Loading...
Backup Documents 01/12/2021 Item #16A29 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 A 2 9 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routingilines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office SRT 1-14-21 4. BCC Office Board of County P ' iTle 1-14-21 Commissioners ,./ 1 5. Minutes and Records Clerk of Court's Office a / In I,I Aso J lb` PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Robert Wiley/Stormwater Improvement Contact Information 239-252-2322 Contact/Department Agenda Date Item was January 12,2021 Agenda Item Number 16A29 Approved by the BCC Type of Document A$645,540 work order under a Request For Number of Original Attached Quotation("RFQ")under Contract No. 14-6213 Documents Attached to Douglas N.Higgins,Inc.,for the Griffin Road Area Stormwater Improvement Project (GRASIP)Phase 1 stormwater improvements. (Project No.60196.2) PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be RW signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the RW document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's RW signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 1/12/2021 and all changes made during RW the meeting have been incorporated in the attached document. The County option for Attorney's Office has reviewed the changes,if applicable. line. 9. Initials of attorney verifying that the attached document is the version approved by the is not BCC,all changes directed by the BCC have been made,and the document is ready for the Chairman's signature. -YP Sand. C Gt r0 Sa.\`C osbo coJ1 16A29 MEMORANDUM Date: January 20, 2021 To: Robert Wiley, Stormwater Improvements From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Work Order to Agreement #14-6213 w/Douglas N. Higgins, Inc. Attached is a copy of the agreement referenced above, (Agenda Item #16A29) approved by the Board of County Commissioners on Tuesday, January 12, 2021. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment 16A29 MEMORANDUM Date: January 20, 2021 To: Gino Santabarbara, Principal Planner Impact Fees & Program Management Division From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Work Order to Agreement #14-6213 w/Douglas N. Higgins, Inc. Attached are is a copy of the document as referenced above, (Agenda Item #16A29) approved by the Board of County Commissioners on Tuesday, January 12, 2021. If you have any questions, please feel free to call me at 252-8411. Thank you. Attachment 1 6 A 2 9 WORK ORDER/PURCHASE ORDER Contract 14-6213 "Underground Utility Contractors" } Contract Expiration Date; July 4,2021 { This Work Order is for stormwater and underground utility installation work known as: Project Name: GRASIP Phase I Construction Project No: 60196.2 The work is specified in RFQ-60196.2(1)dated June 22,2020 which is attached hereto and made a part of this Work Order, In accordance with Terms and Conditions of the Agreement referenced above,this Work Order/Purchase Order is assigned to Douglas N. Higgins,Inc. Scope of Work: As detailed in the attached proposal and the following Task I Perform all tasks as described in the Request for Quote,Addenda 1 through 5,and briefly summarized that the work consists of upsizing three (3) driveway crossing culverts, deflecting a water main,replacing the existing culvert under Price Street with a box culvert and endwalls/wingwalls,installation of appropriate traffic safety devices,and replacement of the stormwater inlet structure located at the south end of the Barefoot-Williams Road ditch, Task II Allowance Schedule of Work: Complete work within one hundred seventy-five (175) days from the date of the Notice to Proceed which is accompanying this Work Order. The Contractor agrees that any Work Order that extends beyond the expiration date of Agreement t 14-6213 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above,the County will compensate the Firm in accordance with following method(s): ®Negotiated Lump Sum (NLS) ❑Lump Sum Plus Reimbursable Costs (LS+RC) ZTime & Material (T&M) (established hourly rate—Schedule A) ❑ Cost Plus Fixed Fee(CPFF), as provided in the attached proposal. Task I $615,540.00 (NLS) Task II $30,000.00 (T&M'l TOTAL FEE $645,540.00 PREPARED BY: Olga— Robert Robert Wiley, P 'icipal Project Manager Date Stonnwater Management Section APPROVED BY; �a ` ;0,0 Amy Patte on,Director Date Page 1of3 1 6 A 2 9 CapiVtbOt1 1 roject Planning,Impact Feesand Program Mgmt. Division 17 APPROVED BY: r Thaddeus Cohen, Department Head Da Growth Management Department By the signature below, the Firm(including employees, officers and/or