Loading...
Agenda 09/22/2020 Item #16C 4 (Award Contract #20-7739 Sweage Hauling to Southern Sanitation, Inc.)16.C.4 09/22/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid ("ITB") No. 20-7739, "Sewage Hauling," to Southern Sanitation, Inc., and authorize the Chairman to sign the attached agreement. OBJECTIVE: To ensure the sustained, compliant operation of the Collier County Sewer District's wastewater collections system by providing sewage hauling services during scheduled and emergency/disaster maintenance and repair activities. CONSIDERATIONS: Sewage hauling services are used by the Collier County Water -Sewer District on both a scheduled and emergency basis. This vital service provides supplemental pumper trucks to pump and relocate wastewater within the collections system. This is a key risk mitigation strategy to prevent potential sanitary sewer overflows. On April 29, 2020, the Procurement Services Division released ITB No. 20-7739 to six thousand four hundred fifty-five (6,455) vendors for the "Sewage Hauling" project. Interested vendors viewed thirty-six (36) bid packages and the County received two (2) bids by the June 2, 2020 deadline. To gauge the lack of interest in the number of bids received, the Procurement Services Division contacted a few of the vendors that downloaded the solicitation packet but did not submit a bid. Generally, those vendors indicated that they were not in the sewage hauling business or felt that they could not be competitive. On July 13, 2020, one of the two bidders, Envirowaste Services Group, Inc., informed the County that it wished to withdraw its bid given concerns regarding its east coast location and the contractually required response times. Respondents Company Name City County State Sewage Declared Responsive/ Hauling Rate Emergency Responsible Hauling Rate Envirowaste Services Palmetto Miami- FL Bid Bid Group, Inc. Bay Dade Withdrawn Withdrawn Southern Sanitation, Naples Collier FL $350.00 $450.00 Yes/Yes Inc. Staff reviewed the remaining bid received and deemed Southern Sanitation, Inc., the low responsive and responsible bidder. Currently, services for sewage hauling is being addressed via ITB No. 16-6609, which the Board previously awarded to Southern Sanitation, Inc. on November 15, 2016 (Agenda Item 16.C.2). Southern Sanitation, Inc. has held its originally bid price of $300.00 per hour on the 2016 ITB No. 16-6609 for four years. The current bid under ITB No. 20-7739 has a $350.00 per hour sewage hauling rate resulting in a 16% increase, which staff determined is fair and reasonable. As part of this item and in the interest of exhausting the $300.00 per hour rate, staff requests approval to continue services with Southern Sanitation, Inc., under the current Agreement #16-6609 through its expiration on November 14, 2020. Staff recommends awarding ITB #20-7739 to Southern Sanitation, Inc. to take effect upon the expiration of Agreement No. 16-6609. FISCAL IMPACT: Estimated annual expenditures are $225,000; however, the actual spend will depend on unexpected repairs or extreme weather conditions. Funding is available in, and is consistent with, the FY2021 budget approved by the Board of County Commissioners on September 17, 2020. The source of Packet Pg. 1213 16.C.4 09/22/2020 funding is the Collier County Water -Sewer District Operating Fund (408). LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. RECOMMENDATION: To award Invitation to Bid No. 20-7739, "Sewage Hauling," to Southern Sanitation, Inc. to take effect November 14, 2020, upon expiration of the current Agreement No. 16-6609 with Southern Sanitation, Inc., and to authorize the Chairman to sign the attached agreement. Prepared By: Stephen Nagy, Wastewater Collections Manager, Public Utilities Wastewater Lizabeth Johnssen, Director, Public Utilities Wastewater ATTACHMENT(S) 1.20-7739 - NORA signed 7.15.2020 (PDF) 2.20-7739 - Bid Tabulation (PDF) 3.20-7739 SouthernSanitation VendorSigned (PDF) 4.20-7739 SouthernSanitation Insurance 8-27-20 (PDF) 5.20-7739 - Solicitation (PDF) 6.20-7739 - Southern Sanitation - Proposal (PDF) Packet Pg. 1214 16.C.4 09/22/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doe ID: 13403 Item Summary: Recommendation to award Invitation to Bid ("ITB") No. 20-7739, "Sewage Hauling," to Southern Sanitation, Inc., and authorize the Chairman to sign the attached agreement. Meeting Date: 09/22/2020 Prepared by: Title: — Public Utilities Department Name: Drew Cody 08/27/2020 3:11 PM Submitted by: Title: Division Director - Wastewater — Wastewater Name: Beth Johnssen 08/27/2020 3:11 PM Approved By: Review: Wastewater Steve Nagy Additional Reviewer Public Utilities Operations Support Donna Deeter Additional Reviewer Water Steve Messner Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Community & Human Services Lisa Oien Additional Reviewer Wastewater Beth Johnssen Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Public Utilities Department Dan Rodriguez Additional Reviewer Public Utilities Department Drew Cody Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator 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 Budget and Management Office Ed Finn Additional Reviewer Completed 08/27/2020 3:15 PM Completed 08/27/2020 3:16 PM Completed 08/27/2020 3:19 PM Completed 08/28/2020 8:06 AM Completed 08/28/2020 8:16 AM Completed 08/28/2020 8:43 AM Completed 08/28/2020 2:05 PM Completed 08/28/2020 4:29 PM Completed 08/31/2020 10:17 AM Completed 08/31/2020 10:52 AM Completed 08/31/2020 10:57 AM Completed 08/31/2020 6:01 PM Completed 09/02/2020 9:05 AM Completed 09/08/2020 2:45 PM Completed 09/08/2020 3:17 PM Completed 09/09/2020 12:55 PM Completed 09/10/2020 3:51 PM Packet Pg. 1215 16.C.4 09/22/2020 County Manager's Office Board of County Commissioners Nick Casalanguida Level 4 County Manager Review Mary,lo Brock Meeting Pending Completed 09/14/2020 3:02 PM 09/22/2020 9:00 AM Packet Pg. 1216 DocuSign Envelope ID: 56CA4F33-CD5F-43E1-8CD4-8E5B9FF74234 16.C.4.a 0011rler County Administrative Services Department Procurement Services Division Notice of Recommended Award - Revised Solicitation: 20-7739 Title: Sewage Hauling Due Date and Time: June 2, 2020 at 3:00 PM Respondents: Company Name City County State Sewage Hauling Declared Responsive/ Rate Emergency Hauling Responsible Rate Envirowaste Servicers Palmetto Miami- FL Bid Withdrawn Bid Withdrawn Group, Inc. Bay Dade Southern Sanitation, Inc. Naples Collier FL $350.00 $450.00 Yes/Yes Utilized Local Vendor Preference: Yes 0 No - Recommended Vendors) For Award: On April 29, 2020, the Procurement Services Division released Invitation to Bid 20-7739 to Six Thousand Four Hundred Fifty-five (6455) vendors for the "Sewage Hauling" project. Thirty-six (36) bid packages were viewed and two (2) submittals were received by the June 2, 2020 deadline. The Procurement Services Division contacted a few vendors who had downloaded the solicitation packet but did not submit a bid. It was determined that these vendors were not in the industry of hauling sewage or felt that they could not be competitive. On July 13, 2020, one of the two bidders, Envirowaste Services Group, Inc. Informed the County that they would like to withdraw their bid. Staff reviewed the remaining bid received and deemed Southern Sanitation, Inc., the low responsive and responsible bidder. Southern Sanitation, Inc. was contacted to resolve a minor irregularity. The project manager stated that the pricing is reasonable. Staff recommends awarding to Southern Sanitation, Inc. Contract Driven = Purchase Order Driven 0 /-DocuSigned by: Required Signatures Project Manager: Procurement Strategist: I 0-r cxt� 7/15/2020 oc Pbo��agrerglbent Services Di Uf16F473373478... G H 7/15/2020 anQra'Flerrera Date Packet Pg. 1217 C C O c to c 4! L 3 O H (6u!lneH GBBmOS : £OVE0 uo!}eingel R3 - 6£LL-OZ .; OW43841V � taD taD N •C N N M y J % n = VT VT T m i O O O i N N O •C M N C V 00 n = V? VT C cy ti 3 cr 3 O N O N O VT D W O O — J O O 0 2 T c N cr O Y C 0 0 c > u C u c Q V � t E w N � 00 c v 3 m = o � � T 00 c � J N U O H U c O z W T T T Z Z T T y}}} Y} O Z N N O1 O1 O1 O1 O1 * O1 N N N N } -f0o Q U E m -o C w O1 y v Q ° —o a U 0 0 C 3 m 0aj E a U t' O i ^y C Ol O t U U m `1 O c 0 W U ±+ > O J c 4 a a Q c m m- 0 m m y z a m v C ¢ v J "" nu C C — O O o _ o U U O o M m C LL m 01 C CP O1 O > u E > t7 m 3 E y c .--i ri ni v vi is ` ;Z' H o -00 W E E E E E E72 O O O O O O C W VI > Q [� W T 16. C.4.c FIXED TERM SERVICE AGREEMENT # 20-7739 for SEWAGE HAULING THIS AGREEMENT, made and entered into on this day of 20 20 , by and between Southern Sanitation Inc. , authorized to do business in the State of Florida, whose business address is 310 5th Street NW Naples Florida, 34120 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): _ a� a� WITNESSETH: 3 a� 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, ; commencing ❑N upon the date of Board approval OF P en 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. E 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 ❑ FN Invitation to Bid (ITB) �I nth- -- ( --# 20-7739, 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 Agreement #2017-002 (Ver.1) �ko Packet Pg. 1219 16. C.4.c 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. 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): _ a� a� jeGt- the risks are 3 M M 0 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. W-71 _ r MW =1 Ip e 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. Page 2 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) C 4 () Packet Pg. 1220 16. C.4.c M1.1-1 M. 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: Company Name: Southern Sanitation, Inc. Address: 310 5th Street SW Naples, FL 34120 Authorized Agent: Matthew T. Beebe Attention Name & Title: Tanya Beebe, Office Manager Telephone: (239) 352-2600 E-Mail(s): southernsanitation@gmail.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Page 3 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) Packet Pg. 1221 16.C.4.c Board of County Commissioners for Collier County, Florida Division Name: Division Director: Address: Beth Johnssen Public Utilities Wastewater Division 4370 Mercantile Ave Naples, Florida 34112 Administrative Agent/PM: Steve Nagy, Project Manager Telephone: (239) 252-2172 E-Mail(s): Steve.Nagy@colliercountyfl.gov _ �a x 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 3 a� writing. U) M 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. r_ 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits in necessary for the prosecution of the Work shall be obtained by the Contractor. The County 0 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. 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. Page 4 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) Packet Pg. 1222 16.C.4.c 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 sole judge of the 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. R Commercial General Liability: 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. 0 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. Rim 011-111 F. ❑O Pollution : Coverage shall have minimum limits of $1,000,000 per claim. Page 5 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) C U Packet Pg. 1223 16.C.4.c 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. c 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. a� 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 o shall relieve Contractor of this requirement to provide notice. M 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. 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. Page 6 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) C; 0 Packet Pg. 1224 16. C.4.c 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Wastewater 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), W Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RizR/ 0 ITB/❑ OtheF #20-7739 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and 0 Other Exhibit/Attachment: Federal Contract Provisions and Assurances. 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 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: Page 7 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) Packet Pg. 1225 16. C.4.c 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) 252-8999 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. 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. Page 8 of 17 Fixed "Perm Service Agreement #2017-002 (Ver.l ) (I-, '*. Packet Pg. 1226 16. C.4.c 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. _ a� If any conditions described above are not remedied or removed, the County may, after a� �o three (3) days written notice, rectify the same at Contractor's expense. The County also y may offset against any sums due Contractor the amount of any liquidated or unliquidated o obligations of Contractor to the County, whether relating to or arising out of this Agreement M or any other Agreement between Contractor and the County. 23. FE-1 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. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. be • P ... Me - _ P61FP()68 iRteRded.Goads •.. . _ GF thir . . r . •. �r rn% . .-nw - -shallr _ iR6peGtiGR, aGGeptaRGe,- - • _ . .t" thint3114:RlateFials and equipMeRt _ _ Page 9 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) C Packet Pg. 1227 16. C.4.c I" r-WAV21M .. . _ ._ .. - - - - .. ..=06- ... - - - - - 26. FE-1 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 3 inspections, tests or approvals shall be performed in a manner and by organizations y acceptable to the County. M O 27. 0 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 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 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. Page 10 of 17 Fixed Term Service Agreement 42017-002 (Ver.1) Packet Pg. 1228 16. C.4.c 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 o Contractor with full decision -making authority and by County's staff person who would M 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. . - - . - - - - - - 'AT IM 1 . - - - - - - - - •._ ... �. _. a _. . _ . . .� .. R 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. Page 11 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) E,CA Packet Pg. 1229 16. C.4.c MA Fel F ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly x obligation under the Contract Documents upon the Contractor at County's discretion. 