Loading...
Agenda 10/13/2020 Item #16A14 (ITB #19-7655-SS - Earth Tech Enterprises, Inc.)10/13/2020 EXECUTIVE SUMMARY Recommendation to approve the sale of shell material pertaining to Invitation to Bid (“ITB”) No. 19-7655-SS - Sale of Surplus Material -Shell/Dredge Spoils from Beach Renourishment/Dredge Operations to Earth Tech Enterprises, Inc., in the bid amount $1.00/cy for the material plus $2.25/cy Florida Department of Environmental Protection (“FDEP”) Severance Fee, for a total bid of $3.25/CY, or a total amount (based on 4,000 CY) of $13,000, as per the terms and conditions of the ITB. OBJECTIVE: To approve the sale of shell material and proceed with the liquidation and removal of surplus shell/dredge spoils materials from the Collier County 951 barge site location. CONSIDERATIONS: Staff is requesting approval of the sale of shell material resulting from ITB No. 19-7655-SS to be sold to the highest and only bidder, Earth Tech Enterprises, Inc., in the bid amount $1.00/cy for the material plus $2.25/cy FDEP Severance Fee, for a total bid of $3.25/CY, or a total amount (based on 4,000 CY) of $13,000, as per the terms and conditions of the ITB. On July 28, 2020, the Procurement Services Division posted ITB No. 19-7655-SS, Sale of Surplus Material - Shell/Dredge Spoils From Beach Renourishment/Dredge Operations. The County issued 44,365 notices among forty-five (45) vendor classifications in an effort to engage a broad interest in industries and vendors. Despite the extensive outreach effort, the County received one (1) single bid by the August 18, 2020 deadline as summarized below. Staff reviewed the only bid received and determined Earth Tech Enterprises, Inc. to be the responsive/highest and only bidder. Staff recommends the sale of the surplus materials be awarded to Earth Tech Enterprises, Inc., based on its bid for the unit cost of $1.00/cy for the material plus $2.25/cy FDEP Severance Fee, for a total bid of $3.25/CY, or a total amount (based on 4,000 CY) of $13,000, as per the terms and conditions of the solicitation. The cubic yard unit cost breakdown includes a mandatory Florida Department of Environmental Protection (“FDEP”) regulatory agency material severance fee in the amount of $2.25 per cubic yard. The severance fee shall be paid for by Earth Tech to the FDEP, with County staff processing and transmitting the required payment to that regulatory agency according to the permit terms and conditions. The sale of the surplus material and payment of the FDEP severance fee by Earth Tech relieves the County from the obligation of having to pay that required fee. Vendor Material /cy FDEP Severance Fee/cy Total/cy Total $ Earth Tech Enterprises, Inc. $1.00/cy $2.25/cy 3.25/CY $13,000 Earth Tech Enterprises, Inc. will pay for the purchase and removal of shell content materials from County property to include the following: · Truck haul loading and transportation from unloading site. · Site restoration to grade elevation. · Maintenance of Traffic and Truck Load Tracking Control. The quantity of the available shell content spoils material is approximately +/- 4,000 cubic yards, which 16.A.14 Packet Pg. 1104 10/13/2020 was previously surveyed in place by a licensed land surveyor during the previous Coastal Zone Management South Marco Island Beach Renourishment Dredging Project. The shell content material is currently stockpiled at the County’s 951 off-loading barge site. ADVISORY COMMITTEE RECOMMENDATIONS: No board action is required for this item. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. FISCAL IMPACT: The revenue received from this sale will be deposited into Tourist Development Tax Fund (195), Project No. 90071. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the sale of shell material resulting from ITB No. 19-7655-SS to the highest/responsive and only bidder, Earth Tech Enterprises, Inc., as set forth above, with the actual quantities to be monitored as the material is loaded and removed, and the total quantity reconciled by staff at the completion of the removal. Prepared by: Clint L. Perryman, Project Manager, Coastal Zone Management, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (PDF) 2. Earth Tech - Shell Dredge Spoils Sale (PDF) 3. 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (PDF) 4. Earth Tech Additional Insured Endorsements and Waivers for FCCI (PDF) 5. Earth Tech COI Collier County 09102020 (PDF) 6. 19-7655-SS. NORA - Executed (PDF) 16.A.14 Packet Pg. 1105 10/13/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.14 Doc ID: 13440 Item Summary: Recommendation to approve the sale of shell material pertaining to Invitation to Bid ("ITB") No. 19-7655-SS - Sale of Surplus Material -Shell/Dredge Spoils from Beach Renourishment/Dredge Operations to Earth Tech Enterprises, Inc., in the bid amount $1.00/cy for the material plus $2.25/cy Florida Department of Environmental Protection (FDEP) Severance Fee, for a total bid of $3.25/CY, or a total amount (based on 4,000 CY) of $13,000, as per the terms and conditions of the ITB. Meeting Date: 10/13/2020 Prepared by: Title: – Capital Project Planning, Impact Fees, and Program Management Name: Jessica Arencibia 09/10/2020 1:37 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 09/10/2020 1:37 PM Approved By: Review: Zoning Gary McAlpin Additional Reviewer Completed 09/10/2020 1:40 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 09/10/2020 5:05 PM Board of County Commissioners Jim Flanagan Additional Reviewer Completed 09/10/2020 5:41 PM Growth Management Department Judy Puig Level 1 Reviewer Completed 09/11/2020 10:08 AM Procurement Services Sandra Herrera Additional Reviewer Completed 09/14/2020 10:18 AM Capital Project Planning, Impact Fees, and Program Management Andrew Miller Additional Reviewer Completed 09/14/2020 2:26 PM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 09/15/2020 11:39 AM Growth Management Operations Support Raquel Ovares Additional Reviewer Completed 09/16/2020 9:06 AM Growth Management Operations Support Heather Meyer Additional Reviewer Completed 09/16/2020 2:05 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 09/16/2020 2:23 PM Grants Valerie Fleming Level 2 Grants Review Completed 09/18/2020 