agents) certifies, and hereby discloses,that, to the best of their knowledge and belief, all relevant facts concerning past, present,or currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates to the proposed work;and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally,the Firm agrees to notify the Procurement Director,in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Dougla IIiggins, "c. JJ Dai> n ggs, Vice resides Date (Remainder of page intentionally left blank) is Page 2 of 3 16 A2g IN WITNESS WHEREOF,the parties hereto,have each,respectively,by an authorized person or agent,have executed this Work Order on the date and year first written below, ATTEST: BOARD F COUNTY COMMISSIONERS 'tf';' ' , Clerk of Courts COLLI R TY,FLORIDA , - : _. Ca4t4taft csc t By: Dated:. Pa0 )c331 U (SEA Penny Taylor, Chairperson Attest a to c, nairntan s signature only,.. • Douglas N.Higgins,; nc. I i. P/G/LGLL,— By: //l'(:_l • r ___ W Fiat N ess Dan i-i gins, ice esid M-0%!9 ..,,.. i.J,-"--'c..- TType/print witness nameT 4 q'. C(ILK,;(_., Secbnd WW less ell, l+. i/V/kte.—. T ype/pi<int witness namer Ap ed as Fo i n Legality: �DCo unty Attorney S / it 0( ._ 7 1 L Print Name Page3of3 O4 1 6 A 2 :5-, ,..i...),....) • o o o o o too 0000 •, . . ',....' : o a o o o co oo o o O 6 6 6 6 O CD 006 6 ••o• . •• —o—r- o op co co o r. .. .... -iocool000 Qv (Dv: 0 6.* 6 N" a-. :',:,..... . : 1.....• 4.0 co 0, a- a- a-. Csi ,,....,......,....::. , •. • 69- CR kol ER ER ER ER ER ER 69- 69 • • . 0000000 0000 -. . .0o o o o o oo 0000 •• :•::''• -: C.) 6 6 ri 6 6 6 0 ':. 6 6 6 a> - ,'''.••••••••' A.,- o o 0 C) 0 0 '....•• 0 0 0 ::::.. ":.•::•••.::•:.. 0. 0 0 C-R, 0 CJ 0 .:..'...:•,..... 0 T.1:: N . •.:.•:'••.::.: ..., 0 0 c- 16 cel c0 :•••:::, ri CD CD (,) r- r- ..'....: r- -.......... •.,.....'..:....•:... •D :........ ........, ..-...': ••-' ER 69 ER- (i) 64 V) EA. :1:: ....:,..•::,:,. •... - •••.:••••'••••':• 0 CR 0 ........, : v- N.. N V' .C... 'r" T." . %-. CON 0): .•:•:...•:••••••• a (s) - Nt• • • •". - ..„ ,::-... • ."-• - .,., , 4.... . ' • 4- (f) 0 LL U) U) U) U) • .< LL, Z >- ..',.:•::....:...::... mC ,_J -J -J -I --I ..-1 -I W .-I I- 0) •..,..- . ...,... I- • • ..,....:. " Z : ..:,',•.•: . W • ••••:::,,:...: al•(,) ' : . b z. z' .:: z 0 0'0,.•.I.LI, -- ' CC 1--,""" AN E - • ¢ en O ct. IL-1 ' • a-. 4- , '' 0 Z1 NI • U) 0 , - p d_aq ce , - w co Cl) Ira. . • .. txo •• . w co . .._ • : 0,o • O w a. • , < nli O. 0. z co iii a. z: 2.• cc 1•(/) R e' i n 8. 0 Z 0 ' - •0. a. .. . g . . •• (...) _ o -- 1 a 0 v 0 0 . 0 .:1: •.•••• Li z - I-- F.:: (j) . • - . 1-- 7.11 w F-- ' • . : .. . 0 - ,,.•., . . . , . 0 R CD > - . ....,..::':,, • •: .. . W e 0 Z .c( , ..::.:-..•....:••••::-• ' 1 -.:.••• °-- Z''' Ca 0 I- . .:• • • H < F. o ix in -1 C •. '..:-•:'.•..•:.....-:•'• ', . Z Z (.) z ,..r,.,, .. .......'.•....•..,::.•:•::.':...'....•....'..;,-.:...••,:,•.-••..•...,.. „ .:••.... 0e Li . _ a. 0 • -.•:_ ' - •••- , ........ , : • '. W ,. ....,,,,.....- .. , b•. • „ ... . . . , . ,!. 0 .... . ,•:' :l.::.....:.• ' z „ .. .. .., ,::. . .• . .6 •:o.• 0 „. • _•••:••: .•z .... co - N Eco , ,--- , I.: - - a) 6 — co N. I cl lj +. _ ' „•n! 7 7 V. ....'" 1-...._ V. (0 •Ci) .v- V. c? 7 ; 1 A'• C000 0 -1- NN NCDCDP.- .: 1. :. •• - 'CL ,- r- V. V. V. V. ,— CD -4- Nr CO 1.0 1 1,, ! • 11 1 1 16Ae- c. 0 0 O 0 0 0 0 O 0 0 0 0 0 0 O 0 0 O 0 0 0 0 0 O O 0 0 0 0 0 0 4 O 0 0 O 0 0 0 0 0 0 4 O O O O 4 4 O O O O O O O O O O O O O 4 ttI� O O O O O U) O t0 O O O O M O cf' N CO 0 0 O) M wcP CO 0 0 0 N eJ M 0) 000 O ID 'I CO CO 0 CO N .1- CO U') v1 0) Q) I: N N O) co' co- h. N <D .1 CO 0) N 00 e- 00 r .1 ER ER 09 ER ER ER 69 ER ER ER 69 ER 69 ER ER ER ER ER 69 ER fa o a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 U 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 O O 0 0 O CO O 0 0 O 0 0 O 4 o o O 0 O O C) 0 Cr) N O 0 0 0 U) 0 CO CO 0 0 O V CO N V' 0 0 N I,- M o 0 N 'S N r V V r r r CO d' N r7 0)- 07 d' N to co to co ER ER EA EG ER tR tR ER ER tR 69 69- 6R Ef) E9 tR ER O N CO c) c- r N Ca ' N N N Nt r- r0 coco co d' r q QQ Q Q U I-- U m LL7 W J U. J Z W W J (/) J Cn Cl) J W F- U J W O ._I ga u a CL .a W w w w 0 V Q Co to a H w O v N M ~ M VN' t tV Q ¢ 0 o Z Z LU O~ I °' z z W W Z CT. 0 5 > D 0 .- } W � J a ZZ XX a I- ro m N > W — I } a. W W �,,11I-lLl F- < Q Q U L] QJ U W O O W W W Z Q Q (L' W J ,,,:z > 2 Z p Q Q J J W W W a O Q a 4 o V 2 2 U U O O W 0 Z O U 0 Q w U Q Q W ~ O O O O Z 0 . Q 0. r O W Z Z d p y = Q Li W ~ Z O �_ W a. (NI- W (1.1 a � a Z Z 5 a O D F' O I-. a) oC Q CO W p_ 1- a- a a 1� Q ¢ O --1 r p a' i�i}I a U Lul- 1 H I- O O W J 0 0 0 W - 0) — O maiW W -L O 0 O 0 m o~C "i m W W z O U z m z W Z U U 1- p W > U 0 .