3 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without y the prior consent in writing of the County. Any attempt to assign or otherwise transfer this M 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 e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier 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. Page 12 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) (CAQ) Packet Pg. 1230 16. C.4.c 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 c 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 x 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 cn Safety Engineer. o M (Intentionally left blank -signature page to follow) -� Page 13 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) x" Packet Pg. 1231 16.C.4.c III WITIM ESS WHEREOF. the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Court COLLIER COUNTY, FLORIDA & Comptroller Dated: (SEAL) Contractor's Witnesses: Cl��LLL ontractor's First Witness s name contractor's Second Witness Typelprint wltness name I Approved as to Form and Legality: County Attorney Print Name Best L Saunders , Chairman Southern Sanitation, Inc. Contractor B Ty elprirrt signature aCd title' Page 14 cr17 Pisad Term Service hgftMrP 11?2017-002 (Ver.1QA Packet Pg. 1232 16. C.4.c Exhibit A Scope of Services Fk� following this page (containing 3 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Tenn Service Agreement #2017-002 (Ver.1) Packet Pg. 1233 16. C.4.c ITB# 20-7739 "Sewage Hauling" EXHIBIT A SCOPE OF SERVICES The intent of this award is for the Contractor to provide both scheduled calls and County declared emergency/disaster calls, for sewage removal and disposal services. The Contractor must also meet or exceed Federal, State, and Local requirements for collection and disposal of material as defined in this contract. This contract will be awarded to a single Contractor. 1. Material 1.1. The material primarily consists of raw untreated wastewater. 1.2. Other organics and plastics may be present in the raw wastewater. 2. General 2.1. The Contractor shall supply all equipment and labor to perform the required tasks at no additional cost to the County. 2.2. The Contractor shall comply with all applicable Federal, State, and Local laws, codes, ordinances, rules and regulations in performing its duties, responsibilities and obligations pursuant to this solicitation. 2.3. The Contractor shall respond to each job/event with an empty truck unless prior approval is granted by the County. Approval of a partially loaded truck will only be valid for one job/event, or as directed by the County. 2.4. At the request of the County, the Contractor shall remove material that is contained within, or has escaped a wastewater facility. 2.5. The material shall be hauled directly to a County designated disposal site. 2.6. The Contractor shall be responsible for cleanup of all spills originating from vehicles used pursuant to this solicitation in accordance with State, Federal and Local regulations. 3. Response Time and Availability 3.1. Time is of the essence with respect to all service calls under this solicitation. Any delay in performance not approved by the County, shall constitute a material breach of this solicitation. 3.2. The Contractor shall be available to provide services under this solicitation twenty-four (24) hours a day, 365 days per year. 3.3. The Contractor shall provide the County with a single, local, on -call telephone number for the purpose of requesting calls under this solicitation. 3.4. Equipment Availability 3.4.1. Within one (1) hour of Contractor response; the Contractor shall have the ability to arrive on - site with a minimum of two (2) trucks capable of removing a minimum of 4,000 gallons each. 3.4.2. Within two (2) hours of Contractor response; the Contractor shall have the ability to arrive on -site with an additional two (2) trucks capable of removing a minimum of 4,000 gallons each for a total of four (4) trucks. 3.4.3. Within six (6) hours of Contractor response; the Contractor shall have the ability to arrive on - site with an additional six (6) trucks capable of removing a minimum of 4,000 gallons each for a total of ten (10) trucks. 4. Property Damage 4.1. Property damage caused by the Contractor, its employees and/or sub -contractors, shall be reported to the County (by phone), as soon as reasonably possible; failure to contact the County constitutes a breach of this solicitation and may result in its termination. Page 1 of 3 Exhibit A -Scope of Services Packet Pg. 1234 16.C.4.c 4.2. The County shall coordinate the repair of damaged property at the expense of the Contractor to the satisfaction of the County. 5. Safety 5.1. The Contractor, its employees, and/or sub -contractors shall comply with all Federal, State and Local laws, codes, ordinances, rules and Occupational Safety and Health Administration (OSHA) regulations in performing its duties. 6. County Declared Emergencies and Disasters 6.1. The County reserves the right to declare an emergency/disaster at its discretion. A County declared emergency/disaster may be in conjunction with a State and/or Federal declared emergency/disaster and may require the Contractor to utilize sub -contractors, additional staffing, staging areas, additional fuel costs, additional travel and incidental expenses as well as various other extraordinary costs that may occur. 6.2. The Contractor shall submit to the County an Emergency Operations Plan, and each subsequent year in which the agreement is in effect an updated Emergency Operations Plan shall be submitted prior to May 111. The Emergency Operations Plan shall include, at a minimum, the following: 6.2.1. Current insurance certificates 6.2.2. Lines of communications with the County 6.2.3. Quantity of trucks and manpower that will be assigned to Collier County 6.2.4. Availability of additional trucks and manpower (i.e. subcontractors, mutual aid) 6.2.5. Emergency response schedule to include times, County locations and quantity of trucks and manpower that will be activated 6.2.6. Requirements for rest time 6.2.7. Fuel supply procedures 6.2.8. A statement confirming all Contractor's vehicles and operators are properly licensed and certified as required by applicable Local, State and Federal statutes and regulations 6.3. The Contractor shall ensure that its workforce, including subcontractors, maintain self-sufficiency to include, but not limited to, fuel, vehicle and equipment repair/maintenance, housing, sanitation, food and related accommodations when necessary. The means of self-sufficiency shall be consistent with Local requirements and regulations and minimizing adverse effects on the Community, to include, but not limited to, maintaining the cleanliness of the mobilized site, proper clean-up and disposal of any trash or debris, and conduct themselves in a courteous and polite manner. 6.4. Damages 6.4.1. The Contractor shall conduct all operations in such a manner to cause the minimum damage possible to existing public, private and commercial property and/or infrastructure. 6.4.2. The Contractor shall be responsible for any damages caused by its employees and subcontractors. 6.4.3. The Contractor shall provide a written report of damages to the County within twenty-four (24) hours. The Contractor shall repair the damages to the satisfaction of the County within the written time established by the County in response to the damage report. The County reserves the right to withhold funds due to the Contractor if the repairs are not performed to the satisfaction of the County. 6.5. The County shall issue a written or verbal Notice to Proceed to the Contractor upon Declared Emergency/Disaster service activation. Verbal activations during a County Declared Emergency/Disaster shall serve as an official Notice to Proceed from the County to the Contractor. A verbal activation shall be followed up, by the County, with a written Notice to Proceed within forty-eight (48) hours after the verbal activation notice was issued, or as soon as possible. 6.6. The Contractor shall provide a response to the County within thirty (30) minutes of the County's notice of Declared Emergency/Disaster service activation. Page 2 of 3 Exhibit A -Scope of Services CAo Packet Pg. 1235 16.C.4.c 6.7. The Contractor shall coordinate with the County a schedule for response service needs. At a minimum the Contractor will respond as outlined under Item 3 (Response Time and Availability) above. 6.8. The County reserves the right to request Declared Emergency/Disaster services from additional contractors, if deemed necessary by the County. 6.9. Each job (or event) shall have a Collier County Sewage Hauler Event Log signed by an agent of the Contractor and the County Department/Division. Failure to provide a properly completed and signed Sewage Hauler Event Log may delay payment. 6.10. The County may be required to enter into contracts or agreements with Federal and/or State agencies for disaster relief. The Contractor shall be bound by the terms and conditions of such contracts or agreements, regardless of the additional burdens of compliance such as additional record keeping or scheduling. The County shall provide the Contractor with a copy of any applicable contracts or agreements once available. 7. Per Hour Rate for Pumping and Disposal Services 7.1. The Contractor shall provide raw sewage pumping and disposal work pursuant to an all-inclusive hourly rate for service and County declared emergency/disaster calls as provided on the bid schedule. 7.2. Per diem charges, fuel surcharges or any other extraordinary fees will not be accepted under this solicitation for any circumstance. 7.3. The Contractor will be permitted to charge a two (2) hour minimum for trucks that were requested by the County, arrived onsite within the required response timeframe, and were subsequently dismissed without pumping or hauling waste. 7.4. Hourly rate shall be based on "Time In", "Time Out" and "Total Hours" as noted on the Collier County Sewage Hauler Event Log, properly signed and attached to the associated invoice. Documentation discrepancies shall be resolved by the appropriate County Department or Division prior to payment. Failure to provide a properly completed and signed Sewage Hauler Event Log may delay payment. 8. Payments and Invoicing 8.1. Payment shall be calculated using the all-inclusive, hourly rates as listed on the bid schedule. 8.2. The Contractor shall invoice the Department on a monthly basis and the invoice shall contain the following: 8.2.1. Purchase Order (PO) number; provided by the appropriate County Department or Division 8.2.2. Job/Event name and service dates 8.2.3. Truck(s) license plate information, with job/event arrival and departure times ("Time In" and "Time Out'). 8.2.4. Total job/event hours (calculated on "Time In" and "Time Out'). 8.3. Each request for payment shall be accompanied by a properly completed and signed Collier County Sewage Hauler Event Log for each job/event invoiced. Failure to provide a properly completed and signed Sewage Hauler Event Log may delay payment. Page 3 of 3 Exhibit A -Scope of Services D�� Packet Pg. 1236 16. C.4.c Exhibit B Fee Schedule following this page (containing I pages) M O M O� M ti ti O N C d E t V Q Page 16 of 17 Fixed Term Service Agreement #2017-002 (Ver.l ) 4CA Packet Pg. 1237 16. C.4.c ITB# 20-7739 "Sewage Hauling" EXHIBIT B FEESCHEUDULE Hourly rate is all-inclusive and shall be for the period from arrival at work site, until departure from the work site. All prices shall remain firm for the initial term of this contract. Description Quantity Hourly Rate Unit Value Sewage Hauling Service 1 $350.00 $350.00 County Declared Emergency/Disaster 1 $450.00 $450.00 Page 1 of 1 V Packet Pg. 1238 16. C.4.c Other Exhibit/Attachment Description: Federal Contract Provisions and Assurances A] following this page (containing 9 pages) ❑ this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement #2017-002 (Ver.1) Packet Pg. 1239 16. C.4.c EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared on or after April 1, 2017) Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Changes: See Purchase Order/Contract Terms and Conditions DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 Packet Pg. 1240 16. C.4.c EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Administrative, Contractual, or Legal Remedies (over $250,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Termination: See Purchase Order/ Contract Terms and Conditions Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as — supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such 3 laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less y than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such c workweek. c (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United 2n States (in the case of work done under contract for the District of Columbia or a territory, to such District � or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to -°a each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual >i was required or permitted to work in excess of the standard workweek of forty hours without payment of o the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The County or FEMA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding Clean Air Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. EXHIBIT I — 2 A 0 Packet Pg. 1241 16. C.4.c EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals — (defined at 2 C.F.R. § 180,995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 = C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with a, these regulations in any lower tier covered transaction it enters into. (3) This certification is a material f0 3 representation of fact relied upon by the County. If it is later determined that the contractor did not comply m with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the y County, the Federal Government may pursue available remedies, including but not limited to suspension c and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, M subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. c a� Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the -°a tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer >i or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any .2 lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." Procurement of Recovered Materials (§200.322) (Materials Over $10,000): i. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA - designated items unless the product cannot be acquired: 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. c°n At a reasonable price. ii. Information about this requirement, along with the list of EPA- designated items, is available at EPA's Comprehensive Procurement Guidelines web site, ti https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. iii. The Contractor also c agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." N r Contracting with small and minority businesses, women's business enterprises, and labor surplus c area firms §200.321 The County is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service -disabled veteran business enterprises. All contracting and subcontracting opportunities afforded by this solicitation/contract are strongly encouraged when possible. a Contractors may seek opportunities with minority businesses, women's business enterprises, and labor surplus area firms using the Dynamic Small Business Search tool: http://(isbs,sba.gov/dsbs/search/dsp_dsbs.cfm. EXHIBIT I - 3 �1arS Packet Pg. 1242 16. C.4.c EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CONSTRUCTION ACTIVITIES Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative — action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action = shall include, but not be limited to the following: 3 Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The y contractor agrees to post in conspicuous places, available to employees and applicants for employment, > 0 notices to be provided setting forth the provisions of this nondiscrimination clause. M (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. a► in L (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant -°a for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply >i to instances in which an employee who has access to the compensation information of other employees or c applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, E hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information, (D (4) The contractor will send to each labor union or representative of workers with which he has a collective o bargaining agreement or other contract or understanding, a notice to be provided advising the said labor cn union or workers' representatives of the contractor's commitments under this section, and shall post copies M of the notice in conspicuous places available to employees and applicants for employment. ti (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of 0 "! the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor a for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part an the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, EXHIBIT I - 4 Packet Pg. 1243 16. C.4.c EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Davis Bacon Act: Exempt under FEMA Public Assistance Funding Copeland Anti -Kickback Act: Exempt under FEMA Public Assistance Funding EXHIBIT 1- 5 Packet Pg. 1244 C0111er COUNY EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCE-8 Acknowledgement of Terms, Conditions, and Grant Clauses Certification Sollcilaw),ei 20773� If the vendor subcontracts any of the work required under this Agreement, a copy of (tie signed subcontract must be available to the Departmeni for review and approval. The vendor agrees to indkide In the subcontract that (1) the subcontractor Is bound by the terms of this Agreemeh(, (II) the subcontractor is ra bound by all applicable state -and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient hafrTiless against all clairris of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document In the quarterly report the subcontractor's progress in performing Its work under this agre6fnent, U) For each subOoMract, the Recipient shall provide a written statement to the Dopartmeni as to whether the subcontractor is a Minority vendor as defined III Section 288,703, Fla, Stat Cl) =1 On belialf of my firm, I acknowledge, the grant requirements Identified in this docurrient, Vendor[Contractor Name Date Authorized Signal EXHIBIT 1- 6 1 6!202o 1:05 NA p, 49 FPacket Pg. 1245 colhar County EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Solfcitabon 20-7730 Contractor Covered Tran5actions (1) The prospective subtoniractor of the Suer recipient, Collier County, ceilifies, by submission of this document, that neither it no( Its principals is presently debarred, suspended, proposed for debarment, declared Ineligible, or voluntarily excluded front participation In this transaction by any Federal department or agency, Where the Sub -recipient's subcontractor Is unablo to cerfity to the above statement, the prospective U) contract shall attach an explanation to this forin Q ��Vavlon V)(" 0 Street Address City: Scat , dip DUNS' Number 2—OZO Date Sub -Recipient N6me: Collier County Board of County Commissioners DEM Contra d Number, TBL) FEMA Project Number: T80 EXHIBIT 1- 7 51,1511-020 I'C6 ptyl p 46 F—Packet Pg. 1246 collier County EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COLLIER (OUNTY AN110PATED DISADVANTAIM), MINORITY, WOfArN OR VETERAN PARTICIPATION "AATTMENT ytxt,,T t,$,l vo' *?-,fAlJk twv�c A 41 it"pl;v ti, A ",Iif I a *W,*+ k"41cs tfil# +P.e34, At A� PAWEIV, NIJ0$-,A0N7p �,ZTTo it: R�Tolv, NAM-. 4t& N? E op K 4 %1AA, k Cq, *Ilalv;fcvif 41 ri -ff-, f f) O'N', Ep, , T GW",NOWTV A OAADVI f1i',ft.-TI N li, *:To� o USE WwleE XCYtf sttitli Inp OA Vj(lK-frlA CfPf W WOOX Ori rlitfOaTY (OC11 Pftit-e -a C4 owilp 40 vrilp0i 04,1-;,Wj AMOUN't DO"W . . .... . ..... . OAU Trite �1!rvbh,-qvp w"m ,otm-m riv NIVIMW num-ep \Q I tat Sty.,,nllzvrnxua tj to tP divrli4XO M6t oaf it tt P; MIJF, Sao ovi 0 lf"o, floo nvl IKI f I o'l wtKn �6"1 a 64nly tflt V?W,64 I ti *J 4o V10mo th� �,t,4,omstw-o !44 04 5 01WA 10 #,A , tEt,j Mprft: rt),u -R 0 041E Nf 61 L EXHISIT I - 8 20-7739 U) Packet Pg. 1247 16. C.4.c Collier county EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted With each bid or outer exceeding $100 0001 The undersigned (Contractor] certifies, to the best of his or hear knowledge, fh;al. SoPdtation 24-7739 1, No Federal appropriated funds have been paid or will be pain, by or oil behalf of the undersigned, to any person for influencing or attempting to influence an officer of employee of -in agenq, a Member of Congress, an officer or employee of Congress, or an employee of ra Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering Into of ally cooperative agreement, Brad the extension, continuation, renewal, Amendment, or modification of arty Federal contract, Grant, loan, or cooperative agreement. 2, if arty funds other than Federal appropriated funds have been paid or Will be paid to any person for Influencing or attempting to influc##race an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, `Disclosure Forni to Report Lobbying,' in accordance with its lnstructlatas, 3. The undersigned shall require that the language of this certification be Included In fine award documents (or all subawards at all tiers (including subcontracts, suhgrants,'and contracts under grants, loans, and 000perative, agreements) arid that all subrecipients shall certify and disclose accordinffly. This cerlificatirart is a material rep(esentoliora of fact upon which reliance was placed when this lrKan, sacitirarr was made or er^tlerecl into. Submission of this oerlific ation is ca prerequisite for making of entering into this transaction Imposed by 31, U.S,C, ,§ 1352 (as atraended by the Lobbyiog Disclosure Act of 1995). Any person who fails to file the required d certification shall be subject to a civil penalty of not less that) 810,000 and not more than $100,000 for each such failure,. The Contractor cortifies or affirms file trulhfultiess and accuracy of earth statement of its certification and disclosure, if arty, In addition, tfae Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et sera, apply to this Certification and disclosure, if.any, Contractor (Firm Ntarne) Signature o .ontractof's` uthorized Official OWL) e f Narne aria Title or conrractot' Auttlorized Official .1 —{ Bate EXHIB T r - 9 501511 4020 r:M PM1 M O It Cl) 0 M ti ti O N C d t V 2 Q r.48 C 1 Packet Pg. 1248 I 16.C.4.d I ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATE IN 2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ 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 oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Insurance by Ken Brown, Inc. PHONE FAX 707 Pennsylvania Ave Ste 1300 AIC No Ext : 321-397-3870 A/C No): 321-397-3888 Altamonte Springs FL 32701 ADDRESS: certificates@insbykenbrown.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Progressive Express Insurance Company 10193 INSURED SOUTH34 Southern Sanitation Inc P.O. Box 7736 Naples FL 34101 INSURERB: White Pine Insurance Co 11932 INSURERC: Westchester Surplus Lines Insurance Company 10172 INSURER D : INSURER E : COVERAGES CERTIFICATE NUMBER:272304631 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOf INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; 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 INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS B X COMMERCIAL GENERAL LIABILITY Y WPCP005675 11/27/2019 11/27/2020 EACH OCCURRENCE $1,000,000 F_V� CLAIMS -MADE OCCUR DAMAGE TO PREMISES(E. occur RENTED nte)$ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ❑ PRO- JECT ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY 08358405-8 12/15/2019 12/15/2020 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PIP $ 10,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ C Westchester -Poll. G28206835004 1/11/2020 1/11/2021 1,000,000 Gen. Aggregate 1,000,000 Each Pollution 5,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier county board of county commissioners or board of county commissioners in collier county or collier county are additional insured as respects to GenerE Liability per written contract for any and all work performed on behalf of Collier County. Collier County Board of Commissioners are included as additional insured with respects to auto liability. CERTIFICATE HOLDER CANCELLATION Collier County Board of Commissioners 3295 Tamiami Trail East Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1249 16.C.4.d G'lJrfAN RC114Z Policy number: 083584058 Underwrimr, bv: Progressive Express Insurance Co. ns�red SOUTHERN SANITATION INC August 27, 2020 Poiioy Period: 12/15/2019 - 12(15/2020 Mailing Address Pragressi e Express Insurance Co. Itl94739 ins r rs Cl t Box d,N eveiana, o�� 44101 1-800-444-4487 Name of Person or Organization For cnsWmer service, 24 hours a day, COLLIER COUN TY BGARi) OF COUr1TY COkitIISSIOtdERS 1 days a week 3295 TA[,�I IAP(I I TRAIL EAST NAPLES, FL 34112 The person or organization named above is an insured v.ith respect to such liability coverage as is afforded by the policy, but this insurance applies to said insured only as a person liable for the conduct of another insured and then only to the extent of that liability. We also agree ,Pvfi you that insurance provided by this endorsement vvill be primary for any povVer unit specifically described on the Declarations Page, Limit of Liability Bodily Injury $0 each person/ $0 each accident Property Damage $0 each accident Combined Liability $1,000,000 each accident This endorsement applies to Policy N umber: 083584058 Issued to (Name of Insured): SOUTHERN SANITATION INC Effective date of endorsement: 08j27/2020 Policy expiration date: 12/15/2020 1-Dup 1198 (01/04) rv1 CL Packet Pg. 1250 16.C.4.d POLICY NUMBER: WPCP005675 COMMERCIAL GENERAL LIABILITY CG20120413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: Collier County Board of County Commissioners 3299 Tamiami Trail E Naples, FL 34112 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement applicable Limits of Declarations. shall not increase the Insurance shown in the CG 20 12 04 13 © Insurance Services Office, Inc., 2012 Packet Pg. 1251 16.C.4.d JIMMY PATRON IS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION *': CERTIFICATE OF ELE ON TO BE EXEMPT FROM FLORIDA WOR K ERS'C OMPENSATION LAW' * CONSTRUCTION INDUSTRY EXEMPTION This cer€i ies that the individual listen below has elected to be exempt horn Florida Workers' Compenation law. EFFECTIVE DATE: 3110I00 PERSON: MATTHr=W BEEBE FE Its: 59 3717924 BUSINESS NAME AND ADDRESS: SOUTHERN SANITATION INC 10 5TH STREET NW NAPLES, FL 34120 SCOPE OF BUSINESS OR TRADE; Imgaliron 4r drainage System Sewer Canslnlcuon AN onelrudion & Drivers 4perallonsand Drtaers EXPI DATE: 311012022 EMAIL: OUTHERN ANITATI @G AIL_COM IMP10 RTANT; Pufsuant to subsection 440.05(l4), P_S-, $n oIN= of rl corporation who elecis emmpilon Rom Il1Is 0aper by Tiling a cKhtloate of election under thts section may riot r ONS heneras Or compensation under INS Chapter_ Purzwnt to subsection 440-C602). F- ., CeFftatm Of eigctipn to be exempt Issued under subsectoon (8) shall apply only to the wfporate aillem named on the nDtim of eknb n to be exempt and ap'* only within Uie scope or Ule business or trade listed on the ngtiCe of alodion to be cxgmpt- NFWRnt to subsection 440-05(t3), F.S., notices bl electlon to t)e exe111pI nn[l oe-miWes ul eleCllon to tie exempl GIAt)e sojec l to revocatlon it. at any 11kM after the I IR9 Uf the i165oe of the Issuance of the certificate, the person named on the notice Dr cetficate no Wger Imets the r tj"rEents or this Sa[gion rpr k$udnce W a orIfiWe_ The depaf nrent shall rewke a certiRlC* at any time rprfWlure of Ihg person nary on the cerlPficate to meet the requirements a this s9ctilOn, DF -F2-DW 252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 0$-13 E01119316 QUESTIOW Ca50) 413.1W9 Packet Pg. 1252 16.C.4.e Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR E M M x a) Sewage Hauling 3 Cn M O M SOLICITATION NO.: 20-7739 LISA OIEN, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8935 Lisa.Oien@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. 