2:25 PM Grants Carrie Kurutz Additional Reviewer Completed 09/18/2020 2:51 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 09/21/2020 2:41 PM County Attorney's Office Colleen Greene Additional Reviewer Completed 09/23/2020 3:19 PM 16.A.14 Packet Pg. 1106 10/13/2020 County Attorney's Office Scott Teach Additional Reviewer Completed 09/23/2020 3:57 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 09/23/2020 4:06 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/24/2020 10:19 AM Grants Erica Robinson Additional Reviewer Completed 09/24/2020 2:47 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 09/29/2020 6:40 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 10/04/2020 12:07 PM Board of County Commissioners MaryJo Brock Meeting Pending 10/13/2020 9:00 AM 16.A.14 Packet Pg. 1107 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR SALE OF SURPLUS MATERIAL - SHELL/DREDGE SPOILS FROM BEACH RENOURISHMENT/DREDGE OPERATIONS SOLICITATION NO.: 19-7655-SS JIM FLANAGAN, PROCUREMENT MANAGER – CONSTRUCTION TEAM PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8946 Jim.Flanagan@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.14.a Packet Pg. 1108 Attachment: 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (13440 : Recommendation to approve the sale of shell material) 1 | P a g e SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 19-7655-SS PROJECT TITLE: SALE OF SURPLUS MATERIAL - SHELL/DREDGE SPOILS FROM BEACH RENOURISHMENT/DREDGE OPERATIONS PRE- BID MEETING: NONE LOCATION: N/A DUE DATE: August 18, 2020 @ 3:00 pm PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ All questions regarding this ITB must be submitted online on BidSync. All responses to questions will be posted on BidSync INTRODUCTION As requested by the Coastal Zone Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Div ision (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified Vendors in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The County desires to sell to the highest bidder, a stockpile of surplus shell/dredge material approximately 4,000 CY. The successful bidder will be required to provide all labor, equipment, supervision, and insurances necessary to load, truck, haul, and remove the stockpiled shell/dredge surplus material stockpile and leave the site level and clear. The successful bidder will also be responsible to pay a mandatory Florida Department of Environmental Protection Severance Fee of $2.25/CY. Loading will be monitored and recorded by County Staff to validate quantities removed and payment to the County. TERM OF CONTRACT The term of the contract is through the completion of the removal of the material, restoration of the site and final payment reconciliation. Prices shall remain firm for the term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the highest, responsive and responsible vendor(s) that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the highest bid as outlined below: The highest Unit Price per Cubic Yard: A. Bid Shell/Dredge Spoils Material plus B. Mandatory FDEP Severance Fee Unit Price = Total 16.A.14.a Packet Pg. 1109 Attachment: 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (13440 : Recommendation to approve the sale of shell material) 2 | P a g e Bid – Spoils Material + Severance Fee ➢ Collier County reserves the right to select one, or more than one supplier, or other options that represents the best value to the County; however, it is the intent to: • Identify Single Awardee ➢ The County reserves the right to issue a formal contract for the award of this solicitation. DETAILED SCOPE OF WORK The bidder will offer a proposal to Collier County Coastal Zone Management to purchase an existing stock pile of shell conten t materials (approximately 4,000 cubic yards +/-) based on a cost per cubic yard basis to include loading the materials and truck haul transporting the materials off-site from the Collier County 951 Off-Loading Barge Site as per the following terms and conditions: • The quantity of the available shell content material is approximately +/- 4,000 cubic yards which was previously surveyed in place by a licensed land surveyor; and during the truck haul off -loading transportation phase the materials were carefully loaded, inventoried, and monitored with recorded truck ticket logs. • The shell content material is currently stock piled and securely stored at the county’s 951 off-loading barge site (see attached aerial photo). The successful bidder will be solely responsible to provide all necessary heavy equipment to load and truck, haul, and transport the materials from the site. • The successful bidder will be required to visit the site where the shell/dredge surplus materials is currently stored and evaluate the contents on an “as-is” purchase consideration without warranties or guarantees. • The preexisting site surface conditions will be left in its original condition of graded shell content material. The successful bidder will be responsible for repairing and restoring any damages to site. The successful bidder shall maintain the roadway and the site where the material is stockpiled at no cost to the County. • County staff will be on site to evaluate and monitor the entire loading and truck haul operation and to maintain quality assurance and control during the process. The successful bidder will be allowed twenty-one (21) days from the commencement of the operations to complete their operations. • There will be a mandatory regulatory agency severance fee in the amount of $2.25 per cubic yard payable by the bidder to the Florida Department of Environmental Agency (FDEP). • Proper insurance coverage will be required. Certificates of Insurance will be required naming Collier County Board of County Commissioners as insureds. Insurance Requirements attached. By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. • The Successful High Bidder shall comply with the County’s CMA 5807 Maintenance of Traffic including supplemental Risk Management Department Maintenance of Traffic Instruction dated December 1, 2010, copy attached to this solicitation. • Successful Bidder must be willing to provide copies of vehicle certifications and licenses upon request. Successful bidder must be willing to provide copies of all employees‟ driver’s licenses upon request. Measurement and Payment: The successful bidder shall make payment to the County and FDEP as follows: • The Successful High bidder will be required to provide a “Letter of Credit” and/or ‘Certified Check” issued by a Licensed Registered FDIC Financial Institution made out to the holder “Board of Collier County Commissioners” in the amount of 100% of the anticipated total of the materials as bid (Material Unit Bid Price x 4,000 cy). 