¢ J < a - 0 C W W M m a 0 J J X fY a J 0 a a < w U 00 c v U m a a a 00 o 0 a' 00 O 0 Z Z W W L C Q < Q C1 0 E > W H , CY 2 CO 0 z z d a M CD (Cl 0 °)- H Cl. a 2 EZ °a. W- w I- < J c w En O �: 04 r M CD e co 1 N W N CCO a N o N N o N N Q r N Cl) v 1.0 0 1� t` In EC) 1 i r N r r r r r r M 00 00 a- a-d) O In Lb 0 O 0 o coCO r co 0 u) o () CD 0 O 0 O N CO 0 CO C. d' VN' VM VM' VM' IM() C07 UM) Li) 0 Or CO CO VN) t r l0) LC 16A29 .;-.) 0 0 0 0 O 0 0 0 � '.. 0 0 0 0 0 0 0 0 a a a a a a a a 000 00 co0 a) 0 1N.� 0 N N 0 in -}' ci) n w Z (0 co s 0 1-- z w 64 69 yr 64 to 69 69 w a Q U 1- a 0 0 0 0 o ..... o 4 z `� z u I o m o co °) ~O o F — o 2 r 0 rn m t o I- Zo a = o TC N 03 O 7 a ¢ N 32m a z fR 69 ER 69 69 a t o V- V= 2 1- Uw Z v, O O (0 z F-VIF-a Z Z VI v N CO o Vol g zQ v,x n 0 �cc Q 0I w F a F d N Z lL Z >- wcQ a w a f-1 I- CO i0Lu 3 o v_ w w O 0 H a atL9 = a _ o V I-Q J cc 0 z CLOD a e, O o w LA > t a zo ow D z • w N 2 F.0 > vi U 1- v, V u' a X z Z O ,� U F- a O O I:: 2, 0 p_ } 3F�m H w U W a mQ w w 6 = vV a "i O V a u_ ti :d- - Z V �d -, Fes- Z �' co p oa.. �: ❑ 0 dZvaV L O a u' G rn vaV illr0��°) ur' cc a 40 I- LO m WI - g8 w wc, ,2 L zQ N O 0 Q O p w�tn. � w O a U O z a a. 0 LLJ �vara U F z 0 Z a J V S Zp2aQ X Y N u- w U Z O J l!1 aD0w� a m o a z W a J u U L'-'0: 6 HU wV } R: W z N ow¢��m q0 O 0 g O Z Q 0 1�1 O cn Fa .ti a Q. Jco or < z-i HzzZz t < › a a g -S OD w Q 2 (W.) OgQ wQ(Q= Z Q 2 ww F- w e ' 0 () ❑ Z OW U x v w Q F nw O w y Z J f- co Q --ho?x> 'i w U a Z j 2 2 - > 0 F z aL ❑ wz� now H. F ? cc < - C Q W. = O O IX O i_oozmw= a0oo � a } r0 — cL V I- Q Z F wz g 0 a J w zO < 0 O0 h a n—U' Q w is V) co 0 W W W Z -z w:j°< = d > zor xit.id z z g O ❑ Z l 0 F c �zmoG a ro w ce z Q O w O U LL1 UUSu0< zj -Iu1cc e5w .- zC4 0ijj L� n 2 E Z'3 P. F } n. w 0 B F l7 w O Q O w a a0 z,0woE5bi o D s z o a o C4 X' Z W Oe Z Q.3 zowZoza0mzd � Z R E a 0 ]Q°o w o w' `L.' a 5' 0 J - 0 <Z- Z a a z V Q T U O µ uµl. U ~ U Z J zoHpp4U' EL 0 .a� a 0 vV w m t9 -1 OQa?a O — N m�n w < Z Q a LL U U LL O w a O Q LL w X—X Z Z w ,-1 X U 1, W w V) 0 OU 0 Q W u 0 a ¢ O j Q z J Q 0 OU Q 1 u O N Z O Q U 1•- U w 3 Q d LL. co N w a m w ¢� OU uw., z d t2 O O O Q Z V' d a-1wo> O QNOu. � � N Q' N CO I- J Z Q a O a> O LD N d b Z Q Q N co g z . .u �U lj Li„.m-1 ul,N N LI ,,tr Lc, ,, U U x st O r a) r d Nr'- Nr, o cN'o d d d d c3 NN NNNNNNN6 NN ,-rg Nq{ ("4N d d N u d C 8 Q O O N N COc+0 M fi 1 M M Rl h O 0 00 CO VM' it � � n. ,1,-+ .-t,-i N a <l v <t VI vV H 1 6 A29 Cofer County AdministraUvo Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR QUOTE (RFQ) FOR GRASIP Phase 1 Stormwater Improvements Contract No. 14-6213 for Underground Utility Construction SOLICITATION NO.: 60196.2(1) ROBERT WILEY, PRINCIPAL PROJECT MANAGER CAPITAL PROJECT PLANNING, IMPACT" FEES, AND PROGRAM MANAGEMENT DIVISION STORMWATER MANAGEMENT SECTION 2685 SOUTH HORSESHOE DRIVE, SUITE 103 NAPLES, FLORIDA 34104 TELEPHONE: (239) 252-2322 Robert.Wiley@colliercountyfl.gov 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. 16A29 SOLICITATION PUBLIC NOTICE REQUEST FOR QUOTE(RFQ) 60194.2(1) NUMBER: PROJECT TITI,E: GRASIP Phase 1 Stormwater Improvements POST DATE: June 22,2020 QUOTE OPENING DAY/DATE/TIME: July 8,2020 3;30 PM All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync,com/bidsyne-cas/ INTRODUCTION As requested by the Stormwater Management Section of the Capital Project Planning,Impact Fees and Program Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter,"County")has issued this Request for Quote(hereinafter,"RFQ")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, BACKGROUNll • The Division intends to utilize the existing Contract No.14-6213 for Underground Utility Construction to construct stormwater facilities along the east side of Barefoot-Williams Road. This project includes the deflection of an 8"water main owned by the Collier County Utilities Department. For several years,areas along Barefoot-Williams Road have been subject to risk of flooding from intense or extended periods of rainfall, Collier County Stomrwater Management initiated a feasibility study to develop a"Master Plan"concept for the Griffin Road Area Stormwater Improvement Project(GRASIP)to systematically address solutions for subsequent design and construction. This GRASIP Phase I project is the initial construction phase to address existing flow restrictions in the ditch along the eastern side of Barefoot- Williams Road and allow it to pass through a stormwater bypass system constructed along the northern side of the Artesia development. TERM OF CONTRACT The agreement term, if an award is made,is intended to be for current needs only, Prices shall remain firm for the term of this agreement, Surcharges will not be accepted in conjunction with this agreement,and such charges should be incorporated into the pricing structure. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of • delivery:Provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA . RFQ award criteria are as follows: For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Quote Y The County reserves the right to issue a formal contract or standard County Purchase Order or utilize the County Purchasing Card for the award of this solicitation, i } i t.� -- - - -- 16A29 ; DETAILED SCOPE OF WORK General Scope of Work: The project consists of • the upsizing/replacement of culverts at three driveway locations, • the installation of a box culvert and plugging of an existing corrugated metal pipe culver at the Price Street/Barefoot- Williams Road intersection,and • the installation of a new large inlet structure where the existing ditch along the east side of Barefoot-Williams Road ends at the northeastern corner of the Artesia development. • There is some associated ditch bank work and a water main deflection under the box culvert installation at Price Street with this project. Construction plans have been prepared by Trebilcock Consulting Solutions,PA and are included with this request fur quotes. • GRASIP Artesia Flowway Improvements l—this plan set is for the large inlet structure at the southern end of the project. • GRASIP Artesia Flowway Improvements 2—this plan set is for two(2)driveway culvert replacements at 850 Barefoot- Williams Rd.,one(1)driveway culvert replacement at 1000 Barefoot Williams Rd.,and the box culvert installation at Price Street Time for Construction: This project is the recipient of limited grant funding with established time schedules for completion. • Complete installation of the driveway culverts at 850 Barefoot-Williams Road within 45(forty-five)days of issuance of the construction Notice to Proceed(NTP)letter • Substantial Completion of entire project within 145(one hundred forty-five)days of issuance of the NTP • Completion of entire project within 175 (one hundred seventy-five)days of issuance of the NTP VENDOR CHECKLIST • The Solicitation Pricing Document(Bid Schedule/Quote Schedule/Proposal Pricing/etc.)has been completed and attached. • The solicitation package includes Exhibit I.A (Supplemental Contract Provisions) and Exhibit I.B (Certifications and Assurances)which must be completed and returned by the vendor with the submitted quote. it J 16A29 EXHIBIT 1.A SUPPLEMENTAL CONTRACT PROVISIONS South Florida Water Management District(SFWMD) 'l'he 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. 1.. Records,Access and Retention A. Maintenance of Records: The Contractor shall maintain all financial and non-financial records and reports directly or indirectly related to the negotiation or performance of this contract including supporting documentation for any service rates, expenses, research or reports. Such records shall be maintained and made available for inspection for a period of five (5) years from the expiration date of the contract. B. Examination of Records: The SFWMD shall have the right to examine in accordance with generally accepted governmental auditing standards all records directly or indirectly related to this contract. Such examination may be nude only within five(5)years from the expiration date of this contract. C. Extended Availability of Records for Legal Disputes: In the event that the SFWMD should become involved in a legal dispute with a third party arising from performance uncle'.this contract, the County shall extend the period of maintenance for all records relating to the contract until the final disposition of the legal dispute.All such records shall be made readily available to the SFWMD. i. 2. Discriminatory Vendor List—The contractor will not discriminate against any person on legally protected basis in any activity under this solicitation or a contract. Any entity or affiliate that has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of Er public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity,and many not transact business with any public entity. 3. Employment Eligibility Verification - Executive Order 11-116, signed May 27, 2011, by the Governor of Florida, requires contracts to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the vendor during the Contract/Work Order term and include in all subcontracts under this Contract/Work Order,the requirement that subcontractors performing work or providing services pursuant to this Agreement utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the term of the subcontract. 