1253 16.C.4.e SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 20-7739 PROJECT TITLE: Sewage Hauling PRE- BID MEETING: N/A LOCATION: N/A DUE DATE: June 2, 2020 A 3:00 om PLACE OF BID OPENING: Virtual Meeting: Conference Bridge: 239-252-7205 Access Code: 212121 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hLtj2s://www.bidsync.com/bidsync-cas/ INTRODUCTION ■ As requested by the Collier county Water -Sewer District (hereinafter, the "CCWSD or District"), 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 contractors in accordance with the terms, conditions and specifications stated or attached. The contractor, 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 The Collier County Sewer District currently maintains over 900 pump stations and 1,300+ miles of pipeline. To complete scheduled, and emergency/disaster maintenance and repair activities, wastewater facilities must be occasionally shut down and/ or isolated. To reduce the risk of sanitary sewer overflows and service interruptions during these activities, untreated wastewater must be removed and transported to designated discharge sites. The procurement of sewage removal and disposal services supports the overall wastewater maintenance function and contributes to compliant operation of the wastewater collections system. The County Sewer District anticipates a potential spend of $225,000 annually for sewage hauling; however, the actual spend will depend on unexpected repairs, extreme weather conditions and planned maintenance on the systems. TERM OF CONTRACT The contract term, if an award(s) is/are made it is intended to be for three (3) years with two (2) one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or 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 suitablv hacked 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. 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 solicitatioi ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to tl County. c M M m c� 3 as Cn M 0 M c 0 c� .2 0 co rn M ti ti 0 N c m E z 0 Q Packet Pg. 1254 16.C.4.e ➢ 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 supplier, award on a line item basis, establish a pool for quotin or other options that represents the best value to the County; however, it is the intent to: • Award to primary and secondary contractor ➢ The County reserves the right to issue a formal agreement or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The Collier County Water -Sewer District (District) is looking for responsive and responsible bidders to provide both scheduled cal and County declared emergency/disaster calls, for sewage removal and disposal services. Contractors must also meet or excel Federal, State, and Local requirements for collection and disposal of material as defined in this solicitation. 1. Material 1.1. The material primarily consists of raw untreated wastewater. 1.2. Other organics and plastics may be present in the raw wastewater. 2. General 2.1. The contractor shall supply all equipment and labor to perform the required tasks at no additional cost to the County. 2.2. The contractor shall comply with all applicable Federal, State, and Local laws, codes, ordinances, rules and regulations performing its duties, responsibilities and obligations pursuant to this solicitation. 2.3. The contractor shall respond to each job/event with an empty truck unless prior approval is granted by the County. Approv of a partially loaded truck will only be valid for one job/event, or as directed by the County. 2.4. At the request of the County, the contractor shall remove material that is contained within, or has escaped a wastewat facility. 2.5. The material shall be hauled directly to a County designated disposal site. 2.6. The contractor shall be responsible for cleanup of all spills originating from vehicles used pursuant to this solicitation accordance with State, Federal and Local regulations. 3. Response Time and Availability 3.1. Time is of the essence with respect to all service calls under this solicitation. Any delay in performance not approved by tl County, shall constitute a material breach of this solicitation. 3.2. The contractor shall be available to provide services under this solicitation twenty-four (24) hours a day, 365 days per year. 3.3. The contractor shall provide the County with a single, local, on -call telephone number for the purpose of requesting cal under this solicitation. 3.4. Equipment Availability 3.4.1. Within one (1) hour of contractor response; the contractor shall have the ability to arrive on -site with a minimum of tv (2) trucks capable of removing a minimum of 4,000 gallons each. 3.4.2. Within two (2) hours of contractor response; the contractor shall have the ability to arrive on -site with an additional tv (2) trucks capable of removing a minimum of 4,000 gallons each for a total of four (4) trucks. 3.4.3. Within six (6) hours of contractor response; the contractor shall have the ability to arrive on -site with an additional s (6) trucks capable of removing a minimum of 4,000 gallons each for a total of ten (10) trucks. 3.5. Should the primary contractor be unable to provide services within the County's requested timeframe, the County reserv, the right to contact the secondary contractor for service. Should both the primary and secondary contractor be unable provide the services within the County's requested timeframe, the County reserves the right to procure services elsewhere. 4. Property Damage 4.1. Property damage caused by the contractor, its employees and/or sub -contractors, shall be reported to the County (by phone as soon as reasonably possible; failure to contact the County constitutes a breach of this solicitation and may result in i termination. 4.2. The County shall coordinate the repair of damaged property at the expense of the contractor to the satisfaction of the County. Q Packet Pg. 1255 16.C.4.e 5. Safety 5.1. The contractor, its employees, and/or sub -contractors shall comply with all Federal, State and Local laws, codes, ordinance rules and Occupational Safety and Health Administration (OSHA) regulations in performing its duties. 6. County Declared Emergencies and Disasters 6.1. The County reserves the right to declare an emergency/disaster at its discretion. A County declared emergency/disaster in, be in conjunction with a State and/or Federal declared emergency/disaster and may require the awarded contractor(s) utilize sub -contractors, additional staffing, staging areas, additional fuel costs, additional travel and incidental expenses , well as various other extraordinary costs that may occur. Bidders shall bid appropriately to include these factors into their a] inclusive County Declared Emergency/Disaster per -hour unit pricing on the bid schedule. 6.2. Prior to the award of the agreement, contractor(s) shall submit to the County an Emergency Operations Plan, and ea( subsequent year in which the agreement is in effect an updated Emergency Operations Plan shall be submitted prior to M, 111. The Emergency Operations Plan shall include, at a minimum, the following: 6.2.1. Current insurance certificates 6.2.2. Lines of communications with the County 6.2.3. Quantity of trucks and manpower that will be assigned to Collier County 6.2.4. Availability of additional trucks and manpower (i.e. subcontractors, mutual aid) 6.2.5. Emergency response schedule to include times, County locations and quantity of trucks and manpower that will t activated 6.2.6. Requirements for rest time 6.2.7. Fuel supply procedures 6.2.8. A statement confirming all contractor's vehicles and operators are properly licensed and certified as required t applicable Local, State and Federal statutes and regulations 6.3. The contractor(s) shall ensure that its workforce, including subcontractors, maintain self-sufficiency to include, but n limited to, fuel, vehicle and equipment repair/maintenance, housing, sanitation, food and related accommodations wh( necessary. The means of self-sufficiency shall be consistent with Local requirements and regulations and minimizing advert effects on the Community, to include, but not limited to, maintaining the cleanliness of the mobilized site, proper clean-t and disposal of any trash or debris, and conduct themselves in a courteous and polite manner. 6.4. Damages 6.4.1. The contractor shall conduct all operations in such a manner to cause the minimum damage possible to existing publi private and commercial property and/or infrastructure. 6.4.2. The contractor shall be responsible for any damages caused by its employees and subcontractors. 6.4.3. The contractor shall provide a written report of damages to the County within twenty-four (24) hours. The contract shall repair the damages to the satisfaction of the County within the written time established by the County in respon to the damage report. The County reserves the right to withhold funds due to the contractor if the repairs are n performed to the satisfaction of the County. 6.5. The County reserves the right to activate both the primary contractor and the secondary contractor, if necessary, during after a County Declared Emergency or Disaster. 6.6. The County shall issue a written or verbal Notice to Proceed to the contractor(s) upon Declared Emergency/Disaster servi( activation. Verbal activations during a County Declared Emergency/Disaster shall serve as an official Notice to Proceed fro the County to the contractor(s). A verbal activation shall be followed up, by the County, with a written Notice to Proce( within forty-eight (48) hours after the verbal activation notice was issued, or as soon as possible. 6.7. The contractor(s) shall provide a response to the County within thirty (30) minutes of the County's notice of Declar( Emergency/Disaster service activation. 6.8. The contractor(s) shall coordinate with the County a schedule for response service needs. At a minimum the contractor w: respond as outlined under Item 3 (Response Time and Availability) above. 6.9. The County reserves the right to request Declared Emergency/Disaster services from additional contractors, if deem( necessary by the County. 6.10. Each job (or event) shall have a Collier County Sewage Hauler Event Log signed by an agent of the contractor and tl County Department/Division. Failure to provide a properly completed and signed Sewage Hauler Event Log may del, payment. 6.11. The County may be required to enter into contracts or agreements with Federal and/or State agencies for disaster relief. TI contractor shall be bound by the terms and conditions of such contracts or agreements, regardless of the additional burdens i compliance such as additional record keeping or scheduling. The County shall provide the contractor with a copy of ar applicable contracts or agreements once available. c M M x am tM c� 3 m M M 0 M c 0 0 M ti ti 0 N c m E z cc Q Packet Pg. 1256 16.C.4.e 7. Per Hour Rate for Pumping and Disposal Services 7.1. The contractor shall provide raw sewage pumping and disposal work pursuant to an all-inclusive hourly rate for service at County declared emergency/disaster calls as provided on the bid schedule. 7.2. Per diem charges, fuel surcharges or any other extraordinary fees will not be accepted under this solicitation for at circumstance. 7.3. The contractor will be permitted to charge a two (2) hour minimum for trucks that were requested by the County, arrivf onsite within the required response timeframe, and were subsequently dismissed without pumping or hauling waste. 7.4. Hourly rate shall be based on "Time In", "Time Out" and "Total Hours" as noted on the Collier County Sewage Hauler Eve Log, properly signed and attached to the associated invoice. Documentation discrepancies shall be resolved by tl appropriate County Department or Division prior to payment. Failure to provide a properly completed and signed Sewal Hauler Event Log may delay payment. 8. Payments and Invoicing 8.1. Payment shall be calculated using the all-inclusive, hourly rates as listed on the bid schedule. 8.2. The contractor shall invoice the Department on a monthly basis and the invoice shall contain the following: 8.2.1. Purchase Order (PO) number; provided by the appropriate County Department or Division 8.2.2. Job/Event name and service dates = 8.2.3. Truck(s) license plate information, with job/event arrival and departure times ("Time In" and "Time Out"). 8.2.4. Total job/event hours (calculated on "Time In" and "Time Out"). _ (D 8.3. Each request for payment shall be accompanied by a properly completed and signed Collier County Sewage Hauler Eve Log for each job/event invoiced. Failure to provide a properly completed and signed Sewage Hauler Event Log may del, payment. CO) M 0 v M Packet Pg. 1257 16.C.4.f COW Gounty CO& COTAHtl' j „Lip _-Er as ram.,mm SolicilatJon 2D-T?39 Vr jidor C E& list IMPORTANT: Plf,-A-a reiient unefully and n&mIt with 'Our Prapos&Blrl. Vendor should ehtTkaff each of the foft in iwmr - General Aidl ons It is been acknowio4md and ae Collier Couaily Purchase OrdcrTerms afid Cmilstiom Lave kri:eiL ackl ojvledged -andawepMd. Form 1: Vendor DWrFmF m Sralemnt Form 2: Conflict of luftrqesj. ('ettificatinm Paul-bf swtus froth Di%i$lon of C-arpom igm; - Flotis ;s Dcpanmeni of Stine (If work MfcF cd in the Stair;} - 11110--lido.s.11IVitir da-conk ijnbi,,l should tS auaehed with jour m1brnittal. lfcxttkorMUST be cnrt,lled m theE-Verify - Itti llt�°trn.e-v&rtl} goat iit the ti oi`sttbmis ip>I, c�Fthz propers Jlbid, Form 3- lituuigra[iolt Affidavit CcliillcafigaM[l be ign sr�ched-t tj-dq ittcd or70. u ALkY l DEEME1) NON -BE ONSTVE F-V ift I+rfcrttomidum oifUndewltding or Carnpam- Froffic page sbm)ld be stiachtd uith your submit�il_ Form 4-- Certir, iAion for CWntjng Slarus as a LDCOI Business, if Ann ligab1e. has been V-'tted and miratd. Collin or l.cr Counry Bu inesr, Ta,i Receipt shonld N amitbed ui III votrr subiu J to lie oont Jdered Fanit : l #erence Questtorintiires f rtu 14 U e-udHzed for each rcqui $d mfctnee Ind inchi.&A-w tk y0iu subrArtal Gr you MAY be DEI HIED NON -RESPONSIVE. 17O M G Gra" przvi;ioim and AssumfluO paekaW in ills CFtttrerv, if applicaltle, m executed and dmuld be iftcluded tyith ygiw-ynbmiltal_ .Ail forms must be. executedT or yutF 5KAY he &IT? lE1D NON-RESPONS VE. Ven&r Wil Fornt. Vc dw ack=lledges 1115uranza Requiruments chid is preps 1p prodt=-lhe ire uiri .iixslu',trLctr certifscate{s} within fivc (5 d,'I}s of the C4i qy,5 isSuaFt rxf a I+fotice of Recommend A%+- rd. The Hid SCHOul1w has been iizpleled #tnd attached with ygur 5ubuti#l1il. rFFpJ Fcabie to bibs Copies of all requested li ises aridfercerWiWionsto oitipletc i)1e:requiMMCrnS of IILC projca. All addcnd" hv'e Wen. OSWd SW aft{'whed, or ycki MAY be DEE L%I ED NON=RESPON 8 1 VE. s 1 T Technical Ar+chit&llu t �' iniremenrs huis lli:emvle4gc[l and-aacepiL ifal7pllc{tble. —en ;Iild n I I suppleme,Flai twslaili'erfjcnts and ttirrns leas been wA;i leritvxi aiid aLWpled, if applirtbli;. 