16.A.14.a Packet Pg. 1110 Attachment: 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (13440 : Recommendation to approve the sale of shell material) 3 | P a g e • A separate “Certified Check” payable to Florida Department of Environmental Protection (FDEP) in the 100% amount of the Mandatory FDEP Severance Fee (4,000 cy x $2.25 = $9,000) will be paid in advance of removal of material and submitted through the Collier County Project Manager in order to process and reference the appropriate permit number and other administrative processes. • Any final adjustments to the quantities of materials collected and the actual monies due will be determined at the final completion of the removal of materials measured against the onsite observations and evaluation methods of accountability. The Successful High Bidder shall be required to finally complete all Work within twenty-one (21) calendar days from and after the Commencement Date specified in the Notice to Proceed. Bids shall be received online by the Bid Date of August 18, 2020 @ 3:00 PM. No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents and submitted through the Collier County Procurement Services Division Online Bidding System website: https://www.bidsync.com/bidsync-cas/. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Servic es Division Online Bidding System website: https://www.bidsync.com/bidsync-cas/. Copies of the Bidding Documents may be obtained only from the denot ed website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. VENDOR CHECKLIST ***Vendor shall be deemed non-responsive for failure to submit a completed Bid Form with its submittal.*** Attachments: Collier County Shell/Dredge Stockpile – 951 Barge Site – 06-29-20 Aerial Photo and Existing Stockpile Photos 19-7765-SS - Insurance Requirements 19-7655-SS - Bid Form 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure Collier County Shell/Dredge Stockpile – 951 Barge Site – 06-29-20 16.A.14.a Packet Pg. 1111 Attachment: 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (13440 : Recommendation to approve the sale of shell material) 4 | P a g e Collier County Shell/Dredge Stockpile – 951 Barge Site – 06-29-20 16.A.14.a Packet Pg. 1112 Attachment: 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (13440 : Recommendation to approve the sale of shell material) 5 | P a g e Collier County Shell/Dredge Stockpile – 951 Barge Site – 06-29-20 16.A.14.a Packet Pg. 1113 Attachment: 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (13440 : Recommendation to approve the sale of shell material) 6 | P a g e Collier County Shell/Dredge Stockpile – 951 Barge Site – 06-29-20 16.A.14.a Packet Pg. 1114 Attachment: 19-7655-SS - Invitation to Bid (ITB) - Sale of Surplus Material (13440 : Recommendation to approve the sale of shell material) 16.A.14.b Packet Pg. 1115 Attachment: Earth Tech - Shell Dredge Spoils Sale (13440 : Recommendation to approve the sale of shell material) 16.A.14.b Packet Pg. 1116 Attachment: Earth Tech - Shell Dredge Spoils Sale (13440 : Recommendation to approve the sale of shell material) CMA # 5807 MAINTENANCE OF TRAFFIC § 5807-1. Purpose. § 5807-3. Concept. § 5807-2. Scope. § 5807-4. Currency. [Effective Date: March 13, 2000 (Revised: July 24, 2001; October 1, 2002; October 1, 2003; October 1, 2004; Revised: January 1, 2005)] § 5807-1. Purpose. The purpose of this Instruction is to assure that all work being performed in County rights-of-way is performed following both the Manual On Uniform Traffic Control Devices (MUTCD) Standards, current edition, and/or the Florida Department of Transportation's Design Standards, current edition, thus assuring a safe environment for workers, vehicular traffic and pedestrians on all County roadways, streets, bike paths and sidewalks. § 5807-2. Scope. This Instruction shall apply to all work performed in Collier County rights-of-way, including that performed by contractors working for the County, contractors working for developers, utility companies (including work performed by their personnel and/or subcontractors) and all County work forces within each department of each division. § 5807-3. Concept. A. This Instruction references the MUTCD Section VI and the 600 Series of the Florida Department of Transportation's Design Standards. It shall be the sole responsibility of each contractor or department to be familiar with and understand the MUTCD and FDOT Design Standards, including any and all changes, updates and/or revisions made to these Instructions. B. Due to the amount of content covered via this Instruction, Collier County has developed a separate written procedure that outlines the necessary components of this Instruction. This separate procedure shall be referred to as "Collier County's Maintenance of Traffic Procedure" and is governed via the authority given by this Instruction. C. The Maintenance of Traffic Procedure is available from the Risk Management Department. This document can be obtained internally via the Risk Management Web site, by sending an e-mail request to gregbarlow@colliergov.net or by calling 239-774-8283. 5807:1 09 - 15 - 2007 16.A.14.c Packet Pg. 1117 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of OFFICE OF COUNTY MANAGER ADMINISTRATIVE § 5807-4 PROCEDURE § 5807-4 § 5807-4. Currency. The Risk Management Department is responsible for maintaining the currency of this Instruction. 