4. Indemnification - Contractor agrees to indemnify,pay on behalf,and hold the SFWMD harmless from all damages arising in connection with a contract. 5. Insurance — The County shall require each and every subtractor to identify the SFWMD as an additional insured on all insurance policies as required by the County. 6. Ownership Rights— Both the SFWMD and the County shall have joint ownership rights to all work items, including but not limited to,all documents,technical reports,research notes,scientific data,computer programs, including the source and object code, which are developed, created or otherwise originated hereunder by the other party, its contractor(s),as required by the Statement of Work. Both parties' rights to deliverables received under a contract shall include the unrestricted and perpetual right to use, reproduce, modify and distribute such deliverables at no additional cost to the other party. Contract Provisions- 1 i 16AZ9 EXHIBIT LA SUPPLEMENTAL CONTRACT PRO VISiONS 7. Compliance with Terms and Conditions -Contractors and its subcontractors shall comply with all applicable federal, state and local laws and regulations relating to the performance of the contract. r• a P. Contract Provisions -2 • \ 16A29 EXHIBIT 1.B CERTIFICATIONS AND ASSURANCES FUNDING CERTIFICATIONS AND ASSURANCES • THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE I. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Acknowledgement of Grant Terms and Conditions � I 1 I { r i F ` I ! i 1 Ii I � {{ i is i! 1 I I It 1 Y is Certifications and Assurnnces• 16A29 EXHIBIT LB CERTIFICATIONS AND ASSURANCES COLLIER COUNTY - • Certification Regarding Debarment,Suspension,and Other Responsibility Matters Primary Covered Transactions Cl) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a public(Federal,State or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records, making false statements,or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph (1)(b)of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default, (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Iy E i Kelly A.Wilkie GRASIP Phase 1 Stormwater Improvements li Name Project Name Vice President 60196.2(1) Title Project Number Douglas N. Higgins,Inc. 38-1807765 Firm Tax ID Number 01-722-2183 DUNS Number 4485 Enterprise Ave.,Naples, FL 34104 Street Address, City,State,Zip • Signatlne • • .J s j s Cettificntivns and Assurnnces•2 i 116A29 EXHIBIT 1.B CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses • Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required tuider this Agreement,a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that ( the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is • O g' bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. ii Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Douglas N. Higgins, Inc. Date 7/8/20 Authorized Signature �_k a 1� / / Ktle/( A.We,Vice President Address 4485 Enterprise Ave„ Naples,FL 34104 Solicitation/Contract ll 60196.20) ti Certifications and Assuninces-3 Ii it % I ' 16A29 Email: Robert.Wiley@colliercountyfl.gov colliercountyfl.gov Telephone:(239)252-2322 Addendum I I'. Date: July 2,2020 From: Robert Wiley, Principal Project Manager Stormwater Management Section To: Interested Bidders Subject: Addendum# 1 Solicitation#60196.21 GRASIP Phase 1 Stormwater Improvements The following clarifications are issued as an addendum identifying the following clarification to the scope of work,changes,deletions,or additions to the original solicitation document for the referenced solicitation: Change 1. Q&A DEADLINE: duly-1-14020-6;00 August 5,2020 at 5:00PM Change 2, DUE DATE: duly 8,2020-3;30 August 12,2020 at3:00PIVI If you require additional information,please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above... is referenced solicitation. (Signature) // Date. :' Ilo I2t5/ �'Y �, f ;k1 � tG I (Name of rm) ,7 II i { 3 •�1. 16A29 Email: Robert.Wiley@colliercountyfl.gov { Telephone: (239)252-2322 Addendum 2 Date: August 10,2020 From: Robert Wiley,Principal Project Manager Storm water Management Section To: Interested Bidders f' Subject: Addendum #2 Solicitation#60196.21 GRASIP Phase I Stormwater Improvements The following clarifications are issued as an addendum identifying the following clarification to the scope of work,changes,deletions,or additions to the original solicitation document for the referenced solicitation: Change 1. • ff Q&A DEADLINE: Aaeust-S-2020 nt 5:00PM September 18,2020 at 5:00 PM Change 2. DUE DATE: August-121-24120--0-3140 September 25,2020 at 3:00 PM If you require additional information, please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above : { -- is refer encedsolicitation. 