16.C.4.f Carr C04Y corms nxArrty m Lgwoeu omparvri�ri Form l: Vendar Dmhuailon Statememl BOARD OF COUNTY lv'0\WUS[r3i ERE Collier Cq�Rm$k Gove[asu%�i,l CorrTles Piaples, Florida -U 112 DuarCoamilussii+i us, s�,v_lgt�r� 20-77ae- Titre'un ei-4rmed. as Vender.dn0arts that iltis mouse 1!R i de ► ILhOut conncrtion ar -amulgemerLT ivii-any-olber pemii and tbi propoMf is in ex-m rt t fair aUd rude in gaad €silk Widiout collus.iou of fraud, The Vendor hereby dw res ft rnsttncuom purclve a ordcr terms and uonditiun§: rquircitrrnM and specifta#ionSISeogc u'f %vork of this Solicii:ition 1mve been fully -examim and accejted. The Vendor agees. if this solichatiolt Su, jnill3l is asrepta] bry Cdllicr Cc;iRty_ to accept a I'Wchase Order as a form of a ronmu contract or Io ,ecute a Collier County formal co ract for purposes ofzmablishiog a c�ntrttcltW -rclationsh P NIIN.een the Velldo find Collier Cormt.y. For the performance of till requirrincala to rt-hmh Lhis salichai.iou perishi-, The Vendor sates. dMI & submitted is based op4si the docunicrrts. listed by lrc .9bove rt<fcrcnced' smlicitaiifsn, The Vendor ggmo 10 cumply r+ith & rNui.remem15 in accordance m-nh the -terms, co,idilians aiul SPeviflcalfiam denoted be€ein and ziitoirding. to the priang ubmincd as, Pan of Ihe-Vendoes bids. Furthtr, the Vendor agme$ that if m;arded a Contract for thew goads anillor ten-kcs, the Veadtir will um be. eligible tr cumlreM summit a pivlsosgl, I)e awarded, or perform as a mfi-voudor for am} futwv ANsociated *A ork Tut b a gilt of this atr'xnW cant ream 1 XWUNESS WHEREOF. EVE lire auto l ri�icd 4 eir manes bn rlsis dim of L 2i?min the CautlLy ur in thisti of } l Firm' Legal game, Addws�: Cih-. StW_ Zip Code - Florida Certificate of Authoriy Doe n pil hlutribu Federal Tax Identificatton Nu tibcr *CCR 4 or CAGE Cck #01113- if Crranl Funded TOephatte-- Emwi Stgm-Aure b - (T�'pcd and v+-rttt, ) Tile; 16.C.4.f Coll iu Co4,t* Addh aual Conluct Information Send po-min nts lq: UA)De1 Inquired if differW front Company iimmu- as pat)-: abin-e} ConracS ma - Tiff: Address: City-. Sime- ZIP Teleplmm FnAaiL- Office sen-ic n g COB iew Cotonty to blare orders (required it different ftTaa abovc) Coiilwt JUIT"e ,aide: Addirss cm,. Static- zip Telephone, EMBW gallckftrR 24773R 16.C.4.f GdUr wnty CAlur CORnV Actrrriiae`oveZ.. ._ Dewrtut Farm'2: C'qnilicl of lrtrereg Cvrtitreution.Affidavit Wkftlan 20-7739 The Vendor certifies dIA1, to the Lest o.fits knvivledge and behi 4 the pas.and i uumnt wark- on any Wlier CduM- prof=t affiliate wid, R& saiicitation does a t Wv inn orgaDhatioJIM canf3ict as deskribad ln- onq of the duce cwcgories-below - Biased gmund nilri� — TIsc firm hm nol set the. "grovttd rnies' [or uftliaEed past or eurfent C Lkr oumn- pro, ideii4i dd atirne {erg„ },it'd is pJroCuremtrut.' 51Fllemi of work, spmifrJrasians. or perft_+rrnio- systems enginceiiTtg an is bnical d1wi ion -far the prmtnmulit) Whit h appears I a skLiv th4 cornpoiien m favar of till r rm. impaired Ohjrctiwits — TJie ftrm has DOI perfgrmed work on an.ai;flliamd p st or-turmnt C'oiiiei County p jecr identifie above in 4volulte ltrapossls � p;tsT PP-irfarmance of itself or t, Competitor, Which calls into question The CoEffactor-s abiIity t rander impartial adiice Tit the g(w4i t Unequal access in InFurmadon—The Firrn hasitol h,-jd.accPss.lo nonwbtic infortnetiau tis part Of iN pCrfvr[naECC of COM r Crnnm- pra jest identified' ab(we %I hirh may have provided the en VaCWF (01, an affiliate) %I-Ob an unfa"sr c vmpeddy ach-aatigC ill current nr &I the solicitahoiis ;Irtd Contr M In addition to this signed affidavit thie 4,vntmo6r! weitdor tmtst procride the f'aHosvtng= I, All dNuments produccd aii a result i)f lin iivik winpleted in late pasl or cuw4y bCft wnTked wi for The-abme-menliatts� lir t' an41, ?_ ln&me if du- infcmtia#ionprotiu as olatalrlGS[l tis a matter of pn �C record (b t "slue hme" ) Of diroLIgh nop-public (not ii the "sunshine") concrrs;ttton (s)_ meetLhigO), do ► ttnl(s),arrdIor other mr ms, Failure Ib disclose all Fdat�dA or halti; an drS Ii;?AtxFital conflict in one or more of the ttiree:eategorie� ab ve be ideni fiNL roil result in the di5�uaiiCifar futuit snliciuitivns afFili aced with die atxwe referenced prqject(5). By tits �ignttttire below, the Caine tentplo}'ee: — officers .v Gr wits) certi#-ie,!� and hcrcby diwloses, 1112L to IhC best of thei k4 ox%ledge wid ttelief. al relevant fACts rvnCesning pa1t, present, Of CM1Cnlly planmd oa1GrFCst or nctirit%- (.dn ul iaL c*ntractwj brganizatida. or otitrr►+�ise) which re�h to the pra t identified above hats bse ftLU3 dlisclosCd clud does nol pose a, Orgarliz<ttionsl cvnllic#_ Company tune Al - Prin � ame and 'i-iti, Stab of Ck Co" of -Me fqregoiag iris onl was acknowlcct ore me b3. ni of it ii.a seuce or 11 orilirw nomhzation this 4%, o1`�n (Riontlr),�(Vear), b; '' {nxrne afper3oi ackn4uiengl.lei e-Aisl� Ma Arin7hlasi a �an CG 29aas Q � EExxo s a4r4$ 3 Personall% Knrnin OlRL Pro4,iccd ldentificagait of Florida} or Sump CoTnrrussianed Niginic of „1oW,% Puhlii ) Tnn of IdEAffi6tion Ptuduced 16.C.4.f Coluer County S It�t8111or1 �0-7' tg ndc— Piccmrsi :I. r. :. ,.r Form 3:Immigr still Affldzvi3 Cerlifical on Tills Affi&p'tt is fgEllied md_sLuuld be signor b► an authorize 76mrip-4 of the ftI$ amd s�ibmltted with forrrW wlicitadc sub llifials.. Further', VeudQrs art "Ored to be enrolled in Hie 1=-Verify prolttl (G)ttps.jjj% tti��-4-3�rJf�ll. a1 the Clip 43r tl1 s tmidssiem of the Vendor's propoaal/W. AcwMble c%ideuce of )vurienmilmmit ii;-of a copy pf the prape�Ly ooinpletiad f PeEl: VmN I�ompau3 Profile page ar'a Wvy of the- -hilly ew"Ied E-Verb-1 �1euagr�ndhrm c f 1_I nderst�3nd>ing for the easup any u-111ch Fri 6ePWI 'ed al the thin of tile si1bmis2dan f7f1 1 eft[fui ;t propO5 01,Djif pr 11.1rillpl f Ve �3J jiffy (jf the f'UUn!Y,.,_,V (liCB qfft?eCi7C1l�1��t� . ivarr?, .-. O1 C AIL JJRK TO EXJM C U JE THIS AFF1 QAVET CEEMICATI 0 N A A-D S EJ 13h V4= V rE N POR -S PR �4 hT$I] _ EAY DE THE NTND AS N PON i`cJIEer CountY k�gll rket mtentiormily award County L=tracts 10 any'Vendor who kncnvingh- inuP4%.s arlatillhorired alien worst: ar R y conslrtrltia a violation of [be emplo}Tum prm-lsiotl eOlItt^lined is i U-S-C. Scotian 1324 a{e) S�ctialr 274A(e) ofilit JrmTfigradq N and l+liltu�naliis• Act ('IN A-). Collier Coutrlt• mtrs Cort;AT the employ merit by ariy Vendor of rinautllorir l aliens..a t'iQlaHol, of Saction 274A (c) of the LNA M 0 Such ViOltlti b3• Thcl Iwipient i f the Entplo)inem Pro►'isions c.otktgit A in Ses- ion _rIA ke) cf he hNA s1liall be gruwid& fo . tttlili wal mi: tiim lon of Ilse con= by Collier Coumv- � rn i`n&r attests t}lat Ihey -are fl�i3' catnpliam mith-AI applicable, iriimigm; tion laivii tVx-pfi illy to the 1986 Imrrnigmitiom Apt O a an subsMloent Am-�ndrncw(s)i and ag m jo comely mith the Proisio of tlw Mcmuranduum of Ua&mlanding )4i ll E-Vei-iii}- and 6 li pro►ide. pram of eclroiiriient it 'Tire Emplc3-ll rCt ELlgibiiity Verification Systc-n, IF-Alerify-1. op�mtcd im- the Depanrttelu o 0 FionleLmd `rr-c Linty iri MmUslup r1 EthiW Mal -Security AdniWiglf^ bull al Ilse Brae of szrbrnission aflhe Vendar's pfoposal/bid. - c� y Carnparn Namb L d i si&mztur N Fr' NaEne and Ed Cl) � � N late of CU4liltS hl' T d E m Ttie f r>Vgbing Lzismolpra- IlIeck fore are iby nwal -or phi al pr enco yr Q online autlAratim ibis f Q clak' (Luet tli j, (YOT)e �y tm= of p-rsoj ackrim lodging)_ "? . i Nawv Pubk a" of $-Ilm to (91 pf Notary orb is - ft= of florida) or F�ton �� �C-C3OaS9 (Pnm 'l'ti o famp Cr�Enn„Wone€1 Name of NotaryKblic) Ierscsnallti lnox�ll CFProdiice[l Ictcfrtificati4it Type, of ldeniit:ication Produced 16.C.4.f Go[lier colntity �7Piciinon r Mmrsrwy $C-er bawa x i Form 4: Vendor SubFriftin)— LAxaJ YendorPrefcren(-4 C-cro aflon (Check Appropriatc Roses Beojv) State i) F de (Select County if Wridor In dewribed as it Ural Buxlne5s) l . IWI. C'uu of y I-ft count* Vendor i0irrns dial it is ;I IOCAI husiness fM dealcd by the Prcmirement .Ordinsmce of the Coaiier Caribry Board Ot C.ousit f<omrussiDELers �iW the Regulaiiom Thereto: As-defmcd fn _Swden Fiflcun of the Collwr Cox , Procurernont Ordil, T : L*cal bmmess nwans the vendor has a moment Business Tax K=ipt issued bw Ilie Collier Co=13 `Fax Cofttol pnor to bid � or Pnppmal subiuis-sion to do business jithia. C�Iliq County. irld that Identifies. the business Frith a pejr Lrit physical S btiSiaess.address idled {riNit die bmlts.oi'.Cal-Iii«r Cbunty tmm "Ech the NCH O etutes.amd �° � � p�.[�' QL1115 �}llSSn285 kFi = an area zoned for [he canduc! of Sueh twa file.; A Post Of " 90"x or a IiRCility that re eikr�5 mail. or a aan-p4;mui i m stru 71m sgch asa ccwAizictdri usiler, uonige shed, or other noin-purnmueal siructnreshatl nbi. be used for dtc pkirpose of ca'a WAILS lung SaIJ plyYaical ldd.0 9. In addit'im to xlc Curegoing, a 3Tndor 5hail nat be con, tI&Md a "local b sirim" Muess it m ooniributes to Ilse a cLuornlc de.elopment Ivell-NI'T of Collier Count}- in a veTifiable and n1vasurmble way- This etas Cn includf- but nol be limited to- iLc reteittical acid �xpapisiau of cm�loymekYi +SpQc�rruriitiCSJ support 3ii� tnereaw to the Cormtr's M t'r b� se. turd residewy or employees a cid prir deals of the business wpf hin Collier C �t nh- VCrLdQrs MIAI I #) fkrrn io Woting M their Wmpllance pith the. -Sore Oing at the lkro ofsubmillirig their bid or err l to be eligible for corisidmi ion as a "local r business" iirider this section. A t:eadot Who Inigepresrtmts the LO�APrckrcnx status of its limn iu a propel grbid subrrttttetl to the County grill Iagsc Ilse ptTrziege to claim Laea Preference smuts foT itperiod of up toOwyear unfit r this c Section_ _ V eador must wmplizie the fbaorsing jafb=ti,a n-. 'et Biisiuess stalwlislted,n Collier GoxIiri} ort ]Lee C'oiint CI -�- � U -A -e. Nrfinb�rof Employ etas i7�ycludin�Osrzier{Sl or frvrpao� �l%ccrs); f--s- NkuntKq of ErRIo)m Livi rig in�ColUer C€ lAv or ❑ Lw (lncludiiig Olrr[er{s) CT Co pona[e Wiicers)- ff rL,W5wd b} the Cotmly, lieiidoj dill be requi" 10 p101zde CbCIIMCRIaI.IOII Substanuating' rite 46rau3tion gnren in Ihi! t'ertiti ali ti. k'ailure to do Mb trill MUD in wmdor°s submission bdnp, deemed not-aplifleable- Sign ajad Wu fjr -ri . n CoRTan}Niirrse. Address in Collier of Lce CounrY : igp;ilure Dare; Title; _0 w e- .t ILD CCKOC Ct'xully 16.C.4.f aglpcAik - 70-Ml? +'.A'+,�i'1�R'r�} �C+'.'r�b8 j7C'h#►b1ti!+f I)1W.nrI1w -re -air Form S R4ffc=re QucitlirnnAm IWE # a F'(JXV FUR EAC71 MUr_Fll= REF RF,4 Rofecence Qylti'9W1MZirC foi (mime of compuy ltcqucsrlris Riof ncc lydarmxum) �� (Nan* of WI%-3,dslilla RirquesLbig Reteicnce Informakipn)arird' . C C4rn7m} (Evalualorcarnpctingrerm cat murireI (E;iltlntar' calhpa�w}'cnitgrICU mfvrcwc) Ahtt Couiit� Im imple nwd a pr=sg dial collects rcfemn4.e mfori Oholl oil rimK atid iktr key pmmircl w be vsed hi 0 telecdott of €trim to Worm ilik pmjmt. The Manx of the C umptkv lis,gLd lit 11tc atil�jjxi above W lWt%d you m a client far 6vbcn mc- %votk RaW complete ilk sur o3 . plcasc trace mh czitcT-w to tho bev of }our kI*,,-. WgC OIL ri SC of 1 to W. m1th to MAI You %%cm veq 6ausified (I M vould kum the firm?irwdit dsiftl 9g,IIII) MId I mpr�SCRter►g ihM ► i►' ► n steisnii�Fittl tlsrxl ►� ul acti t hint llw fsrm+iridisdznal a iIIR} If you do nor hm c mirrwW m knimt]edge of past KEfGmmn II4 A liitiCSIIAT nr r. MW%_C it I*hM '. M,W t1le ittTn UT WM %% be racn i Pro* iVe3Cn SDi1: Co mplictWn Date Prv-)CM Hi�s3 rr , ti t'>�ryecs t�Ixrr�FseR f I o - Iiem Score 0mug be cA!m ftled I Alxilsn tcy ISy..cNjkage jive pmnjtti cols 3 rrunina w ckangr orders to waini I Ahilit} 10 wo iwa li p lrc L sclwitil� lca nrplcte on.4!jw or early J. 3 Q01it} PF ti vac d uphkl o�fc+orindmve ad%-ieq prm-ided on LM 13rujcct. � 3 1 ProrC390ILM41IN dtkd abilit, 410 ma t p pcanocl d PMjm RdTjuI03hn. fqu (comVlClld docurwms. owl imvim fl mal pm6cl txtmosem Imr olccs. uaiii,ais of going fonsaad docmwnt m enc,} 7 Ability ro vorbiMi: c-onunumeme md dws inwm irdbrcinilonck-ark cwd smciwlc � — 8 Abiltit-v so nmwgc nsU aW uiwxlxcl d projcCt cixuDW= 3 AbI3&I& ,v (b IG%% G+ AnLM[ dmitnicnts. pu1jr x, prcc.csdumc- Hilt.. etc 4 -en l Coltifon it%:cl with lumig the cpn4may ialk future, �njstonwcls Sii4iliftic60111 TOTAL SCORE OF ALL ITEMS 4+20-12M I,% PM 16.C.4.f 'DWO r Cieurity cavywar comnu F*--D ,Fe ri 84r.MEE LL,, r.sn ]Form 5 Rcfi2•eaeo Queol"o irc WSE )ME F_Dh1' i,� WR f. } j i4£ME--- 0 - Refelarce Qtsestbrmaire fo r- (NAUtc of ConvwM• RellwAiing Rcrcmm c 111nM n) .SatIton 20 {Marne ofinffiliciwis R, y�ocstLIA Ref?.tumm Informatiik on] C NUM.. �`. X 1'i' O1I 19374•: � `1{11" k �� SU 0 el Ser u P C$,q _ (E al natdr w mpl$tIrr2 TcFcmnce questivitiifllrS)� t iiika#14t+5 {'plil�af4i` ti luplelin xefcFcra ai Eisuiil; F Tc� tiara - ea 0 70 m in Call Cowls has impleuiernlO I proms dW cal-lecu lcrercarc Womlabon cm rjMj$ Lind ilielr key rc sonisei to be Uxd In '* Cfl noffimTS rc g rftsiin lids prp�ocl 'i4e l ie of tte Cmm�m- lWO in hL $ubjc i 1 lEued you as a cheat for ub � t'liie�• 1�1rc p�riei�si}• Re.rfar �t�rk, P comp the sw•rc�•.1�3�c rite eif � cdlrrritt la Use 17csE of t-4 ur 3ciu}xr �rdgc ari � sc r of 1 10 10. iridi 10 ]tprc&tFgiffg tiva, you #vm very sati ed (and -%wn[d hire ibe rum4rtWdW spin) a- lid l uepw411dug that I _ aver x`c>} ix atistied {:itDd �r uld itc►s hlsic ttiit fitrri 'dia d a ria . if you do not bave raiMelicnt S nov, ledge of past poaoml� cmw lr►a particiilitt 41 MiL Icavo i t bla & anti the item or farm vH I I be sagmd '�D." l i PiojCGL ❑L'pC�t!•o1}: l'riaj i B udi� k: t ci C-0 - t, D to lgc Ike lrroJccl casts FraaccrLf!� to M:Qpel- 3 AMIity to mainiAn ptniectscl � 4:owldc nil -litter or COrly un of aprk a Qual ity niewnstdmfit c A&ica pray ded on tlu psoject S !?lof2�5kGrq�ti6sii.� trbllit4' l0 n pc1s01uteL FraatCt athMBISMIDon (ooTmlcic?l d r Is. final invoice, fire] irrt aim'. nmzw& Or going fats wd dom=za& it, _j 1 AbAtil3 to ixumge I to comer, anal !9LWQh Cth . 9 .bilitkt- lri follow contract doctulic . policies. lxmmdnTes, rates_ mp&T-Tons, cic. 10 CK'in a comfon level uah biting the corlaW in lhefMM (Cugoffler Salaftctioii). Y`820 3;03 PM} wilier County 16.C.4.f SZlt atlon 2C�,7739 FORM 6. IF APPLICABLE GRANT PROVISIONS AND ASSURANCES FORMS ARE PROVIDED IN SEPARiTI W A E AN MUST BE C MIPLETE.D AND EXECUTED ITT ITS ENTERTY AND RETURNED WITH THE SUBMISSION OF THE BfD/PROPOSAL,, FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. C ca cn M ti ti O N C N E t V fC r r Q _� 1 GgjPler coup-l;y 16.C.4.f SGGIIC�taltan + 7739 CONFIRM ALL REOUIRED LICENSES AND FORMS ARE CONWLETED AND EXECUTED I ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Colhar County 16.C.4.f Soi atfen 20-7739 'd Sche-dul . dt tlon 9 2€I-7T Sewage Hauling llourl� rac is ali-inclusive and shall befbr theNrWdfrariltorri►al at flu�work sit[+..nrnil deparnite front 11 ;cri kti�as� Quantity Houriv Mae E nIT Value 5en�gc �i�vloLg Senice � ��- �#.