5807:2 09 - 15 - 2007 16.A.14.c Packet Pg. 1118 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 1 RISK MANAGEMENT DEPARTMENT OCCUPATIONAL SAFETY PROGRAM ________________________________________________________________________________________ SUBJECT: Maintenance of Traffic REFERENCE: CMA 5807, Countywide JSA # 9 EFFECTIVE DATE: March 13, 2000 REVISION DATE: December 1, 2010 PURPOSE: The purpose of this instruction is to assure that all work being performed in County rights-of-way is performed following both The Manual On Traffic Control Devices (MUTCD) Standards (Current Edition) and/or Florida Department of Transportation (FDOT) standards (Current Edition), thus assuring a safe environment for workers, vehicular traffic and pedestrians on all County roadways, streets, bike paths and sidewalks. SCOPE: This policy shall apply to all work performed in Collier County rights-of-way, including that performed by contractors working for the County, contractors working for developers, utility companies (including work performed by their personnel or sub-contractors) and all county work forces within each department of each division. Both departmental requirements (internal) as well as contractor (external) requirements are outlined in this policy. CONCEPT: This instruction references the MUTCD Section VI and the 600 Series of the Florida Department of Transportation Design Standards. It shall be the sole responsibility of each contractor or department to be familiar with and understand the MUTCD and FDOT Design Standards, including any and all changes, updates or revisions made to these instructions. GENERAL DEFINITIONS: Qualified Work Zone Employee – Means any employee, who by acceptable qualification, has obtained the knowledge, competency, has the experience and holds responsibility for developing and/or ensuring the proper setup of th e Maintenance of Traffic Plan or Joint Maintenance of Traffic Plan. Collier County Work Zone Safety Inspector – Shall mean any Collier County employee, who by way of training, qualification and knowledge of traffic safety, has been designated by Collier Co unty’s Risk Management Department as a “Work Zone Safety Inspector.” Contractor – For all purposes associated with this policy, the term “contractor” shall refer to any and all contractors and/or their respective sub-contractors, working for Collier County, contractors working for developers, utility companies and any and all sub-contractors working for any of the above mentioned parties. Immediately Available – Shall mean that the work zone certified person must be available to a work zone inspector within 20 minutes of initial contact. Lane Closure – For all purposes associated with this policy, the term “closure” or “closures” shall refer to any closing of a Collier County roadway, street, sidewalk, median or bike path. 16.A.14.c Packet Pg. 1119 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 2 Maintenance of Traffic Plan (MOT Plan) – Shall mean a form used to describe, in detail, the exact location, date, and setup criteria needed and used in conjunction with any “work zone” deemed necessary within a Collier County Right-of-Way. Right-of-Way(s) – Shall mean any Collier County roadway, median, bike path, sidewalk and/or any distances from the edge of these surfaces as established by Collier County. “Shall” or “Must” – These terms, when used, are defined as meaning mandatory. Traffic Control Zone (TCZ) – For all purposes associated with this policy, the term “traffic control zone” or “work zone” shall refer to the entire area from Advanced warning location to the Termination area, where any operations are being performed on any Collier County roadway, street, median, bike path, sidewalk and within the width of any right-of-way associated with such roadways or streets, regardless of distance from roadway. INSPECTION DEFINITIONS: Additional Protection Needed – The existence of any condition or practice which could potentially cause death or serious physical harm that was not visible on the JMOT and/or MOT written plan. This requires work to be stopped, if necessary, in order to make the nece ssary changes to the work zone. Minor/Non-Serious – The existence of any condition or practice which has the potential to create traffic flow problems, minor visibility issues, etc., but is not serious enough to warrant a stop work condition. Stop Work-Imminent Danger – The existence of any condition or practice which could reasonably be expected to cause death or serious physical harm before such condition or practice can be corrected. Work shall be completely stopped until all corrective measures have b een applied. Stop Work-Noncompliance – A violation described in a notice has not been totally corrected within the noted abatement time, and the abatement time should not be extended. Work shall be completely stopped until all necessary corrections have b een made. All other related definitions may be found in Part VI of the MUTCD and/or the 600 series of the FDOT Design Standards. A. General Safety Requirements (Internal and External): 1. In addition to the safety requirements provided within this policy, each contractor shall have sole responsibility to follow all applicable OSHA construction regulations. These regulations can be found in OSHA 29 CFR 1926. These regulations shall not be provided by Collier County and knowledge and understanding of these regu lations are the responsibility of the contractor. EX.OSHA 29 CFR 1926.651, Subpart “P” Specific Excavation Requirements – outlines the minimum procedures required for performing trenching and excavation work in a safe manner. 16.A.14.c Packet Pg. 1120 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 3 2. Violations of OSHA regulations shall be documented and enforced in the same manner as violations of this policy. Failure to comply with any OSHA requirement may result in the same disciplinary action taken for a violation of this policy. 3. High-visibility clothing or vests with retro-reflectorized striping must be worn at all times by all employees working within Collier County Rights-of-Way (see exception in #5 below). This includes personnel that may visit the “work zone” temporarily, such as management and/or vendors. ANSI/SEA 107-2004 or the most current edition, Class 2 or Class 3 garments are required for daytime and night-time use. 4. A Class 3 garment is mandatory for use by flagging personnel during any hours of darkness, including during inclement weather situations where conditions may create hours of darkness during normal daylight conditions. 5. Exception: When other industry apparel safety standards require workers to wear apparel that is inconsistent with Federal, State or County requirements such as NFPA, OSHA, ANSI, etc., the other standards may prevail. However, apparel must still meet high visibility color requirements of fluorescent lime-green or fluorescent red-orange only and must be maintained in good condition and replaced as necessary. EX. Utility workers exposed to high voltage electricity may choose not to wear vests or clothing with retro-reflective striping as long as the color requirements listed above are met. B. Contractor Requirements (External): 1. Each contractor shall maintain at least one employee on-staff that has obtained a Work Zone Traffic Control Safety Qualification from the University of Florida, The Southwest Florida Safety Council, The International Municipal Signal Association (IMSA) or an approved, equivalent qualification from the American Traffic Safety Services Association (ATSSA), the Florida Department of Transportation (FDOT) or any other agency, group or consulting firm that provides FDOT approved certifications in this area. 2. Effective November 6, 2001 each contractor shall obtain one of the above mentioned qualifications within sixty (60) days upon submission of a bid or prior to the start of any work activity and/or Notice to Proceed, whichever is sooner. Failure to comply with this requirement may result in project shutdown until qualification is obtained. 3. Each contractor shall maintain copies of employee qualifications on site at all times. Contractors who cannot show immediate proof of certification may be shut down until certification is obtained/presented. 4. Where right-of-way connection or work permits are required, the contractor shall submit a Maintenance of Traffic (MOT) plan for any project involving work or activity that may affect traffic on any County street, roadway, median, bike path or sidewalk. The MOT plan must be signed by the contractor’s qualified “work zone” employee or developing agency and submitted to all applicable departments. 5. Specific permitting requirements shall be obtained from Collier County’s Growth Management Division, Transportation Engineering and Construction Management Department, Collier County’s Transportation Operations Section, Permit Section, or other applicable departments, as necessary. This must be done before any work begins. 16.A.14.c Packet Pg. 1121 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 4 6. In the event the MOT plan changes during the project, docu mentation of the change(s) shall be made by the contractor’s qualified Work Zone employee and noted on the worksite MOT plan. The contractor is not required to forward the changes to the MOT plan to applicable Collier County departments or their representatives, unless directed to do so. However, the contractor will be required to show changes on the written MOT plan and resent them upon request. 7. The contractor must ensure that all their employees and sub-contracted employees have knowledge and have proven to be competent in setting up work zones when the Contractor’s qualified Work Zone Safety Inspector will not be immediately available (see definitions). 8. Emergency work that is being performed by a contractor may not require the contractor to submit a MOT plan. However, the contractor must comply with all requirements, as previously described. 9. All signs shown on the MOT shall comply with the current MUTCD – Part VI or the 600 Series of Florida Department of Transportation Design Standards. 10. All standards specified within the current MUTCD – Part VI and/or FDOT Design Standards, 600 series shall be strictly followed and enforced at all times. 11. Every attempt shall be made to avoid lane/road closures: Where it is not possible to completely avoid these closures, the following procedures shall be followed: a. The contractor shall notify Collier County’s TECM Department, Transportation Operations Section and/or the Growth Management Division’s Community Liaison. Collier County will assist in the public notification of said lane/road closures; however, it is ultimately the contractor’s responsibility to ensure that all necessary parties have been informed. b. No road/lane closures will be permitted between the hours of 7:00 – 9:00 a.m. and between 3:30 p.m. and 6:30 p.m. Exceptions can be made at the discretion of the Growth Management Administrator or designee. Emergency closures do not fall under these requirements. If an emergency closure is necessary during the times listed above, notification to applicable Collier County’s departments must be made as soon as possible (within 1 hour). c. The contractor must also notify Collier County’s Bureau of Emergency Services Division and/or any of the below listed agencies when the lane/road closure may cut off a standard route used by Fire, EMS, Police or other emergency agencies. The contractor shall also make the appropriate notifications when closures may affect schools, residents or businesses. d. Such notifications must be made at least 5 working days prior to the start of construction or as soon as possible (within 1 hour) in the event of an emergency. Notification of project termination shall also be made to above mentioned parties as soon as the project is completed. e. Closures on two-lane two-way roads must be limited, where possible, to single lane closures with traffic controlled by approved traffic control devices, flaggers, temporary traffic lighting and/or other approved means of work zone traffic control as specified within the MUTCD (current edition) and/or the FDOT Design Standards (current edition). 