0 tic (Si nature) Date (Name of Arm) id 16A29 Email: Robert.Wileya colliercountyfl.gov Telephone: (239)252-2322 Addendum 3 Date: September 15,2020 From: Robert Wiley, Principal Project Manager Stormwater Management Section To: Interested Bidders Subject: Addendum#3 Solicitation#60196.21 GRASIP Phase 1 Stormwater Improvements • The following clarifications arc issued as an addendum identifying the following clarification to the scope of work, changes,deletions,or additions to the original solicitation document for the referenced solicitation: Change I. Q&A DEADLINE: September 18,2020-at 5:00-PM October 2,2020 at 5:00 PM Change 2. DUE DATE: September 25,2020 at-3400-PM October 9,2020 at 3:00 PM If you require additional information,please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. PIease sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) G Date P6 1 GS /0• f7f c t fly ( ainllue_of/Firm) �(i) 16A29 Email: Robert.Wiley@colliercountyfl.gov Telephone: (239)252-2322 Addendum 4 Date: October 2,2020 From: Robert Wiley, Principal Project Manager Stormwater Management Section To: Interested Bidders Subject: Addendum II 4 Solicitation#60196.21 GRASIP Phase 1 Stormwater Improvements The following clarifications are issued as an addendum identifying the following clarification to the scope of work,changes,deletions,or additions to the original solicitation document for the referenced solicitation: Change 1. Q&A DEADLINE: 9otober 2,2020 at Sd0-P-M October 16,2020 at 5:00 PM Change 2. DUE DATE: Oeteber-9r2030-at 3 O0-PM October 23,2020 at 3:00 PM If you require additional information,please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. ' Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) // Dale e ,/CS X/ (�� ,,�.S, LJ�G • (Name of gum) /l 0CA() 1 6 A 2 9 Email: Robert.Wiley@colliercountyfl.gov I Telephone: (239)252-2322 Addendum 5 Date: October 9,2020 From: Robert Wiley,Principal Project Manager Stormwater Management Section To: Interested Bidders II Subject: Addendum#5 Solicitation#60196.21 GRASIP Phase 1 Stormwater Improvements The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes,deletions,or additions to the original solicitation document for the referenced is solicitation: Change 1. QUESTIONS 1 THRU 18: Responses provided on 10-9-20 Change 2, REVISED CONSTRUCTION "GRASIP 1 3-4-20"and"GRASIP 2 5-29-20"Plans Sets Replaced with PLANS: Combined Plan Set Named"Addendum S—CRASH'1 &2 w- Structural s-s certified 10-6-20 • Change 3. REVISED BID SHEET: "GRASIP Phase 1 Construction Bid GRASIP 1 and GRASIP 2 Plans 5- • 27-TCS.xlsx"Replaced with"Addendum S—GRASIP Construction BID (Rev.10-5-20) If you require additional information,please post a question on our Bid Sync(www.bidsvnc,com)bidding platform under the solicitation for this project. Please'sign belo•w and return a copy of this Addendum with your submittal for the above •is • referenced solicitation. �r owl J �� lo/r/JD • • `( iguature) Date t j/ G t�5 /V ' *GI iltS �'Lk (Name of Virtu) • I 16A29 1 I I iEXHIBuI A . PIiiiILIC PAYMENT BOND Bond No. i Contract No. 14-62'13 3 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. as Principal, and Hartford Accident and Indemnity Company _,as Surety, located , rie Hartford Plaza, a turd, CT I (Businees Address)are held and firmly hound to' The Board of County Commissioners of Collier County,FL '. as Oblige in the Sum of Six Hundred Forty-Five Thousand Five Hundred ($ 645,540.00 ) for the payment whereof we bind ourselves,our heirs, exec>MfsPn,n1,gr ebital representatives successors and.assigns,jointly and severally. 9th WHEREAS, Principal has entered into a contract dated as of the day of December_,20 2.9 with Oblige for • , GRASIP Phase 1 Construction Project No.60196.2 in accordance with drawings and specifications,which contract is incorporated by reference awl made a part hereof,and is referred to as the Contract, THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined In Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for In the contract, then this bond Is void;otherwise it remains in full force, ! Any changes In or under the Contract and compliance or noncompliance with any formalities connected with the Contract I Or the changes do not affect sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.0592. In