. The Contractor shall immediately complete all incomplete work and arrange for another re -inspection. 9. DAMAGES Any damages to County property or work areas caused by the Conu•actor's crews, such as but not limited to sidewalks, Page 2 of 4 Exhibit A -Scope of Services CAO curbing, gutters, pipes, drains, water mains, pavement, mail boxes, turf, road surface damage, and utilities, shall be the Contractor's sole responsibility to repair or replace , at no cost to the County. 10. PERSONNEL & EQUIPMENT The Contractor's personnel and crews shall be adequately trained, communicate effectively with County staff, and capable of safely operating equipment and vehicles. Contractor must have adequate personnel, crews, and equipment to immediately start work requests. 11. WORK ZONE SAFETY The Contractor shall use caution while working in or around County -owned or operated facilities, right -of --way, sides of right-of-way, and roadway medians. When working within a right-of-way (i.e., roads, sidewalks, bike paths, etc.) All applicable FDOT and/or MUTCD requirements are always to be followed. Specifics include but are not limited to: 1 I.1. ANSI/ISEA Class 2 or 3 Vests, T-shirts, or similarly labeled garments depending on time of day. 11.2. Appropriate work zone signage, cones, barricades or barrels, arrow panels, flagging personnel, and Stop/Slow Paddles, where necessary, required by law or the BCC. 11.3. An applicable work zone (Maintenance of traffic) plan based on FDOT and/or MUTCD designs on site. 11.4, The Contractor will maintain access for residents and commercial properties at all times during all striping activities, with minimal delays to the traveling public. 12. MAINTENANCE OF TRAFFIC (MOT) The Contractor is responsible for the Maintenance of Traffic (MOT) with the right equipment and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc. The Contractor, or its subcontractor, is responsible in maintaining MOT to perform services in the right-of-way and roadways. The Contractor shall have MOT devices and equipment adequate for traffic control, and depending on the roadway, it may include signage, arrow boards, message boards, warning devices, barriers, and flagmen. 12.1.1. MOT is a requirement for the safety and protection of the Contractor's employees and motorists during the performance of services. It is the Contractor's sole responsibility for safety in the work zone. 12.1.2. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD). 12.1.3. The Contractor is authorized to subcontract MOT. It is a requirement that either the Contractor or subcontractor to have current FDOT approved MOT, Intermediate Level, Certification per FDOT, Design Standards, 600 series indexes. 12.1.4. The Contractor's employee or Contractor's subcontractor is responsible for the MOT plan and equipment setup, this individual shall have current FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact by County staff to address work zone safety issues. 12.1.5. MOT setup that does not comply with FDOT standards, the contractor will need to cease operations until MOT is correct per the 600 series design standard. 13. LANE CLOSURES There are no lane closures permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on weekdays. The Conti, may request authorization from the Division to work in the non -lane closure hours. 13.1.1. Road Alert (Mandatory Requirement): Notify Growth Management Department, Customer Service Specialist, or designee on Wednesday before Zane closures) by submitting the Road Alert Notification form (Exhibit C) so that staff can update the Road Alert message board. Page 3 of 4 Exhibit A -Scope of Services CAO 14. WARRANTY All materials and work shall have a warranty period of one (1) year, from date of completion, in addition to any and all manufacturer warranties. 15. COMPENSATION Invoice submission for payment approval must be accurate and complete with details of services performed or commodities purchased. 15.1. County staff shall authorize payment approvals for completed that is satisfactory by the Division. 15.2. Invoice rejection will occur for non -completed work, deficient work, incomplete invoicing, or failure to submit backup documentation as requested by the Division. 15.3. Invoice must include, at a minimum: Division name, contract number, purchase order number, work order number (if applicable), line item numbers, and details in the invoice body. Page 4 of 4 Exhibit A -Scope of Services C,tt3 Exhibit B Fee Schedule following this page (pages 1 through Lj Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.1) EXHIBIT B- FEE SCHEDULE 20-7733 Roadway Striping PRIMARY CONTRACTOR PAINT McShea Contracting, LLC LINe m ITEM DESCRIPT ION UOM UNIT PRICE 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF S 0.50 2 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF S 0.50 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S 1.00 4 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 5 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF S 0.01 6 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S 1.25 7 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN I MILE LF S 0.01 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 9 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 1.50 10 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0.01 11 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.01 12 1811 SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 13 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN I MILE LF $ 0.01 14 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF S 2.00 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL SO FT S 4.00 16 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET= I DIGIT UP TO DIGITS) SET $ 0.01 17 4" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET= I DIGIT UP TO 6 DIGITS) SET $ 0.01 THERMOPLASTIC 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SO FT $ 5.00 19 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0.75 20 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN I MILE LP S 0.75 21 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 22 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.90 23 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.90 24 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S 1.25 25 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0.01 26 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.01 27 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S 1.50 28 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0.01 29 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.01 30 S" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 31 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, LESS THAN I MILE LF $ 0.01 32 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN I MILE LF $ 0.01 33 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, MANUAL APPLICATION LF $ 2.50 34 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 35 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, GREATER THAN I MILE LF S 0.01 36 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF S 3.50 37 IB" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN I MILE LF S 0.01 38 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.01 39 18" SOLID TRAFFIC STRIPE, 60 MIL, WFIITE OR YELI,OW, NIANUAL APPLICATION LF $ 2,95 40 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0.01 41 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF S 0,01 42 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 4,95 43 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE; LESS THAN I MILE LF $ 0.01 44 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN I MILE LF S 0.01 45 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE ; MANUAL APPLICATION LF $ 3.95 46 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN I MILE LF $ 0.01 47 24" SOLID 'I'RAFFIC 8 FRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 5.95 ' RAISED PAVEMENT MARKERS/CERAMIC DISKS/TRAM, C DELINEATORS 48 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: I - 199 EACH S 4,00 49 RAISED PAVEMENT MARKER, FURNISH &INSTALL; QTY: 200-500 EACH 50 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 501 - 1,000 EACH 51 RAISED PAVEMENT' MARKER, FURNISH & INSTALL, QTY: 1,001 AND UP EACH PSE4.00 52 6" CERAMIC DISKS WITH INTERNAL REFLECTORS, FURNISH & INSTALL EACH 53 TRAFFIC DELINEATOR, FURNISH & INSTALL EACH AUDIBLE .& VIBRATORY MARKINGS 54 AUDIBLE& VIBRATORY MARKINGS 55 AUDIBLE& VIBRATORY MARKINGS RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SE "I" SET wl�i 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET 57 GROUND -IN RUMBLE STRIPS WATER BLASTING REMOVALS 58 REMOVE EXISTING TRAFFIC STRIPES LF S 0.25 59 REMOVE EXISTING THERMOPLASTIC TRAFFIC MARKING SQ FT $ 0,50 60 REMOVE EXISTING 6" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 61 REMOVE EXISTING 8" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 62 REMOVE EXISTING 10" TRAFFIC STRIPE THERMOPLASTIC LF $ 0,25 63 REMOVE EXISTING 12" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.50 64 REMOVE EXISTING 24" TRAFFIC STRIPE THERMOPLASTIC LF S 1.00 65 REMOVEEXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 66 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF S 0.01 GRINDING REMOVALS 67 REMOVE EXISTING PAINTED TRAFFIC STRIPES LF $ 0.05 68 REMOVE PAINT SO FT S 0.10 69 REMOVE EXISTING THERMOPLASTIC TRAFFIC STRIPES LF S 1,50 70 REMOVE THERMOPLASTIC SO FT 71 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF 72 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LP =::RAISED PAVEMENT MARKERS: ACMOVE / RCPAIR / REPLACC MS00 73 REMOVE EXISTING RAISED PAVEMENT MARKERS & REPLACE WITH NEW RPM EACH 74 REPAIR & PATCH: REMOVAL OF RAISED PAVEMENT MARKERTHAT CAUSED DAMAGE TO PAVEMENT(INDENTATION) EACH Other Exhibit/Attachment Description: ❑ following this page (pages through _) ❑■ this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. I ---"*1 16.A.16.j ACC?R " CERTIFICATE OF LIABILITY INSURANCELL6/l/2020. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Gayle Botner NAME: y VTC Insurance Group AICNNo Ext: (248)828-3377 FAX NU: (298)828-3791 Troy Office E-MAIL s: gbotner@vtcins.com ADDRE 1175 W. Long Lake Ste. 200 INSURERS AFFORDING COVERAGE NAIC Troy MI 48098-4960 INSURER A: Phoenix Insurance Co. 25623 INSURED INSURER B: Travelers Prop. Cas.Co. Of Ame 25674 McShea Contracting, LLC INSURER C: Travelers Indemnity Co of CT 25682 508 Owen Avenue North ,ru­n,-r_, i- A-iran Tncima r iraai INSURER E Lehigh Acres, FL 33971 INSURER F: COVERAGES CERTIFICATE NUMBER:19-20 MCSHEA MASTER REVISION NUMBER: 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. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,( A CLAIMS -MADE OCCUR PRE ES (RENTED PREMISES Ea occurrence)$ 300,( X MED EXP (Any one person) $ 10,( Blanket Add' 1 Insured X C0324P3222 12/31/2019 12/31/2020 PERSONAL & ADV INJURY $ 1,000,( GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,( 1 PRO - POLICY ❑ LOC PRODUCTS-COMP/OP AGG $ 2,000,( Employee Benefits $ 1,000,( OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,( X BODILY INJURY (Per person) $ B ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS 810324P3222 12/31/2019 12/31/2020 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident) ccident $ NON -OWNED HIRED AUTOS X AUTOS X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 20,000,( AGGREGATE $ 20,000,( B EXCESS LAB CLAIMS -MADE DED RETENTION $ $ CUP4P45443A 12/31/2019 12/31/2020 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? F (Mandatory in NH) N / A UB8J540671-19-26-G 12/31/2019 12/31/2020 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,( E.L. DISEASE - EA EMPLOYEE $ 1,000,( If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 1,000,( D Professional/Pollution PCM1849482 07/1 7/12/2020 $4,000,000 Aggregate $2,000,000 Occurence DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: #20-7733 - Roadway Striping. Where required by written contract, Collier County Board of County Commissioners is add'l insured for General Liability (GL) as respects ongoing & completed operations on a primary & non-contributory basis and add'l insured with respects to Automobile liability. GL, Auto & Workers Comp policies include waiver of subrogation on behalf of additional insured as required by written contract and where allowed by law. Umbrella/Excess liability coverage follows form over GL, Auto & Employers Liability. Insurer will endeavor to mail 30 days written notice of cancellation to the certificate holder . CERTIFICATE HOLDER CANCELLATION Collier County Board of County Conmission 3327 Tamiami Trail East Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE an Chandler/V45 © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) 1 Packet Pg. 1073 McShea Contracting, LLC SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) 204733 NUMBER. PROJECT TITLE: Roadway Striping DUE DATE: March 27" , 2020 at 3:OOPM PLACE OF BID OPENING: PROCUREMENT SERVICES DMSION 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.bidsvnc.com/bidsvnc-cas/ As requested by the Road Maintenance Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bid submittals 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. Collier County has contractual services for Roadway Striping which include, but are not limited to, temporary paint, installing markings and Raised Pavement Markers (RPMs) following roadway milling and resurfacing, spot repairs, maintaining existing striping and markings, stop bars, crosswalks, bike lanes, cart crossings, shared lane markings, installing new and removing existing RPMs and thermoplastic. Markings services may be for painted, thermoplastic, or both. The approximate historical spends are as follows: 2016 - $705,645; 2017 - $954,595; 2018 - $385,401; 2019 - $782,158; and 2020 - $2391107 (as of Jan 2020, fiscal year ends 09/30/2020)a These expenditures inay not be indicative of future spending patterns. 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 (1) year renewal option. 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 designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably Hacked and prepared to secure the lowest transportation rates and_to comply with all carrier reeulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the 200ds by the COUNTY nonetheless remain with VENDOR. PS: PM: Melissa Pearson Unit costs inclusive of labor, equipment, materials, administrative, mobilization, Maintenance of Traffic (MOT) to perform the work. Legend: LF = Linear Feet; SQ FT = Square Feet LINE DESCRIPTION UOI•i 'UNIT PRICE ITEM 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.50 2 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.50 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.00 4 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 5 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.01 6 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 7 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN I MILE LF $ 0.01 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 9 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 1.50 10 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0.01 11 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.01 12 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 13 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN I MILE LF $ 0.01 14 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 2.00 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL SQ FT $ 4.00 16 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET SET $ 0.01 (SET = 1 DIGIT UP TO 6 DIGITS) 17 4" PAVEMENT MARKING, LETTERS & NUMBERS PER SET SET $ 0.01 (SET = 1 DIGIT UP TO 6 DIGITS) 18 SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT $ 5.00 19 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.75 20 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF $ 0.75 21 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 22 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.90 23 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.90 24 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 25 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0.01 McShea Contracting, LLC Page 1 of 4 ROADWAY STRIPING PS: PM: Melissa Pearson LINE ITEM DESCRIPTION UONI UNIT PRICE 26 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0,01 27 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ L50 28 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN I MILE LF $ 0001 29 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 30 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.75 31 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, LESS THAN 1 MILE LF $ 0.01 32 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE , GREATER THAN I MILE LF $ 0,01 33 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, MANUAL APPLICATION LF $ 250 34 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE , LESS THAN I MILE LF $ 0001 35 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, GREATER THAN I MILE LF $ 0,01 36 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 3.50 37 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.01 38 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0601 39 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 2.95 40 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0,01 41 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.01 42 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 4,95 43 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE ; LESS THAN 1 MILE LF $ 0,01 44 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ 0.01 45 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE; MANUAL APPLICATION LF $ 3,95 46 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE , LESS THAN 1 MILE LF $ 0601 47 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 5.95 RAISED PAVEMENT MARIKERS/CERAMIC DISKS/TRAFFIC DELINEATORS 48 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1 199 EACH $ 4.00 PAVEMENT MARKER, FURNISH & INSTALL, QTY: 200 - 500 EACH $ 4.00 r5lRAISED RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 501 - 1,000 EACH $ 4.00 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1,001 AND UP EACH $ 4,00 52 6" CERAMIC DISKS WITH INTERNAL REFLECTORS, FURNISH & INSTALL EACH $ 0401 53 TRAFFIC DELINEATOR, FURNISH & INSTALL EACH $ 0001 AUDIBLE & VIBRATORY MARKINGS 54 AUDIBLE & VIBRATORY MARKINGS LF $ 1.00 McShea Contracting, LLC page 2 of 4 ROADWAY STRIPING PS: PM: Melissa Pearson LINE DESCRIPTION UOAI UNIT PRICE ITEM 55 AUDIBLE & VIBRATORY MARKINGS NET MILE $ 1.00 56 1 RAISED RUMBLE STRIPS, 3 STRIPS PER SET 51 $ 0.01 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET $ 0.01 57 GROUNDJN RUMBLE STRIPS LF $ 1.00 WATER BLASTING REMOVALS. r60 58 REMOVE EXISTING TRAFFIC STRIPES LF $ 0.25 59 REMOVE EXISTING THERMOPLASTIC TRAFFIC MARKING SQ FT $ 0.50 REMOVE EXISTING 6" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 61 REMOVE EXISTING 8" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 62 REMOVE EXISTING 10" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.25 63 REMOVE EXISTING 12" TRAFFIC STRIPE THERMOPLASTIC LF $ 0.50 64 REMOVE EXISTING 24" TRAFFIC STRIPE THERMOPLASTIC LF $ 1.00 65 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 66 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 67 REMOVE EXISTING PAINTED TRAFFIC STRIPES LF $ 0.05 68 REMOVE PAINT SQ FT $ 0.10 69 REMOVE EXISTING THERMOPLASTIC TRAFFIC STRIPES LF $ 1.50 70 REMOVE THERMOPLASTIC SQ FT $ 3.00 71 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 72 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 RAISED PAVEMENT MARKERS: REMOVE I REPAIR / REPLACE %F74 73 REMOVE EXISTING RAISED PAVEMENT MARKERS & REPLACE WITH NEW RPM EACH $ 4.00 REPAIR & PATCH: REMOVAL OF RAISED PAVEMENT MARKER THAT CAUSED DAMAGE TO EACH $ 1.00 PAVEMENT (INDENTATION) McShea Contracting, LLC Page 3 of 4 ROADWAY STRIPING PS: PM: Melissa Pearson McShea Contracting, LLC ROADWAY STRIPING Collier County Administrative Services Department Procurement Services Division Form 2: Vendor Check List Updated: October 24t" LUIY IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: [' The Solicitation Submittal has been signed. [� The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. 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. Collier or Lee County Business Tax Receipt MUST be included. EB/ Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http:Hdos.myflorida.com/sunbiz/. [.� Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https://www.e-verify.gov/. Grant Provisions and Assurances package in its entirety, if applicable. [Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: McShea Contracting, LLC 508 Owen Ave. North Lehigh Acres, FI.33971 z39-3�9-5ZOO Daniel S. McWilliams Date 3 Z7 Zu CoT&T C01414ty Administrative Services Department Procurement Services Division Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: McShea Contracting, LLC Signature and Date: .��J � 3/z7f ZC� Print Name: Title of Signatory: Daniel S. McWilliams President Additional Contact Information Send payments to: (required if different fi•om Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different fi•om above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Collier County Administrative Services Department Procurement Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the &Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed &Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verifv program may deem the Vendor's proposal as non- responsive hltps://www.e-verify.gov/. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the ]NA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (&Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Print Name Signature McShea Contracting, LLC Title President Date 3�27,-U C0116rr COUnty Administrative Services Department Procurement Services Division Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this Z� mday of M Lli'CXl , 2020in the County of Lee , in the State of FL Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and written) Title: McShea Contracting,l_LC 508 Owen Ave. North Lehigh Acres, Fie 33971 Daniel S. McWilliams President PATRICIA D. MOORE Commission # GG 961716 Expires June to, 2024 Bonded Tiuu Budget Notary Services Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https:Hg!pps.fldfs.com/bocexempt/ 2. ®Employer's Liability $_1,000,000_ single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ®Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. 0 Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A " or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 2/19/20 — Co Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name McShea Contracting, LLC V rC A Daniel $. McWilliams Rou Date 31,Z 7� .Tilt Telephone Number ,Z `i�" s 3b - 32 �� Cofer county Administrative Services Depatttrtertt Procurement Services Division Form no, Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the ium and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the &Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor's proposal as non- responsive https://www.e-verify.gov/s Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with &Verify and to provide proof of enrollment in The Employment Eligibility Verification System (&Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Print Name Signature McShea Contracting; LLC Title President Date 3 Z7 ,z0 Collier county Administrative Services Depwtnent Procurement Services Division Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name c ea on raetinl (as shown on income tax return) Business Name (if different from taxpayer name) Address 508 Owen Ave. North State Lehtgh Acres, FI.33971 City /rlG S,[JE, TtNG _ Cawl Order Information (Must be filled out) Remit /Payment Information (Must be filled out) Address 1508 Owen Ave. North Address 508 Owen Ave. North City LE/JiG//IlC,4fsState �L Zip .