�II -5m 2Fai . C�unl:� De�L�rer,I Enxrg�t�cklpis�ister i �[y,(1(� � ��.110 all bid $6.0(I Regrltvid Fri mm Font! l- VeLhdoI Dedafstjair iWtcrltum 1t 51ti p I ' e{ Farm 2. COO icl of Inlerinit t nffi ytion A#fidn it Form 3- Irnrni wion Affidavit Ccf6fication Form4. VenidorStibrr�td.-Loral VeTidurPreference A iidavit Farm 5- Reference Quesdonmire Fo} ni 6- {'rnuit Forms (if 11ablc) r hisuauca and Bonding R mury K r tl E-V 'SlInBi7 Page r� E2EMem.L Operations u Col.rFar Courtly 16.C.4.f SOWUtidn T73$ Ni ❑ Performance and Payment Far pmjws in e',064 of $2K5,(W, -bc5itds �liall be 5nbmitte4 t -Ai the executed Bonds rxrntrac ' hn Proposer rcrt i -in9 am aard, rind wrlttrrl far I OWN of the C'onrract alva d umouos, .the cost bar= Inv the Proposer rucuh-ing all 8%vaaL The Perron nave and P t1lX1 i Ht�n shall he envdtton b} a sutra - authorimd to do business us fife SLAE of F'Itsr4A and oibcnrise acceptable to Owns r pivvided; hom.)-cr. the surety small be rmed "A-" or better a3s to gerterd pubcy 1o01dm ratita,g mil Ctas& V or hi r Mliug ats to FlanIJi Tail We CAW0 ' azld' thr .Imoo nl required. s1WI iol exccW 5°A of d1c r.q)arwd policy holders- �,u plus, all as reMned La ft twos# c1ai'iaent 13. s, Kv_v Rating Guide, publidicil by-A-M- SCSI CDn>pauy. hx of 75 Fulton Sheet. Nmv York, Kern- York 1003S. 9: 21 Vendor shil l ensure d ut #I I .stibmutraclors connply ►rFitln the sajtx irso=e rcquirement5 thm he 1� required to meet- I same Vettcior small prmvide County wid i cert6cate5 of insui�ce-meting tl� rcqIi iced insurance pwvisions 10. ® Collier Corrzity ntus< be ruimed K wAD13fT O AL TNSUla"" t,n the lnsumixx a Certifiicatr for Cvrrninercial Goner Uability- wlv-,re required, This itisuraTlcc shall be primary and non-ccntnbutor-v witli iespect io Iav other insu uJce �nip u� by or.a va&ble for Lhe benmht of. the AdditiD11AI irlsumd,Ind i+elFdor'S poli shall be cndoised aCcordjirgt . c 3 c� l I.TU Catrficate Holder shall tie namcd as Collier Count} Bortrd, of Cowin C'orffraissio=m OR, board of Caul = COMMiFmorlm in Collier Comrit- OR Collier Coiunn. GOVw mew_ OR Cotner Cauw%. 7`lne Certifraims or irtsurma rilu!S[ st, 0 lit: Cc+uuwi hhtmber. ar Project Nwubrr, yr "c& Project dews riptim nr must read Fot ate- wad all lrork performcd � "atf of Caliier Cowu}•: N € OTn qll wiliit; . the Certificate Holder must rectal: Collier County $uarid df Cdunt3 Qiruniissiollcrs. 3295 T'a It a 2 "Fmd 1=aSL N'aptes, FL 34117 M 0- 0 Thirty (30) D3ys Iwanceflatio0 Notice required � rn 0 14. Collier Count)- si>ttia procure ukd maimmn Builders Ri6k lnsura= oa;ll roTantctinn proieels where it is dcmned necessa o Such covimige s&A be endorsed to cos'fx The illlMsts of Collier County as. well its the Cams ,--tor, PrertauIIts Shall bo billed a the p>#ject and the C n#rttctor r khs<nll not inchst}e.BnTiklers kick premiums Ili Its project PmPasat or project billings. All qumbb regan ng Builder's RiEk. tn5u. r, will be. addressed by the Collier Caumty Risk hlaik*rikteait o isiou, e I cc c� ewlar's fnsuranec Statement We iiadersta d Liu: insuimnc w9uirUMMILS ofIhCsc mwfftcaham wand Mal the evIdi2nx of tnn biIity awcbe rectoimi vithm five (si drn s of the assard of this solicitatiuyi_ The trttice subuutted Must provide emgt for:a+ mmimum of Ae (6) footfalls from th, date of ww3 ird, Ve dorSignnlure -P411L` Arlte lasso rave Aganns,, ApAil N m,e Duto 75_��\ J �Zuz�_D Telephone Nauibcr _„ ff.. - -. Garner County 16.C.4.f 5alicr'atien ZO.7739: EXHIBIT I FEDERAL CON TRACT PROVISJONS AND ASS U RANES Acknowledgement of Terms, Condi#ions, and 0rant C lause-s Certification If the vendor subcomtracis any of the work required raider Ihi5 Agreernsra. a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include In the subcontra chat (1) the subcontractor is bound by tine ietms of this Agri�ernEml, (il) the subcarrtracter is bound by ali appfir:able state and federal laws and regufataons. and (iti) the 5ubconiractor shale hold the Department and Recipient harmless agairfst all claims of whatever nature arising otit of the subcontractor's parfomance cr work under Mis Agreement, to the egent allowed and requlred by law. TMe recipient shall document in the quarterly report the subonrl#ractor's progress lit parforrming Its work Under Ihis agreement, For each subcontract, the Reclptan I shall provide.a written SlateuT ernt to the DepartrrmQni as to whether fire subcontractor is a rninorily vendor as defrned in Seelloln 288.703, Fla, Sta[ Olt behaIf of my firm, I acknowledge. the grant requIramenis Uentified in th is'd ocument. VeridoriCofritactor Marna Snk 1 lf) Data AuthoOzed igna(Ll E} KRIT 1-6 cs� 16.C.4.f gOI111or County Solmt.a!m 24�7739 EXHIBIT I FEDERAL CONTF A07 PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT, SUSMNSION, If~If LEGIBILITY and VOLUNTARY E CLUSION Gcntractor Gavered Transactions Ilk The lamspWive subcontractor of the Sub-redpierlt, CoIIIeT County. certifies. by subrrdssian of Ihis d"urfi Qnt, that neither it nor Its princEpals Is plesePtly debarred, suspended, proposed for debarment, c declared ineligit4e, or vvluntadly excluded from par elpatlon In this lmnsac(ion try any Federat deparlmant or agency = a� 12) Mere Me Sub -recipients subcontrac#or Is unable tocorliiyto the above:statement, the prespectivI9 3 cant#act shall attach an explEmallan to this -'form. M 0 CONTRACTOR r L�� J N BY- ?])� 0 5 Street Address Na.jev,-,� t� hr. star Zia DUNS Number Date Sub -Recipient Name: DEM Cantrad Number-, FEMA Project Number_ Collier COLnty ftafd of County CornmissioneTs TBI) TBC) EXHIBrr I - 7 C"nrlr2r'y,-.wncy 16.C.4.f SG kxmlua 20-7719 EXHIBIT I ,FEDERAL CONTRAGT PROVI SlONS AND ASSURANCE COMER COUNTY ANTICIPATED DISADVANTAGED. MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Ulm wal 64 vowmd trrrr+erfad# pm Idd Wm refoiue ih% "4ME *n Ml wV .00T.11= a FE'."46Ri1H719+? � Wa.iaa 1o�ef �ercirmen*�rtrrMs psi +a�daxe: � shtr- NTRACTDR 1.10F RIVIALPO `rl PQI7.+ r'IfR,1� FF7hAEFt5oCC4f"bc {ayµ;.4rerv,:l4? �� ll ki wrEq �. CI}�afGocss�+rah�+GlO. W"r r# del A"VVY or -H4 CONTUCT mmaRfn4m wimm 6Usra� "jjv C rcLrC11�N 4 , r� lb%jML#SU.tlIFcjYOMFIOMTHf�AAumt*gt- kSd€? w ImusutTiTI&W +r MIh.lY7fl m, amomtDrmu vramuo 'hll2y r UT?iFOl r +[ loa CAI V �y�y� }y��F ++tr_WDP L.`. iOri A 9/�EiF3!JOA �HyI��yr�{ `�yy `*,Y y r��.y F1`'�ES*.i�iL-'F.'.�ny¢}bd 1�tJ}+19fA �2 p� 4y y / I I Prii171G r�M-SUW ..fN TA Y�r% .Ytirf lFA fR l rs /A �FI�' bV_4IA! A �% NU NORF1 Tr �I��L4T SIIL�lk MAIM ft CON(tAN 0A S, Rvia I<t15r MED WTr.PAN, MtMr 1S- TO t:"P M.INLs N ExTsacmN DU MJWBE SLo€WAXAcTo Raq sm P lm TY" ar- w%%,)oR GN iTtihNCTiti (0 11 mmUrlpimR FLACb`if irF ft7gATb,• V TILAN I5.e*94%7w'p DOUARAArAOUhT C'. SK AON Tti-) HE COMPLETED aV PRIME VMDO IC0144T kA�T�I� 'rff`" ATE � �3nR i7Flf OF 54U h+"Ti �� }� f lam"t6i A7F FHF� �${.r�i1T'�(�f TZ C,1 p*WtFE !aVlNQE!! F NCFAf6FR tiwrt :& i i tc mi~ a LmrC to if mid repo$ snriup" ow or Fme pn%A n Ie4m hw4nd 1a, * 3ntk4mc d Gu or MIDI MftM u yau=r 34""nog lWams {fart gl Hu CMfKtuij Tthni. lNj fpYm M Wg tw &?bMjfiea K b" Qf m a �+.'IFSKRI � � wf�errawarded a C�ynry �a�eha¢t. rho R�IrAi �11 � a1k#tOvpdaltthtudanra#iryn'�r CfFe�#a1s �lrnp+ia�i�as- 'r.��Id11�CffT'„ #idc Auer CAS !'WSGYVi �Yy'',Cin hA iINviI Axoeam HA AdawfooE"m�h AFA N011�F.�Ir}gif ' 4'4'Urrle75 Nl:Iti4 C'2� Mse erl �R � ii -D, SECTION To SE C610.1E fLfr Hw COLLIER COUNTY DVARTMElYTi4'G7di :C�J.Ff% Wh7libCis '.F Aee!'G:+1{� fieFi iff P� Via'A4hi: ;:!iTTi{'* u% plm w bcLiC EXHxllfT I -A Qr4CHt-n" .,nrr _" , Coilief Caunly 16.C.4.f SOITA& lars 20-77$9 EXHIBIT i FEDERAL CONTRACT PROVISI01q AND ASSURANCE LOBBYING CERTIFICATION Abe submMed with aatch bid or offer exceeding- 00,00M The undersigned [Contractor] cert1fles, to the best of his or her kn6wledge, that- 1, No Federal appmpriatod funds have been pAid or will be paid, by or on behalf of the undersigned, to arq person for in#luer}cing or attempting to influence an officer cr employee of an agent}, a I4lember ❑r orlgrtess, an otticer or employee of Congress, or ar~ employee of a Member of Congress in co' nJ18Milun with the awarding of any Federal contract, the making of any Federal grani, the making of any Federal loan, the entering Into of any cooperative agreement, and the exkensioo, ccr>tinuation, renewal, amendmeril, or modificavan of any Federal contract, grant, load, or cooperative agreement. 2. If arly funds other Ihan Federal appropriated funds have bear« 00ld or +Trill be paid to any person for iniiU'encing or attempting to influ8nco-an officer ofeMht y of artyagenrcy, a Member ofCon gress, an office r o r employee of Congress, at an employee of a Member of Congress In ronnectien with this Federal contract, grant, load, or cooperative agrmmarlt, tho ondersEgined shall complete and submil Standard Form- LLL, -Disclosure Form to Report Lobbying,' an accordance wild it,5 instructions. 3. Tf e undersigned shall requlie that the lartgtrage of this cer fIflcaticn be inclrided trr the award docurnenfs for all subawards at all tiers (iriclud.Ing subcontracts, subgrants, and eorilracts under grants, loans, and -cooperaliue agreements) afid Ihat. alI subraclpie nts shall certify and disclose accardinDly, Thi.s certificetfun is a malarial representation of fact upon which reliance was placed when this transa❑tion was made or enteMd inlo, Submission of this eartjRcAtiorl is a pferequisi a for malting or entefIng into lhts transaction Imposed by 31, U,B,C. § 1352 (as.arnende€t by the Lobbyog Disclosure AGt of 1995). Any person who fails to file the required certiflcaWn shall be subject to a civil pen ak y of not less than $1 O.QOQ Arid not more than S100-000 for escti such faliure- The Cbntraotor certifies or affirms the tfolhrulness arid accuracy of each statement of its certification and disclosure, Il any- 15 addRiorr, the G.o.ritractor understands and agrees lhat the provisions of 31 U.S,C, 5 3801 et 56%l apply to INS certification afrd disclosure. if any- Conlractor (Firm Name) Signature lame Date uihodzed Official Cjantract01rVAuIhorized Oiff-Icial 1, ZOLD T-„ n•u4nn 4 ne h., EXHIBIT I -9 CoUr County 16.C.4.f 5011 kanon 20-7ng- Cott CO&1y AdmorksVaM SavcEdf� pl="Sorlq ADDENDUM #1 Memorandum Date: S61200 From., Lisa Dien. Procurement Strategist To: Interested Parties ubjas:t: Addandum #1 0-77 9 — Sewage Haulln Email; LIs�.Oiencollirrii+�[I-ao+r Tolephort6: 2 9- 52-3935 This addendum has been Issued for the Following items idertfifying clarifications, charges, deletions, or additions to the original solicitation dor-urnents and bid schedule for the above referenced solicitati - Response time and Avallability mange and Bid Tabulation 16.6609 + 20-7739 — Addendum #1 c Solicitation dement Section -4 Chartgi�s to 0 3. EquIpment Availability 3A.1 Within two (2) hoas or Ontractor responsj�;the contractor shill have -the ability toarrIva on sat with a minimum of two (2} trucks capable of Mmoving a minimum of 4,000goIIom each. a Bid Takdation far 3.6-6609 - Attached Please acknowledge rerelpt of this Addendum and include with your bid. (SIgnaturej (Naine, at Ffrmr - S _ me �' Date If you require adddlooai inMrmailon, pease post a ques€,nn ark BidSynr, ob4ino or contact me asing the fitsnve contact inf(�rmatiori 1 {: m des f-T�mpmte - Addei�Aum-rew FU 0 z f, a Er r a z o m� r� W Ii 1 16.C.4.f ColFu {:4uilij SORCdaavn 20-77 . Ernail: goy± Telephone- 239-252-agls ftrOftram his Dvmw Purd laa ino ADDENDUM 42 Memorandum Date: (5180) From- Lisa Olen, Procurement Strategist To: fnti�rested Parties c Subject.- Addendum ## 2CM39—Sewage Hauling x a� a, This addendum has been issued for the following items Identifying clarifications, granges, deletions. or 3 additions to the original solicitation documents and bid schedule for the above referenced sollatation, in Re; pon&a time -- reverts to original one (1) hour contrac#or response Q M r Solicitation document Section 3.4 Changes to: Q 3, Equipment AvcI fability • 14.1 Within a, one #ll hou of contractor response, M6 6ntractor shall have' the ahilit+ t atrlve on -site with a minimum oftwa (21 truck-s capable of removing a minimum of 4,OW gallons each PI ease ae knowledge race Ipt of this Addendum and MncIude witty your bid. twgnaiure) L (Na' ms of Wm) Date It you requtre addFticnal Enfornta#fin, Please past a qL est{on an BidSyno on-Clrie or contaO rrre :using the a4ave w7tW Irrforrrmeiiun, k�pe+dxbf•em ins-Addendum,rnv�l ,it;r. a a P . 16.C.4.f ccdlier tgunty SgIk Fallon 20-TrN Email, uHty Telephone: 2 9-252-035 AdmrW&AW SerAMs DfVLWn Nicil" ADDENDUM 03 Memorandum Date: (5/151020) From. Lisa Cien, Procurement Strategist To: Interested Parties Subject: Addendum #3 20-7739 — Sewage Hauling x This addendurnz has been Issued for the rollowing items identifying clarifications, changes, deletions, or 3 add balls to the original solicitation documents and bid schedule for the move, referenced solicitatIcn. in Bid Opening Date and Time rernains the same but t_ocation changer Bid Opening now to be held in � a Procurement Conference room a Phone Bridge will not be used, r • 0-7739 — Addendum # � lb The' Bid Opening. will take place or, June 2, 2020 at 3:00 p-m, at Collier County Procurement Services Cenference Room A. 3295 Tamiami Trail E, Naples, FL 34112 Please acknowledge receipt of this Addendum and include with your bid, (SigndtsAre) (Name of Firrn) Date It you require .9ddltional InfDrmaf on, pIfiese pact s Que,00A on EidSyac on-hn9 or contact me Lasing the above contiaet tnjof af;on r-!' . -xti' R ..FW.'7ernpla#C y AtIi10YFdlkltla�u � 1 -14 cajlr!�r Caun."y 16.C.4.f SO11Gdation 2ju�-Tlw Question and Answers for Solicitation #2G-7739 • Sewage Hauling Question 1 could vre besuppIled with the bid (�bulatrw For tontraa: 16�6609? IsuLmitted. Apr A 2= .sPM Evr) Answer See AddL-ndurn#1 (Amwvred:may t%2020IOA4:j2AmSDT) Qudsuon 2 Tile rantraa stAtes thei'e Is a one hour wsporiserequiremi2rit Fot' k+rrrerg9nCiES6 This 511art r�n� iirr`re ratrsed very laew respor-,eslast b1d, would UTe County cunasrera 7 hour Or 15 hcXwT spars" v1rlr]dOW7 pubmltte.� Apr Mr 20M 1tS7,1 PM EDP Arwwer - SC=eAddendum It tri►avAwrid:may r,2bzo IVW02AMEDTj Quesftn 3 COuld the county exoaM why addendurn tm reversed addendurn 1-7 VVith Such a short res hse wind6w, the county is limiting the ar-�Ount or respons aria 4,011 be payLTE consoderahly rn'qra per hour. (5„ bmitted= May It. 2620 2A5V FM @n Answer • The reason for the one s 1) hour respdtfi a Urne fS due-to:h2 fact Lhat then may be ij pump station overfiowing; an AIr Release Valve lea king/braW 11, a swaer Fame mai n br'e'ak. among Mher issues that may ari!5e [hat would cause are 550 (5anftary SOW Overflow) ow) vah1ch endnge{s the hearth and safety of our ru5orFwrT a r-rd ourse fi, IF we arlow the two (2.) hour response time, the more sewage flows.onto the ground or Into a waterway are# also puts us in violatlor+ with the regulaimy gencks, one being FDEF: (Answerb& May 1Z 20M I t:17=AM EDT) Question Deadifne- May ZZ 2.0 5:00.M PM F D T "0 "be-leb-c- (N S Ckn � �U� �n -f, 4fgjul)r' I -fw-c J 16.C.4.f ► t CERTIFICATE OF LIABILITY INSURANCE i7AT�i1AHYGEUYI �4131f2p1# THfZ CER-RFMATE IS ISSbED AS A MATTER OF INFORMAT16N ONLY AND GNFERS NO. RIGHTS THE-CV-101FICATI`'HOLDER. _ -UPON 1 CERTIFICATE DOES NOT AFFI#;N%TWELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE QOVERAGE AFFORDED 13Y THE FIDUC SELOLY. TKIS CERTIFICATE OF INSURANCE DOES NOT =NSYMT>E A CONTRACT BETWEEN nfE I981ANQ INSURIER(S), AUTHORC R EPRES ENTATRFE OR PRO DUCER, AND THE CERTI FiCATE HOLDER. IMPORTANT, II the uOT11fkmte Rol[ier is all A€IWiONAL INSUIRLED, �g p�plicy�pes) mus I#atre ADDITIONAL INSURED ptpVlsiszns Oi be endar; It SUBROGATION IS WAIVED, subject to the terms and conditioltm a[ thl: "HEY, cefidl.11 Irolicies.may require an endotsaTmnt- A statefnenl thp6 Cerlincato does not confer ri hM W the cortifi"te h &wIn flou of such endomement(sj. PIRaODUOEN rGLY - InswX mce Icyy Ka'I BrOW-n Inc, TI7r Penm, ltianls Ave Ste 13DO E 3r�I-3gT-33ifl _ Altar me .�' E ppl,321-j$7-3-65e - prings'FL SMI o9rtifl[$#e5a#ir1sYIoElsxbroYrn,Carn _ INS;JRER;�j,kFF�'}1207ri�CDL+¢IG[eE NAR INREiA: PiOV9352Yia Ei{I�rm Ir?S ianm �Or'n�iijk y _ Uth rn $anKatlon Inc INSURM u= Whte Ping Ir*u;-dnw Cb 11 P.O. Box 7730 ?WWRERC' WestCha916r SUrp4m Liieas InsuraRtGe goMpony 101' - Naples FL 341 QI thISME]R D- - Irtir � i INSU�R � I OOVE-RAGES CERTIFICATE NUMBER. 17�933$Jf�r7 R SiON NUMBER; 3 m - _ TkhE IS TO CP-RnFY THAT THE PDLC;ICB OF INSURANCE UaTED BELOW HAVE BEEN ISSiMED TO" FN$ijRED NAMED A"E F17#1; THE POOH Y.P£R - INDICATF-0 NOTWOTHSTANDING ANY REpLAF EE 4ENT, TERM OR OONDMON OF .WY COWRACT OR OTMi R 136CUMENT WTH RESPECT TO VMIOF# 0 1 CtRWICATe MAY IaE l$5UED-OR MAY PP-RTA14. THE INSURANCE AFFORMD EIV -17KE POLnES "SQI [► HEKIN I SUBJECT TO'ALL RO 3 THE TER EXCLU SIONS'ANO COUNTIONS OAF SVCH POL1CIEo- IJ MITIS SHDVYN 1AAY HAVE 43EEN FtE— EO fiY �Alo' CL(+ ms � JkM'kF YYFEOF{iISfJRAHC DtLn4aR P#CCYEFF P4l11 QM VAM ygumW-A I rMrrva�rYrYL r�rrrsl�rrwvl umrs- - E X r0VMDtCrAL.GENyVtAI.LLAerrrrr ELAI3k�SRA[]E � G4`GU�r GENII 4G:,REb A7EpLIpLM tiPPL= PER P - _ ,aK' i I —I LDC I CT'F{EI� A A11Toh40eILE LkaEUU'nr ANY-&rru ER gLFTOSONLY hfAT HIRED ALIT05umLT _ NO3'r d3fP I AUTnsONLY ` I I Eals�ss Line CLa fs�.RurE LiAE31L1Ty aM1 Wrtl w vvI3CFA06W8 +v r 1i 1 1 NO* UMS&9G5-S 11,M5019 11+2t,r2Vt4 12r13121019 j 't$f15f38mo 0 EM1CHCCv�17R�ltE -bAMAGh x 1A[]SF,Uf14 � 7V RENTEDr REND .€rccarr a 1i.400 . 1 r Wi.illp�repee94++} 55,E . 9', sES NAL d N It#,ILAY 5 I'DXMI GEXERA_ AGGREC,A,—,-. SX,LMpd,g1}� O O_ . _PFl4i-y�15: COMP+OPA�', L 2,$DU.�k76 O S 1,pm ow �€riY Ir�uR'/ fur. persaGl . S Ei3`��-YIFhHSiY{Peraooi�grl} S PpQrrirRTY Al,1+5�H .S 4-_ �driRl :i Eh0ZURBENCE f�051=3iiiYc -- - x Jr-L E,�.ela J. iDEzfr 3 EL +5E- EAR EMPLOYEE t F—� DISEASE- Pr_=y LFMrr 3 C Y trSre56erRor I Oi82L3$335�44 I111fi2020 11112021 :1-03E,UM Oen.Ay�e� .1 Each PraiI11 off&UIMB u^-.:r<w3IvryQFVf— RATIUNS0LUCATIUMIVVEKICLES.J"OR1?1Q1.AAdbonRNRarnajrWA&Mout#, may dggn=r4dItmOf4finmaIQmqulrcdI Re: Ar, jab and 811 work pffkgm�d Fri 1 Rdi isr County curlier as�nty Lam of�oiLnky i,01T1r 1isondTs'OR Board ep C-uunty CommJse;o.-'Iars in Capllar County, OR Cogler Unty. rvarr TmAI afe additonal Insure wllh respect to Gane#aal Llability on a' Prirrrelry " non-c nlrinutoEy bac-ia as requited I� r wrir#un oudract R GGIWf County Board of County Cpmmi5s;oners 2299 'mile Lmi Trail East Haplea FL 341 U SHOULD ANY OF P-M ABOVE OESGRIfirco PQUCIE5 BE MA NCELLED iftfo THE. E7CPRA- 1UH DATE TwrrRepF, NOTICE W1i3_ r3E DELIR RED ACCORDANCE WrrH THE PDLICYP"ViSION% AUTHOFIC Fes__ FIEMERENTATPM �,i�. V. 'd A`CDRI} 23 ( 18/03) D 1988-2016 AGORD CORPORATION- All rig7t� e9@r 1-hu ACOR0 rsame and Pogo are regIstered nlarks of ACORa � 16.C.4.f POLICY NUM 6 ER -. VVPC P0055 75 COMMERCtAL GENJERAL LIAB3LlTY CG 20 12 D4 13 TFI)S ENDORSEMENT CHANGES THE POLICY. PLEASE BEAD IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This vndors rneht rnodifx s lnsurancoe provided 1.pnder the follos mrig, COMMERCIAL G EN ERAL LIASIIJTY COVERAGE PART SCHEDULE State Oir Govarnmenlal Agency Or SLib dlvision 0r PoliticaI SubdNiston: Collier County IBoard of County Cammissbners -99TarniamiTrall E Naple , FL 34112 wired 10,pornplete thl$ Schedule" it not shown above, will be shown In the Dvclaratons. A. Section 11 — Who Its An Insured Is an-p.nded t-o Include as .an addibonal insured piny sate or gQvsrnmental agency or suWi)nsion or political subdivision shown in the. rrhadule" subject W ti o following pmvlslans' I. This insumnze appllos only wish feect to operations performed by you or on your Jehalf for which the state nr governmental aggwy or subdivlslon or political subdivision has issued a perpnit of authorization However. a. The insurance effordad te'such addillonal Insured only applies to the extent permitted by law; end b. If coverage provided to the additional insured is required by .a iWontract or agrearnunt, the insuranrn,alfbrd to tach additiorrat Insured will Coat be broader than that which yqu are required by this contract ur FgrP@Fner3 to pTavlcle for �iuch a#dlfional Ivred. 2. This InsiirancB dues not apply la: a. "Bodily injury", "property damage' as dv '"personal .and eerfivnrg' Injury" 'artsiilg oul of operations performed far the federal government, state of municipality; or bF "Bodily Injury'. as "property damga' inchi&d within- the "pfo Jtlnfs completed opera8ons hazard" B. 1NIth respect to the f lsuranc$ .afforded to these 'addiliarlal irrsureds, tba following is added to Section III — Umfts Of Insurani o., If coverage provided to Ilia additionaJ JnsoW Is requiFed by a cwlract or agreement. the. niost we will pay on behalf of the ndditionaj insured is the amount of lnSU(ance- 1. RegUIFed by Ilse C ntraet or agreemerd-, or 2.- Available Linder the applicable Lirnffs: of Insuraxice shown in 1ho Derlarallons, wNchevrer is -loss. This endorsement shall not increa the applicable Limits of Insuranrs shown In the D�erl�tatlon�, CG 20 12 04 13 0. Ins umnce Services 0Moo, Inc„ 2012 f Page 1 of 1 16.C.4.f P P005675 CDIUIMER IALGENERAL LIABILITY 1PL 06 01 13-FL THIS ENDORSEMENT HA AGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC DDITl i L INSURED Ttris end a rson-ontmodifies imuran ceprovided uadar the following COMM ERCIALGENERALLIABIUTYCOVERAGE FDRM aT c Except as PTovided below, WJ other #awns and Condiflims of this palloy remain Lmohaagjad. � The following pmvi8ion is addW to (SECTION 0). Who Is Are insured. c� 4. Any entity you aw requlred.in .6 written contrdat to narne.as en insured, Is -an addltlorisl inswed � (harafnaRar Celled 8dditl6rreI insured), but rn M .81. Only as respecla c�PrftraMs-Ihat w arB ka'9'i huled prior to th'6 diva Ce of� Ibu#dfly lnjufyh, "property damage" or'personal and adve&t rig injury", a�d b. Only with raspecl to liability for 'bodily In(ury", "property darriagex nt ',personal a nd advertrsmg c injury" caused, in whole or ih pare, by your add of Qrnrsaiotj:s or acts or i�missiens: of Ihosa a artging-an your behalf in coo neeltans with your pramises, 'your xarork` for the'additional insuredl, 2 a. er ae% or ornissions of -the additional irisured In con nectidn watts the general7I upervision of , 'yourwarV to the extent so forth below, c (1) Th+m Limits of Insurance provided on Oehalf of the and IlionaI Inured ara rwt great&r thars those required by such contract_ (2) All Insuring agreements. exsIw3ions;.and conditions of this porr±yappjy, (3) 1n no event she II the Coverages ur Lirnft u# Insuranc8 in thieCOVWag$ r-arm-be Incroatsed by such contract c. Except whin required othemise by contract. this Insurance does not apply to: (1) -Bodily Injury" or "property darnage.' 0ocur6fl9 after -all work oil the project (other titan sorvice, malrrtellan�e or repaim) to fie performed by or on behalf of the additional tnsrrream Ot 148 -si of the covered o perati n ns bas been computed: or (2) "Booly injury- or sproparly darriage" occurring etler tha; portion cf "your work' out of which the Injury qr dl3mege alrism has been put to its. Intended 4se by any pafson or organization other than another corrt74rtor or subs-ontractor engaged In parrorminp oparalions fdr b principal Us a part of thu sarne* project, (3) `Sodlty Ilw y" ar "pru; arty damtge' arising out of any scl of orrrission of ttla odditionaI irrSured(s) or any or their employees, other than the genertaI supervision a work performed for the additional insureds) by you. (4) "Praperly damn " ta: (a) Property awned, or,q f or occupied by a ranted to 1h4 01dif iarraI insured(); WPfi L 06 01 13-FL Page I of 2 0� 16.C.4.f (b) Proparty in the care. C(Istocfy or control of tha addilional Insured (s} or over which the. addMonal msurad(s) is rbr any purpose exerciSing physical control: or (C) 'Yaorwork" for the acfdlilonaI ImLured (s)_ d, Nth respect to additin113l huw reds who ara aFORects, engineers or sarveyars, tilts 'I1 ixrance does foot apply to'bodHy rnjury,- ..property daplage " -Person aI injury" pr ",advertising Injury arlsiiAg out of the rendering of or the #allure to render wy professional seraicas by er for you, lm:ludln'u: (1) The piepsring, apprOvirig, or Wing to prepare or.approve maps, drawings, opinions, reporEs, surreys, change orders, designs or specificatipns; and � c (2) Lipurvi5ory,'n5P tJGn ar engine4iing services. x e. The irr9UfArite of -dett by this endomerrrert for the henet]t of tlxo additionat lrTSEved shall be a► pri mafy Insurances, and any o1fier msorence maintair7ed by the additional irreufed shall be 3 UNCOSS and nor�-conttiburory CO f. Rio parson or orgRnlzaUon Is an additional iesw6d with 1e13Aeet to Ihe. corrdud of any cu rrent c or past par(riemhlp -or faint ventufs that is iiut shvym as a twlaim] Insured In the -declarations, M ' r 6 WP L 06 01 13-FL Pepe 2 of 16.C.4.f JIMMY PATROhlIS CHIEF FINAKICIALOFRCER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION " " CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW • CONSTRUCTION INDUSTRY EXEMPTION This cartMea thlai ttte IndiVidlxal Jlsted below has abscled to be exempt fForn Floriaa Workert' Compensation raw EPPECTWE DATE: 3l1j)12D2 3 PERSON: WTTHEW BEEBE FEIN: 93717 24 8USINESS NAME AND ADDRESS: SOUTHERN SANITATION INC 310 5TH STREET NW NAPLE , FL 341'20 SCOPE OF BUSINESS OR TRADE: I1 nga4on w b;alrme System 3eiver G]ndivution rAq orrsrructW a Difverl 'Opermum Ancl arNeFs- EXPIRATION DATE: 3,1WOZ2 EMAIL: SC)IJTHERN ANITATIONCO--G AIL.00M lkAPPATANT pursuant Io Gulmc11011 r.05(i+4). RS ad1 olileef 01 a dorporetlnfl wM fikgd axon 9ft InQrm I his [rapier. by Irling.e mr hf lf.�9k8 of e.6ecUan om-der Ws wDan IM rwl feWV(;F henefiks or mw�rer;eagon -%Vu Lzanl to SubseMan 444.0 12}. F s., to Ge exeWl Idea undo: SlrbSCCibf1 i3I 5tjaJk apply pn{y+o 1he owporate ailler narrled ktl8 rmtice of a llOn tf. fjw rxerrffl€ arld s�pdy rally dwllllfll llle ape flr the gtfslne55 ar I►Ade FOW on the rdki� of IggmHQr06 L%e inpt Pvrsuanl to sub fAkn d .Or)I QJ.'1= S . n�1rc2S of eW�ctran to ba antk apd ce ldicates od elp_ctiuh tc, W ex�etnpt ENO be sUbjeol to seti+&c on if, Eftefly rurka BTr�r 140 Tilt y ur the nee 4i the €Ssuance of flee cArtlljCMjB. Me VeFso n rt niffd 4n M npUce ar M-Mcatt. 110langei noget5 iNt requlrer ailta 0 tri1vw ifiri for Issuance cf a rorifllydte. 'P.8 ft Wr#nwnt shah revoke a oMfic.als al r•nyfhge for_taRUf2 of The Pe-rz'pn 11arvM pry the 09riftge to irieet 1ha requirirngnls or tWe:secllan DF5-F42-0WC-252 CERTIFICATE OF ELECTION! TO BE EXEMPT REVISED 19.13 Ef)1119316 0UEST'Oi'ES? (85U)-413.1W9 16.C.4.f Ca41'p1ny Ifs Number: 384ia8e In1ormatton rralat] ng to Che Program Admil nlstrator(s) for your COMpany ors polICy qu8stions or operational problems: Name Mail Beebe Pb*" dumber (2a9).352 - 2 p Fax dumber (239) 362 -18000 EmaitAddriai Southernsa4iitdlion@gnujl.com Name Tanya Pee#e Phone NVMber �239) 352 - 2600 Fax Number (239) 35 -6600 Emstl AAdress Southernaanitationggmell,con, Page I$ of is E-vitrify MOU for E-hart Fmplayal Apanta N Raftion Data ObMi 113 16.C.4.f a r.} e� a COmPany aD Number 3WEIS Approved by: Employer Agent Ern Soul higrn Sen UNOOn flame (Please Ty#& or Print) Tanya Beebe ETee"Cafly Sign rt ment of Verne (Pteese Type or U-SCIS Verlt llon Division curity — Verification Pete 16 of 11D E-Vardy MOU. fnr E-Verly EMPIO `ar AW" I RJ On date OMI113 01112mil [a 16.C.4.f �F r Company ID Number, 364560 Are you ver tying for more than 1 site? If yes, Pleass provide the number of sites verified far In each State: FLORIDA 1 gite(s} Page 17 of 19 E-1 arjjy MO11 for P-- Varify EmPJayV AUMMS I ROAOron Aare DWf13 61 email by IiFI .rit}' ?� 16.C.4.f 11plfl eh 11 ph41w CwirllTJ�rd i�`a1Eo�s ! )0..- - 1 JrilhR's {T& f Uaith �JIrf16 Detail by Entity Name Florida Profit Corporation 1SDUTHERN SANITATION! IN fAWg Irrtormstinn Document Number POID00047816. FEUEIN Nuvnber 59-3717924 Date Filed QI07f20D1 to tl� FL Statue ACTIVE Last Evens, AMENDMENT Even; Date Filed 11101012 Event Effective Date NONE E1l QkAddresa 310 5TH T N NAPLE , FL341 1) Changea. 10113=63 bL3Ug Address 310 5TH ST-NW NIAPLF , F! 34120 Charged: lof$3m g� g�ati# Name & Address BEFBE_ MATrHE-VV P I7 310 5TH STREET N NAPLE ,- FL 3412.0 Name Chad; �8 Dbs AiJdress-Changed: 0311812OW �tllcerrDl rq�t��st1 Name & Address Tille P8D BEEBE, MATTHEWT 310 5TH St NW NAPLES. FL 34120 &It.2620 EXIall thy-Eallin' ',�arnr Report Year FIW Date �018 01MV2018 2019 021271201 D 2020 0410112020 -Clogunlent I Maqjk Lg —.11MIAL OhMff Vm!w laqgl? m TINFNIMI NNUAL 2LEURI VI&I I Kmgb lei PJI rMrMpj 'a'V,'b4---Al4rAUAL RE Vow lraauE o-POFAwnin iC'4f2l:.Nak,5 .. aiNuAL REF(--fz-r Vm%w Q�L'l 1.,-Ill 4 — Vew im� �-4 ill TIOFfoym-ml UIA yA 5L) I i —Af 1 U 2D Q Affieryjnjg OL VPFFit.�-"pl 111 flDF VP3W I rSPI]E IFy-PDF fdrjl3at IZ-1 _-t VLAw o-oge in laDl"`krrriWr O-F• ANNUPIL Arm PWl VLaw izrrjlp7,n Pir- forrr-,M. Vkw iinQe;i i PDF ik4mmL--j u&M APINUAN UEIY4 VWN irria" Pi I Pq7F twMaT o1,QJ!2ArtPh44JAI E Ve v Ima-jaill F'VP-rwrrj�j =IfZM-L•)%rqU8L, REJEQI-7 Vle%v lrnc4o I ii F�ff- twmat --o"44�upr;Fff V&S-m image Lrr R1# formfkT 0401 )Q4.-Ar4NLfAL RE VAsw llnafl a F, 1 P,'-,,F ftj hial I cl, 1 S -rim - 46.Tr-tl!—JT w-", Ep7ma: ANU "Aj3 ' VAye image 1-.1 P—UF fami'll QhE" UII.MO :A P:QF rUPnW is 1 ti.C.4.f Firm—9 Request br Taxpayer (Rmh cvfobw MI] l Identification Number and Certification Give: Form to rite teq s#er. Do not t ya7nwnt eI the 7ra9su) tn6ornel RasrN&W SMwtce 0- Go to www.ks.anvlFormm for JnotrUorons and tho later# Intom radon. send to the IRS. t UTO 1,ft.4r onyeur iwR rrdurnk, fdmmw is regcQacd ccn IN IP irk do Jot reeve the Iin* bhmk. 3 a Mn nomep'cb to rdrd entry if tllf fareaal {rrnn aoovs 0 3 CltsdceWOPMAQ boa far Were tax ObNi6rsl116n of Irm pewan *dun* nam, ieanNw d on Iln. t. yteck and} mo ot%Jw q I449hklrYq Selren kr4AS#b. 4 l mpVarre rjoodF}apply ooFy io QWt2dn Mli N% aer irrd'arWAt sea p ❑ Ihdi,riduwacda ❑ c Cnrl+.ian 8 tr 4.poraFiorr ❑ Peutr�eaalvp ❑ 7ruavestate inWwOOm an page 1j, sin&-m*nlb4r LLG OL Ewmpt pwjoe code Of any) Limr4.d hehurty tympany,rrt�rtira vex tksillkdnn G K4laticn,erusFrantpk F� � {�� arafivn, �S Gov o WO-2 Carey§ Ihr apuropolt{v hax in tnr I" ah v■ laWtltie hOR ola"lfiaetion al xhs Ir la-rnemtiei ovr+,er. Go rrat 06ack LLB J1 the LEE it oEirmdad as a 8HV@-Mambrr LLI� khak is 41VOO Prded from lid• Owrwr ti"ess the �',t'►`iP or the LLC � EXwrwfon bomb FA%:Lk keportsM QF§O rke,r iLC rapt Js.11bkdis�rded buff the 6miwr tmr Lf,$. kidw l twc pus pow*. C ltwnvjc!!�r s ekg%-mwrnhw LLt.tha Yoastit le pgr"wLTded fiVrn oxmar Wxm dd 4'f` R *A appraprrsta bpx fur the tax .QWw::j%Crr a, ire aATW S7 ❑ Olfrar {sa It'!s1rla1il3M B- m ,j i droQs (nL[rr.tmf. Stet anc�!t. , t MLMa IY4 Irx1 rBqug Wlk rwTw and addrasa io qa� � .aura, Owe -Iles 1 2, 7A- 7 Lit numba�&$ Wre (orMo"v TJ er #tierttiflcatiorl Number (TIN) Enlar your T1N In the p-,c We box. Ta1a TIN provlded mutt match this nt�r�e 9rVW.on lane 1 to avakf foolel tiaoctrlkynvn6er thlois _ally your a ins securlly ntr Pad {maw. Hower�var, tpr a FM backups wllh , wtag, Fcr In or, or ter�idartt align, case p!aprielor, ar dl9ragardad shilly, 9 life jrtatn-rcliore Kor Pad k, tamer, Fdr ptk��r ' 1:0 enlllles, 11 is yudur-omployer Irlehklllcailon number jtlh�, I} you da not have a number, w mw to +per a 77i'�a titer. or Note: it the ei=4unt Is in mare than ore nurrie, see the Irkslrupl Icana for line 1, NW sae- Mar Name and I Errs "F Jd.n! flce4lor, tium "r Af rriiw To (-Vva Ine Roque~ far gulderines an whMa number to 6htm _ ) perwItles of pat�L p, I emj lfy 1. litre number down an Ib s fom-k Jr. my fi.GnVO tEmpayer idantllk;9 ion number (oar I am wahine tar a mimbsr to tye Is$ to m-p ono . I am nol suNect to backup wRhhC4dW WU SO: (W I am dX6PrV from ba!::Wp wlihholdrig, Or 1 Haste oat b imil nol lll&d by the lnt4�mal Revenue SOMCe (tRS) thel I ern uubfan Ib Inackup wrliMotcgng ar a MW 'of a tallw-0'to report all InteresA or ctvidends, ew �Cl the IRS has notlfaoe me ihat I grit no iartgar Sut]ject Io baxkup wthhc lal fq; and 3.1 AmA O.S. �It[Mis or other US. person (dafrrrad balcw); and 4. The FATCA ccdejp) eniereJ an Ihis 1wrrk (it aa'Fy) kndk nting lhw I am ax6mpt from, FATCAreporring Ia.rurtect. Cer#M01111I0o krstruatAms, You muel crass out steak 2 above If you have b&m nm0fled by the IRS thm you are cunswry wtlhholdfng bobws, }^vu hati a faired fo report all IrrEereat ai-rd dvldendk on your lac return. For rasl 4WAta trarmsbl3Dm, Iten 2 does M01 eFrply+. For morlgpge Interest paid, BCgtrla:tlon of abwlonment uF wk,rad proparly, Quw-rilteliim Qf debt ccnMt)61k rrs to an Ir,�kdlsal reZfflmerit anangement (IR), and geAerally, payrnarkts Other Qn-snteaae and dlaldwKU. you era nct rqulred*yj sign the Ovit ficatbn, bul VOL) muwFpravdda your eixract TIN, Sae the lvtshwiions for Parr 11, later, Her 1 lgnat4l• ct 4 Here li 3a pa oil, 1. Lin ` 1 General I Sk3caon rste►enlles are to the Internal Fravaraij CoCe urlla-othww`,se notoo. Fulture delrelopments; For the .latom Irriorm ticn akxmd.da pmants fOwed to Perak-4 arrd Its Iflmw. :l9iw. such as.ie9Isd Ilo---i enacted Oer ttkey veto pubRehed. go to a'kf'W,fIC g*V1F4rrli". Purpose of Form An Indlvtdual or onllty (Form W-9 MCP80ar) whip Is reQuued to flra an InfoWi atton relujrl with trig IR9 rru a Ot] Wn your correct 4aslpgyef Iderythlmlian nurmbw (TIM Wh1OI1 may. be yow.socW riumber ( W, indlvirtllrall taxpuy's; tdenll:M6 19n nwutkT { Tl r4), adgprion taxpayer Idlrcrlifiaktion nu . lzksr (ATlhl',.or empdcyrer ldmllflcstlon number (EIN). Io i ark �n lnfotmaion return the wmurkl paid to your or other amomi rmpotiable un an rrsfonrfatlon return, ExwnFAim of Infant tt6on returnri inctut2e, but ate n$1 Enrdtd to, 1fle following ■ Frann t peg-;IN-r Pn wwo earned or pa4 * Fonts 1699-171V Wd YkfMwls; inClu�§n- those imwr iitfXka Or h%tblll furidsi] FoiTn i - (urinous types of Jnbome. prizes. awwda, or gro" proceeds) + Form IR9�-B±stOGII Or "ritual }unp.ysiCy and conaln other traha=fione bV brpk+eM .. ■ Fprm TOMS (PFOCIMEIS frOM real e,:rl&ta treneacilors) ■ Fars" 109E-K (ffWOkl9,n1 Gard and 114rd parr netmrK Irarrsadtlbrrs� ■ Form 199E {haMa rwrlyage Interest}, 1098 r= (9luderi( IOW Interest}. t QW T Orlon) * Form t Cv£r$-I" (canceled debts • Fomt 1499-A irvcqulsltlOn Or pitarrdonmenf 0 &Kurod C'rapamy) Use Form W-9 arrly it yw are p U.S. pq on (1nciudlnq a raa1afklil Wen), to provide you r =;ect TM It you Cr net refum Faun -9 to b' a regrrOi* 1Wdi a TW, JVJ bo subject to bbarke p wiftedAog See Whw Is txikup wlthltdlding, CAL IV,;. IMIX Fvrni W-9 JP& . i 1 G.C.4.f REGI TERED SEPTIC TANK CONTRACTOR MATTHEW T OF-EBE PC 8OX7736 NAPL a FL 341 - SOUTHERN SANITATION. »c k e ms Aijth6nzakm SA(1970864 SRa & g &tr e, e, Pj Fe a an 5e ptenifit m #0|D i $ / / 0 16.C.4.f COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMEER,, 91506c32 COLLIERCOUNTY 7AX COLLKTOR- 280 N. HORSESHOE DRIVE • NAPLES FLORIDA 1141H. (2391252_2177 VESIT OUR YYEBSITF AT, www.qoli;erax.com THO rREC�EsPT XPIRES SEPTEN18ER 30, 2020 _ DISPLAY AT PLACE CF EUSINE&S-FG 3 PLLBLIE IN3PEC' L to T 10 14.310 5TH ST NW FAILURE TO DO SO 03 CONTRARY TO LM AL 1-04 -Owe HOME GCC gtsl-�Z5 Pj ONE: 352•26GO .LFAX- TOTE ORC'OIJNTf LI�A,.SR 0971282 � {;nt ra11 n � '� OLITH�k�N SAPAl1T'rlllOs�1, �iAIC CJ of�` ' >=EBE, MATT HEVLJ I P. O- BOA{ 7728 T MAPLES, FL 34101 -' -3}- -- OWNER ONLY NO EMPLOYEES , Ln �Irl��tin�lra.."IV �A or NTH!:= ::« IS N{�hJ•I?EF�-h}4A9iL- CLRSSIFICATID:� 1- E 0371Q401 rt " DAT- �7�11 is i Ilis docum m is a bus:m's4 mr wilf TH% is r7v = 11 Mes no,, inn k;mi ec IL, viald'J30 �my , aWo lKal I .:,jvAUa pemd o }rc y 4uing flV MOO II mpt INN llCe BeE lr4rn QN 0l"f I4ki= -.1 pa y rcr� rlrlf;- ca 2 m co 3 m M O M r 16.C.4.f FLORIDA DEPARTMENT OF HEALTH CERTIFICATE OF AUTHORIZATION FOR SEPTIC TANK CONTRACTING IEALTH Florida Department rr Heallh hereby ccrf0f1W the biainess or eniityF nained Maw I= saris red the require merpis of Par$ t, Chapter 489. Fforida +Statures, for sepric tank cWatravfIrig curd has been duty audrorrs� by the Derpammm ro provide septic rank carrtractIng services under the name: of A09708 4 u#.huriwiiDn Number SOUTHERN SANITATION, I .. Qualifying Cmtm tor: MATTHE T BEEBE March 11, 2019 Date Issued March 31, 2021 Expiration Date 16.C.4.f II -CAI -000 4 Issued To: Southem Sanitation Inc. 310 5TH Street NW Naples, FL 34120 .Mail To: Matl:-iav,+ Reeb-e P.O. sax 7736 Naples, FL ;34101 Owner. Beebe, Mn theuv SIDS Truo%s. 3 STATE OF FLORIDA DEPARTMENT OF HEALTH Operating Permit O$TOS Service -SDS, ATUM' TTS Trucks, 0 1 jai) 42 3 C4D.untY: Collier Amount Pall: $205.00 Dr'de Palo= 07=mii Issued Raie 081011201$ Expires On; 07'13W Q: (st,med By, Deparlment & Heallh in Cooke r County (813)TN-Ji200 7h faciuiy shol+ihrs shove hell 1 >, 9rlspe ted + a tluly.auktrized represe0ll�live 01Iris osporrment Or Hss11h. and was fnuM ilI canfaml2nce wlitr thas6 rules pramulgast9� by tkte ovt ar menl undor the authorlty Of chat}isr5 38� , 31 and �1t9 part Ilk, Florida Staiutas, end set forlh in Rule 64E-5, FE[moa AdMinls#rativa cads, 7rMls rxeri„ll gr-Bras authOrfty t0 operaxa the abovo M16fe9ced i$ailliy. servWA. iar system 1n'canformsn" with department ruieS and tha colt(lillana or operation shown tWow. This permit la rrwvocable, uo4ri sarvice of iioliGc, when It Is dat6rm100d by th19 departmeni lfiatthe opera idrud Obndittans aid department Kjandarft sre not beirig maintairlsd. � Tructs� HWT antl Jdi systems only 'Q77+"o Srv+�e �kgrralil AlrlRevla�lartw SI]8-8ptD0 Uispo481 8rwiCse TTS- lernporeryTankSisrvias LA&-i+3fltl AppliClin Site ATUM - ATU Malrw�arlce EMiiy LAF__ Uric-Sfatrilixation F luty TM - TurIk potanufaCtSsror n;cml AY CE IF IwAiF iN A OPtSPr C :I.GU sr: Shorn SOy W- INC. NQ - FkSFFFi�i issued To. Southern Sanitatiurl Irre- 31 G STH Stfeet N Naples, FL 34120 10911 Try: Matthew Beebe Nap€es, FL 34101 STATE OF FLORIDA DEPARTMENT OF HEALTH Operating Permit OSTOS - Service - 913S, ATUM 1 1.51D r-mjnN. Collie Amount Paid: $205• Rate Faio: (17M2 lsaued Doke: OW01 expires On, 07)3' issued By; Depertmant riff Heallh in Wilar 0xinly h t. s 20 Dwrler- Beebe, Matthew (81,3)174-S2-i30 ral 16.C.4.f Small. t_isa,0iP-ri fliercnun# f1. o ou t —Si� a elepftonim: 239-252-8935 A San*= Wsim f'urrhe�irq . ADDENDUM 91 Memorandum Date: 5/61 0 4 From- LiRs Olen. Procurement Strategist To: Interested Parties Subject: Addendum #I 20-773b—t5 wao Harullrrg x This addendum has been issued For the foliowft Items 1dentifyiN clariftations. changes; delefions, or 3 'additions to the original solicitation documents .anal bid schedule For the move rererefleed solicitation. in Response time and Availability Change and Bid Tabulation 16-6609 M r • 0-7739 — Addendum #1 b Solicitation document Section 3.4 Owges to; a 3. Equigment Avar7abifity • 3.4.1 Within two 112) hours of cotrtractor resgan5e: the contr%qiaor Shall Nkve t1W ability 10.0' TOs a Qn-sG: with a minimum of two (2) trttksvcapable of nerrtoving a rnInimuM of 4,01M gallons each. r Bad �ai�ulat{fl rk for 16�x6Q$ - Attai=h ed Please acknowledge r"elpt of this Addendum and Iriclude with your bid. {Signatt,r Date (Marne of Firm) If you require addit=aI iafa ation, pies -se post a quasaon on BidSyK on-line a contact me using the abuv*,ct Informatian ApPm+diK f-Tempkat■ - Addandum-rev 10L18-13 F:1 k d § k § k a/ y m \ � � � z e o R m P 2 � @ � 2 n k ] ; « E 2 g § k � J � / � - / ! � $ 2 § 0$ 16.C.4.f CJkur Comnty Ado' Ii rvice:s t7in SiM ADDENDUM 42 Memorandum Date; {518 2020} From: Lisa Dien, Procurement Strategist To: Interested Parties Subject: Addendum 62 20-7739 — Sewage Hauling Ernall, Llsa.01�,-n Illefcaun fl, rnv Telephone, 239-2$2r3935 This addendum has been issued for the follo ng items identifying darifications, charges, deletions, or additions to the original solicitation document$ artd bid schedule for the above referenced solicitatiorT. Response time — Irerrerts to oriiglnat Ono (1 ) hoar COntractor responsis G--7739 — Addendum o olie;ltatlon document Section 3.4 Changes to: 1- EgLOpment AaailabMlity 3.4.1 Within t�,.n + ice} one 1) hour of contractor response; lbf! contractor small have the abll€ty t arrive on -site with a rnlnimum of two I2} truCK5 tapahle of removing a minirnurn of 4,ODO gallons each Please acknowledge receipt of this Addendum �hd Inert de with your bid. �C (Signature Date (Name of Firm) If you "Fire additonal inforrinatlon, please post a.queslion on BidByrv7 oriAine or con(acl me L3aing the above ean[Eet infnrmOon Appdw&m FTemo&Le—AcWerr&M-r.v io-IS-Y& 16.C.4.f EMall: Llsa.0 n cnWerpour�tyfi.[ nV Tele phone.: 59-25,2-89 3 5 AftfftgrdfiA S9NkM Div� Ptohasrq ADDENDUM 43 Memorandum Date; (51151 0 O) From: Lisa Dian, Procurement Strategist To: Interested Pantos Subject: Addendum #3 0-7739 — Sewage Hauling x a� This addendum has been issued for the Following Items Identifying clarifications, changes. deleficns, or 3 additions to the original solicitatlon documents area bid schedule for the above referenced solicita#ion_ Cn Bid Opening Jute and Time rernains the same but Location granges. Bid Opening now to be held in � a Procurement Conference room a Phone Bridge will Dal be used. r y IP The. Bid Opening wail take placo on ,dune 2, 2020 at 3:00 p.m. at Collier County Pfocuremenl Services Conference Reorn A, 3295 Tarniami Trail E, Naples. R 34112 Please aoknowtedge re ipt af this. Adden dum and Include with your bid. (Signature) ��UUA�ef�4 (Marne of rrm) Dote II Yov require *ddiiurral inforrwuL,n. PIsasv pit s question an BidSync on-I1ne jar Corkwt m usino the above i�arEt=l infaam3#ion. mpp—dix F-?agrMAe—Addends m-mm 8 16.C.4.f Emergency Op rarti n Plan. Southern Sanitation Inc., liitatirn#20-7739 Southern Sanitation Ifnes of Communications with Collier County ig as fo;laws: Southern Sanitation will provide each Truck with a Contact lame and phone Number of Southern Sanitation EMployees an all Clay shift and night shifts. Al communications are Ilia Cell Phones. Southern Sanitation will he the Main line of contact, so no miss cornrnunication 4s given or overloading Collier County Employees wring Emergencies. Southern Sanitation will provide Collier County with Trucks as Per Requested at time of Emergencles. Southern Sanitation has contact with additional Trucks per Collier County request. Southern Sanitation Emergency response Is what is detailed In Sol Wtation# 20-7739, the location of trucks Is as requested by Collier County Employees based upon stations and areas In need of Trucks. Required Rest Time will be determined upon scope of work at time of Emergency, Purnp Trucks will all have rellef drivers. Drivers will be rotated on shifts to be compifant with Uepartment of Transportation guidelines. Southern Sanitation has an agreement with a IocaI bulk fuel provider to ensure prior & post declared emergency fuel supply for any/all trucks working in Collier County with Southern Sanitation Inc. All vehicles used for Emergency Wastewater hauling will be permitted & insured as per local, state and federal guidelines. Southern Sanitation has tearned up with a local hotel which has a Full Generator back-up system and has an agreement for a Block of rooms for drivers during their requ#red rest/sleeping times. Southern Sanitation will provide an Employee of our company are each shift to make sure all Trucks stay In compliance and all actions are running smoothly during Emergencies. Southern} Sanitation has access to roadside assMance if need4d for Trucks with issues. Southern Sanitation will supply All Trucks with proper Collier County Hauling paparwork per Sol icitation# 20-7739. SVr�� V-0