no event will the Suretpke.liable In the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 9th day of December 2020 , the name of under-signed representative, pursuant to authority of its governing body. Signed, sealed and delivered PRINCIPAL: in the pres nce of: o%G — Douglas N. ' gigs,Inc. -- Witne ses as Principal Name: aniei . Higc, ns its: -Vice-President STATE OF t. Michigan COUNTY OF Washtenaw The foregoing instrument was acknowledged before me this 9th of December _20 20 , by Daniel N. Higgins , as Vice-President of oucilas N. Higgins, Inc. ,a Michigan corporation, on behalf of the corporation. He/she is personally known to me R has produced personally known as identification and did(did not)take an oath. _jka/, im My Commission Expires: 72,,I (5tgnatu of Notary) Name: David J.Wilkie (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan Commission No.: NIA DAVID J.WILKIE Page-12- Notary Public,Michigan County of Washtenaw My Comm.Expires 05i20/2024 \c,t.°t 1 6 A 2 9 ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza Hartford, CT 06115 (Business Address) } (Authorized Signature) Witness as to Surety (Printed Name) OR I F As Attorney in Fact (Attach Power of Attorney) itnessesi«� 24 Frank Lloyd Wright Dr., Suite J4100 Ann Arhnr, MI 481ft (Business Address) Kristie A. Pudvan, Attorney-in-Fact (Printed Name) FL Non-Resident Agent No. W523460 734-662-1154 (Telephone Number) STATE OF Michigan COUNTY OF Oakland acting in Washtenaw The foregoing instrument was acknowledged before me this 9th day of December 20 20,by Kristie A. Pudvan ,as-_ Attorney-in-Fact fi of Hartford Accident and Indemnity Company , Surety, on behalf of Surety, He/She is personally known to me OR has produced nib rcnnal{ no is as Identification and who did(did not)take n oath. My Commission Expires: 5/22/2021 (Sign uze of N3tary) Lisa M.Wilmot - Name: (Legibly Printed) (AFFIX OFFICIAL SEAL). Notary Public, State of Michigan � �• LISA M WILMOT Commission No.: N/A Notary Public-Michigan Oakland County My Commission Expires May 22,202 Acting In the County of Page-13- :C� 16A29• EXHIBIT Awl • PUBLIC PERFORMANCE BOND Bond No. 35BCSAQ4397 Contract No. 14-6213 KNOW ALL MEN BY THESE PRESENTS: That Douglas N.Higgins, Inc. _ as Principal, and Hartford Accident and Indemnity Company , as Surety, located at One Hartford Plaza, Hartford,CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County, FL , as Oblige in the sum of Six Hundred Forty-Five Thousand Five Hundred ($0.45,540.0Q _) for the paym o bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. 9th December 2020 WHEREAS, Principal has entered into a contract dated as of the day of with Oblige for GRASIP Phase 1 Construction Project No.601962 — l in accordance with drawings and specifications, which contractor Is incorporated by reference and made a pat 3. hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys'fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige;and • 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. • Page-14- 16A29 11 This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time, provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance • bond regardless of the number of suits that may be filed by Oblige. • IN WITNESS WHEREOF,the above parties have executed this instrument this 9th day of December , 2020 , the name of each party being affixed and these presents duly signed by its undersigned . representative, pursuant to authority of its governing body. Signed, sealed and delivered in the pre once of: PRINCIPAL: • 1 Douglas N. Higgins,1 . . Ar -----.... ; By: _ 1 Witnes 4astrincipa Name: 't'cJ..rt311�! 19I ns Its: Vice-President i STATE OF_ Michigan COUNTY OF Washtenaw 9th December The foregoing instrument was acknowledged before me this day of of Douglas N. Higgins, Inc.20120 , by Daniel N. Higctins �, as Vice EresidYtlt a Mighhigan corporation, on behalf of the corporation. He/She is personally known to me OR has produced pers nail I known as identification and did (did not)Tal<e an oath. ����C�-/ of My Commission Expires: (S natu Notary) Name: • David J.Wilkie .(Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan i Commission No.: N/A ___.�.