�3q 7 / City LE�iG/�QG2FS State ,�L Zip ,�39 7 Email Da,���i/r'TGS/JEtI('�TRdGY�i✓4. cow 2. Company Status (check only one) Email _Individual /Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disre Entity, = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reportingpzrrposes only) Federal Tax Identification Number (TIN) 2(2 q6 z/ Z..5 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties ofperiurv, 1 certifi� that the information shown on this form is correct to Signature Title President Date Phone Number z34- 3/ P�W JKza� Collier County Administrative Services Department Procurement Services Division E UMIT A. EXPERIENCE Provide the firms five (5) years' experience related experience to the Scope of Work and specifications. Input the Company Name, Start Date and End Date, Services (similar work being requested in the solicitation); Work Location, and Contract Amount. Company #1 Name Services Orange County Installation of painted and thermoplastic pavement markings and RPMs. Start Date 10/1/18 nd Date In progress E Work Location) Throughout Orange County, Florida. (City & State) Contract Amount Company #2 Name Services $1,222,427.50 per year AJAX Paving Industries Installation of painted and thermoplastic pavement markings and }tPMs. FDOT project E1029 Start Date 10/24/17 End Dat 10/13/19 Work Location) Ft. Myers, Lee County, (City &State) Florida Contract Amount Company #3 Name Services $902,314.36 Prince Contracting Installation of painted and thermoplastic pavement markings and }ZPMs. FDOT project T1621 Start Date 8/19/15 Work Location Lee County Florida (City & State) Contract Amount $863,875.00 End Date 8/11/19 COLT COUVILty Administrative Services Department Procurement Services Division Form 7: Vendor Submittal — Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ®Lee County: 2009 Number of Employees (Including Owners) or Corporate Officers): (o Number of Employees Living in ❑Collier County or ®Lee (Including Owners) or Corporate Officers):_33_ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: McShea Contracting, LLC Address in Collier or Lee Signature: Date: 3/27/20 508 Owen Ave N, Lehigh Acres, Fl. 3397] 1.0 LOCAL VENDOR PREFERENCE (LVP) Title: President co�er county Administrative Services Division Procurement Services Date: 03/03/2020 Email: rat rick.BO iee(c�colliercoun fl.aov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist -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. Added sample work orders to address question 1. 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: Melissa Pearson, Project Manager Please sign below and return a referenced solicitation. (Signature) (Name of Firm) of this Addendum with your submittal for the above McShea Contracting, LLC Date collier County Administrabve Services Division Procurement Services Date: March 24, 2020 Email: Patrick.Boyle(a�colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 2 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Re: 20-7733 "Roadway Striping" Subject: Q & A #4 and Revision 1 Bid Schedule 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: ❑ Question 4: For line items 56 and 57, are the raised rumble strips to be preformed thermoplastic? Also, is the "EACH" per rumble strip or per set of 4 rumble strips? The previous solicitation was for a "LF" price. Response Question 4: Refer to FDOT Design Standard, Index 600, page 6 of 13 and FDOT Section 546-2 Materials for Raised Rumble Strips. ❑ Bid Schedule revised to the following. Interested Bidders shall use REVISION 1 20-7733 Bid Schedule for bid submission. RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET 56A RAISED RUMBLE STRIPS 4 STRIPS PER SET SET 57 GROUND -IN RUMBLE STRIPS LF EACH 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: Melissa Pearson, Project Manager Please sign below and return og of this Addendum with your submittal for the above referenced so ' 'tat' n. k Z zJ 3-27- (Signature) Date McShea Contracting, LLC (Name of Firm) Collier County Administrative Services Division Procurement Services Date: March 253 2020 Email: Patrick.Bo lie(.,colliercount -goy Telephone: (239) 252 - 8941 Addendum 3 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Re: 20-7733 Roadway Striping Subject: 16-6541 Bid Tabulation 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: Added previous solicitation bid tabulation. 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: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above (Signature) McShea Contracting, LLC (Name of Firm) 3-z7�zy Date Msc*�r, Company ID Number: 385305 Approved by: Employer McShea Contracting, LLC Name (Please Type or Print) Title Deborah L Bunch Signature Date Electronically Signed 01/14/2011 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 01/14/2011 Page 13 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 E Ven Company ID Number: 385305 �� $4.,f. Yy Ak � �I III t, Information Required for the E=Verify Program Information relating to your Company: Company Name McShea Contracting, LLC Company Facility Address 508 Owen Avenue North Lehigh Acres, FL 33971 Company Alternate Address County or Parish LEE Employer Identification Number 264642586 North American Industry Classification Systems Code 238 Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E Ven Company ID Number: 385305 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 / T 51 :IiF I Company ID Number: 385305 Information relating to the Program Administrators) for your Company on policy questions or operational problems: Name Daniel S McWilliams Phone Number (239) 947 - 5106 Fax Number (239) 390 - 3185 Email Address dan@mcsheacontracting.com Name Deborah L Bunch Phone Number (239) 368 - 5200 ext. 204 Fax Number (239) 390 - 3185 Email Address debbieb@mcsheacontracting.com Page 16 of 17 E-Verify MOU for Employers � Revision Date 06/01/13 Form WM19 (Rev. October 2018) Department of the Treasury internal Revenue Service ri m m a 0 ai c 0 ►. 0 C c O. 0 VM .v d G. N �i Request for Taxpayer Identification Number and Certification ► Go to wwwars.gov/FonmW9 for instructions and the latest information. 1 Name (as shown on your income tax McShea 2 Business name/disregarded entity name, if from C7i 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1, Check only one of the following seven boxes. ❑ IndividuaVsole proprietor or ❑ C Corporation ❑ S Corporation ❑Partnership ❑ Trust/estate single -member LLC ❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► P Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another Le LC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC th Is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) ► cress (number, street, and apt. or suite no.) See instructions. 508 Owen Ave. N. 6 City, state, and ZIP code Lehiqh Acres, FL 33971 Give Form to the requester. Do not send to the IRS. 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) name and address (optional) 7 List account number(s) here (optional) MinTaxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SHowever, for a - m loss alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later, For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a FM TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer Identification number Number To Give the Requester for guidelines on whose number to enter. 2 6- 4 6 4 2 5 8 6 Certification Under penalties of perjury,) certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4, The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Signature of U.S. ner n Poo Patricia D Peterson' :M= Date Dow General Instructions Section references are to the Internal Revenue Code unless otherwise noted, Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.1rs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (1'IN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an Information return. Examples of information returns include, but are not limited to, the following. • Form 1099ANT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) 2020 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT# L09000050693 Entity Name: MCSHEA CONTRACTING, LLC Current Principal Place of Business: 508 OWEN AVE. N. LEHIGH ACRES, FL 33971 Current Mailing Address: 508 OWEN AVE. N. LEHIGH ACRES, FL 33971 FEI Number: 26-4642586 Name and Address of Current Registered Agent: SHEA, CHRISTOPHER M 508 OWEN AVE. N LEHIGH ACRES, FL 33971 US FILED Jan 16, 2020 Secretary of State 3915276429CC Certificate of Status Desired: No The above named entity submits this stafemenf for the purpose of changing its registered office or registered agent, or both, in the Stafe of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Persons) Detail Title MGR Title MGRM Name SHEA, CHRISTOPHER M Name MCWILLIAMS, DANIEL Address 27781 MARINA POINTE DRIVE Address 11607 RANCHETTE RD.. City -State -Zip: BONITA SPRINGS FL 34134 City -State -Zip: FORT MYERS FL 33966 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the sarne legal e/%ct as if made under oath; that ! am a managing member ormanager o/the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all otherllke empowered. SIGNATURE: DANIEL S. MCWILLIAMS PRESIDENT 01 /16/2020 Electronic Signature of Signing Authorized Persons) Detail Date Company ID Number: 385305 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY y fi 11 A } 0 The parties to this agreement are the Department of Homeland Security (DHS) and the McShea Contracting, LLC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (11RIRA), Pub. L. 104-2081 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 FDOT Florida Department of Transportation ON DESAN7IS 605 Suwannee Street KEVIN J. TIiIBAUI: f, P.E. GOVERNOR 'Tallahassee, FL 32399-0450 SECRETARY February 5, 2020 MCSHEA CONTRACTING, LLC 508 OWEN AVE. NORTH LEHIGH ACRES, FLORIDA 33971 *REVISED* RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2020. However, the new application is due 4/30/2020. In accordance with Sa337614 (1) F.S. your next application must be filed within (4) months. of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequali£ication Application System via the following link: HTTP3://£dotwpl.dot.state.fl.us/ContractorPreQuali£ication/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. ,MOT APPROVED WORK CLASSES: PAVEMENT MARKING, ROADWAY SIGNING Xou may apply fora Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. AA:cj Sincerely, Alan Autry, Manager Contracts Administration Office www.fdot.�ov Sou County vest (F`ahidU License Holder DANIEL S MCWILLIAMS Name: Firm Name: MCSHEA CONTRACTING LLC Address: 508 OWEN AVE N LEHIGH ACRES, FL 33971 LIC2010-00470 dan@mcsheacontracting,com Thank you for assisting Lee County Contractor Licensing in their effort to "Go Green". Please keep this document/file in a safe place as you will not be receiving any additional copies of your license from this office. Be sure to keep your email address current with us at all times. Below please find your Lee County Certificate of Competency. This Certificate will need to be renewed yearly if you wish to perform work in Unincorporated Lee County. Renewal will begin in the middle of August of each calendar year. If you choose to place your license on inactive status please notify this office as soon as possible. Please keep yourself up to date with our departments information by periodically reviewing our website at &tww.lee-county.com/dcd/conti*actorlicensing,htm In addition to this Certificate, it is your responsiblity to maintain your worker's compensation, general liability insurance and obtain a yearly business tax receipt from the Lee County Tax Collector while performing work in Unincorporated Lee County. You may email your certificates of insurance to ContractorLicensing@Leegov.com. Our phone number is 239-533-8895. Please send e-mail address and/or telephone changes to ContractorLicensing@Leegov.com IMPORTANT CHANGE PLEASE READ: In an effort to reduce costs and "go green" we will no longer be mailing renewal reminders. If you wish to receive a renewal reminder via email please provide us with your email address along with your case number LIC201040470 to ContractorLicensing@Leegov.com. Re: "renewal by email". Conditions of Certificate Renewal due for active and inactive certificate each year in September. COMP. NO, shall appear on all advertisements including vehicles reileclirtg a business name. Shall only contract in D/B/A name as it appears on certificate. Board of Approval required on business name changes. LEE COUNTY CERTIFICATE OF COMPETENCY (23�J) 533-aa95 NAME: DANIEL S MCWILLIAMS MCSHEA CONTRACTING LLC LICENSED FOR: Paving Contractor COMP. NO.: PG10-00470 NOT V TER: !30 0 ignalure of LiceMe Holder Conditions of Certificate Shall maintain required insurances on active cerifficates. Shall inform the Contractor Licensing Office of any Address or telephone /i change. tcntdocren2.rpt LEHIGH ACRES McShealD Location Status tear maKe In :. 1100'S -I---------�----I--------�----- 1200'S — - ---- — . _ 1300'S 1300 1997 FORD FLATBED FT MYERS a 1997 FORD F-350 3FEKF37F6VMA05248 275RSH $ 273.10 12/31/2017 17145886 1025061601107 1301 1997 FORD STAKEBED FT MYERS a 1997 FORD F-350 3FEKF37F9VMA56727 126RHI $ 273.10 12/31/2017 17145892 1228913401106 1302 1997 FORD STAKEBED FT MYERS a - - 1997 FORD F-350 - 1 FDKF37FSVED08346 1125RHi $ 273.10 12/31 /2017 17054699 1228913501105 1400'S 1400 F-550 TRUCK FT MYERS a i 081 FORD F-550 1FDAF56R78EA12856 DXP109 $ 199.10 12/31/2017 17145877 1025062101109 1401 17-550 TRUCK FT MYERS a 20081 FORD F-550 1 FDAF56R38EB40754 DPVP97 $ 199.10 12/31/2017 17.145883 1025061401109 1402 F-550 TRUCK -COMPRESSOR FT MYERS a 20071 FORD F-550 1 FDAF56P47EB23698 276RSH $ 199.10 12/31/2017 17145880 1092379801103 1403 F-550TRUCK FT MYERS a 2007FORD F-550 1FDAF56P37EA42630 138PTJ $ 199.10 12/31/2017 17145878 1025062201108 1.404 F-550Truck FT MYERS a 2009FORDF-550 1FDAW56R59EA21637 BMZ198 $ 199.10 12/31/2017 17145882 1380583801106 1405 F-550Truck FT MYERS a .2008 FORDF-550 1FDAW56R28EA73984 127RHI $ 199.10 12/31/2017 17145887 1025061701106 1406 F-55Q Truck FT MYERS a 2014 FORD F-550 1 FDOW5GY3EEA61324 CJEM09 $ 199.10 12/31/2017 17145894 1380582401103 1407 F-550 Truck FT MYERS a 2014 FORD F-550 1FDOW5GY7EEA61326 CJEM08 $ 199.10 12/21/2017 17145890 1380584101100 1408 F-550Truck FT MYERS a 2014FORD F-550 1FDOW5GY9EEA61327 CJEM06 $ 199.10 12/31/2017 17145891 1380582501102 1409 F-550 Truck FT MYERS a 2015 FORD F-550 1 FDOW5GYOFED10227 DYPS51 $ 199.10 12/31/2017 17145910 1553714701109 1410 F-550Truck FT MYERS a 2015FORDF-550 1FDOW5GY2FED10228 DYSQ56 $ 199.1D 17145917 1553714101105 1411 F-550Truck FT MYERS a 2015 FORD F-550 1FDOW5GY8FED14090 DYSA79 $ 199.10 12/31/2017 17145908 1553714001106 -1412 - 1 Ton Truck - — _- _ _ FT MYERS a - 2009 CHEVROLET DUALLY _ - 1GBJC73K99F102333 YOOGYH $ 140,10 12/31/2017 17145925 0102356701104 1500'S 1500 PAINT LONGLINE TRUCK FT MYERS a 200951 NISSAN PAINT STRIPER JNAPC81 L49AK75099 N9104Q $ 427.10 12/31/2017 17145855 1092384401101 1501 PAINT LONGLINE TRUCK FT MYERS a 20071 CHEVROLET TILT CAB 1GBJ7F1337F410590 N6587S $ 427.10 12/31/2017 17145867 0102356101100 1502 PAINT LONGLINE TRUCK FT MYERS HO 20011 ISUZU FSR 4GTG6C1371J700227 1092384301102 1503 PAINT LONGLINE TRUCK (3501) FT MYERS HO 20091 NISSAN PAINT STRIPER JNAPC80i L89AI-175124 17056581 1092379701104 1504 PAINT LONGLINE TRUCK FT MYERS HO 20071 CHEVROLET TILT CAB JBBESB16377901555 16281558 1092379401107 1505 PAINT LONGLINE TRUCK FT MYERS a 2008 ICHEVROLET TILT CAB J8BE5W16587900609 BKZB61 $ 273.10 12/31/2017 17145948 012397501109 1506 PAINT LONGLINE TRUCK FT MYERS a 2015 1SUZU FSR 54DC4W1 C6FS804891 057RSJ $ 273.10 12/31/2017 17145966 1553714801108 1520 THERMO LONGLINE TRUCK FT MYERS HO 2000 AUTOCAR WX64 5VCDC6PE76H2O3087 1025062001100 1521 THERMO LONGLINE TRUCK FT MYERS a 1994 FORD CF 8000 1 FDYH81 E5RVA48867 N3628S $ 795.10 12/31/2017 17145868 1380583401100 1522 THERMO LONGLINE TRUCK FT MYERS a 2002 GMC 1GDM7C1CX2J503356 N6599S $ 427.10 12/31/2017 17145865 1228913301107 1523 THERMO LONGLINE TRUCK FT MYERS a- 2012 Mack 600 - - 1M2AV04C5CM008842 N9103Q _ $ 1,344:10 12/31/2017 17058071 1380584301108 1600'S 1600 THERMO MELTER SEMI TRACTOR - 4 POT FT MYERS a 1998 VOLVO 4VGVDACHI WN752827 N8202R $ 11344,10 12/31/2017 16281170 1092379501106 1620 THERMO MELTER TRUCK - 2 POT FT MYERS E4�2005 ISUZU FTR 4GTJ7F1325F700049 $ 300.00 NOW 2622 16281172 109237950110E 1621 NEW 2 POT FT MYERS 1999 GMC 1GDM7C1C8XJ507736 465NHA $ 795.10 12/31/2017 17,145863 1092383701101 161 OST 4-POT MELTER TRAILER FT MYERS 1998 FONTAINE TRAILER 13N128405W1581341 584 4CG NO EX Ir 1622 THERMO MELTER TRUCK - 2 POT TT MYERS 2013 PEfERBILT - 3BPPHM7X4DF590342 N3717U — $ - 346.10 12/31/2017 17145869 1380583901105 1700 LRGSUPPORTTRK FT MYERS a 2006 FREIGHTLINERM2106 1FVHCYDJ26HV26365 N9127Q $ 1,16 A 12/311 017 17058171 1092384001105 1701 LRG SUPPORT BOX TRK FT MYERS a 1 19931 FORD CF8000 1FDXH81AOPVA31190 N8177R 1 $ 346.10 12/31120171188664411 1092383801100 1702 LRG SUPPORT TRK FT MYERS a 2000 INTERNATIONAL 1HTSCAAPXYH321853 N5868X $ 346.14 12/31/2017 18256606 1553713701102 1800'S 1800 SHOP TRUCK 2009 FORD F-250 TREE FT MYERS HO 2009 FORD F-250 1 FTSX205G9EAG7455 9s9xku 17053467 SIICfIOn 1801 SHOP TRUCK 2010 FORD F-150 SHOP/BRIAN C FT MYERS HO 2010 FORD F-150 1FTEX1CW5AFA08732 6/30/2018 00671221 SUCiIOn 1ftn7 AW)PTRIIr:K9�ln;ZORr)F-1Fi(1nAN/RRIANf FTMYFRS a �010FORDF-150 1FTFW1CV7AF690514 ACNB85 $ 99.85 12/31/2017 17145885 1228913101109 LEHIGH ACRES McShealD Location StatLIS Year Make Vin Plate # Plate $ Plate Exp. Sticker Sunpass 1803 ISHOP TRUCK 2010 FORD F-150 SCOOTER FT MYERS 1 2010 FORD F-150 1 FTFW1 CV6AFC01535 1 1 11705400311228913001100 I CT R/IvCDO I I 4007 CnDI1 C 4rn INF1178R I s 346.10 12/31/2017 17145864 1025061501108 IVVY 1805 IVIGVf1/11VIVJ InV vn iaai 1 v�v -.+.+v SHOP TRUCK 2013 FORD F-250 TREE (3800) FT MYERS HO 2013 FORD F-250 1 FT7W2A66DE602715 CEYE47 $ 140.10 12/31/2017 17145897 729992701105 1806 SHOP TRUCK 2014 FORD FA50 DAN FT MYERS a 2014 FORD F-150 1FTFW1ET7EFA67491 DGUF86 $ 99.85 12/31/2017 17145912 380583101103 1807 SHOP TRUCK 2014 FORD F-150 SCOOTER FT MYERS a 2014 FORD FA50 1FTFW1EF1EFC63355 DGUF85 $ 99.85 12/31/2017 17145903 380583101104 1808 2017 FORD F150-CHRIS FT MYERS a 2017 FORD FA50 1FTEW1EGFHFA66021 Y91TKX $ 46.10 6/30/2017 19400572 102343201109 1900'S 1900 _ GRINDERTRK-2BOX FT MYERS a 2006ChevroletT8500 1GBTSF43X6F416306 N9137Q $ 938.10 12/31/2017 17058245 1092383501103 1901 IGRINDERTRUCK FT MYERS a I 2017 AUTOCAR 5VCACDVF5HH222582 IN587OX 1 112/31/2017 14596478 01002397801106 10000 WATER BLASTER 2008 FT MYERS a 2608 AMERICAN LAFRANCE CONDOR 5SXHAI DE98RZ61733 N9118Q $ 1,344.10 12/31/2017 17057847 1380582901108 AUTOS A-1 1990 LINCOLN TOWNCAR FT MYERS HO 1990 L1 COLN TOWNCAR 'ILNCM82F9LY831046 A-2 2009 FORD FLEX FT MYERS a 2009 FORD FLEX 2FMDK52C19BA07756 HTGE16 $ 46.10 6/30/2017 188657191 106675201107 A-3 2011 HONDA ODYSSEY JIM FT MYERS HO 2011 HONDA ODYSSEY 5FNRL5H9OBBO27623 1389757 A4 2011 FORD EXPEDITION CHRIS FT MYERS HO 2011 FORD EXPEDITION 1FMJK1J58BEF34329 A-5 2001 HONDA VAN FT MYERS a 2001 HONDA ODYSSEY 2HKRL18621 H605123 N33 4JE 6/30/2018 00671222 0102257501106 A-6 2013 FORD EXPLORER CHRIS FT MYERS HO 2013 FORD 1FM5K7F9XDGB32268 232 YEI 6/30/20*18 00671223 X A-7 2014 HONDA ODYSSEY JIM FT MYERS I HO 1 20141 HONDA ODYSSEY 5FNRL5H93EB077100 AJP Z54 $ 96,60 01/31/2018 1864509 A-8 2017 FORD F150 - CHRIS NOW 1808 FT MYERS HO I 2017 FORD F-150 1FTEWlEGFI-IFA66021 Y91TKX 6/30/2017 19400572 102343201109 A-9 2017 CHRYSLER PACIFICA - JIM FT MYERS a 2017 0HRYSLER PACIFICA 2C4RC1GG7HR602886 AJP Z54 TRAILERS T-1000 2009 UP/DOWN TRAILER TAMPA I-10 2009 TRIPLE L (JLG) 5DYAAB2L39C004442 248 MBC 6/30/20'18 00671224 X T-1001 2009 TRAILER MOUNTED ATTENUATOR FT MYERS a 2009 SCORPION TL3 1E9TF160DVC520211 301 MMJ 6/30/2018 00671226 X T-1002 2009 TRAILER MOUNTED ATTENUATOR FT MYERS HO 2009 SCORPION TL3 1E9TF160DVC520305 T-1003 2010 TRAILER MOUNTED ATTENUATOR FT MYERS HO 2010 SCORPION TL3 1 E9TF160DVC520514 T-1004 2010 UP/DOWN TRAILER ORLANDO HO 2002 TRIPLE L (PREMCO) 5DYCU15172C300106 266 NHA 6/30/2018 00671243 X TA 005 2010 UP/DOWN TRAILER FT MYERS a 2010 AIR -TOW 512DF19T2AC102527 500 NHA 6/30/2018 00671242 X T-1006 2010 TRAILER MOUNTED ARROWBOARD FT MYERS a 2010 WANCO 5F11S1010A1001009 463 NHA 6/30/2018 00671240 X T-1007 2010 TRAILER MOUNTED ARROWBOARD FT MYERS a 2010 WANCO 5F11S1019A1001008 464 NHA 6/30/2018 00671239 X T-'1008 2010 UP/DOWN TRAILER TAMPA HO 2010 AIR -TOW 512DU17T3AC102531 M95 7ZL 6/30/2018 00671237 X T-1009 2011 TRAILER MOUNTED ATTENUATOR ORLANDO HO 2011 TRAFFIX DEVICES 1E9TF160DVC520890 605-NMQ 6/30/2018 00671234 X T-1010 2011 TRAILER MOUNTED ATTENUATOR FT MYERS a 2011 TRAFFIX DEVICES 1 E9TF160DVC520891 604-NMQ 6/30/2018 00671235 X T-1011 2014 TRAILER MOUNTED ATTENUATOR FT MYERS a 2014 SCORPION TL3 1 E9TF160DVC521433 302 MMJ 6/30/2018 00671244 X T-1012 2015 UTILITY TRAILER FT MYERS a 2015 AIR -TOW 512DU19T8FC103548 812RJR 6/30/2018 00671230 X T-1013 2015 UTILITY TRAILER FT MYERS a 2015 AIR -TOW 512DU19T6FC103550 810RJR 6/30/2018P49945871 X T-1014 2015 UTILITY TRAILER ORLANDO HO 2015 AIR -TOW 512DF19T7FC103549 81RJR 6/30/2018 X TA 015 2015 TRAILER MOUNTED ATTENUATOR FT MYERS a 2015 SCORPION TL3 1 E9TF160DVC521567 609 NHA 6/30/2018 X T-1016 2015 TRAILER MOUNTED ATTENUATOR FT MYERS a 2015 SCORPION TL3 1 E9TF160DVC521608 277 Ron 6/30/2018 X TA 017 2015 UTILITY TRAILER FT MYERS a 2015 AIR -TOW 512DF19TOFC103621 938RSI 6/30/2018 X T-1018 2016 TRAILER MOUNTED ATTENUATOR ORLANDO HO 2016 SCORPION TL3 1 E9TF160DVC521852 Y19 JWJ 6/30/2017 T-1019 2016 TRAILER MOUNTED ATTENUATOR TAMPA HO 20161 SCORPION TL3 1 E9TF160DVC521853 Y77 JWJ 6/30/2017 4994730 TA020 2016 UTILITY TRAILER ORLANDO HO 2016 AIR-TOW 1512DU19TXGC104248 Y38PUM 6/30/20*17 13028263 • T-1021 2016 UTILITY TRAILER FT MYERS a 2016 AIR -TOW 1512DU19TIGC104249 Y37PUM $ 52.60 1 6/30/2017 13027154 PALMETTO 1100'S -_ -- - - L �- I -- 1-- - -- - - - - -------L- _. -- ----- _I _:_ -- - --- --1- -- ----- - --� 1200'S 1300'S _ --- — —__ - 1-- -----� -- - _ 1- - - ------ _. _ -L -- --- - - - - - -- - --I---�--f 1400'S 2400 F----j-550 CK TAMPAWWWWWWW aWWW 2014 FORD F-550 1FDOW5GYXEEA61322 CJEM10 $199.10 i2/31/2617 171459' 1380583301101 2401 F-550TRUCK TAMPA a 20141 FORD F-550 1FDOW5GYIEEA61323 ICJEM11 I $199.10 12/31/20171171459051 1380583701107 2402 F-550TRUCK TAMPA a 2014 FORD F-550 IFDOW5GY5EEA61325 CJEM07 $199.10 12/31/2017 17145896 1380583601108 $491.00 1500'S — 2500 PAINT LONGLINE TRUCK TAMPA a 2014 PETERBILT 3BPPHM7XXEF590492 N3716U $427.10 12/31/2017 171458591 380584001101 2501 PAINT LONGLINE TRUCK TAMPA a 20141SUZU JALE5W163E7301906 Y36HIA $273.10 12/31/2017 17145875 1380584201109 2502 PAINT LONGLINE TRUCK TAMPA a 2007 CHEVROLET TILT CAB JBBE5816377901555 BKZB62 $273.10 12/31/2017 17145942 1380583201102 2503 PAINT LONGLINE TRUCK TAMPA a 2015 1SUZU 54DC4W1C7FS804723 469RZG $237.10 12/31/2017 17145940 1553713801101 1600'S 2620 THERMO MELTER TRUCK- 2 POT TAMPA HO 2013 PETERBILT 3DPPHM7X4DF59034.2 013805839001105 2621 THERMO MELTERTRUCK -2POT TAMPA a 20011 GMC 1GDM7C1C31J509627 IN3715U $346.10 12/31/2017 17145871 1553713901100 2622 THERMO MELTERTRUCK -2 POT TAMPA a 2005 ISUZU FTR 4GTJ7F1325F700049 N9105Q 1 $346,10 12/31/2017 17145825 1092379501106 1700'S 17056132 -- - 2700 ATTENUATOR TRUCK TAMPA a 1994 GMC 1GDJ7HIMXRJ505255 N3714U $346.10 12/31/2017F17145670 1380582701100 $649.00 WWWW� _ WW 1800'S 2800 SHOP TRUCK 2009 FORD F-250 BRANDON TAMPA I a 2009 FORD F-250 IFTSX20569EA67455 1939XKU 1 $99.85 017 12/31/217145879 1380583501109 2801 SHOP TRUCK 2010 FORD F-150 SHOP/ben TAMPA a 2010 FORD FA50 1FTEX1CW5AFA08732 ACBR99 1 1 6/30/2018 00671221 1 7299910.01105 2802 SHOP TRUCK 2010 FORD F-150 JUAN TAMPA a 2010 FORD F-150 1 FTFW1 CV6AFC01535 ADAJ55 1 $99,85 12/31/20171171458841 1228913001100 1900'S 2900 GRINDER TRUCK TAMPA a 2006 AUTOCAR WX64 SVCDC6PE06H2O3069 N2012V $427.10 12/31/2017 17145873 1380582601101 10000'S AUTOS — __ - �-- - - -�-- -- -------- ----J TIRS — XXXX 6/30/2018 T-1000 2009 UP/DOWN TRAILER TAMPA a 2009 TRIPLE L (JLG) 5DYAAB2L39C004442 248 MBC TA 008 2010 UP/DOWN TRAILER TAMPA I a 2010 AIR -TOW 512DU17T3AC102531 IM957ZL ITROPiC TR, 1 6/30/2018 T-1019 2016 TRAILER MOUNTED ATTENUATOR TAMPA I a I 2016 SCORPION TL3 1E9TF160DVC521853 IY77JWJ 1 $ 39.60 ? 1 1 6/30/2017 4/20/2017 16:10 McShealD Location itatu: Year Make Vin Plate # Plate $ Plate Exp. Sticker Sunpass #- 1100'S--- -- --- - 1200'S _ 1300'S _ - I - --- --- 1400'S 3400 F550TRUCK ORLANDO a 2015 FORD 1FDOW5GY7FED25324 EDZB14 $199,10 12/31/2017 17145913 1553713601103 3401 F550TRUCK ORLANDO a 20171 1FDOWSGY9HEC16446 HSAR66 1 12/31/20171 182760231 102357601102 3402 F550TRUCK ORLANDO__j a 2017 1FDOW5GYOHEC16447 IHSAR65 1 12/31/2017 18276023 102395101109 - - 1500'S 3500 PAINT LONGLINE TRUCK ORLANDO a 20151SUZU 54DC4W1C9FS804724 470RZG $273-10 12/31/2017 17145953 1386582801109 3501 PAINT LONGLINE TRUCK ORLANDO a 2009 NISSAN PAINT STRIPER JNAPC81L89AH75124 N6580S 1 $427.10 12/31/20171 171458661 1092379701104 3502 PAINT LONGLINE TRUCK ORLANDO a 2015ISUZU 54DC4W1B5FS806672 Y80PUQ 12/31/2017 14304090 0100029301103 1600'S _ 1700'S _ 1800'S 3800 SHOP TRUCK2013 FORD F-250 TREE ORLANDO A 2013 FORD F-250 1FT7W2A66DEB02715 CEYE47 $ 140.10 12/31/2017 17145897 729992701105 10000'S-- --- - - - _ AUTOS - - .--- - - TRAILERS T-1004 2010 - DOWN TRAILER ORLANDO a 2002 TRIPLE L (PREMCO) 5DYCU15172C300106 266 NHA 6/30/2018 00671243 X TA 009 2011 TRAILER MOUNTED ATTENUATOR ORLANDO a 2011 TRAFFIX DEVICES 1E9TF160DVC520890 605-NMQ 6/30/2018 00671234 IX T-1014 2015 UTILITY TRAILER ORLANDO a 2015 AIR -TOW 512DF19T7FC103549 81RJR 6/30/2018 00671232 IX T-1018 2016 TRAILER MOUNTED ATTENUATOR ORLANDO a 2016 SCORPION TL3 1 E9TF160DVC521852 Y19JWJ $ 39.60 6/30/2017 4994587 TA 020 2016 UTILITY TRAILER ORLANDO a 2016 AIR -TOW 512DU19TXGC104248 Y38PUM $ 52.60 6/30/2017 13028263 Brian M. Trefry Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 11 /05/2022 Date Expires 3AFER ROADS SAYE LIVE3 37 FDOT Provider # ATSSA Tom Ervin Instructor 15 Riverside Parkway Ste.100 Fredericksburg, VA, www.atssa.com donna.clark@atssa.com 45426 Certificate # FDOTZ For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com =Ah jr* Ah Oscar X Sorto Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced Course. 06/23/2022 Date Expires 1-- TRRINING BY RON HENLEY 145 FDOT Provider # Jason Henley Instructor A Plus Training by Ron Henley 9001 %D 124 Street Archer, aplustrainingbyronhenley.com rhenley8@cox.net 41433 Certificate # 7�-� im M For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 20-7733 for Roadway Striping THIS AGREEMENT, made and entered into on this day of 2020 , by and between Paramount Asphalt Sealcoating Corporation authorized to do business in the State of Florida, whose business address is 260 20th ST. NE, Naples, FL 34120 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three (3 )year period, commencing 0 upon the date of Board approval E on and terminating on three ( 3 ) year(s) from that date or until all outstanding Purchase Orders) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one (1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑i Purchase Order ❑ STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Re�e�"^• o�^..^�.,I ioco� Q Invitation to Bid (ITB) ❑ 9ther# 20-7733 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A —Scope of Services attached hereto. Page I of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver. I ) 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 ❑O The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. 3.3 ❑ The pFeeedwFe foF ebtaining We* nder this AgFeemeint i dined io ❑ ��� Esc-h;;;:tfAtt�6Fillaeiat: 34❑ sf GOMyletie11i GOIeet4R-9f-Ii 'fie 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act", 4.1 Price Methodology (as selected below): ❑� Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed'Penn Service Multi -Contractor Agreement 20I7.008 (Ver.l) 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. SEA OA 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. t) Company Name: Paramount Asphalt Sealcoaung Corporation Address: 260 20th ST NE Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Nicholas Rivenburg All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Albert English Division Name: Address: 2885 Horseshoe Drive S Naoles. FL 34104 Administrative Agent/PM: Melissa Pearson Telephone: E-Mail(s): Melissa.Pearsonia collliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.l) 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. 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 the sole judge of non-performance. 11 12 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. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. INSURANCE. The Contractor shall provide insurance as follows: A. �■ Commercial General Liabilitv: Coverage shall have minimum limits of $110001000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. F■ Business Auto Liability: Coverage shall have minimum limits of $11000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. ❑■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $11000,000 for each accident. Page 5 of 17 Piled Tenn Service Multi -Contractor Agreement 2017.008 (Ver.l) Awl Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 17 Fixed Penn Service Multi -Contractor Agreement 2017.008 (Ver.l ) 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road Maintenance Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ IRF-R/ FE-1 ITB/❑ Qther #20-7733 , including Exhibits, Attachments and Addenda/Addendum, ❑ �f quotes, and ❑ GtheK Fix"44/A#aG ," eat: 17. APPLICABILITY. Sections corresponding to any checked box (■)expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c, immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 sized Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017,008 (VerA) 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. ❑� CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. The Contractor shall employ people to work on County projects who are neat, clean, well groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. 0■ WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Neel) particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. � TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. Q PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 PixedTerm Service Multi -Contractor Agreement 2017.008 (Ver.l ) C/4(i foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures, 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla, Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ....... .. PI . . . Page 11 of 17 Piled Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) ❑j AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ❑� ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. A • 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via a -mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Pixed'I'enn Service Multi -Contractor Agreement 2017.008 (Ver.l) County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38, ❑® SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County Is Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 13 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.l Cet0 IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller M (SEAL) Dated: Contractor's First BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Burt L. Saunders Chairman Paramount Asphalt Sealcoatinq Corporation es: Contractor DBA By. ess Signatu AOD TType/print signature titleT t witness name CofitrActbr's Second Witness TType/print witness nameT Approved as to Form and Legality: County Attorney Print Name Page 14 of 17 Fixed Term Scroicc Multi -Contractor Agreement 2017.008 (Vcr.1 q9u Exhibit A Scope of Services *following this page (pages 1 through 4 ) ❑ this exhibit is not applicable Page IS of 17 fixed Tenn Service Multi -Contractor Agreement 201 Z008 (Var.l) ITB# 204733 "Roadway Striping" EXHIBIT A SCOPE OF SERVICES 1. MINIMUM REQUIREMENTS The Contractor shall provide: l .l . Documentation showing five (5) years' related experience. 1.2. Owned or leased equipment list showing that the Contractor has the means and methods to perform services as needed. 1.3. Maintenance of Traffic or Temporary Traffic Control Certification, Intermediate Level Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. The Contractor shall provide the Maintenance of Traffic or Temporary Traffic Control Certification, 2, SCOPE OF WORK The services shall include, but not limited to the application, installation, and removal of Retroreflective Pavement Marking tape, symbols, legends, RPMs, and painted and thermoplastic lines/symbols. Contractor shall be willing and able to provide services on an "as -needed basis" in accordance to the following specifications. The Contractor shall perform the services in accordance with the specifications, and the Contractors employees shall be fully trained and qualified to perform the service requests. 3. TECHNICAL SPECIFICATIONS The Contractor shall complete the work as listed herein and provide the necessary materials, labor, equipment, administrative dirties, Maintenance of Traffic with traffic control devices to complete the work. 3.1. Referenced llocuments 3.1.1. Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, current edition,(https://www.fdot.pov/programmanagemeilt/impletnented/specbooks/default.shtm), and all supplemental documents thereto shall be utilized and in accordance to the following: Raised RetroReflective Pavement Markers and Bituminous Adhesive; Traffic Stripes and Markings, Two, Reactive Components; Painted Pavement Markings; Thermoplastic Traffic Stripes and Markings; Materials Raised RetroReflective Pavement Markers and Bituminous Materials; and Traffic Marking Materials, 3.1.2. Florida Department of Transportation Design Standards, current edition. (littps://www.fdot.gov/roadwU/DS/16/STDs.shtin#600) 3.1.3, US, Department of Transportation, Federal Highway Administration (FHWA) on Uniform Traffic Control Devices, current edition, of standard specifications shall be utilized and in accordance to the following: The Manual on Uniform Traffic Control Devices (MUTCD) standards shall be utilized for the installation and maintenance of traffic control devices. (https://inLited.fliwa.dot.aov/) 3.2. Materials The materials shall be in accordance with the referenced documents listed in this solicitation. Such materials are, but not limited to bituminous; glass spheres; painted traffic stripes; thermoplastic; and Reflective Pavement Markers. 3.2.1. Paint: Painted traffic stripe applications and markings shall conform to the requirements in the referenced documents. 3.2.2. Thermoplastic: Thermoplastic striping shall be done in accordance with Section 711, Thermoplastic Traffic Page I of 4 Exhibit A -Scope of Services Striping and Markings, current edition of the FDOT Standard Specifications of Road and Bridge Construction. 3.2.3. Removal of Paint and/or Thermoplastic Markings: Contractor shall provide all labor, equipment, and materials for the removal of pavement markings from various roadways, parking lots, and other striping projects. Remove existing material by grinding and/or water blasting as determined by the Division. The Contractor dispose of removed material in a manner approved by the Division. 3.2.4. Raised Pavement Markers: Raised reflective pavement markings striping shall be done in accordance with Section 706 and 970, current edition of the FDOT Standard Specifications of Road and Bridge Construction. Contractor shall provide all labor, equipment, and materials for the installation of RPMs, ceramic disks, and flex stakes on centerlines, edge lines, lane lines and gored medians on roadways at intersections, parking lots, and other striping projects throughout Collier County, 4. WORKSCH>',DUL1;S The Contractor shall provide a work schedules before starting services to Division staff for on -site inspections. Failwe to submit work schedule(s) may result in invoice rejection and services not paid. 5. WORICHOURS Work requests may be in the daytime hours from 7:00 a.m. to 5:00 p.m. or evening hours from 7:00 p.m. to 6:00 a.m., and on weekdays or weekends. There is no additional compensation. 6. WORI{ COORDINATION ANll PROJ1✓CT Mi';)rTINGS 6.1. The Contractor shall not have crews on the job or perform any work before the Division Representative authorizes work to start and the issuance of a purchase order. 6.2. During work under this Agreement, the Contractor shall be responsible for keeping the Division Representative informed of the proposed work schedule, and inform the Division of any schedule changes immediately, and then followed up in an email within 24 hours. 6.3. If any work subject to inspection or testing is installed without notification in time for such testing or inspection to be done, that work shall be subject to removal and replacement by the Contractor, at no additional cost to the County. 6.4. The Contractor will be required to coordinate work schedules with other County Contractors, to complete maintenance services, and to keep work progressing, without causing delays. 7. CL1;AN UP /DISPOSAL The Contractor shall remove and dispose of material, debris, and trash within the work zone each day. If the area is not cleaned, the Contractor may be required to return to the worksite to clean up, remove, and dispose of the debris at an authorized disposal site. E� y 1►/:1 A 9093140011391 8.1. Upon notice from the Contractor that work is completed in accordance with the Specifications, the Division shall make a final inspection of the work. The Contractor will be notified of all instances where work fails to comply with the specifications. The Contractor shall immediately make those alterations to fully comply with the specifications. 8.2. The Contractor shall immediately correct or complete all issues as well as defects that were identified by the Division Representative, 8.3. Upon completion of the repair work, the Contractor shall notify the Division Representative when it is ready for re - inspection. The Division Representative shall make a final inspection of the work and notify the Contractor of any necessary repair work that is not completed. The Contractor shall immediately complete all incomplete work and arrange for another re -inspection. 9. DAMAGES Any damages to County property or work areas caused by the Contractor's crews, such as but not limited to sidewalks, Page 2 of 4 Exhibit A -Scope of Services ,Ctvo curbing, gutters, pipes, drains, water mains, pavement, mail boxes, turf, road surface damage, and utilities, shall be the Contractor's sole responsibility to repair or replace , at no cost to the County. 10. PERSONNEL & EQUIPMENT The Contractor's personnel and crews shall be adequately trained, communicate effectively with County staff, and capable of safely operating equipment and vehicles. Contractor must have adequate personnel, crews, and equipment to immediately start work requests. ll. WORK ZONE SAFETY The Contractor shall use caution while working in or around County -owned or operated facilities, right -of --way, sides of right-of-way, and applicable FDOT roadway medians. When working within and/or MUTCD requirements are always to a right-of-way (i.e., roads, be followed. Specifics include sidewalks, bike paths, etc.) All but are not limited to: 1 l.l. ANSI/ISEA Class 2 or 3 Vests, T-shirts, or similarly labeled garments depending on tune of day. I L2. Appropriate work zone signage, cones, barricades or barrels, arrow panels, flagging personnel, and Stop/Slow Paddles, where necessary, required by law or the BCC. t 1.3. An applicable work zone (Maintenance of traffic) plan based on FOOT and/or MUTCD designs on site. 11.4. The Contractor will maintain access for residents and commercial properties at all times during all striping activities, with minimal delays to the traveling public. 12. MAINTENANCE OF TRAFFIC (MOT) The Contractor is responsible for the Maintenance of Traffic (MOT) with the right equipment and proper placement of lane closed signs, pre -warning signs, arrow boards, traffic cones, etc. The Contractor, or its subcontractor, is responsible in maintaining MOT to perform services in the right-of-way and roadways. The Contractor shall have MOT devices and equipment adequate for traffic control, and depending on the roadway, it may include signage, arrow boards, message boards, warning devices, barriers, and flagmen. 12.1.1. MOT is a requirement for the safety and protection of the Contractor's employees and motorists duing the performance of services. It is the Contractor's sole responsibility For safety in the work zone. 12.1.2. MOT shall conform to the latest edition of the FDOT, Design Standards, 600 series, and The Manual on Uniform Traffic Control Devices (MUTCD). 12.1.3. The Contractor is authorized to subcontract MOT. It is a requirement that either the Contractor or subcontractor to have current FDOT approved MOT, Intermediate Level, Certification per FDOT, Design Standards, 600 series indexes. 12.1.4. The Contractor's employee or Contractor's subcontractor is responsible for the MOT plan and equipment setup, this individual shall have current FDOT approved certification in their name, and they must be readily available within twenty (20) minutes of the initial contact by County staff to address work zone safety issues. 12.1.5. MOT setup that does not comply with FDOT standards, the contractor will need to cease operations until MOT is correct per the 600 series design standard. 13. LANE CLOSURES There are no lane closures permitted between the hours of 7:00 AM through 9:00 AM and 3:30 PM through 6:30 PM on weekdays. The Contractor may request authorization from the Division to work in the non -lane closure hours. 13.1.1. Road Alert (Mandatory Requirement): Notify Growth Management Department, Customer Service Specialist, or designee on Wednesday before lane closures) by submitting the Road Alert Notification form (Exhibit C) so that staff can update the Road Alert message board. Page 3 of 4 Exhibit A -Scope of Services 14. WARRANTY All materials and work shall have a warranty period of one (1) year, from date of completion, in addition to any and all manufacturer warranties. 15. COMPENSATION Invoice submission for payment approval must be accurate and complete with details of services performed or commodities purchased. 15.1. County staff shall authorize payment approvals for completed that is satisfactory by the Division. 15.2. Invoice rejection will occur for non -completed work, deficient work, incomplete invoicing, or failure to submit backup documentation as requested by the Division. 15.3. Invoice must include, at a minimum: Division name, contract number, purchase order number, work order number (if applicable), line item numbers, and details in the invoice body. Page 4 of 4 Exhibit A -Scope of Services Gh<t Exhibit B �ar�;mra following this page (pages 1 throughLj Page 16 of 17 Piled "term Service Multi -Contractor Agreement 2017.008 (Ver.l ) GgC9 EXHIBIT B- FEE SCHEDULE 20-7733 Roadway Striping SECONDARY CONTRACTOR PAINT ;%nLINE ni6" uescRlRnoR'T1 SOLID TRAFFIC STRIPE, IS MIL, WHIIEOR YELLOW, LESS THAN I MILE LF .352 6" SOLID TRAFFIC STRIPE, I5 MIL, WHITE OIL YELLOW, GREATER THAN I MILE LF .353 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE Olt YELLOW, MANUAL APPLICATION LP .754 m 8" SOLID TRAFFIC STRIPE, I5 MIL, WHITE OR YELLOW, LESS THAN I MILE LF .005 8" SOLID TRAFFIC STRIPE, I5 MIL, WHITE OR YELLOW, GREATER TIAN I MILE LF .006 8" SOLID TRAFFIC STRIPE, 15 MIL., WHITE OR YELLOW, MANUAL APPLICATION LF 007 12"SOLID TRAFFIC STRIPE, I5 MIL, WHITE, LESS THAN I MILE IT .25 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER 1"HAN i MILE LP $ 1.25 9 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF S 1.25 10 18" SOLID TRAFFIC S1 RIPE, 15 MIL, WHITE Olt YELLOW, LESS THAN I MILE LF S 1.50 11 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF S 1.50 12 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S 1.50 13 24" SOLID TRAFFIC STRIPE, 15 MIL.., WHITE, LESS THAN I MILE LF S 1.75 14 24" SOLID TRAFFIC STRIPE, I S MIL, WHl'I'E, MANUAL APPLICATION IT S 1.75 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL, SO FT S 1.00 16 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET= I DIGIT UPTO6 DIGITS) SET S 100 17 4" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET = I DIGIT UP TO 6 DIGITS) SET $ 1.00 THERMOPLASTIC SYMBOLS, NUMBERS, PAVEMENT MESSAGES SO FT S 3.00 6" SOLID TRAFFIC STRIPE, 60 MIL, WI IITE OR YELLOW, LESS THAN I MILE LP S 0.75 P 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF' $ 0.75 6" SOLID TRAFFIC STRIPE, 60 MIL, WHI'1"E OR YELLOW, MANUAL APPLICATION LF $ L25 6" SOLID TRAFFIC STRIPE, 90MIL, WHITE OR YELLOW, LESS THAN I MILE LF S 0.85 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF S 0.85 24 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S L50 25 8" SOLID TRAFFIC S"TRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN i MILE LP S 1.25 26 8" SOLID TRAFFIC S"TRIPE, 60 MIL, WHITE OR YELLOW, GREATER TI LAN I MILE LF S 1.25 27 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S 1.25 28 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN I MILE LF 29 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN I MILE LF 30 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF 31 12" SOLID'I'RAFFIC STRIPE, 60 MIL, WII ITE, LESS THAN i MILE IT =S2.25 32 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER TI LAN I MILE LP 33 12"SOLID TRAFFIC STRIPE, 60 MIL, WHITE, MANUAL APPLICATION LF 34 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN I MILE LF $ 3,25 35 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, GREATER THAN I MILE LF S 3.25 36 12" SOLID'IRAPFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF S 3.25 1 of2 37 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS TI]AN I MILE LP $ 2.50 38 18" SOLID '1'RAFFIC STRIPE, 60 NIT, WHFI'E OR YELLOW, GREATER THAN i MILE LF S 2,50 39 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF S 2.50 40 18" SOLID'L'RAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN I MILE LF S 4.25 41 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 4.25 42 I8" SOLID TRAFFIC STRIPE, 90 MIL, WI IITE OR YELLOW, MANUAL APPLICATION LF $ 4.25 43 24" SOLID'FRAFFIC STRIPE, 60 MIL, WHITE; LESS THAN I MILE LF $ 3.25 44 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN I MILE LF $ 3,25 45 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE; MANUAL APPLICATION LF $ 3.25 46 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF S 5.25 47 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF S 5.25 RAISED PAVEMENT MARI(ERS/CERAMIC DISI(StFRAFPIC DELINEATORS 48 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1. 199 EACH $ 4.00 49 RAISED PAVEMENTMARKER, FURNISH & INSTALL, QTY: 200-500 EACH $ 4.00 50 RAISED PAVEMENT NIARKER, FURNISH & INSTALL, QTY: 501 - 1,000 EACH $ 4.00 51 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1,001 AND UP EACH S 4.00 52 6" CERAMIC DISKS WITH INTERNAL REFLECTORS, FURNISH & INSTALL EACH $ 1.00 53 TRAFFIC DELINEATOR, FURNISH & INSTALL EACH $ 1.00 AUDIBLE ,& VIBRATORY MARKINGS 54 AUDIBLE & VIBRATORY MARKINGS LF $ 0.90 55 AUDIBLE & VIBRATORY MARKINGS NET MILE $ 0.01 RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET S 40.00 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET S 40.00 57 GROUND -IN RUMBLE STRIPS WATER BLASTING REMOVALS 58 REMOVE EXISTINGTRAFFIC STRIPES =$3.00 59 REMOVE EXISTING THERMOPLASTIC TRAFFIC MARKING S60 REMOVE EXISTING 6" TRAFFIC STRIPE THERMOPLASTIC 61 REMOVE EXISTING 8"TRAFFIC STRIPE THERMOPLASTIC 62 REMOVE EXISTING 10" TRAFFIC STRIPE THERMOPLASTIC LF S 2.50 63 REMOVE EXISTING 12" TRAFFIC STRIPE THERMOPLASTIC LF $ 3.00 64 REMOVE EXISTING 24" TRAFFIC STRIPE THERMOPLASTIC LF $ 5,00 65 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0,01 66 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0,01 GRINDING REMOVALS, 67 REMOVE EXISTING PAINTED I RAF'FIC STRIPES LF S 1.50 68 REMOVE PAINT SO FT S 3.00 69 REMOVE EXISTING THERMOPLASTIC TRAFFIC STRIPES LF S 1.50 70 REMOVE THERMOPLASTIC SQ FT S 3.00 71 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF S 0.01 72 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 RAISED PAVEMENT MARI(ERS: REMOVE / REPAIR / REPLACE 73 REMOVE EXISTING RAISED PAVEMENT MARKERS& REPLACE WITH NEW RPM EACH 1 $ 4.00 74 REPAIR & PATCH: REMOVAL OF RAISED PAVEMENT MARKER THAT CAUSED DAMAGE TO PAVEM ENT (INDENTATION) EACH $ 1.00 20(2 %P�CS Other Exhibit/Attachment Description: ❑ following this page (pages through ) �■ this exhibit is not applicable Page 17 of 17 Diced Tcnn Service Multi -Contractor Agreement 2017.008 (Ver.l) 16.A.16. m A� " CERTIFICATE OF LIABILITY INSURANCE DATE( 06/02/2020 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). PRODUCER CONTACT Diana Thompson NAME: Herndon Carr & Company PHONE (239) 939-1996 FAx (239) 275-0277 A/C No Ext : A/C, No 10501 Six Mile Cypress Pkwy. E-MAIL diana@herndoncarr.com ADDRESS: 'Q Suite 101 INSURER(S) AFFORDING COVERAGE NAIC # Fort Myers FL 33966-6400 INSURERA: FCCI Ins. Co. 10178 to INSURED fC Paramount Asphalt Sealcoating Corporation 260 20th Street NE INSURER B . INSURER C : INSURER D : INSURER E : Naples FL 34120 I INSURER F : COVERAGES CERTIFICATE NUMBER: CL1993004943 REVISION NUMBER: 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. INSR LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 �X OCCUR DAMAGE TO PREM SES Ea oNcRETE ante $ 100,000 _7CLAIMS-MADE MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 A Y GL10005208300 09/30/2019 09/30/2020 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO❑LOC ECTPOLICY PRODUCTS-COMP/OP AGG 2,000,000 First Choice Cyber $ 100,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS CA10005208400 09/30/2019 09/30/2020 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accidHent $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Uninsured motorist $ 100,000 UMBRELLA LIAB X2,000,000 OCCUR EACH OCCURRENCE $ AGGREGATE $ 2,000,000 A EXCESS LAB CLAIMS -MADE UMB10005208500 09/30/2019 09/30/2020 DED I X1 RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE Y OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A 001-WC19A-78789 10/22/2019 10/22/2020 X STATUTE ERH E.L. EACHACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners is additional insured with respect to general liability for any and all work performed in Collier County. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE FL 34112 /&& `�% k 3 fC O W CO) M ti ti 0 N 0 to le N @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1074 PS: PM: Melissa Pearson REVISION 1: INVITATION TO BID NO.20-7733 ROADWAY STRIPING NOTE: ADDITIONS ARE UNDERLINED and DELETIONS HAVE STRIKETHROUGHS Unit costs inclusive of labor, equipment, materials, administrative, mobilization, Maintenance of Traffic (MOT) to perform the work. Legend: LF = Linear Feet; SQ FT = Square Feet NjPPAINT LINE DESCRIPTION UOM UNIT PRICE ITEM 1 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.35 2 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.35 3 6" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 0.75 4 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 1.00 5 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 1.00 6 8" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.00 7 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ 1.25 8 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, GREATER THAN 1 MILE LF $ 1.25 9 12" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 1.25 10 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 1.50 11 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 1.50 12 18" SOLID TRAFFIC STRIPE, 15 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.50 13 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, LESS THAN 1 MILE LF $ 1.75 14 24" SOLID TRAFFIC STRIPE, 15 MIL, WHITE, MANUAL APPLICATION LF $ 1.75 15 SYMBOLS, NUMBERS & PAVEMENTS MESSAGES, 15 MIL SQ FT $ 1.00 16 3" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET = 1 DIGIT UP TO 6 DIGITS) SET $ 1.00 17 4" PAVEMENT MARKING, LETTERS & NUMBERS PER SET (SET = 1 DIGIT UP TO 6 DIGITS) SET $ 1.00 18 THERMOPLASTIC SYMBOLS, NUMBERS, PAVEMENT MESSAGES SQ FT $ 3.00 19 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.75 20 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.75 21 6" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 22 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 0.85 23 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 0.85 24 6" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.50 25 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 1.25 Page 1 of 4 ROADWAY STRIPING PS: PM: Melissa Pearson LINE ITEM DESCRIPTION UOM UNIT PRICE 26 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 1.25 27 8" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.25 28 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 1.50 29 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 1.50 30 8" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 1.50 31 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, LESS THAN 1 MILE LF $ 2.25 32 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ 2.25 33 12" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, MANUAL APPLICATION LF $ 2.25 34 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ 3.25 35 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, GREATER THAN 1 MILE LF $ 3.25 36 12" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 3.25 37 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 2.50 38 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 2.50 39 18" SOLID TRAFFIC STRIPE, 60 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 2.50 40 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, LESS THAN 1 MILE LF $ 4.25 41 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, GREATER THAN 1 MILE LF $ 4.25 42 18" SOLID TRAFFIC STRIPE, 90 MIL, WHITE OR YELLOW, MANUAL APPLICATION LF $ 4.25 43 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE ; LESS THAN 1 MILE LF $ 3.25 44 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE, GREATER THAN 1 MILE LF $ 3.25 45 24" SOLID TRAFFIC STRIPE, 60 MIL, WHITE ; MANUAL APPLICATION LF $ 3.25 46 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, LESS THAN 1 MILE LF $ 5.25 47 24" SOLID TRAFFIC STRIPE, 90 MIL, WHITE, MANUAL APPLICATION LF $ 5.25 RAISED PAVEMENT MARKERS/CERAMIC DISKS/TRAFFIC DELINEATORS 48 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1 - 199 EACH $ 4.00 49 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 200 - 500 EACH $ 4.00 50 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 501 - 1,000 EACH $ 4.00 51 RAISED PAVEMENT MARKER, FURNISH & INSTALL, QTY: 1,001 AND UP EACH $ 4.00 52 6" CERAMIC DISKS WITH INTERNAL REFLECTORS, FURNISH & INSTALL EACH $ 1.00 TRAFFIC DELINEATOR, FURNISH & INSTALL EACH $ 1.00 FLAUDIBLE & VIBRATORY MARKINGS pw 54 AUDIBLE & VIBRATORY MARKINGS LF $ 0.90 Page 2 of 4 ROADWAY STRIPING PS: PM: Melissa Pearson LINE ITEM DESCRIPTION UOM UNIT PRICE 55 56 AUDIBLE & VIBRATORY MARKINGS RUMBLE STRIPS RAISED RUMBLE STRIPS, 3 STRIPS PER SET NET MILE SET � ACH $ 0.01 $ 40.00 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET $ 40.00 57 GROUND -IN RUMBLE STRIPS LF h $ 1.50 WATER BLASTING REMOVALS 58 REMOVE EXISTING TRAFFIC STRIPES LF $ 1.50 59 REMOVE EXISTING THERMOPLASTIC TRAFFIC MARKING SQ FT $ 3.00 60 REMOVE EXISTING 6" TRAFFIC STRIPE THERMOPLASTIC LF $ 1.50 61 REMOVE EXISTING 8" TRAFFIC STRIPE THERMOPLASTIC LF $ 2.00 62 REMOVE EXISTING 10" TRAFFIC STRIPE THERMOPLASTIC LF $ 2.50 63 REMOVE EXISTING 12" TRAFFIC STRIPE THERMOPLASTIC LF $ 3.00 64 REMOVE EXISTING 24" TRAFFIC STRIPE THERMOPLASTIC LF $ 5.00 65 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 66 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 GRINDING REMOVALS 67 REMOVE EXISTING PAINTED TRAFFIC STRIPES LF $ 1.50 68 REMOVE PAINT SQ FT $ 3.00 69 REMOVE EXISTING THERMOPLASTIC TRAFFIC STRIPES LF $ 1.50 70 REMOVE THERMOPLASTIC SQ FT $ 3.00 71 REMOVE EXISTING 6" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 72 REMOVE EXISTING 12" TEMPORARY TRAFFIC CONTROL STRIPING TAPE LF $ 0.01 RAISED PAVEMENT MARKERS: REMOVE / REPAIR / REPLACE 73 REMOVE EXISTING RAISED PAVEMENT MARKERS & REPLACE WITH NEW RPM EACH $ 4.00 74 F75 REPAIR & PATCH: REMOVAL OF RAISED PAVEMENT MARKER THAT CAUSED DAMAGE TO EACH PAVEMENT (INDENTATION) TOTAL BID $ 1.00 $ 226.35 Page 3 of 4 ROADWAY STRIPING PS: PM: Melissa Pearson LINE ITEM DESCRIPTION UOM Required Documents Provided in Bid Package Yes/No Maintenance of Traffic or Temporary Traffic Control Certification, Intermediate Level Certification YES Form 2: Vendor Check List YES Form 3: Conflict of Interest Affidavit YES Form 4: Vendor Declaration Statement YES Form 5: Immigration Affidavit Certification YES Form 6: Vendor Substitute W-9 YES Insurance and Bonding Requirements YES Local Vendor Preference YES Five (5) years related experience YES UNIT PRICE Page 4 of 4 ROADWAY STRIPING 00 ler County Administrative Services Division Procurement Services Date: 03/03/2020 Email: Patrick.Boyle(&colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist - 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. Added sample work orders to address question 1. 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: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Paramount Asphalt Sealcoating Corporation (Name of Firm) 03-26-2020 Date Coftler County Administrative Services Division Procurement Services Date: March 24, 2020 Email: Patrick.Boyle(&colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 2 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Re: 20-7733 "Roadway Striping" Subject: Q & A #4 and Revision 1 Bid Schedule 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: ❑ Question 4: For line items 56 and 57, are the raised rumble strips to be preformed thermoplastic? Also, is the "EACH" per rumble strip or per set of 4 rumble strips? The previous solicitation was for a " U" price. Response Question 4: Refer to FDOT Design Standard, Index 600, page 6 of 13 and FDOT Section 546-2 Materials for Raised Rumble Strips. ❑ Bid Schedule revised to the following. Interested Bidders shall use REVISION 1 20-7733 Bid Schedule for bid submission. RUMBLE STRIPS 56 RAISED RUMBLE STRIPS, 3 STRIPS PER SET SET 56A RAISED RUMBLE STRIPS, 4 STRIPS PER SET SET 57 GROUND -IN RUMBLE STRIPS LF EAC14 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: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 9t;:? I (Signature) Paramount Asphalt Sealcoating Corporation (Name of Firm) 03-26-2020 Date Coftler County Administrative Services Division Procurement Services Date: March 25, 2020 Email: Patrick.Boyle(&colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 3 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Re: 20-7733 Roadway Striping Subject: 16-6541 Bid Tabulation 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: Added previous solicitation bid tabulation. 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: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. yt�?7 03-26-2020 (Signature) Date Paramount Asphalt Sealcoating Corporation (Name of Firm) Collier County Ciolr CotNmy Form 2: Vendor Check List Updated: October 24th 2019 Solicitation 20-771 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/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. Collier or Lee County Business Tax Receipt MUST be included. Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - httod/d,os.myflorida:com/sunbiz/. Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https //w•wrw;e-verify v/. Grant Provisions and Assurances package in its entirety, if applicable. ,pa Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Paramount Asphalt Sealeoating Corporation Address: 260 20th ST NE City, State, zip: Naples, FL 34120 Telephone: 239-348-0777 Email: nick@paramountsealcoating.com Representative Signature: Representative Name; 3/25/2020 2:10 PM Nicholas Rivenbu Collier County C;O#Wr county maw Proara ,*M _)444an Form 3: Conflict of Interest Affidavit Sopdtatlon 20-7733 The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm Paramount Asphalt Sealcoating Corporation Signature and Date: IWf 03-26-2020 Print Name: Nicholas Rivenburg Title of Signatory: President 3/25/2020 2:10 PM P. 53 Collier county SoiickaWn 20-7733 C-AeY C014Hty Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 26th day of March , 2020in the County of �'e in the State of Florida Firm's Legal Name Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number sCCR # or CAGE Code *Only if Grant Funded Telephone. Signature by: (Typed and written) Tide: Paramount Asphalt Sealcoating Corporation 260 20th ST NE Naples, FL 34120 P15000032576 47-3682326 - 239-348-0777 Nicholas Rivenburg President 3/25/2020 2:10 PM P. 64 Collier County Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Solicitation 20-7733 V25/2020 2:10 PM p. 56 Collier County Solicitation 20-7733 Coder C 3%"ty Ammso serer Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the F Verify program may deem the Vendor's proposal as non -responsive huns:f/www.e-verify wyi. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Paramount Asphalt Sealcoating Corporation Print Name Nicholas Rivenburg Title President Signature �/ Date 03-26-2020 3/25/2020 2:10 PM p. 56 Collier County Solicitatlon 20-7733 ter Caretstt� +ir�tn+eraYinc Sarnoes'Jeoart�+snl Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.07](5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) 2. Taxpayer Name Paramamt Asphalt SeakmOng Corporation (as shown on income tax return) Business Name (ijdif. jerent from tarpayer name) Address 260 20th ST NE State Florida Telephone 239-348-0777 City Naples 7:.. 34120 Email nick@paramountsealcoa&V.com Order Information (Must be filled out) Address 260 20th ST NE City Napl- State Florida Zip 34120 Email n1dc®param0untsea1c0a6n9.c0rn Remit / Payment Information (Must be filled out) Address 260 20th ST NE City Napes State Florida Zip 34120 Email nck@paramounbmmk oating.com _Individual / Sole Proprietor X Corporation Partnership Tax Exempt (Federal income tax-exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) C Enter the tax classification 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 47-W82326 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Und r penalties of perjury, I certify that the information shown on this_form is correct to my browled, SignatuW/ Date 03 zs zo2o Title Phone Number President 239-348-0777 WM2020 2:10 PM p. 57 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hLtps://oj2s.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage. Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 2/19/20 — CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Paramount Asphalt Sealcoating Corporation Date 03-26-2020 Vendor Signature 90 Print Name Nicholas Rivenburg Insurance Agency Herndon Carr & Company FCCI Insurance Co. Agent Name Julie Cronin Telephone Number 239-939-1996 Certificate of Completion Jacob Zambrana Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 02/13/2023 Date Expires JWuniversity of Florida Transportation lnstitate I &Wide TMUgWfP4aH TEbw&1ry lka h*r F721 CM&r U14TWR r1YofFLOAMA 36 FDOT Provider # Scott Tison Instructor T2 CenterlUniversity of Florida 100 NE Waidu Road Oainetville. FL 326G9 lechuansfe[.GLx_ufi edu .j,trtiaKiOccrii ufl_edu 47586 Certificate # F Fur more wifarmatian about Temporally Traffic Control f CI or to verl€y thi5 ceftftate www,rnniadmin-corn 4 6- Collier C014.nty Administrative Services Department Procurement Services Division EXHIBIT A. EXPERIENCE Provide the firms five (5) years' experience related experience to the Scope of Work and specifications. Input the Company Name, Start Date and End Date, Services (similar work being requested in the solicitation); Work Location, and Contract Amount. Company #1 Name Services Bonness Inc Temp/Perm Striping, Thermoplastic, Traffic Control, RPM installation/removal, Grinding, Waterblasting. Start Date 10/01/2019 Work Location) Marco Island, FL (City & State) Contract Amount $75,000 Company #2 Name Services Quality Enterpises End Date 12/01/2019 Temp/Perm Striping, Thermoplastic, Traffic Control, RPM installation/removal, Grinding, Waterblasting. Start Date 05/01/2019 End Dat 05/15/2019 Work Location Naples, FL (City & State) Contract Amount $30,000 Company #3 Name Services Haskins Inc Temp/Perm Striping, Thermoplastic, Traffic Control, RPM installation/removal, Grinding, Waterblasting. Start Date 11/01/2019 End Date 01/30/2020 Work Location an Blvd. Bonita Springs, FL (City & State) F og Contract Amount $100,000 Coilier Co-N.nty Administrative Services Department EXHIBIT B. EQUIPMENT LIST Procurement Services Division Provide company owned and/or leased equipment that will be used in the performance of services for this contract. List shall include: Year, Make, Model, Equipment Description, Owned or Leased, if leased when the lease expires, and the quantity. LEASE YEAR MAKE MODEL EQUIPMENT OWNED LEASED QTY EXPIRATION DESCRIPTION Graco 2020 Graco RoadLazer Paint Truck Yes 1 Roadpak HD 2019 Graco Line Driver Paint Cart Yes 6 ThermoMark Thermoplastic Melter 2019 Titan Yes 2 Kettle Trailer Trailer 300 TC Thermoplastic Detail 2019 Graco Yes 6 Thermolazer Cart 2018 Wanko Arrow board Arrow board Trailer Yes 2 Bituminous RPM 2018 Downing 2001 Yes 1 Trailer Traffic Safety Cones Yes 500 and Barricades 2019 GMC 3500 Truck Yes 1 2015 GMC 3500 Truck Yes 1 2018 GMC 3500 Truck Yes 1 2019 Ford 550 Truck Yes 1 2007 Ford 550 Truck Yes 1 2020 MRL Mini -Mac Thermoplastic Long Yes 2 400 Line Driver 2019 Chevrolet 1500 Truck Yes 1 2018 Chevrolet 2500 Truck Yes 1 2019 Graco Grindlazer Grinder Cart Yes 4 Driver COTP18r C014.nty Administrative Services Department Procurement Services Division Form 7: Vendor Submittal — Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) 0 Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in QCollier County or ❑ Lee County: 2015 Number of Employees (Including Owner(s) or Corporate Officers): 16 Number of Employees Living in QCollier County or ❑ Lee (Including Owner(s) or Corporate Officers): 13 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Paramount Asphalt Sealcoating Corporation Date: 03/25/20 Address in Collier or Lee County: 260 20t' St NE Signature: Title: Vice President 1.0 LOCAL VENDOR PREFERENCE (LVP) 1.1 The County is using the Competitive Sealed Bid methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08 establishing and adopting the Collier County Procurement Ordinance. 1.2 Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. 1.3 Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. 1.4 Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non -local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug -free workplace programs). If the lowest local bidder meets the requirements of Fla. Star. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, f r o in the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non -local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. 1.5 Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. 1.6 A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. 1.7 The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. � sect v- orE-Verif Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Paramount Asphalt Sealcoating Corporation (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VI of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VI could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify(@dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 E-Verifv- Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: Approved by: Employer Paramount Asphalt Sealcoating Corporation Name (Please Type or Print) Nicholas Rivenburg Title President Signature AG��k'al Date 11 /20/2019 Department of Homeland Security — Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Paramount Asphalt Sealcoating Corporation Company Name 260 2Oth ST NE Naples, FL 34120 Company Facility Address Company Alternate Address County or Parish Collier Employer Identification Number 47-3682326 North American Industry Classification Systems Code Parent Company Number of Employees 9 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv-, Company ID Number: Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Form W"9 Request for Taxpayer Give Form to the (Rev. December20ea Identification Number and Certification requester. Do not Send t0 the IRS. Department of the Treasury Internal Revenue Service 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Paramount Asphalt Sealcoating Corporation 2 Business name/disregarded entity name, if different from above N N 9 Q- 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 4 Exemptions (codes apply only to certain entities, not individuals; see o ❑ individuaysole proprietor or ❑ C Corporation 0 S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): o C single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Exempt payee code (If any) 1' u o Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for Exemption from FATCA reporting H the tax classification of the single -member owner. code (f any) C ❑ Other (see instructions) ► tAoWIL ss�accnuntsmanmN,edoucs�e»eus) E 5 Address (number, street, and apt. or suite no.) Requester's name and address (optional) a 260 20th Street NE m 6 City, state, and ZIP code xnn Naples, Florida 34120 7 List account numbers) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I dial security number FM_M_1.M] backup withholding. For individuals, this is generally your social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other PrI MAC it is vn, rr amninvPr iriPntifirstinn number (FIN). If you do not have a number. see How to aet a 77N on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for Employer identification number guidelines on whose number to enter. Mq-+ Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been noted by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA codes) entered on this form (f any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. , T' %HPer1e , uspiers n ►► �!� l _ Date ' General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at wwwJrs.gov1fw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (I TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following: • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest),1098-E (student loan interest),1098-T (tuition) • Form 1099-C (canceleddebt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2_ Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cat. No. 10231X Form W-9 (Rev. 12-2014) From: Nicholas Rivenbura To: BovlePatrick Cc: ColonEvelvn Subject: Re: 20-7733 Roadway Striping Date: Tuesday, April 28, 2020 10:24:45 AM Attachments: Certificate. odf EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Hi Patrick Sorry about that, sir. Please see attached updated Cert. Thank you, sir! Nick Rivenburg President 1-800-ASPHALT Paramount Asphalt & Sealcoating Corp. O: 239-348-0777 C:518-542-6895 www.paramountsealcoatina.com u On Tue, Apr 28, 2020 at 6:52 AM BoylePatrick<Patrick.Boyle ncolliercountyfl.gov> wrote: Good Morning Nick, Can you provide a current MOT certification, the one attached expired in 2019. Thanks Patrick Patrick Boyle Procurement Strategist Procurement Services Division Collier County Government Tel: 239 252 8941 Fax: 239 252 6334 Patrick.Boyle &.colliercountyfl.gov Collier County Procurement Services is pleased to announce, it has partnered with BidSync to I provide Free web -based Bidding services to its vendors, suppliers and contractors. We are now "live on the new bidding platform. Register today at www.bidsync.com. For Registration Assistance, please contact BidSync customer service at 800-990-9339 Or email: s=12ort(c�r�,bidsync.com From: Nicholas Rivenburg <nick&paramountsealcoating.com> Sent: Monday, April 27, 2020 9:45 PM To: BoylePatrick <Patrick.Boyle&colliercountyfl.gov> Subject: Re: 20-7733 Roadway Striping EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Hi Patrick, Please see attached, sir. Sorry for the delay. Thank you very much! Nick Rivenburg President 1-800-ASPHALT Paramount Asphalt & Sealcoating Corp. O: 239-348-0777 C: 518-542-6895 www.paramountsealcoatina.com On Mon, Apr 27, 2020 at 11:00 AM BoylePatrick <Patrick.Boyle(Ocolliercountyfl.gov> wrote: Good Morning Nick, I am following up from our previous conversation on Friday. You must provide the MOT certification by EOD Wednesday April 29th 2020 at 5:OOPM. If you have questions regarding the project please contact Evelyn Colon by email. (evelyn.colon&colliercountyfl. ,ov) Thanks Patrick Patrick Boyle Procurement Strategist Procurement Services Division Collier County Government Tel: 239 252 8941 Fax: 239 252 6334 Patrick.Bo le(a)colliercountyfl-gov Collier County Procurement Services is pleased to announce, it has partnered with BidSync to provide Free web -based Bidding services to its vendors, suppliers and contractors. We are now "live on the new bidding platform. Register today at www.bidsync.com. For Registration Assistance, please contact BidSync customer service at 800-990-9339 Or email: support&bidsync.com Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. Detail by Entity Name Florida Pmrn Corporation PARAMOUNTASPHALT SEALCOATING CORPORATION Filing Information Document Number P15888032576 FEIIEIN Number 47a682326 Date Filed BN092015 state FL status ACTIVE Principal Address 26020TH ST NE NAPLES, FL 34120 Mailing Address 26020TH ST NE NAPLES, FL 34120 Registered Agent Name & Address NOVATT, JEFF ESQ. 1415 PANTHER LANE SUITE 327 NAPLES, FL 34109 Officer/Director Detail Name & Address RIVENBURG, NICHOLAS 26020TH ST NE NAPLES. FL34120 SAO 20TH ST NE NAPLES, Fit 34120 COLLIERCOUNID0 CEPITFICATE OF COAM14FTENCY LOCCUISt Comat Infoomed on Road R4 CvuR Seem �slaa,ers Date &pELbmrSU M19 One, PASSt ASPHALT SC%CC)ATIRG CORPORATION ADDREA$ HO 20TIl STREET RE NAILFS FL M12D ELUDE 2'E 396 0-7' CELL 5 16 26Q 7165 CELL 51a 65T 3009 a aILF LHP OURIFIER Seat MILLER 0 TYPE PAMW SAYUR RUMISCE NBR mll�T , GwanPUmblew matem ano SAPPORO IRS SLvESNEOMI 0:10ow 22 ams dwKP M ?"vkW? UP 10 ESM ccokal RF Letter 40WATIF LIPS M12 Miudss am Smarorpop Simonet nw� clivo ,,S SRULacur 'Uaacon Mae Let,