16.A.14.c Packet Pg. 1122 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 5 f. Lane closures on multi-lane roads should be limited to single lane closures, where possible. Where single lane closures are not feasible, contractors shall submit justification for the closure of multiple lanes. The Growth Management Administrator or his designee shall make final determination. However, where multiple lane closures create a greater hazard to pedestrians, bicyclists, vehicular traffic or others using existing sidewalks, bike paths or bike lanes, Collier County’s Risk Management will have final authority over these closures and will shut down inadequate or dangerous set-ups. g. If the work cannot be performed without closing all traffic lanes, but the closures can be limited to intervals no longer than five-minute durations (e.g., to accommodate necessary equipment operations), flaggers shall be used to control traffic as necessary. ALL FLAGGERS SHALL BE PROPERLY TRAINED IN FLAGGING METHODS. h. If the work cannot be performed without closing all traffic lanes for periods longer than five-minute durations, provisions must be made to maintain access to all developed properties, businesses, etc. Access may be granted by properly signed and/or marked detours or other approved methods. i. The contractor shall prepare a detailed MOT Plan where road closures are proposed. The detailed MOT plan must show the limits of the road closure, detour routes and/or other means of maintaining access, temporary signage and markings that will be used, and any other information deemed necessary according to State (FDOT Design Standards 600 Series) and/or Federal (MUTCD) regulations. j. The MOT Plan for road closures shall be submitted to respective parties at least five business days prior to each separate road closure. No road closures, other than for an emergency, are authorized without the prior approval of the Growth Management Administrator or an appointed designee. k. If an immediate road closure is necessary to safeguard life and/or public or private property, prior approval will NOT be required. However, notification to Collier County Risk Management, the Growth Management Administrator or designee, the Permits Manager or an appointed designee shall be made as soon as possible (within 1 hour), as long as the notification effort does not compromise the primary efforts to safeguard life and/or property. Upon request from Collier County’s Risk Management Department, the Growth Management Division or any Collier County Work Zone Inspector, the contractor shall provide MOT Plans at any time during the project. In the event that the approved MOT plan is not available or not being followed, the contractor must immediately eliminate all deficiencies. Failure to comply may result in project shutdown until all deficiencies are corrected and will be determined according to the hazards that are presented and their potential effect on public safety. C. Collier county Departmental Requirements (Internal): 1. Each department must develop an MOT Plan for any project involving work or activity that may affect traffic on any County or State Street, roadway, median, bike path or sidewalk, and obtain approval prior to the start of the project from their department’s Work Zone Qualified Employee or Risk Management. 16.A.14.c Packet Pg. 1123 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 6 2. Should any changes to the MOT occur during any phase of the project, a revised MOT plan shall be immediately developed and initiated by the department’s Qualified Work Zone Employee. 3. All signs shown on the MOT plan must comply with the current MUTCD – Part VI or the 600 series of the Florida Department of Transportation Design Standards. 4. All aspects of the MUTCD – Part VI or the 600 series of the Florida Department of Transportation Design Standards shall be strictly followed and enforced at all times. All signs and barricades requiring lights shall have them attached and in good working order at all times. 5. Every attempt must be made to avoid lane/road closures: Where it is not possible to completely avoid these closures, the following procedures shall be followed: a. The department involved shall notify Collier County’s Community Liaison and/or the Sheriff’s Dispatch. The Community Liaison or Dispatch will notify all necessary organizations. b. Lane closures shall be limited, if possible, to single lane closures. c. If the work cannot be performed without closing all traffic lanes, but the closures can be limited to intervals no longer than five-minute durations (e.g., to accommodate necessary equipment operations), flaggers shall be used to control traffic as necessary. ALL FLAGGERS SHALL BE PROPERLY TRAINED IN FLAGGING METHODS. d. If the work cannot be performed without closing all traffic lanes for periods longer than five (5) minutes at a time, provisions must be made to maintain access to all developed properties. Access may be by properly signed and/or marked detours or other approved methods. e. The department’s Qualified Work Zone Employee or other party shall prepare a detailed MOT Plan where road closures are proposed. The detailed MOT plans must show the limits of the road closure, detour routes and/or other means of maintaining access, temporary signing and markings that will be used, and any other information deemed necessary according to State (FDOT Design Standards 600 Series) and/or Federal (MUTCD) regulations. f. If immediate road closure is necessary to safeguard life and/or public or private property, prior approval will NOT be required. 6. Every department that has a contractor working for their department must assign a Project Coordinator (usually the Project Manager). All Coordinators must be Work Zone Qualified or have MOT Plans approved by a Work Zone Qualified County employee. The Coordinator and/or the Work Zone Qualified County employee shall audit the contractor on a routine basis, documenting their audits to assure contractor complia nce. D. Work Zone Inspections: (Internal and External): 1. Work Zone inspections will be conducted on a routine basis by “Collier County Work Zone Safety Inspectors.” These inspections shall be documented on a Collier County Work Zone Violation Notice Form and placed in the respective external contractor’s file. These files shall be maintained by Collier County’s Risk Management Department. Inspectors 16.A.14.c Packet Pg. 1124 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 7 shall issue a copy to the contractor, Risk Management, and maintain a copy in their personal files. 2. Inspections will be performed based on the individual inspector’s judgment of existing or potential hazards associated with the “work zone” in question. All inspections shall be conducted according to the following criteria: a. Inspectors will locate the individual in charge of the project in question. Inspectors shall present proper identification (Collier County Work Zone Safety Inspector ID), review the MOT plan, inform the contractor(s) of the existing and/or potential hazards and ask for immediate correction. If equipment and tools are not available to immediately correct existing and/or potential hazards, the project must be shut down until corrections can be made. An exception can be made by the inspector where violations/hazards are not immediately dangerous to life, property, or the vehicular traffic navigating the area of concern. If project shutdown poses a greater threat to public safety, the inspector shall require the contractor to notify the Collier County Sheriff’s Department and request traffic control assistance until the contractor provides corrective measurement. Where the Sheriff’s Department cannot send a representative, the inspector may choose to contact one of the traffic control device vendors and request assistance by way of providing additional traffic control devices. The contractor shall be responsible for any expense associated with traffic control assistance that is provided by the Sheriff’s Department or a traffic control device vendor. b. Situations where a language barrier exists or where “competent” supervision is not readily available shall mandate notification to the contractor’s home office. Immediate (within 20 minutes) contractor representation will be requested at this time. The contractor’s failure to provide immediate representation will result in project shutdown until representation is provided and deficiencies corrected. c. Inspectors may request that additional traffic control devices be added to the work zone based on the existing and/or potential hazards. Additional requests for traffic control shall only be made where situations exist that may be deemed too hazardous to be controlled using the minimum requirements as specified on the existing MOT plan or as stated in the current edition of the MUTCD and/or the 600 series of the FDOT Design Standards. d. The inspector shall remain on location until deficiencies are corrected or until the inspector feels that the work zone is safe. The inspector shall request a signature upon project shutdown or complete correction of the existing and/or potential hazards. Where the contractor refuses to provide a signature, the statement “Failure to sign” shall be placed in the contractor signature box. A copy of the inspection form must then be given to the contractor for their files. 3. Should a contractor/department feel the inspector has made requests that are not warranted and/or if it is felt that the alleged existing and/or potential hazards do not exist; the following requirements shall be met: 16.A.14.c Packet Pg. 1125 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 8 a. The inspector shall immediately contact Collier County Risk Management Department and request a site visit. Should a member of Risk Management not be available, the contractor must make the minimum necessary corrections, as requested, until a meeting can take place. b. The objections, described in detail, will be noted on the inspection form and shall be submitted to Risk Management for review. However, if the objection to the inspector’s request are an obvious attempt to stall the correction process and/or hazards are blatantly obvious to the inspector, the contractor must make all requested corrections and any objections will be noted on the inspection form. c. Should such objections occur, the contractor/department may request a formal meeting with Collier County’s Risk Management Department to discuss and address any concerns. This meeting shall not allow exemption to the contractor/ department from any additional work zone safety issues that may have arisen during or after the objections in question. d. Objections to additional work zone safety issues that presented themselves at other locations and/or times shall be handled on an individual basis unless it is deemed necessary to handle all of the issues at the present time. e. Risk Management’s decision for corrective action, based on the existing and/or potential work zone hazards, shall be final. 4. Contractor/department work zone files will be maintained in Collier County’s Risk Management office. Contractors/departments with multiple (3 or more/month) “IDLH” inspections, resulting in project shutdown may be contacted by Risk Management and a mandatory review meeting may be scheduled. IDLH (Immediately Dangerous to Life and/or Health) Inspections are defined as those that require the immediate shutdown of a project, based on, but not limited to the following criteria: No signage in place or improper, defective and/or misleading signage that could result in motorist or pedestrian confusion. No traffic control devices in place, improper placement that cannot be easily corrected, defective and/or misleading devices that could result in motorist or pedestrian confusion. Inadequate employee, equipment or public access protection. Review meetings will be conducted as follows: a. Review meetings will address the number of negative inspections, existing and/or potential hazards that existed during each inspection, if corrective actions were made in a timely manner, reasons for the continued lack of compliance and potential disciplinary action to be taken by Risk Management and/or County for future compliance failures. b. Review meetings will be conducted on an individual basis with the contractor or department in question and limited to representatives from Risk Management and the contractor or Collier County Department specified representatives. 16.A.14.c Packet Pg. 1126 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 9 5. Inspection files shall be archived on an annual (calendar year) basis and each contractor/department will have a new inspection record started for each new year. However, past negative inspections may be used in cases where extreme hazards and/ or multiple negative inspections have existed and shall be referenced when disciplinary measures are needed. 6. It is the sole responsibility of each individual contractor/department to maintain work zone inspection files and remain aware of any negative inspections rec eived. Should a contractor or department need additional copies of inspection reports, it shall be the contractor/department’s responsibility to contact Collier County Risk Management and request the reports. Lack of knowledge of an inspection report doe s not exempt any contractor or department from any potential disciplinary action; therefore, all contracted employees should be advised to submit any inspection reports received to the appropriate individual(s). 16.A.14.c Packet Pg. 1127 Attachment: 19-7655-SS - CMA 5807 Maintenance of Traffic (MOT) and MOT Procedure 12-6-10 (13440 : Recommendation to approve the sale of 04/05/2019 16.A.14.d Packet Pg. 1128 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1129 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1130 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1131 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1132 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1133 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1134 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1135 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1136 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1137 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1138 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1139 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1140 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1141 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1142 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1143 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1144 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 04/05/2019 16.A.14.d Packet Pg. 1145 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1146 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1147 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1148 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1149 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1150 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 16.A.14.d Packet Pg. 1151 Attachment: Earth Tech Additional Insured Endorsements and Waivers for FCCI (13440 : Recommendation to approve the sale of shell 9/10/2020 VTC Insurance Group Troy Office 1175 W. Long Lake Ste. 200 Troy MI 48098-4960 Wendy L. Hingson (239) 275-8226 (239) 275-8837 whingson@vtcins.com Earth Tech Enterprises, Inc. 6180 Federal Ct. Fort Myers, FL 33905 American Casualty Co. of Reading, PA 20427 Continental Insurance Co.35289 Underwriters of Lloyd's, London 15642 Amerisure Insurance Company 10488 Zurich American Insurance Co 16535 2020-2021 Term A X X X Includes: Contractual Liab & XCU Coverage X X 6080440888 4/5/2020 4/5/2021 1,000,000 100,000 15,000 1,000,000 2,000,000 2,000,000 B X X X X 6080440860 4/5/2020 4/5/2021 2,000,000 C X X X 0 SCX1013320 4/5/2020 4/5/2021 Follows Form 5,000,000 5,000,000 D N WC211171301 4/5/2020 4/5/2021 Inc. USL & H X 1,000,000 1,000,000 1,000,000 E Inland Marine IM5666360 4/5/2020 4/5/2021 Leased/Rented Any One Item $800,000 Deductible:$25,000 Sale of Surplus Material - Shell/Dredge Spoils from Beach Renourishment/Dredge Operations - Solicitation No.: 19-7655-SS Collier County Board of County Commissioners are added as Additional Insured with respects to General Liability as required by written contract. Thirty days notice of cancellation included. Ten days for Non-Payment. Collier County Board of County Comissione 3295 Tamiami Trail East Suite 103 Naples, FL 34112 Alan Chandler/V510 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 16.A.14.e Packet Pg. 1152 Attachment: Earth Tech COI Collier County 09102020 (13440 : Recommendation to approve the sale of shell material) Notice of Recommended Award Solicitation: 19-7655-SS Title: Sale of Surplus Shell/Dredge Spoils from Beach Renourishment/Dredge Operations Due Date and Time: August 18, 2020 @ 3:00 PM Company Name City County ST Material, per CY FDEP Severance Fee, per CY Total, per CY Earth Tech Enterprises, Inc Fort Myers Lee FL $1.00 $2.25 $3.25 Based on 4,000 cy: $4,000.00 $9,000.00 $13,000.00 Utilized Local Vendor Preference: Yes No N/A On July 28, 2020, the Procurement Services Division posted ITB No. 19-7655-SS, Sale of Surplus Material - Shell/Dredge Spoils From Beach Renourishment/Dredge Operations. The County issued 44,365 notices among forty-five (45) vendor classifications in an effort to engage a broad interest in industries and vendors. Despite the extensive outreach effort, the County received one (1) single bid by the August 18, 2020 deadline as summarized above. Staff reviewed the only bid received and determined Earth Tech Enterprises, Inc. to be the responsive/highest and only bidder. Staff recommends the sale of the surplus materials be awarded to Earth Tech Enterprises, Inc., based on its bid for the unit cost of $1.00/cy for the material plus $2.25/cy FDEP Severance Fee, for a total bid of $3.25/CY, or a total amount (based on 4,000 CY) of $13,000, as per the terms and conditions of the solicitation. The cubic yard unit cost breakdown includes a mandatory Florida Department of Environmental Protection (“FDEP”) regulatory agency material severance fee in the amount of $2.25 per cubic yard. The severance fee shall be paid for by Earth Tech to the FDEP, with County staff processing and transmitting the required payment to that regulatory agency according to the permit terms and conditions. The sale of the surplus material and payment of the FDEP severance fee by Earth Tech relieves the County from the obligation of having to pay that required fee. Required Signatures Project Manager: Clint Perryman Procurement Strategist: Jim Flanagan Procurement Services Director: __________________________________ _________________ Sandra Herrera Date DocuSign Envelope ID: A8F94AF8-6683-4EAA-AFAE-3ADCE043F3B6 9/14/2020 9/14/2020 9/14/2020 16.A.14.f Packet Pg. 1153 Attachment: 19-7655-SS. NORA - Executed (13440 : Recommendation to approve the sale of shell material)