__.._ DAVID J,WILKIE Notary Public,Michigan County of Washtenaw My Comm.Expires 05/20/2024 i4p Page-15- 3 16A29 • ATTEST: SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza ord GT (1�i (Business Address) (Authorized Signature) Witness as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses 24 Frank Lloyd Wright Dr., Suite J4100 Ann Arbor, Mi 48105 (Business Address) Kristie A. Pudvan, Attorney-in Fact (Printed Name)FL Non-Resident License No. W523460 734-662-1154 (Telephone Number) STATE OF Michigan COUNTY OF Oakland acting in Washtenaw The foregoing instrument was acknowledged before me this 9th day of December , 20 20 , by Kristie A. Pudvan , as Attorney-in-Fact of Hartford Accident and Indemnity , Surety, on behalf of Surety. He/She is personally known to me OR has produced persnnally knnc,nas identification and who did (did n take an oath. My Commission Expires: 5/22/2021 ( tg-nature of Notary) Name: Lisa M. Wilmot (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Michigan • Commission No.: N/A LISA M WILMOT Notary Public-Michigan Oakland County My Commission Expires May 22 2021 Acting In the County of Page-16- 16A29 Direct Inquiries/Claims to: THE HARTFORD BOND,T-12 OneE •Fi AtTi Hartford Plaza _I_ IL vir « . A Hartford,Connecticut 06155 aottd,Claiimat thehsrsrttorii.rosn call:888-268.3488 or fax:860-757.5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: HYLANT GROUP INC/ANN ARBOR Agency Code: 35-3508 51 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies)do hereby make,constitute and appoint, up to the amount of Unlimited : Susan E. Hurd, Vicki S. Duncan, Terri Mahakian, Monica M. Mills, Kristie A. Pudvan, Joel E. Speckman, Lisa M. Wilmot of ANN ARBOR, Michigan their true and lawful Attorney(s)-in-Fact,each In their separate capacity If more than one is named above,to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in arty actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �'y7Y ty` ira '`i�Ct'.:. Ault rs:br Mor.rok�!� a g•� �-7.:t�1l'`Y. a� ;4;r, +� 1.711 nfour +er J - o..,ir."r♦yM" 'lSsr1 . *eo�o*" *tn fl? '/ 6 . :y..r r4fi ;-=.'..... _<• 0A'.f+` • t.�. • //f) .-1'7; John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 5th day of January,2018,before me personally came M.Floss Fisher,to me known,who being by me duly sworn,did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. �tiY.Atah. S MQ►Mr'� at+ te:.vL:J /Ile. =r,ce LcQ. ♦ PUBLIC Kathleen T.Maynard Notary Public CERTIFICATE My Commission Expires July 31,2021 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of -t p r— qt O 1-0 Signed and sealed at the City of Hartford. ® Ji f3tsirs\ ..P•*th*•• 1/4: ire�.F♦ •... q�rms "' \e.• • Kevin Heckman,Assistant Vice President can NIS 16A29 , DATE(MM/DD/YYYY) ACE D® CERTIFICATE OF LIABILITY INSURANCE 4,.....—,,/ 12/10/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS , CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY,.AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Hylant Group Inc-Ann Arbor PHONE FAX 24 Frank Lloyd Wright Dr J4100 We No Ext):734-741-0044 (A/C.Not:734-741-1850 Ann Arbor MI 48105 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Continental Insurance Company 35289 INSURED HIGGI-5 INSURER S:Continental Casualty_Company 20443 Douglas N. Higgins, Inc. 3390 Travis Pointe, Suite A INSURER C:Greenwich Insurance Company 22322 Ann Arbor MI 48108 INSURER D:Zurich American Insurance Co 16535 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1404319947 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTRINSR WVD POLICY NUMBER IMM/DYYYYI (MMIDD/YYYY) A X COMMERCIAL GENERAL LIABILITY U1061922047 4/1/2020 4/1/2021 EACH OCCURRENCE $1,000,000 DAMAGE RETE CLAIMS-MADE X OCCUR PREMISESO(Ea occur ence) $500,000 X Ind XCU MED EXP(Any one person) $15,000 X Inc)contractual PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JECT I I LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY U1061922033 4/1/2020 4/1/2021 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS I HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY 1 AUTOS ONLY (Per accident) $ B X UMBRELLA LIAB X OCCUR U1061922050 4/1/2020 4/1/2021 EACH OCCURRENCE $10,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$r1 $ D WORKERS COMPENSATION WC1839680 4/1/2020 4/1/2021 X MUTE EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE YNN NIA E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXC LUDED7 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Professional/ PEC0025095 4/1/2020 4/1/2021 2,000,000 Each Claim Pollution 4,000,000 Aggregate DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more spaco Is required) Job- GRASIP Phase 1 Construction,Project No.60192.2. Additional Insured for General Liability,primary and non-contributory,as required by written contract-Board of County Commissioners,Collier County. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3327 Tamiami Trail East AUTHORIZED REPRESENTATIVE Naples FL 34412 I DO ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD