Loading...
Agenda 06/08/2021 Item #16C12 (Award IFQ #20-7789 to Bonness, Inc., Coastal Concrete Products LLC d/b/a Coastal Site Development, Cougar Contracting LLC, Waypoint Contracting Inc.)06/08/2021 EXECUTIVE SUMMARY Recommendation to award Invitation for Qualification ("IFQ") No. 20-7789, "Designated Driveway Contractor Services," to Bonness, Inc., Coastal Concrete Products, LLC d/b/a Coastal Site Development, Cougar Contracting, LLC, and Waypoint Contracting Inc, and authorize the Chair to sign the attached agreements. OBJECTIVE: To develop a pool of pre -qualified contractors to bid on driveway reinforcement projects for owners that have authorized for their private driveway to be utilized as a designated safe turn -around location for emergency and essential vehicles. CONSIDERATIONS: At times, large and heavy vehicles, such as fire trucks and waste collection trucks, utilize a private driveway to turn around. Otherwise, backing down long streets is required. To ensure the safety of the public and protect privately owned property, the Solid and Hazardous Waste Management Division ("SHWMD") began a "Designated Driveway" program in 2010 to encourage private driveway owners to allow this traffic to use their driveways as designated safe turn around locations. For owners that consent to this use, the SHWMD utilizes contractor services to reinforce driveways which allows the heavy vehicles a safe and efficient turn -around location. To date, over 160 turn -around areas have been reinforced. On September 9, 2020, the Procurement Services Division released IFQ No. 20-7789, Designated Driveway Contractor Services. The County sent out 22,299 notifications, fifty-seven interested contractors viewed the solicitation, and staff received eight responses to the IFQ by the October 9, 2020 deadline. Staff found five proposers responsive and responsible (see below chart), and the following three non -responsive for not submitting evaluation criteria required by the IFQ: Florida Blacktop, Inc., Infinite Construction, LLC, and SBA Construction, Inc. A selection committee met on November 9, 2020 to consider the responsive submissions. The primary evaluation criteria for consideration included the contractors' business plan, experience, capacity to do the work, and specialized expertise of team members. The IFQ requested that the contractors provide a minimum of three references from clients for which they performed projects of a similar size, scope, and complexity within the past five years. After review of the proposals and deliberation, the Committee ranked the proposals as follows: Proposers Final Ranking Bonness, Inc. 1 Coastal Concrete Products, LLC d/b/a Coastal Site Development 2 Cougar Contracting, LLC 3 Waypoint Contracting Inc 4 Concrete Works & Paving Inc 5 Staff is recommending award to the top four ranked contractors: 1) Bonness, Inc., 2) Coastal Concrete Products, LLC d/b/a Coastal Site Development, 3) Cougar Contracting, LLC, and 4) Waypoint Contracting, Inc. All contractors are currently providing contracting services to the County and have provided good work history for the intended services. Bonness, Inc. has been in business since 1981 with a local office in Naples. Coastal Concrete Products, LLC has been in business since 2010 with offices in Naples and Fort Myers, Florida. Cougar Contracting, LLC has been in business since 2017 and has an office in Fort Myers, Florida. Waypoint Contracting, Inc. has been in business since 2016 and has Florida offices in Doral and Miami. Packet Pg. 1310 06/08/2021 The attached Agreements provide for an initial three-year term, with two additional one-year renewal options. Each work assignment issued under this Agreement shall not exceed $200,000. To obtain work assignments, County staff will provide a summary of work, technical specifications, etc., to all the selected contractors along with a line item quote schedule for obtaining a lump sum quote. Staff negotiated hourly labor and equipment rates, applicable only to use of the owner's allowance, to be made part of the Agreements and billed on a time and materials basis at the sole discretion of the County's Project Manager or designee. FISCAL IMPACT: The designated driveway program (Project 59001) annual budget allocation is $250,000 within the Solid Waste Capital Project Fund (474). However, the actual spend will depend on the need and Agreements. Funding is available in, and is consistent with, the FY2021 budget approved by the Board of County Commissioners on September 17, 2020. The source of funding is Solid Waste user fees. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. RECOMMENDATION: To award IFQ No. 20-7789, "Designated Driveway Contractor Services," to Bonness, Inc., Coastal Concrete Products, LLC d/b/a Coastal Site Development, Cougar Contracting, LLC, and Waypoint Contracting Inc, and to authorize the Chair to sign the attached Agreements. Prepared by: Taylor Sawatzky, Project Manager, Solid and Hazardous Waste Management Division ATTACHMENT(S) 1.20-7789 Bonness, Inc Contract VendorSigned (PDF) 2.20-7789 BONNESS_Insurance _6-1-21 (PDF) n 3. [Linked] 20-7789 Boness_Proposal (PDF) 4. 20-7789 Coastal Concrete —Contract _VendorSigned (PDF) 5.20-7789 Coastal Concrete Proposal (PDF) 6.20-7789 CoastalConcrete_Insurance _11-17-21 (PDF) 7. [Linked] 20-7789 Cougar Contracting_Proposal (PDF) 8.20-7789 Cougar_ Insurance _1-1-2022 (PDF) 9.20-7789 CougarContracting_Contract VendorSigned (PDF) 10. 20-7789 Final Ranking (PDF) 11. 20-7789 NORA (PDF) 12. 20-7789 Solicitation (PDF) 13. [Linked] 20-7789 Waypoint_Proposal (PDF) 14. 20-7789 WaypointContracting_Contract VendorSigned (PDF) 15. 20-7789 WaypointContracting_Insurance_6-30-2021 (PDF) Packet Pg. 1311 16.C.12 06/08/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.12 Doe ID: 15782 Item Summary: Recommendation to award Invitation for Qualification ("IFQ") No. 20-7789, "Designated Driveway Contractor Services," to Bonness, Inc., Coastal Concrete Products, LLC d/b/a Coastal Site Development, Cougar Contracting, LLC, and Waypoint Contracting Inc, and authorize the Chair to sign the attached agreements. Meeting Date: 06/08/2021 Prepared by: Title: — Public Utilities Department Name: Drew Cody 05/04/2021 2:05 PM Submitted by: Title: — Solid and Hazardous Waste Name: Karl Hodgson 05/04/2021 2:05 PM Approved By: Review: Public Utilities Operations Support Donna Deeter Additional Reviewer Solid and Hazardous Waste Taylor Sawatzky Additional Reviewer Public Utilities Operations Support Jennifer Morse Additional Reviewer Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Procurement Services Sarah Hamilton Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Solid and Hazardous Waste Bart Zautcke Additional Reviewer Solid and Hazardous Waste Kari Hodgson Additional Reviewer Public Utilities Department Drew Cody Level 1 Division Reviewer Public Utilities Department George Yilmaz Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Office of Management and Budget Susan Usher Additional Reviewer Completed 05/04/2021 2:17 PM Completed 05/04/2021 2:52 PM Completed 05/04/2021 3:28 PM Completed 05/04/2021 4:34 PM Completed 05/04/2021 4:44 PM Completed 05/05/2021 12:36 PM Completed 05/05/2021 5:26 PM Completed 05/06/2021 3:37 PM Completed 05/11/2021 2:13 PM Completed 05/11/2021 5:16 PM Completed 05/12/2021 1:30 PM Completed 05/14/2021 2:35 PM Completed 05/17/2021 10:25 AM Completed 05/17/2021 1:57 PM Completed 05/17/2021 2:51 PM Completed 05/30/2021 2:23 PM Packet Pg. 1312 06/08/2021 County Manager's Office Board of County Commissioners Amy Patterson Level 4 County Manager Review Geoffrey Willig Meeting Pending Completed 06/02/2021 11:01 AM 06/08/2021 9:00 AM Packet Pg. 1313 16.C.12.a MULTI -CONTRACTOR AWARD AGREEMENT # 20-7789 for DESIGNATED DRIVEWAY CONTRACTOR SERVICES THIS AGREEMENT, made and entered into on this day of between Bonness, Inc. 20 21 , by and authorized to do business in the State of Florida, whose business address is 1900 Seward Avenue, Naples, Florida 34109 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑■ upon the date of Board approval;-or—B-en , and terminating three ( 3 ) year(s) from that date or until all outstanding Al Purchase Order(s) X Work Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a XPurchase Order FM -]Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of El Request ❑ }d--{-I-T_' ❑■ Other: Invitation for Qualification ( IFQ ) # 20-7789 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Page 1 of 33 Multi -Contractor Award Agreement [2021_ver.1 ] (cAoly Packet Pg. 1314 16.C.12.a 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 0 The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ❑ ❑ 9the 3.4 F The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. F The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1 0 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 1 l 4.1 Price Methodology (as selected below): FE-1 Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Mime and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 33 Multi -Contractor Award Agreement [2021_ver.1] __ rco Packet Pg. 1315 16.C.12.a 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1316 16.C.12.a A NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Bonness, Inc. Address: 1900 Seward Ave Naples, FL 34109 Authorized Agent: Bradley Thornton, Title Secretary Attention Name & Title: Bradley Thornton Telephone: (239) 597-6221 E-Mail(s): Estimating@bonnessinc.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Administrative Agent/PM Telephone: E-Mail(s): Kari Hodgson Solid and Hazardous Waste Management Division 3339 Tamiami Trail East Naples, Florida 34112 Taylor Sawatzky, Project Manager (239) 252-5333 Taylor.Sawatzky@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 33 Multi -Contractor Award Agreement (2021_ver.1] ON, Packet Pg. 1317 16.C.12.a 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized 'representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. � Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. FE-1 Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. F Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 33 Multi -Contractor Award Agreement (2021_ver.1] Packet Pg. 1318 16.C.12.a F_ ❑ Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the Page 6 of 33 Multi -Contractor Award Agreement [2021_ver.1I nc,() Packet Pg. 1319 16.C.12.a performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑ Exhibit A Scope of Services, 0 Exhibit B Fee Schedule, ❑ RFR/ ❑ 4T&RE Other Invitation for Qualification (IFQ) # 20-7789 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes and corresponding contract documents, ❑ Exhibit G 1 PubliG Paymefft4kmwl-, ❑ Fn""'"" `' `' P"""^ PeFfel:manGe Bend, R Exhibit D - Release and Affidavit Form, M Exhibit E — Form of Contract Application for Payment, 0 Exhibit F - Change Order, ❑Q Exhibit G - Certificate of Substantial Completion, M Exhibit H -Certificate of Final Completion, N Exhibit I - Warranty, and ❑ ethe 17. APPLICABILITY. Sections corresponding to any checked box (❑) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c, immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Page 7 of 33 Multi -Contractor Award Agreement [2021_ver.1) Packet Pg. 1320 16.C.12.a Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecord Reg uestgcolIiercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. WIN ZZU Page 8 of 33 Multi -Contractor Award Agreement (2021_ver.1] Packet Pg. 1321 16.C.12.a 23. Fil LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. X PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently a discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between Owner and Contractor, Page 9 of 33 Multi -Contractor Award Agreement [2021_ver.1) Packet Pg. 1322 16.C.12.a to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. ❑■ CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 28. ❑E CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor a shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, Page 10 of 33 Multi -Contractor Award Agreement [2021_ver.1] CAO Packet Pg. 1323 16.C.12.a and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. F■ CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 30. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 32. 7■ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 11 of 33 Multi -Contractor Award Agreement [2021_ver.1] C IN66,, Packet Pg. 1324 16.C.12.a 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. 0 COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Page 12 of 33 Multi -Contractor Award Agreement [2021_ver.1] t tO Packet Pg. 1325 16.C.12.a Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 35. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 39. VENUE. Any suit or action brought by either party relating to or arising out of this Agreement must be courts in Collier County, Florida, which courts have matters. Page 13 of 33 to this Agreement against the other party brought in the appropriate federal or state sole and exclusive jurisdiction on all such Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1326 16.C.12.a 0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 41. FN_1 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. ow . . "i . .. 1 . •. - .. - . - .. .. . .- ... -..-. -.. ... . ..- 1-.. ----- -PEN aMIN 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance Page 14 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1327 16.C.12.a and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 44. ■❑ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 15 of 33 Multi -Contractor Award Agreement [2021_ver.1] ,.— Packet Pg. 1328 16.C.12.a IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller 0 Dated: (SEAL) Contractor's Witnesses: TType/print witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: PENNY TAYLOR Chair Bonness, Inc. Contractor Page 16 of 33 Multi -Contractor Award Agreement [ er.11 (�?4 AO Packet Pg. 1329 16.C.12.a Exhibit A Scope of Services Fn� following this page (pages 1 through 3 ❑ this exhibit is not applicable Page 17 of 33 Multi -Contractor Award Agreement [2021_ver.1) Packet Pg. 1330 16.C.12.a IFQ# 20-7789 "Designated Driveway Contractor Services EXHIBIT A SCOPE OF SERVICES BACKGROUND The Solid & Hazardous Waste Management Division of the Public Utilities Department is responsible for ensuring that collection and disposal services are provided throughout Collier County in a safe and efficient manner. There are more than 300 dead-end streets in Collier County that do not allow for safe turn -around of waste collection vehicles or large emergency vehicles. In most cases, these large vehicles must back down the street to the nearest intersection or back onto private property creating an unsafe condition or damage to private property. The intent of this Agreement is to protect the public and private property by providing turn -around capability on dead-end streets for solid waste collection vehicles by constructing reinforced designated driveways. Designated driveways are property owner -approved reinforced private driveways intended to create safe, designated turn -around areas for solid waste collection vehicles where no turn -around access areas exist. County designated driveway specifications are provided as an attachment to this solicitation. DETAILED SCOPE OF WORK 1. General Requirements The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. 2. Quoting Requirements When the County determines a need for services, a summary of work, technical specifications, etc. will be provided to all selected Contractors, along with a line item quote schedule for providing an all-inclusive lump sum quote. The County's Project Manager will set the required response time for each project, but Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. The work under this Agreement will be for projects with a value up to $200,000. The Contractors pricing shall be all-inclusive and include, but not be limited to, labor, equipment, supplies, permits, rock, debris excavation, limerock, mobilization, Maintenance of Traffic (MOT), piping, silt fence and any other materials required to properly complete the project. Note that each quote schedule may have a set amount designated by the County's Project Manager for an Owner's Allowance line item to be included. This line item is not a guaranteed amount of money to the Contractor (see "Owner's Allowance" Section 4 below). Completion time and the collection of liquidated damages may be specified in the Request for Quotation (RFQ). Reconstruction of a driveway project shall not exceed a seven (7) business day schedule per single driveway, unless additional time is approved in writing by the County's Project Manager or Designee. The Contractors shall make arrangements (if necessary) with the County's Project Manager or Designee to properly inspect the project site subsurface conditions prior to quote submission. Any required rock or debris excavation shall be included in the lump sum quote. 3. Commencement of Work Work shall not commence until a Work Order/Purchase Order and Notice to Proceed is issued as well as a fully executed and recorded Right of Entry (ROE) Form provided by the County's Project Manager or Designee. The Contractor will be responsible for notifying all residents using a County supplied letter at least twenty-four hours before the start of construction. Page 1 of 3 Exhibit A- Scope of Services � Packet Pg. 1331 16.C.12.a The Contractor shall obtain and maintain all required permits or licenses necessary for the prosecution of the work prior to the start of construction. Permits may include, but not be limited to: Collier County Right -of -Way, Exotic and/or Vegetation Removal Permit, and Southwest Florida Water Management District Permit. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the work shall be procured and paid for by the Contractor. 4. Owner's Allowance It shall be at the sole discretion of the County's Project Manager or Designee to determine if and when the Owner's Allowance may be invoiced against by the Contractor. Owner's Allowance shall be billed at Time and Material. Hourly rates are applicable only to Owner's Allowance. Rate Schedule found in Exhibit B- Fee Schedule of this Agreement. Material markup shall not exceed 15%. Contractor must provide backup documentation for all items exceeding $500. No markup shall be applied to sales tax and/or freight. Subcontractor markup shall not exceed 10%. A copy of the Subcontractor invoice must be provided. Material markup shall not be allowed against a Subcontractor's material. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 5. Work Performance The Contractor shall provide all labor, materials, equipment, supplies, permits and project schedules to complete the entire construction of the awarded project. The County reserves the right to request additional information from the Contractor for clarification on all site -specific construction documents and invoices submitted. Any and all utility relocates that are deemed necessary to complete the project are the responsibility of the Contractor, at no additional cost to the County. A video and digital picture of each project site must be submitted by the Contractor to the County's Project Manager or Designee prior to the start of construction. A video and digital picture of the project site after construction shall be provided upon the Contractor's submittal for Final Completion approval of the project. The method of providing the required media shall be determined by the County Project Manager or Designee. At the County Project Manager's discretion, the Contractor may also be required to submit a video and digital picture of the progress work being performed at the project site at any time. All required videos and digital pictures of the project sites submitted by the Contractor shall become property of the County upon submission. The Contractor shall coordinate and be responsible for all project required testing and inspections, at no additional cost to the County. Testing may include, but not be limited to: Florida Limerock Bearing Ratio (LBR) Testing; Concrete Cylinder Testing and Density Testing. Inspections may include, but not be limited to: County Road Maintenance and/or Right -of -Way permit inspection requirements. All testing and inspection results shall be provided to the County's Project Manager or Designee within twenty-four (24) hours after the report has been issued to the Contractor. The Contractor will be responsible for watering sod for a period of sixty (60) days after installation. 6. Safety It is the Contractor's sole responsibility for safety in the work zone. Contractor shall provide work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, as required by law or the Board of County Commissioners (BCC). The Contractor shall run operations in strict accordance with Occupational Safety and Health Administration (OSHA) regulations and the manufacturer's safety requirements. MOT shall be in accordance with Florida Department of Transportation (FDOT) and Collier County Procedure. The County's Project Manager or Designee will be responsible for providing a copy of the Collier County Procedure to the Contractor by internal request of the Risk Management Division. Contractor shall be required to provide Maintenance of Traffic or Temporary Control Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. High -visibility clothing or vests with retro-reflectorized striping must always be worn by all employees working within Collier County Rights -of Way (See exception below). This includes personnel that may visit the "work zone" temporarily, such as management and/or Contractors. The American National Standard for High -Visibility Safety Apparel and Headwear (ANSIASEA 107-2004) or the most current edition, Class 2 or Class 3 garments are required for daytime use. Page 2 of 3 Exhibit A- Scope of Services Packet Pg. 1332 16.C.12.a American National Standards Institute/ International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, T-shirts or similarly labeled garments depending on time of day. 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. Exception: When other industry apparel safety standards require workers to wear apparel that is inconsistent with Federal, State or County requirements such as OSHA, ANSI, ISEA, etc., the other standards may prevail. However, apparel must still meet high visibility color requirements of fluorescent lime -green or fluorescent orange only and must be maintained in good condition and replaced as necessary. 7. Clean -Up The Contractor shall be responsible for removing all debris from the project site. The Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's Project Manager or Designee. 8. Damages Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the County's Project Manager or Designee at no additional cost to the County, and damages shall be repaired or replaced within seventy-two (72) hours from the occurrence of the damage. 9. Warranty The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Page 3 of 3 Exhibit A- Scope of Services Packet Pg. 1333 16.C.12.a R following this page (pages through 1 ❑ this exhibit is not applicable Exhibit B Fee Schedule Page 18 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1334 16.C.12.a BONNESS INC. HOURLY LABOR & EQUIPMENT RATES TRUCKS DOZERS 1 Ton Dump $ 110.00 Sm. Dozer 8 CY Dump $ 130.00 Med. Dozer Tri-Axle Dump (on Road) $ 140.00 Lg. Dozer Lowboy $ 185.00 Cat D6M LGP Dozer Service/Fuel Truck $ 185.00 Spreader Truck $ 185.00 EXCAVATORS Water Truck $ 175.00 Mini Excavator Water Truck (Off Road) $ 185.00 300 Excavator End Dump (Off Road) $ 195.00 450 Excavator ROLLERS PAVERS Sm. Static Roller & Vib. Roller $ 165.00 5000LD Asphalt Paver Traffic Roller $ 170.00 7000T Asphalt Paver Tandem Static Roller $ 165.00 351 Asphalt Paver Med. Vib. Roller $ 175.00 451 Asphalt Paver Lg. Vib. Roller $ 195.00 SPECIALTY EQUIPMENT LOADERS/TRACTORS Broom Tractor Skid Steere $ 190.00 Asphalt Distributor Loader/Box Blade $ 195.00 Cat Scraper Loader/Backhoe $ 195.00 Mixer Loader/Broom $ 195.00 Box Blade/Broom $ 195.00 MISCELLANEOUS Loader $ 195.00 Street Saw (2hr. Minimum) Med. Loader $ 195.00 Plate Compactor (2hr Min.) Lg. Loader $ 195.00 Striping Machine Infrared Machine GRADERS Mechanic/Truck w/support Equipment M850 Maintainer $ 175.00 Foreman/Truck w/support Equipment 685 Motor Grader $ 185.00 C80A Motor Grader $ 195.00 Project Manager billed at 115.00 per hour. 570E / 120H Motor Grader $ 195.00 Supervision billed at $115.00 per hour. 135H Motor Grader $ 210.00 Foreman billed at $90.00 per hour. 12H Motor Grader $ 235.00 Laborers billed at $60.00 per hour. $ 250.00 $ 245.00 $ 265.00 $ 295.00 $ 190.00 $ 240.00 $ 295.00 $ 195.00 $ 205.00 $ 210.00 $ 235.00 $ 195.00 $ 205.00 $ 205.00 $ 295.00 $ 150.00 $ 135.00 $ 135.00 $ 160.00 $ 175.00 $ 175.00 Rates are hourly for equipment fully fueled and operated unless noted. Rates do not include material. Materials billed at invoice total plus 10%. U/G Utility Crew w/equipment billed at $ 800.00 per hour (Utility Crew is for a 6 Person Crew with pick-up truck and mini-trackhoe). Saturdays & Night Work (7:00 PM - 7:00 AM) will be billed at time and one-half, Sundays will be billed at double time.* Arrangements for Collier County observed Holiday work will need to be agreed upon in advance. Dumpsters billed at invoice total plus 10% Rental Equipment (Le. Georgia Buggy, Trench Box, Pumps, etc.) billed at invoice total plus 10% LABOR RATES When authorized by the Contractor to proceed on a time and material basis, work authorization forms containing detailed records of Labor, Equipment & Materials used must be approved daily by the Contractor. If Subcontractor is instructed to invoice any additional work separate from the T&M Agreement, it is understood that all provisions of the T&M Agreement apply. *All overtime and double time work must be pre -approved, in writing, by the County's Project Manager or designee. Packet Pg. 1335 16.C.12.a FE-1 this exhibit is not applicable Exhibit C-1 PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _day of , 20_ with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and 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 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 Surety be 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 day of , 20_, the name of under -signed representative, pursuant to authority of its governing body. Page 19 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1336 16.C.12.a Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) m Page 20 of 33 Multi -Contractor Award Agreement [2021_ver.1] CAS Packet Pg. 1337 16.C.12.a As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 21 of 33 Multi -Contractor Award Agreement [2021_ver.1] ,a Packet Pg. 1338 16.C.12.a 0 this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. m WHEREAS, Principal has entered into a contract dated as of the _ day of , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat 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 22 of 33 Multi -Contractor Award Agreement [2021_ver.1] (CEO) Packet Pg. 1339 16.C.12.a 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 day of 20_, 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 presence of: PRINCIPAL: Witnesses as to Principal STATE OF _ COUNTY OF By: _ Name: Its: .........._ The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 23 of 33 Multi -Contractor Award Agreement (2021_ver.1I G Packet Pg. 1340 16.C.12.a ATTEST: Witness as to Surety Witnesses STATE OF COUNTY OF SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 24 of 33 Multi -Contractor Award Agreement [2021_ver.1] "a Packet Pg. 1341 16.C.12.a ❑ this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF Before me, the undersigned authority, personally appeared who being duly sworn, deposes and says: after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF The foregoing instrument notarization, this of _ of , a He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) CONTRACTOR M ITS: DATE: [Corporate Seal] was acknowledged before me by means of ❑ physical presence or ❑ online 20 , by , as corporation, on behalf of the corporation (Signature of Notary Public -State of Florida) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Page 25 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1342 16.C.12.a ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) Bid No. Project No. Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru [insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: % Percent Contract Time completed to Date % Liquidated Damages to be Accrued Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : DATE: (DP's Name) (Signature) (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: Page 26 of 33 (Signature) DATE: _ (Type Name and Title) Multi -Contractor Award Agreement [2021_ver.1] t. Packet Pg. 1343 16.C.12.a ❑ this exhibit is not applicable ❑ Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract #: �� Change #: = Purchase Order #: Project #: Contractor/Firm Name: 1 Project Name: Project Manager Name: —� Department: Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item #'' Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #DIV/0! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #DIV/01 Change from Current BCC Approved Amount Cumulative Chanqes $ 0.00 #DIV/01 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date Includes this change) # of Days Added Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: (Project Manager Name and Division Date: Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: _ (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Date: (Design Professional and Name of Firm, if project applicable) Approved by: Date: (Procurement Professional Page 27 of 33 Multi -Contractor Award Agreement [2021_ver.11 Packet Pg. 1344 16.C.12.a ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For _ Contract Date EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 28 of 33 Multi -Contractor Award Agreement [2021_ver.11 t r; Packet Pg. 1345 16.C.12.a The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20_ CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20_ OWNER By: Type Name and Title Page 29 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1346 16.C.12.a ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date CERTIFICATE OF FINAL COMPLETION ENGINEER'S Project No. This Certificate of Final completion applies to all Work under the Contract documents. To OWNER The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 30 of 33 Multi -Contractor Award Agreement [2021_ver.1) <:r Packet Pg. 1347 16.C.12.a Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1348 16.C.12.a ❑ this exhibit is not applicable EXHIBIT 1 WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Page 32 of 33 Multi -Award Agreement 2017.006 Ver.l r N Packet Pg. 1349 16.C.12.a Other Exhibit/Attachment Description: ❑ following this page (pages through _) F■ this exhibit is not applicable Page 33 of 33 Multi -Award Agreement 2017.006 Ver.1 Packet Pg. 1350 Client#: 70615 BONINI 16.C.12.b I. ACORD.. CERTIFICATE OF LIABILITY INSURANCE DA9TE F/301,2020 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: It the certlticate holder IS an ADDITIONAL INSURED, the pollcy(les) must be endorsed. It 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 NAME: Taylor Fedronich Acrisure LLC dba Gulfshore Insurance PHONE 239 435-7108 FAX 239 213-2803 A/C, No, Ext : A/C, No 4100 Goodlette Road N E-MAIL ADDRESS: tfedronich@gulfshoreinsurance.com edronich ulfshoreinsurance.com Naples, FL 34103 INSURER(S) AFFORDING COVERAGE NAIC# 239 261-3646 INSURER A National Trust Insurance Company 20141 INSURED INSURER B FCCI Insurance Company 10178 Bonness Inc. INSURER C •Homeland Insurance Company New York 34452 1900 Seward Avenue INSURER D : Naples, FL 34109 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY X X GL10004683702 6/01/2020 06/01/2021 EACH OCCURRENCE s2,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 4 OCCUR PREMISES ERENTED ccccr nce $100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $2,000,000 X PD Ded:5,000 GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $4,000,000 POLICY X PRO LOC JECT $ A AUTOMOBILE LIABILITY X CA10000232205 6/01/2020 06/01/2021 CMINED Ea acciden SINGLE LIMIT $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED AUTOS X NON -OWNED AUTOS B X UMBRELLA LIAB X OCCUR X X UMB10001417404 6/01/2020 06/01/2021 EACH OCCURRENCE $10 000 000 AGGREGATE $10 000 000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N / A X 001 WC20A73702 06/01/2020 06/01/2021 X TO OTH- RY LIMITS IMIT ER E.L. EACH ACCIDENT $1 00O 000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Pollution 7930063790003 6/01/2020 06/01/2021 $1,000,000 Limit B Leased/Rented CM10004684102 06/01/2020 06/01/2021 $1,500,000 Limit Equipment $5,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County are named as Additional Insured with respect to General Liability as needed by contract, per form CGL088 0115, which includes Waiver of Subrogation. General Liability coverage is primary and non contributory per form CG2001 0413. Additional Insured is included for (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE N t,0 I N I'J C R L N C I co to W Z Z 0 m 0) CO ti 0 N c d E z M a © 1988-2010 ACORD CORPORATION. All ri hts reserved. ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD Packet Pg. 1351 #S1608991/M1566753 TPZ18 DESCRIPTIONS (Continued from Page 1) 1 16.C.12.b ongoing and completed Operations per form CGL084 1013. Additional Insured and Waiver of Subrogation with regard to Auto policy per form CAU058 0519. Waiver of Subrogation for Workers Compensation per form WC000313 0484. Umbrella Follows Form. 30 days notice of cancellation, except 10 days for nonpayment. These statements are subject to policy terms and conditions; where required by written contract. SAGITTA 25.3 (2010/05) 2 of 2 #S1608991/M1566753 Packet Pg.1352 16.C.12.d MULTI -CONTRACTOR AWARD AGREEMENT # 20-7789 for DESIGNATED DRIVEWAY CONTRACTOR SERVICES THIS AGREEMENT, made and entered into on this day of 20 21 by and between Coastal Concrete Products, LLC d/b/a Coastal Site Development , authorized to do business in the State of Florida, whose business address is 7742 Alico Road, Fort Myers, FL 33912 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing 0 upon the date of Board approval; or ❑ on , and terminating three ( 3 ) year(s) from that date or until all outstanding FE-1 Purchase Order(s) ❑■ Work Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a OPurchase Order *Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ❑ Other: Invitation for Qualification ( IFQ ) # 20-7789 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. FE-1 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Page 1 of 33 Multi -Contractor Award Agreement [2021_ver.1] ry . Packet Pg. 1353 16.C.12.d 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 X The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. The pFeeedwe fee, ebtaining A) ­..ned in ❑ Othe 3.4 ❑E The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4, THE AGREEMENT SUM. ❑ The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1 F Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". ❑ it , , :A a --.,, , -+ i, „ 4.1 Price Methodology (as selected below): FN_� Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. [dime and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 33 Multi -Contractor Award Agreement (2021_ver.11 fxp° Packet Pg. 1354 16.C.12.d 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. .. MR. ._ __,,_. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1355 16.C.12.d E" NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name Address: Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Coastal Concrete Products, LLC dba Coastal Site Development 7742 Alico Road Ft. Mvers, FL 33912 David E. Torres, Manager (239) 208-4079 David@torrescompanies.com / maguiar@coastalconcreteproducts.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Division Name: Address: Kari Hodgson Solid and Hazardous Waste Manaqement Division 3339 Tamiami Trail East Naples, Florida 34112 Administrative Agent/PM: Taylor Sawatzky, Project Manager Telephone: (239) 252-5333 E-Mail(s): Taylor.Sawatzky@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg.. 1356 16.C.12.d 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ■❑ Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. FO Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. ❑1 Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1 000,000 for each accident. Page 5 of 33 Multi -Contractor Award Agreement [2021_ver.1] CCA� Packet Pg. 1357 16.C.12.d W-K Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the Page 6 of 33 Multi -Contractor Award Agreement [2021_ver.1) j p { Packet Pg. 1358 16.C.12.d performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Fk Exhibit A Scope of Services, ❑ Exhibit B Fee Schedule, ❑ R€R/ ❑ 4T&❑N Other Invitation for Qualification (IFQ) #20-7789 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes and corresponding contract documents, ❑ Exhibit G 1 Publie RaymentBend-, ❑ Exhibit `' 2 P"""" ❑■ Exhibit D - Release and Affidavit Form, 0 Exhibit E — Form of Contract Application for Payment, F Exhibit F - Change Order, X Exhibit G - Certificate of Substantial Completion, F Exhibit H -Certificate of Final Completion, 0 Exhibit I - Warranty, and ❑ Ot-he 17. APPLICABILITY. Sections corresponding to any checked box (❑) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Page 7 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1359 16.C.12.d Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordReg ues colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. OIL M-9 OWWWWiM Will in IMA Page 8 of 33 Multi -Contractor Award Agreement [2021_ver.11 � Z'l Packet Pg. 1360 16.C.12.d 23. ■❑ LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. ■0 PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between Owner and Contractor, Page 9 of 33 Multi -Contractor Award Agreement [2021_ver.1] (CAO Packet Pg. 1361 16.C.12.d to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. 0 CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 28. FN� CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, Page 10 of 33 Multi -Contractor Award Agreement [2021_ver.11 rCA Packet Pg. 1362 16.C.12.d and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. 0 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 30. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 32, V PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 11 of 33 Multi -Contractor Award Agreement [2021_ver.1] (CIAI)O Packet Pg. 1363 16.C.12.d 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. R COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Page 12 of 33 Multi -Contractor Award Agreement [2021_ver.1] CA Packet Pg. 1364 16.C.12.d Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 35. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 39, VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. Page 13 of 33 Multi -Contractor Award Agreement (2021_ver.1 ] }__ r '. n 4 Packet Pg. 1365 16.C.12.d FANWIMP 1AWANI ION, ow to WON .41 0 AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 41. F ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 004, - -- -- •_N_ ..-- -• - -- - _ -- - - - - - Il ._ _. -- - •- - - -- ----- - -- -- - - - - - - .._. • Wl�_l WIN WIN 11 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance Page 14 of 33 Multi -Contractor Award Agreement [2021_ver.1 ] (CAO) Packet Pg. 1366 16.C.12.d and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 44. FN� SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 15 of 33 Multi -Contractor Award Agreement [2021_ver.11 Packet Pg. 1367 16.C.12.d IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller Dated: (SEAL) Contractor's Witnesses: Contractor's First Witness int witness namel Second Witness 0 1 k1 Type/print wit ess nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA PENNY TAYLOR , Chair Coastal Concrete Products, LLC dba Coastal Site Development Contractor In Signature David E ,pe/print sign Wres - Manager ure and titleT Page 16 of 33 Multi -Contractor Award Agreement (2021_ eG1 A® Packet Pg. 1368 16.C.12.d Exhibit A Scope of Services FO-1 following this page (pages 1 through 3 ❑ this exhibit is not applicable Page 17 of 33 Multi -Contractor Award Agreement [2021_ver.1 Packet Pg. 1369 16.C.12.d IFQ# 20-7789 "Designated Driveway Contractor Services EXHIBIT A SCOPE OF SERVICES BACKGROUND The Solid & Hazardous Waste Management Division of the Public Utilities Department is responsible for ensuring that collection and disposal services are provided throughout Collier County in a safe and efficient manner. There are more than 300 dead-end streets in Collier County that do not allow for safe turn -around of waste collection vehicles or large emergency vehicles. In most cases, these large vehicles must back down the street to the nearest intersection or back onto private property creating an unsafe condition or damage to private property. The intent of this Agreement is to protect the public and private property by providing turn -around capability on dead-end streets for solid waste collection vehicles by constructing reinforced designated driveways. Designated driveways are property owner -approved reinforced private driveways intended to create safe, designated turn -around areas for solid waste collection vehicles where no turn -around access areas exist. County designated driveway specifications are provided as an attachment to this solicitation. DETAILED SCOPE OF WORK 1. General Requirements The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. 2. Quoting Requirements When the County determines a need for services, a summary of work, technical specifications, etc. will be provided to all selected Contractors, along with a line item quote schedule for providing an all-inclusive lump sum quote. The County's Project Manager will set the required response time for each project, but Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. The work under this Agreement will be for projects with a value up to $200,000. The Contractors pricing shall be all-inclusive and include, but not be limited to, labor, equipment, supplies, permits, rock, debris excavation, limerock, mobilization, Maintenance of Traffic (MOT), piping, silt fence and any other materials required to properly complete the project. Note that each quote schedule may have a set amount designated by the County's Project Manager for an Owner's Allowance line item to be included. This line item is not a guaranteed amount of money to the Contractor (see "Owner's Allowance" Section 4 below). Completion time and the collection of liquidated damages may be specified in the Request for Quotation (RFQ). Reconstruction of a driveway project shall not exceed a seven (7) business day schedule per single driveway, unless additional time is approved in writing by the County's Project Manager or Designee. The Contractors shall make arrangements (if necessary) with the County's Project Manager or Designee to properly inspect the project site subsurface conditions prior to quote submission. Any required rock or debris excavation shall be included in the lump sum quote. 3. Commencement of Work Work shall not commence until a Work Order/Purchase Order and Notice to Proceed is issued as well as a fully executed and recorded Right of Entry (ROE) Form provided by the County's Project Manager or Designee. The Contractor will be responsible for notifying all residents using a County supplied letter at least twenty-four hours before the start of construction. Page 1 of 3 Exhibit A- Scope of Services Packet Pg. 1370 16.C.12.d The Contractor shall obtain and maintain all required permits or licenses necessary for the prosecution of the work prior to the start of construction. Permits may include, but not be limited to: Collier County Right -of -Way, Exotic and/or Vegetation Removal Permit, and Southwest Florida Water Management District Permit. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the work shall be procured and paid for by the Contractor. 4. Owner's Allowance It shall be at the sole discretion of the County's Project Manager or Designee to determine if and when the Owner's Allowance may be invoiced against by the Contractor. Owner's Allowance shall be billed at Time and Material. Hourly rates are applicable only to Owner's Allowance. Rate Schedule found in Exhibit B- Fee Schedule of this Agreement. Material markup shall not exceed 15%. Contractor must provide backup documentation for all items exceeding $500. No markup shall be applied to sales tax and/or freight. Subcontractor markup shall not exceed 10%. A copy of the Subcontractor invoice must be provided. Material markup shall not be allowed against a Subcontractor's material. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 5. Work Performance The Contractor shall provide all labor, materials, equipment, supplies, permits and project schedules to complete the entire construction of the awarded project. The County reserves the right to request additional information from the Contractor for clarification on all site -specific construction documents and invoices submitted. Any and all utility relocates that are deemed necessary to complete the project are the responsibility of the Contractor, at no additional cost to the County. A video and digital picture of each project site must be submitted by the Contractor to the County's Project Manager or Designee prior to the start of construction. A video and digital picture of the project site after construction shall be provided upon the Contractor's submittal for Final Completion approval of the project. The method of providing the required media shall be determined by the County Project Manager or Designee. At the County Project Manager's discretion, the Contractor may also be required to submit a video and digital picture of the progress work being performed at the project site at any time. All required videos and digital pictures of the project sites submitted by the Contractor shall become property of the County upon submission. The Contractor shall coordinate and be responsible for all project required testing and inspections, at no additional cost to the County. Testing may include, but not be limited to: Florida Limerock Bearing Ratio (LBR) Testing; Concrete Cylinder Testing and Density Testing. Inspections may include, but not be limited to: County Road Maintenance and/or Right -of -Way permit inspection requirements. All testing and inspection results shall be provided to the County's Project Manager or Designee within twenty-four (24) hours after the report has been issued to the Contractor. The Contractor will be responsible for watering sod for a period of sixty (60) days after installation. 6. Safety It is the Contractor's sole responsibility for safety in the work zone. Contractor shall provide work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, as required by law or the Board of County Commissioners (BCC). The Contractor shall run operations in strict accordance with Occupational Safety and Health Administration (OSHA) regulations and the manufacturer's safety requirements. MOT shall be in accordance with Florida Department of Transportation (FDOT) and Collier County Procedure. The County's Project Manager or Designee will be responsible for providing a copy of the Collier County Procedure to the Contractor by internal request of the Risk Management Division. Contractor shall be required to provide Maintenance of Traffic or Temporary Control Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. High -visibility clothing or vests with retro-reflectorized striping must always be worn by all employees working within Collier County Rights -of Way (See exception below). This includes personnel that may visit the "work zone" temporarily, such as management and/or Contractors. The American National Standard for High -Visibility Safety Apparel and Headwear (ANSI/ISEA 107-2004) or the most current edition, Class 2 or Class 3 garments are required for daytime use. Page 2 of 3 Exhibit A- Scope of Services Packet Pg. 1371 16.C.12.d American National Standards Institute/ International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, T-shirts or similarly labeled garments depending on time of day. 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. Exception: When other industry apparel safety standards require workers to wear apparel that is inconsistent with Federal, State or County requirements such as OSHA, ANSI, ISEA, etc., the other standards may prevail. However, apparel must still meet high visibility color requirements of fluorescent lime -green or fluorescent orange only and must be maintained in good condition and replaced as necessary. 7. Clean -Up The Contractor shall be responsible for removing all debris from the project site. The Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's Project Manager or Designee. 8. Damages Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the County's Project Manager or Designee at no additional cost to the County, and damages shall be repaired or replaced within seventy-two (72) hours from the occurrence of the damage. 9. Warranty The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Page 3 of 3 Exhibit A- Scope of Services Packet Pg. 1372 16.C.12.d 0 following this page (pages through 1 ❑ this exhibit is not applicable Exhibit B Fee Schedule Page 18 of 33 Multi -Contractor Award Agreement [2021_ver.1] A Packet Pg. 1373 16.C.12.d i,w w" sbal Concrebe Sibe l -•mnb �.U�w DivisionProdUCbS A of Coastal. Products, RATES FOR TIME AND MATERIAL COLLIER COUNTY CONTRACT DESIGNATED DRIVEWAYS CONTRACT 1/13/21 UPDATE Labor Charges — Per Hour Project Manager $105 Superintendent $85 Foreman (Concrete, Grading or Underground) $70 Equipment Operator $65 Underground Crew Labor $60 Concrete Crew Labor $60 Grading Crew Labor $55 MOT Labor $55 Other Labor $55 Equipment Charges (excluding Operator) — Per Hour Excavator - Large (50,000lbs +) $140 Excavator - Medium (20,000-50,000lbs) $100 Excavator- Mini(0-20,000lbs) $80 Loader - Skid Steer (Bobcat) $75 Loader— Medium (Kubota R520/Komatsu 95) $95 Loader — Full Size (Komatsu 250 or larger) $110 Dump Truck —18cyd $75 Bulldozer $105 Motor Grader $130 Dewatering Pump — 2 & 3" $45 Dewatering Pump — 4" $55 Dewatering Pump — 6" $75 Dewatering Pump — 8" $85 Trench Box $70 Plate Compactor $50 Small Roller $65 Full Size Roller $80 MOT Device (cone, sign, drum, etc) $0.50 Listed models are for reference only. Equivalent equipment of a different brand shall be billed at same rate. Materials provided to be billed and marked up as per Collier County contract standards. Use of subcontractors shall also meet Contract requirements for allowed markup. Rental equipment shall be billed at cost plus a ten percent markup. Packet Pg. 1374 16.C.12.d ❑■ this exhibit is not applicable Exhibit C-1 PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That I as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _day of , 20_ with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and 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 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 Surety be 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 day of , 20_, the name of under -signed representative, pursuant to authority of its governing body. Page 19 of 33 Multi -Contractor Award Agreement [2021_ver.1] A01 Packet Pg. 1375 16.C.12.d Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) WE Page 20 of 33 Multi -Contractor Award Agreement [2021_ver.11 (Ate, Packet Pg. 1376 16.C.12.d As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF _ COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as Of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 21 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1377 16.C.12.d ❑■ this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _ day of 20 , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat 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 22 of 33 Multi -Contractor Award Agreement [2021_ver.11 (CAG Packet Pg. 1378 16.C.12.d 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 day of , 20_, 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 presence of : Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by OF— a He/she is personally known to me OR has produced _ as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) , as corporation, on behalf of the corporation. (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 23 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1379 16.C.12.d ATTEST: Witness as to Surety Witnesses STATE OF _ COUNTY OF SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary Public -State of Florida) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: Page 24 of 33 Multi -Contractor Award Agreement [2021_ver.1I Packet Pg. 1386 16.C.12.d ❑ this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF( ) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR L3'A ITS: DATE: [Corporate Seal] The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as Of a He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) corporation, on behalf of the corporation (Signature of Notary Public -State of Florida) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Page 25 of 33 Multi -Contractor Award Agreement [2021_ver.1I fps, O 4• Packet Pg. 1381 16.C.12.d ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) MA Original Contract Time: Revised Contract Time: Retainage @ 10% thru [insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date % Liquidated Damages to be Accrued Bid No. Project No. Application Date Payment Application No. for Work accomplished through the Date: Project Name) Original Contract Amount: Total Change Orders to Date Revised Contract Amount Total value of Work Completed and stored to Date Less previous payment (s) AMOUNT DUE THIS APPLICATION: ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : DATE: (DP's Name) (Signature) (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: - (Type Name and Title) Page 26 of 33 Multi -Contractor Award Agreement [2021_ver.1] e�' Packet Pg. 1382 16.C.12.d ❑ this exhibit is not applicable ❑ Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract M II Change #: = Purchase Order #: Project M Contractor/Firm Name: Project Name: Project Manager Name: Department: Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #DIV/0! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #DIV/01 Change from Current BCC Approved Amount Cumulative Changes $ 0.00 #DIV/0! Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved Revised Date Date Completion Date Date Includes this change) # of Days Added Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: (Project Manager Name and Division) Date: Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Approved by: (Design Professional and Name of Firm, if project applicable) (Procurement Professional Page 27 of 33 Date: Date: Multi -Contractor Award Agreement [2021_ver.11 Packet Pg. 1383 16.C.12.d ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: we OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 28 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1384 16.C.12.d The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20_ CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20_ OWNER By: Type Name and Title Page 29 of 33 Multi -Contractor Award Agreement [2021_ver.1j Packet Pg. 1385 16.C.12.d ❑ this exhibit is not applicable EXHIBIT H CERTIFICATE OF FINAL COMPLETION OWNER'S Project No. ENGINEER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Final completion applies to all Work under the Contract documents. To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 30 of 33 Multi -Contractor Award Agreement [2021_ver.1] 'Ok Packet Pg. 1386 16.C.12.d Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 Multi -Contractor Award Agreement [2021_ver.11 '; Packet Pg. 1387 16.C.12.d ❑ this exhibit is not applicable EXHIBIT I WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Page 32 of 33 Multi -Award Agreement 2017.006 Ver.I (�AO) Packet Pg. 1388 16.C.12.d Other Exhibit/Attachment Description: ❑ following this page (pages through ) ❑& this exhibit is not applicable Page 33 of 33 Multi -Award Agreement 2017.006 Ver.I rCAO) Packet Pg. 1389 � 16.C.12.e CO IOV COHHty Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents sball be submitted eI tronically through BidSync. Vendor should checkoff each of the following items: General Bid Instructions has been accepted, acknowledged and g Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. [� Form 1: Vendor Declaration Statement [� Form 2: Conflict of Interest Certification E/ Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. dVendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. [� Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. [ Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. Form b: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. Vendor W-9 Form. [ Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. Packet Pg. 1390 16.C.12.e AV Coastal Coastal Concrebecs)SiCe Developmenb�;�, � Products A Division of Coastal Concrete Products, LLC October 9, 2020 Sarah Hamilton Procurement Strategist Procurement Service Division Administrative Services Department Collier County RE., Solicitation 20-7789 Designated Driveway Contractor Services Dear Ms. Hamilton: Please accept this correspondence and package as our submittal for the above noted solicitation. We thank you for the opportunity to participate in this bid process and Iook forward to any comments you may have. The solicitation requests a number of items for your review. These are all enclosed and labeled as follows: 1. Cover Letter / Management Summary (This letter.) II. Certified Woman and/or Minority Business Enterprise III. Business Plan IV. Experience and Capacity Current of the Firm V. Specialized Expertise of Team Members VI. Local Vendor Preference 1. Cover Letter / Management Summary — Coastal Concrete Products dates back to 1988 when Mr. Jeffrey Mullins incorporated a firm by the name Coastal Concrete Products, Inc. to serve the Southwest Florida concrete services market. This included manufacturing and installation of precast concrete as used in concrete walls around subdivisions or near roadways as well as cast in place concrete for Ilatwork, structures, etc. The firm also developed an expertise in the installation of concrete pavers and precast concrete retaining blocks. In 2010, ownership of the assets of the prior Coastal Concrete Products, Inc was sold to investors led by David E. Torres and Coastal Concrete Products, LLC was born. Since then the firm has continued to provide the service of its predecessor as well as expanded to provide wider range of site development services including mass earthwork, underground utilities, roadways, and etc. In 2012, the firm decided to register a fictitious name, Coastal Site Development, to better represent its wider range of service beyond concrete work which matches our bid submission under the name Coastal Concrete Products, LLC dba Coastal Site Development. The firm currently employs approximately 45 staff members which adjusts depending on workload at any given time. We are a licensed state certified General Contractor which meets Collier County requirements and can provide bonds as required for larger projects that may arise from this solicitation, if applicable. Packet Pg. 1391 16.C.12.e While our offices are located in Lee County, please note that our hearts are in Collier County. Our owners and lead employees are all residents of Collier County. We will strive to provide you the best service possible. Not only will that be our duty as your vendor, but our duty to our neighbors and families who reside in Collier County. We confirm that we will accept any awards that result from this RFP and commit to providing proposals within the required time frames. 1 can be reached via cell phone at 904-762-4454 or at my office at 239-208-4079 if you have any further questions regarding this bid package. Maritza Aguiar and 1 will serve as your contact for this solicitation. My email is dtorres&torrescompanies.com in the event that is more convenient. Maritza can be reached on her cell phone at 239-404-8705 or via email at ma uiargcoastalconcreteproducts.com. Sincerely, David E Manage U/ Packet Pg. 1392 16.C.12.e Coastal Coastal UpProdUCbS ConCreCe „� SIGe Developmenb A Division of Coastal Concrete Products, LLC REQUESTED INFORMATION II. CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE Please note that even though we are majority owned by Mr. David E. Torres, who meets minority criteria, we are currently not certified by Office of Supplier Diversity. III. BUSINESS PLAN We clearly understand the scope of work that may arise from this solicitation. That includes driveways, hammerheads, maintenance of traffic, excavation, rock removal, permitting, silt fencing, sod, concrete, drainage and other similar items. Maritza Aguiar, Project Manager, will handle the intake of solicitations. We expect that these will be forwarded directly by County Project Manager or via the bid sync system. Ms. Aguiar and Mr. Torres will handle the preconstruction estimating portion of the project later transitioning day to day construction responsibility to David Machado, Superintendent. Ms. Aguiar will remain responsible for overall management of the project, preparation of scheduling and making sure such schedule are met. Considering we self -perform the majority of the work proposed in this solicitation, coordination with subcontractors will be minimal and we will be in full control of the schedule. We adjust our staffing based on current workload and can ramp up as necessary and requested by our customers. As requested in solicitation documents, enclosed as exhibit A is a sample schedule for a recent water line and sidewalk improvement project. Similar schedules will be prepared via Microsoft Project and distributed to the team to ensure that the project is completed on a timely basis. Administratively, and if necessary for the project at hand, Charlotte Walkup, Office Manager, will handle any required grant documentation, Davis Bacon reporting, insurance updates or other administrative matters. IV. EXPERIENCE AND CAPACITY OF THE FIRM Coastal Concrete Products dates back to 1988 when Mr. Jeffrey Mullins incorporated a firm by the name Coastal Concrete Products, Inc. to serve the Southwest Florida concrete services market. This included manufacturing and installation of precast concrete as used in concrete walls around subdivisions or near roadways as well as cast in place concrete for flatwork, Packet Pg. 1393 16.C.12.e structures, etc. The firm also developed an expertise in the installation of concrete pavers and precast concrete retaining blocks. In 2010, ownership of the assets of the prior Coastal Concrete Products, Inc was sold to investors led by David E. Torres and Coastal Concrete Products, LLC was born. Since then the firm has continued to provide the service of its predecessor as well as expanded to provide wider range of site development services including mass earthwork, underground utilities, roadways, and etc. In 2012, the firm decided to register a fictitious name, Coastal Site Development, to better represent its wider range of service beyond concrete work which matches our bid submission under the name Coastal Concrete Products, LLC dba Coastal Site Development. The firm currently employs approximately 45 staff members which adjusts depending on workload at any given time. We are a licensed state certified General Contractor which meets state requirements and can provide bonds as required for larger projects that may arise. We have performed a number of projects which have included driveway, roadway, drainage improvements, etc similar to those that are offered to those being selected as part of this solicitation. a. Golden Gate City Sidewalks (2015). Please note this contract was completed on time and under budget. An FDOT LAP project through Collier County. b. Cypress Way East Sidewalks for Collier County. c. San Marco Rd, Winterberiy Dr, Tigertail Ct, Hernando Dr Sidewalks for the City of Marco Island on a LAP project d. Barfield Dr and Inlet Dr on a LAP project for the City of Marco Island. e. Woodcrest Dr via the complete construction of the extension of this roadway from the entrance to Bent Creek Preserve extended south up to 200ft approximately north of Acremaker Rd. f. Rattlesnake Hammock Rd cast of Collier Boulevard via the complete construction of this four lane roadway in phase I from the bridge on Collier Boulevard canal to Viale Way and in phase 2 from Viale Way to the future Benfield Rd. g. Lord's Way Extension h. Paradise Rd in the City of Bonita Springs i. Beacon Manor Sidewalk for Lee County j. Palmona Park Sidewalks and Driveway for Lee County k. North Collier Boulevard Sidewalks, a LAP project for City of Marco Island This list is only a sample of our work in this space. We have worked on thousands of driveways throughout our company's history. Please note that the size of these contracts varies from tens of thousands to over $4 million dollars. Our firm is comfortable with the scale of size of projects you intend to award. Under the recently expired designated driveways contract, we worked on driveways for Collier County to the tune of approximately $ l 60,000. All work was completed to the satisfaction of each assigned project manager. Our firm is comfortable with working under grant or federal fund restrictions including compliance with Davis Bacon or HUD related laws as may be appropriate. We are also certified Section 3 contractor. We are holders of a certified general contractor's license which has been enclosed as part of this project. Further, we have multiple staff members with MOT certifications. With relevance to this project, please note David E. Torres and Maritza Aguiar who serve in project management have Advanced MOT certifications. David Machado and Tim Winschel serving in day to day field operations have Intermediate MOT certifications. Copies of these MOT certifications are also included in this package. Packet Pg. 1394 16.C.12.e Financially, our firm is strong. We have a conservative balance sheet with very limited debt. We are bonded to a project limit of $10,000,000 and aggregate capacity of $25,000,000. Letter from our bonding agent is included confirming same. (exhibit B) Relevant to this solicitation is that we self -perform our work. This is important as we do are not at the mercy of subcontractors' schedule. We own all equipment necessary for these projects. We have multiple crews focusing oil utilities, earthwork, concrete, etc. Our projects are well supervised, and we intend to satisfy any requests of the County project managers. As requested in the solicitation documents, we have enclosed reference forms from clients with projects of similar scope. ( f6, !�;) V. SPECIALIZED EXPERTIESE OF TEAM MEMBERS Project Executive. David E. Torres will serve as the executive in charge of proposals that arise from this solicitation. Mr. Torres is a Civil Engineering graduate of Columbia University where he received the Citation for Excellence in Civil Engineering for his graduating class. Also receiving a minor in Economics from the same institution, Mr. Torres has been in the development and construction industry since the year 2000 have served multiple positions in project management and executive leadership at Toll Brothers, Inc (NYSE:TOL). Since 2009, Mr. Torres has performed several development and construction activities independently via Coastal Concrete Products, LLC dba Coastal Site Development as well as via other real estate development and construction companies locally. Project Management. Maritza Aguiar will serve as Project Manager for projects awarded as part of this solicitation. Maritza has been with our firm since the inception of our Coastal Site Development division in 2012. She has managed projects of various complexities, many of them relevant to this solicitation. Recently, in current year 2020 she has been managing multiple right of way enhancement projects with considerable drainage, driveway and sidewalk improvements. These include the Beacon Manor sidewalk project for Lee County, the North Collier Boulevard sidewalk project for the City of Marco Island and the soon to start. Immokalce Sidewalks project for Collier County. Maritza has considerable experience in construction coordination as well as equipment management and holds an advanced certification for Maintenance of Traffic. Prior to her involvement with our firm, Maritza served in real estate firm Flagler Development. Field Supervision & Operations. David Machado is our land development superintendent who has over 18 years of experience in the underground utilities and road development experience. Mr. Machado started his career in this industry as a foreman but quickly rose to a leadership role in the installation of underground utilities and roadway work. Prior to his involvement with Coastal, he was with Atlantic Civil Engineering and Downrite Engineering, both Southeast Florida contractors with extensive public experience. Mr. Machado has supervised our crews on dozens of projects throughout the last several years of multiple complexity. He holds certification for Intermediate Maintenance of Traffic. Field Supervision & Operations. Tim Winschel is our operations supervisor for precast and concrete wall operations. Mr. Winschel has been with our firm over 15 years and has managed hundreds of projects in that time span. He holds certification for Intermediate Maintenance of Traffic as well as American Concrete Institute ACI Concrete Testing Level 1. Packet Pg. 1395 16.C.12.e Our firm also includes an addition approximately forty hard working members from laborers to equipment operators to administrative staff that will all be at your service. Our turnover is low. Our top leading staff has all been with the firm since the acquisition of the current ownership group. VI. LOCAL VENDOR PREFERENCE Our firm qualifies for local vendor preference and we have enclosed the required form. Packet Pg. 1396 16.C.12.e 10 [TaskjTaskName Duration fMacl start 3'.Finish iJanua ;February 'March ;April 1 2 1 9 1 1112 1 19 7 6 i 9 ' 2116 3 3 1 318 I 15 I 3 22 I 3 9 4 5 3Thu 1 f 7�' w, Y ® 1! M- K Or, w. =4 04 ; vv� 3 3 r rr j 1 mr, i jline [ Ir, ; { 004 ', 8 Beacon Manor Dr Utilities & 181 days Sidewalk Project Notice to Proceed 1 day Shop Drawing Review 25 days MOT Plan Review 17 days ROW Stakes & Benchmark 1 day Mobilization 2 days MOT Placement 1 day Clear Surface Vegetation 1 day West Half Erosion Control Measures 1 day Update Locates 3 days Potholing for Existing 3 days Utilities Drainage- S2 to 53 2 days Water Line 11+10 to 12+50 3 days Water Line 12+50 to 16+25 1D days Force Main Deflection 5 days Water Line 16+25 to 20400 10 days Water Line 20+00 to 23+50 8 days Phase 1-2 Water Line 17 days Testing (Includes BacTs, Asbuilts, DEP clearance) Phase 1 Water Line Tie In at 1 day 11+10 Phase 1-2 Water Line Tie In 1 day at23+50 Directional Drill Services 5 days Install Service Lines 5 days Connect Water Services to 10 days New Line Removal of Existing Water 20 days to Phase Line Drainage 55 to 516 20 days Phase 3 Water Line 5 days Phase 3 Water Line Testing 15 days (includes BacTs, Asbuilts, DEP clearance) Phase 3 Water Line Tie In 1 day Drainage 516-517 3 days Drainage Si-S2;53-54 4 days Grading for Sidewalk 15 days Sidewalk & Aprons 22 days Pavement Restoration 7 days Guardrails 2 days Thu 1/9/20 Man 1/13/20 Thu 1/9/20 Wed 1/22/20 Fri 2/14/20 Mon 2/24/20 Wed 2/26/20 Thu 2/27/20 Fri 2/28/20 Fri 2/28/20 Wed 3/4/20 Man 3/9/20 Wed 3/11/20 Man 3/16/70 Mon 3/30/20 Mon 4/6120 Mon 4/20/20 Thu 4/30/20 Mon 5/25/20 Tue 5/26/20 Thu 4/30/20 Thu 5/7/20 Wed 5/27/20 Wed 6/10/20 Wed 6/10/20 Wed 6/10/20 Wed 6/17/20 Wed 7/8/2D Wed 7/8/20 Mon 7/13/20 Wed 7/8/20 Wed 7/8/20 Fri 8/7/20 Tue 8/18/20 9/17/20 Mon 1/13/20 6 Wed 2/12/20 Thu 2/13/20Eli Fri 2/14/20 Tue 2/25/20 Wed 2/26/20 Thu 2/27/20 Fri 2/28/20 Tue 3/3/20 Fri 3/6/20 Tue 3/10/70 Fri 3113/20 Fri 3127/20 Fri 4/3/20 Fri 4/17/20 Wed 4129/20 Fri 5/22120 Mon 5/25/20 Tue 5125/20 Wed 5/6/20 Wed 5/13/20 Tue 6/9/20 Tue 7/7/20 Tue 7/7/20 Tue 6/16/20 Tue 7/7/20 Wed 7/8/20 Fri 7/10/20 Thu 7/16120 Tue 7/28/20 Thu 8/6/20 Mon 8/17/20 Wed 8/19/20 , ,... j 2 3 '10 7 8 9 1111 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Page 1 N 00 ti L0 f0 N O 0. O d dl L V C O U IC r to R O V 01 00 ti 11 O N C d E L V O r+ Q Packet Pg. 1397 16.C.12.e JD Task Task Name Mad IDurat Start I�112 Finish Janva�j' [February [i March Apri[ 1 1119 1/2�ZL2 35 04 Signage 1 day Thu 8/20/20 Thu 8/20/20 35 0, Pavement Markings 2 days Fri 8121/20 Mon 8/24/20 37 W4 Sod 4 days Tue 9/25/20 Fri 8/28/20 38 OM Prep for Walkthrough Substantial Completion 5 days 2 days Man B/31/20 Mon 917/20 Frt 9/4/20 Tue 9/8/20 39mr. Walkthrough Corrections Final Completion 6 days 1 day Wed 9/9/20 Thu 9117/20 Wed 9116/20 Thu 9/17/20 40 41 Walkthrough i Page 2 N 00 P- LO t4 N O JZ O L a m I m L U O U R r O M O U M 00 ti 0 N C 0) E t U M r 4�+ Q Packet Pg. 1398 16.C.12.e June ;July August �Septem6er d 5 31 14 6M 29 7 7 i2 7 9 7 6 8 6 € 23 8 36 i 9 fi 3 9113 9 ID 2 Cn { L {f O V L rt+ O � 3 f, I � o a� r c� 1 c 3 a� o N p ti LO to O O. O L a i d d L u i O U r to R O V Os 00 ti ti O N i L Page 3 R r r Q Packet Pg. 1399 16.C.12.e i May June July ��Rugust ! September 415 4 12 f 4 19 I 4126 513 5110 5117 5 24 5 31 1d 21 28 7 € 7 12 f 7119 7126 7 8 I 16 EV23 9 30 E 9 6 9113 ' 9,120 ., .., i 3f 1 Page 4 N P ti R to O 0. O L d .F+ d L O U rn �a O U rn 00 ti ti 0 N C d E L V R r Q Packet Pg. 1400 16.C.12.e Task Project Summary r 1 Manual Task �� z. :�.;;a:.� Start -only C Deadline b Project: Beacon Manor -Coastal Split . . . .... .. . .. . Inactive Task Duration -only T Finish-enly 7 progress Date: Wed 2/19/20 Milestone ® Inactive Milestone Manual Summary Rollup External Tasks Manual Progress Summary b—� Inactive Summary Manual Summary External Milestone O Page S Packet Pg. 1401 16.C.12.e October 9, 2020 Collier Country Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 RE: Coastal Concrete Products, LLC, dba Coastal Site Development This is to advise you that our office provides Bid, Performance, and Payment Bonds for Coastal Concrete Products, LLC, dba Coastal Site Development. Their surety is Philadelphia Indemnity Insurance Company, which carries an A.M. Best Rating of A++ XV and listed in the Department of the Treasury's Federal Register. Based upon normal and standard underwriting criteria at the time of the request, we anticipate providing Performance and Payment Bonds for single size jobs in the $10,000,000 range and $25,000,000 in the aggregate. These amounts should not be construed as a limit but rather a guide to handle their day-to-day needs. We obviously reserve the right to review all contractual documents, bond forms, and obtain satisfactory evidence of funding prior to final commitment to issue any bonds. Coastal Concrete Products, LLC, dba Coastal Site Development is an excellent contractor and we hold them in high regard. Obviously, we feel extremely confident in our contractor and encourage you to offer them an opportunity to execute any upcoming projects. This letter is not an assumption of liability. It is issued only as a bonding reference requested by our respected client. If you should have any questions, please do not hesitate to give me a call. Sincerely, Philadel ' I demnity Insurance Company I av' T. Satin S ety Bond Producer 5979 N.W. 151 st Street • Suite 202 * Miami Lakes, FL 33014 Phone: 305-517-3803 a Fax: 305-328-4838 Packet Pg. 1402 16.C.12.e cater county Administrative Services Department Procurement Services Division Form I: Vendor Declaration Statement BOARD OF COUNTY CON IISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 9th day of October , 2020in the County of LEE in the State of FLORIDA Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR ## or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: Coastal Concrete Products, LLC dba Coastal Site Development 7742 Alico Road Fort Myers, FL 33912 L10000107847 239.208.4079 Man 1 maauiara-coastaIcon creteprod ucts.com avid E. T ***UPDATED JANU Packet Pg. 1403 Additional Contact Information 16.C.12.e Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: ***UPDATED JANO Packet Pg. 1404 16.C.12.e Co le-r county Administrative services Deparlbnent Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Coastal Concrete Products, LLC dba Coastal Site Development Company Name Signature David E. Torres - Manager Print Name and Title State of p- County of The,foregoing instrument w 4 acknowledged bet of (month), � Q (year), by Personally Known OR Produced Identification Type of Identification Produced me by means of CR'physical No -r 'iM"_n, (Print, Type, b► i ry Public State of Florida txa Aguiar {Imt111531011 GG 148559 es '121OW202; I notarization, this day Public - State of Florida) Commissioned Name of Notary Public) `UPDATED JANU Packet Pg. 1405 16.C.12.e cover CAMnty Administrative Services Deparhnent Prcxmrement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSALIBID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. State of f.oiz iO4 County of The Moreing instrument was acknowledged bef off (month), YLW (year), by Personally Known OR Produced Identification Type of Identification Produced Coastal Concrete Products, LLC dba Coastal Site Development y Company Name Signature David E. Torres - Manager Print Name and Title by means of ephysic �e7cfonline notarization, this + ` day (name of person acknowledging). ' t( t aatut e of Notary Public - State of Florida) (Print, Type, cWStamp Commissioned Name of Notary Public) a llota M,3ntzaq Public State of Florida My Commi sionrL�xpires 12/OE?/2UGG 145a59 ***UPDATED JANU Packet Pg. 1406 16.C.12.e Colter County Administrative Services Department Procurement Services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of )Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: 6 years Number of Employees (Including Owner(s) or Corporate Officers): F�' ��emplOyee5 i Number of Employees Living in ® Collier County or ® Lee (Including Owner(s) or Corporate Officers): �" �`� employees If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under Penalties ofperiurv. I certifv that the information shown on this form is correct to my knowledze Coastal Concrete Products, LLC 10�09�2020 Company Name: dba Coastal Site Development Date: Address in CgHirrQr Lee punt : 2 Alieo Road, Fort Myers, FL 33912 Signature: David E. Torres Title: Manager *"UPDATED JANu Packet Pg. 14077 16.C.12.e Solicitation: Reference Questionnaire for: Coder Coway A&&d* v Services Depwhv nt Procu nwd services Division Form 5 Reference Questionnaire ( USE ONE FORM FOR EACH RE(lUIRED AEFERENCE) Driveway Contractor Services Coastal Concrete Products LLC dba Coastal Site Development (Name of Company Requesting Reference Information) David E, Torres of Individuals Rego-s ing Reference Information) Name: Tim Pinter "I r company: City of Marco Island (Evaluator completing rence questionnaire) (Evaluator's Company completing reference) Email: TPinter@CityofMarcolsland.com FAx: Telel+hone:239.389.5018 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project, The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the fum/indivdival again). Ifyou do not have sufficient knowledge ofpast performance in a particular area, leave it blank and the item or form will be scored "0." S. Barfield !Inlet Drive Project Description: Sidewalk Improvement Completion Date: H r. t%r dd Project Budget: __ _ $485.291.40 Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). f D 2 Ability to maintain project schedule (complete on -time or early). !D 3 Quality of work. / V 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. r< 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. l Q 8 Abiltity to manage risks and unexpected project circumstances. 1 D 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. f� 10 Overall comfort level with hiring the company in the future (customer satisfaction), f v TOTAL SCORE OF ALL ITEMS Packet Pg. 1408 16.C.12.e Cc4� county Administrative Services Departnwint Procurement Services Dyisim Form 5 Reference Questionnaire (U,SEONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) David E. Torres (Name of Individuals Requesting Reference Information) Name: Terry Cole (Evaluator completing reference questionnaire) Email: T com Company: Hole Montes (Evaluator's Company completing reference) 239,254,2000 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in aparticular area, leave it blank and the item or form will be scored "0." Project Description: Hacienda Lakes Phase II Project Budget: $4,538,317 Completion Date: 2016 Project Number of Days: Item Criteria Score must be completed) l Ability to manage the project costs (minimize change orders to scope). n 2 Ability to maintain project schedule (complete on -time or early). /0 3 Quality of work. /0 4 Quality of consultative advice provided on the project. l a 5 Professionalism and ability to manage personnel. f 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. A Abiltity to manage risks and unexpected project circumstances. (� 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. O 10 Overall comfort level with hiring the company in the future (customer satisfaction). f 0 TOTAL SCORE OF ALL ITEMS 00 'UPDATED JANUARY 28, 2020' Packet Pg. 1409 16.C.12.e COV&r County Adn*4(milve Services C)4ertment Prowlement Ser oes Division Form 5 Reference Questionnaire USE ONE E0" FOR E_9CH R EQ UIRED REFERENCE n: -6789 - Designated Driveway Contractor Services Questionnaire for: (Name of Company Requesting Reference Information) David E. Torres (Name of Individuals Requesting Reference Information) Name: Emilio Robau Company: Robau and Associates (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: eir robau-desi ns.com FAX: Telephone: 239.206.8000 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have Previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scaie of 1 to 10, with 10 representing that you were very satisifed (and would hire the firnt/individual again) and 1 representing that you were very unsatisfied (and would never hire the firnlindivdival again). ]fyou do not have sufficient knowledge of past performance in aparticular area, leave it blank and the item or form will be scored " V' Project Description: Sabal Palm Culverts Completion Date: L • ."5 Project Budget: . g $293,64800 Project Number of Days: "' Critet-la.: 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. S Professionalism and ability to manage personnel. b Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). OF ALL ITEMS R rn 0 a 0 a m I a L V c O U r N R O U a) eo ti r` 0 N c 0 t r Q ' UTDATPED,,IANUA.RY; Packet Pg. 14170 16.C.12.e Coder Cataxity Arinlydstra Sffvan Deputinent pmu "X" service" DrAsm Form 5 Reference Questionnaire SE ONE FORM FOR EACH RE UIRED REFERENCE Solicitation: 20-7789 - Designated Reference Questionnaire for: (Name of Company Requesting Reference Information) David E. Torres (Name Reference Information) Name` Steven Kirk, President (Evaluator completing reference questionnaire) Stevekirk@ruraineighborhoods.org FAX: Company: Rural Neighborhoods, Incorporated (Evaluator's Company completing reference) 305-242-2143 Teletshoue: 305-242-2142 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). Ifyou do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Oak Marsh Projects Project Budget: 199,500.00 Completion Date: 2020 Project Number of Days: 100 Item Criteria Score must be corn letetl 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 G Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly, 10 8 Abiltity to manage risks and unexpected proj cot circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS c —UPDATED JANUARY 28, 2020**- Packet Pg. 1411 16.C.12.e INSURANCE AND BONDING RE, QUIREMENfS Insurance 1 Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at haps:llapps.fldfs.comlbocexemptl 2. ® Employer's Liability $_I,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ _ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Packet Pg. 1412 16.C.12.e 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shalt be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 9/8/20 — CC 9/29/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Coastal Concrete Products, LLC Name of Firm dba Coastal Site Development Vendor Signature Print Name David E. Torres Insurance Agency Gulfshore Insurance Agent Name Greg Havemier 10/09/2020 Telephone Number 239.435.7106 Packet Pg. 1413 16.C.12.e Cofer County Administradve Services Division Procurement Services Date: September 28, 2020 Email: Sarah.Hamilton@colliercountyfl. og_v Telephone: (239) 252-8987 Addendum I From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7789 - Designated Driveway Contractor Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added the following underlined language to Scope of Work, Section 1. General Requirements: The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. Change 2, Added the following underlined language to Evaluation Criteria No. 4: Experience and Capacity of the Firm: In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. • Please provide proof that your company is licensed and insured as a General Contractor, Building Contractor, or Underground Utility and Excavation Contractor in the State of Florida. • Please provide Maintenance of Traffic or Temporary Control Certification. Packet Pg. 1414 16.C.12.e The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Packet Pg. 1415 16.C.12.e ciOLL7e f" Coif:?.' Administrative Servbes D\Asion Procuremerd Services Date: September 30, 2020 Email: Sarah.Hamilton@colliercounlyfl.gov Telephone: (239) 252-8987 Addendum 2 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #2, IFQ 20-7789 - Designated Driveway Contractor Services The following changes are made to the above -mentioned Collier County solicitation: • Insurance Requirements amended to remove the Pollution insurance coverage requirement. If you require additional information, please post a question on our Bid Sync (www.bidVne.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 David E. Torres — (Signature) Coastal Concrete Products, LLC dba Coastal Site Development (Naive of Firm) 10/09/2020 Date Packet Pg. 1416 16.C.12.e Form (Rev. October 2018) Department of the Treasury internal Revenue Service' on your Request for Taxpayer Identification Number and Certification ► Co to www.irs.gov/FormW9for instructions and the latest information. ie tax return). Name is required on this line; do not leave this line blank. Give Form to the requester. Do not send to the IRS. 2 Business name/disregarded entity name, if different from above Coastal Site Development m 3 Check appropriate box for federal tax classification of the person whose name is entered on tine 1. Check only one of the 4 Exemptions (codes apply only to rn � following seven boxes. certain entities, not individuals; sea a. instructions on page 3): o ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate dfm single -member LLC Exempt payee code (if any) To ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S.corporation, P=Partnership) ► iP o pNote. Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting �+ LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that code if any) CL °_ is disregarded from the owner should check the appropriate box for the tax classification of its owner. w ❑ Other (see instructions) ► fAp$n to ao wis msbWwdounrdo ft US) y 5 Address (number, street, and apt, or suite no.) See instructions. Requester's name and address (optional) 7742 Alico Road 6 City, state, and Zip code Fort Mvers, FL 33912 7 List account number(s) here (optional) WAWII Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid J Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a — 0:1 resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (ElN). If you do not have a number, see Now to get a FM -71T TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Emptayer identification number Number To Give the Requester for guidelines on whose number to enter. m�� 12171 -1 3 1 s 1 a 1 a 1 s 1 t 1 4 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (f any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not r�3t}vtretLo si�Jne t Icati ut you must provide your correct TIN. See the instructions for Part 11, later. Sign Mere Signature of U.S. person ► Date ►j�a General Instructions • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to the Internal Revenue C nless otherwise noted. • Form 1099-MISO (various types of income, prizes, awards, or gross proceeds) Future developments. For the latest info n about developments related to Form W-9 and its instructions, such as legislation enacted • Form 1099-B (stock or mutual fund sales and certain other after they were published, go to www.irs.gov/F`ormW9. transactions by brokers) • Form 1099-5 (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an • Form 1098 (home mortgage interest), 1098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN) which may be your social security number . Form 1099-0 (canceled debt) (SSN), individual taxpayer identification number (ITW), adoption taxpayer identification number (ATIN), or employer identification number • Form 1099-A (acquisition or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person (including a resident amount reportable on an information return. Examples of information alien), to provide your correct TIN. returns include, but are not limited to, the following. ff you do not return Form W-9 to the requester with a TIN, you might • Form 1099-INT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Packet Pg. 1417 4171MO Detail by Entity Name 116.C.12.e DQppprtmgrrt of State I Division of Corporations I Search RoogNs I Detail By Document Number I Detail by Entity Name Florida Limited Liability Company COASTAL CONCRETE PRODUCTS, LLC Filing Information Document Number L10000107847 FEIlEIN Number 27-3688614 Date Filed 10115/2010 Effective Date 10/15/2010 State FL Status ACTIVE Principal Address 7742 Alico Rd Ft. Myers, FL 33912 Changed: 0112312014 WFU r-51 7742 Alico Rd Ft. Myers, FL 33912 Changed: 01 /23/2014 Regi r Agenj Name & Address TORRES, DAVID E 7742 Allco Rd Ft. Myers, FL 33912 Address Changed: 01 /2312014 Authorized Person(s) Detail Name & Address Title MGR TORRES, DAVID E 7742 Alico Rd Ft. Myers, FL 33912 Annual Reports searchsunbiz.orgAnquirVCor{orationSearch/SearchResultdetaiI?inquirytype=EntityNarr &directionType=IN fiA&searchNameOrder=COASTALC0NCRETE... 112 Packet Pg. 1418 16.C.12.e FV ermi- II Company 1D Number: 422570 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E Verify at 888-464-4218. employer Coastal Concrete Products, LLC David Torres Name (Please Type or Print) Electronicaf! Si ned Tftle 61-13/2011 Signature dale Department of Homeland Security —Verification Division SCIS Verification Division Name (Please Type or Print) Electronicall Signed F0611312011 Signature Date Information Required for the E-Verify Program nformation relatin to our Com an Com ny Name: Coastal concrete Products, LLC Com an F'aciii Address: 921 Prospect Avenue Naples, FL U104 Company Alternate Address: County or Parish: COLLIER Employer Identiifcation Number: 273688614 Page 12 of 131 E-Verify MOU for Employer I Revision Date 09I01/09 www.dhs.gov/EVerrfy Packet Pg. 1419 16.C.12.e FV- Company ID Number: 422570 North American Industry Classification Systems Code: 238 Administrator: Number of Em l2 ees: 5 to 9 Number of Sites Verified for: e you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: ® FLORIDA I site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: David E 'Torres Telephone Number. (239) 263 - 9700 Fax Number. (239) 263 -1058 Ismail Address: dtorres@coastalcouereteprod.com Name: Charlotte M Walkup Telephone Number: (239) 263 - 9100 ext. 204 Fax Number: (239) 263 -1058 E-mail Address: eivalkup@coastalconereteprod.com Page 13 of 13 i E-Verify MOU for Employer i Revision Date 09/01/09 www. d hs. g ov1E-Verify Packet Pg. 1420 116.C.12.e I Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE %;: TORRES, DAVI D E LIAS COASTAL CONCRETE PRODUCTS, LLC 7742 ALICO RD FORT MYERS FL 33912 LICENSE NUMBER: CGC1519460 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridal-icense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. U Cn L O L O U 3 as �L a� r �a as 0 N 00 ti LO O Q. O L- a. i L v c O U M N O O V CD 00 r- 0 N C d E U a Packet Pg. 1421 1 16.C.12.e Certificate of Completion W)�idd E. Torras Has Completed a Florida Depa ment of Transportation Approved Temporary Traffic Control (TTC) A dvanced Course. 040712021 125 Keven Belanger 27572 Date Expires FDOT Provider # Instructor Certificate ## Florida Association of Safety Councils State of Florida Local Safety Councils, FAIOs�;? ?s(i0Ct9TtD'+ fascsafety.org FWU Of S ffly CO' "I'C11 S nfsctal car ambangmail_com PT For more information about Temporary Traffic Control (TrQ or to verify this certificate www_motadmin.com Packet Pg. 1422 16.C.12.e Certificate of Completion Maritza Aguiar Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced Course. 10/03/2022 Date Expires U* University of Florida F Transportation Institute Florida Tra <ponafian Teah—li xy Transfer M) Cealer UNIVERSMofFLORMA 36 FDOT Provider # Marshall Dougherty Instructor T2 Center/University of Florida 2100 NE Waldo Road Gainesville, FL 32609 techtransfer.ce.ufl.edu j.masciocchi@ufl.edu 44374 Certificate # FDOT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Packet Pg. 1423 16.C.12.e Certificate of Completion David Machado Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate Course. 03/24/2021 Date Expires N FLORIDA ASSOCIATION OF SAFETY COUNCILS 126 FDOT Provider # Michael J. Stone Instructor Florida Association of Safety Councils State of Florida Local Safety Councils, fascsafety.org nfsctal@embargmaii.com 26942 Certificate # For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com Packet Pg. 1424 16.C.12.e Certificate of Completion TIM WINSCHEL Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate (Refresher) 08/27/2024 Date Expires UL� University of Florida F Transportation Institute FlandaT sportphm Technology T"ft j r az cmter UNIVERSITY of FLORMA 36 FDOT Provider## Jasper Masciocchi Instructor T2 Centers University of Florida 2100 NE Waldo Road Gainesville, FL 32609 techtran sfer. ce. ufl. ed u j.masciocchi@ufl.edu 65920 Certificate # Fir For more information about Tern porary Traffic Control (TTC) or to verify this certificate www.motadmin.com �J Packet Pg. 1425 16.C.12.e CoasCal Concrete Produces Project & Location coasbal site CS)DevekWenlb A Division of Coastal Concrete Products, LLC REFERENCE LIST Amount of Contract Reference Extension of Rattlesnake Terry Cole Hammock Road $4,538,317.00 Hole Montes Hacienda Lakes of Naples 239.254.2000 Naples, FL Sabal Palm Culverts Emilio Robau Sabal Palm Road $293,648.00 Robau & Associates Naples, FL 239.206.8000 Cypress Way East Sidewalks Shannon Bassett Sidewalk Improvement Project $310,337.50 Collier County Naples, FL 239.253.3170 Lely Branch Canal Weir Project Ananta Nath, P.E, D.WRE Rattlesnake Hammock Road $422,780.00 Senior Project Manager Naples, FL 239-252-6048 Fieischmann Blvd Force Main Liz Soriano — Project Manager and Bus Stop Improvement $260,150.00 Collier Area Transit Project 239.252.4994 Naples, FL City of Marco Island Tim Pinter or Mike Daniels Sidewalk Improvements $862,885.32 City of Marco Island Marco Island, FL 239.389,3970 Faith Landing Phase IV Nick Kouloheras Roadway, Utilities, & Drainage $575,147.85 Habitat for Humanity of Collier Immokalee, FL County 239.438.0934 Milano Lakes Apartments Gary Hains The Lords Way $4,600,000 FI Star Construction, LLC Naples, FL 239.821.8815 Golden Gate City James Zuver Sidewalk Improvements $421,923.15 Collier County Naples, FL 239.252.5794 Woodcrest Drive Phase II Nick Kouloheras Roadway Extension & Utilities $692,548.83 Habitat for Humanity of Collier Naples, FL County 239,438.0934 N P ti LO r Ta N O 0- 0 m i m L V c 0 U c� 0 U rn 00 ti ti 0 N C m E U 0 r a Packet Pg. 1426 Client#: 67237 COAC06 116.C.12.f I ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE 4126120 4/26/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder In Ileu of such endorsement(s). PRODUCER NAME: Courtney Butler Acrisure dba Gulfshore Ins SWF PHONE 239 430-7534 FAX A/C No Exit): AIC, No): 4100 Goodlette Road N E-MAIL cbutler@gulfshoreinsurance.com Naples, FL 34103 239 261-3646 INSURER(S) AFFORDING COVERAGE NAIC # Amer" a Zurich Insurance Com an 40142 INSURED Coastal Concrete Products LLC 7742 Alico Rd Fort Myers, FL 33912-6021 INSURER A: IC n p y INSURER B: American Guarantee & Liability Ins Co 26247 INSURER C : Markel American Insurance Company 28932 INSURER D : COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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. LTR TYPE OF INSURANCE NSRADDLSUBR WVD POLICY NUMBER MMIDD/YEYYY MMIDDYNYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X X GL0743477702 11/17/2020 11117/2021 EACH OCCURRENCE s2 000 000 CLAIMS -MADE 51OCCUR PREMISES(Eaoccurrrence $300,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY � JEI° LOC PRODUCTS - COMP/OPAGG $4,000,000 $ OTHER: B AUTOMOBILE LIABILITY X X BAP743477802 11/17/2020 11/17/2021 MBINED SINGLE LIMIT (CEO, accident $ 1r 000r 000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ B X UMBRELLA LIAB X OCCUR AUC757740402 11/17/2020 11/17/2021 EACH OCCURRENCE s4,000,000 AGGREGATE s4,000,000 EXCESS LIAB CLAIMS -MADE DED I X I RETENTION $O $ 1 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITYIER ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? N / A X WC675866500 11/17/2020 11l1712021 X PER OTH- E.L. EACH ACCIDENT $1 00O 000 E.L. DISEASE -EA EMPLOYEE $1,000 000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 C Leased/Rented MKLM31MOO50766 11/17/2020 11117/2021 $400,000 Lim $2,500 Ded Equipment DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project # 20-7789, Designated Driveway Contractor Services Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County are included as Additional Insured on a primary and noncontributory basis with regards to General Liability only as required by written contract per form UGL1175FCW 0413, includes ongoing and completed operations, Waiver of Subrogation in favor of Additional (See Attached Descriptions) Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S1686736IM1653549 STY Packet Pg. 1427 16 C-12_f I DESCRIPTIONS (Continued from Page 1) Insured(s) per form UGL925BCW 1201. Additional Insured in regards to Auto Liability only as required by written contract per form CA2048 1013. Waiver of Subrogation regards to Auto Liability per form CA0444 1013. Waiver of Subrogation in regards to Workers Compensation only as required by written contract per form WC000313 0484. Umbrella Follows Form. **30 Days Notice of Cancellation, except 10 days for nonpayment** SAGITTA 25.3 (2016103) 2 of 2 #S1686736/M1653549 Packet Pg. 1428 16.C.12.f Ulm Additional Insured —Automatic — Owners, Lessees Or ZURICH ' Contractors Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End_ Producer No. AWL Prem Return Prem. GL0743477702 11 /17/2020 11 /17/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Coastal Concrete Products LLC Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured. only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Packet Pg. 1429 16.C.12.f C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1175-F CW (04/13) Page 2 of 2 Packet Pg. 1430 16.C.12.f Waiver Of Subrogation (Blanket) Endorsement 0 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. EfF. Date of End. Producer AWL Prem Return Prem. GL0743477702 11 /17/2020 11 /17/2021 $ 1 $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-M-925-B CW (12/01) Page 1 of 1 Packet Pg. 1431 16.C.12.f POLICY NUMBER: BAP 7434778-02 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: COASTAL CONCRETE PRODUCTS LLC Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organ ization(s): ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA20481013 © Insurance Services Office, Inc., 2011 Page 1 of 1 Packet Pg. 1432 POLICY NUMBER: BAP 7 4 3 4 7 7 8 -02 COMMERCIAL 116.C.12.f CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: COASTAL CONCRETE PRODUCTS LLC Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Packet Pg. 1433 16.C.12.h ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATE IN 4/26/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsec If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement of this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jennifer Alf AWA Insurance Agency PHONE FAX 13700 Six Mile Cypress Pkwy AIC No Ext : 239-418-1100 A/C No): 239-418-1164 Suite# 1 ADDRESS: Jennifer@awainsurance.com Ft.Myers FL 33912 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Auto -Owners Insurance Company 18988 INSURED COUGCUT-01 Cougar Contracting LLC 5420 Division Dr Fort Myers FL 33905 INSURERB: StarStone Specialty Insurance Company 44776 INSURERC: GuideOne National Insurance Company 14167 INSURERD: Brid efield Casualty Insurance 10335 INSURER E: James River Insurance Company 12203 INSURER F • Llovds Of London 89038 COVERAGES CERTIFICATE NUMBER: 1618744261 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM£ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS C X COMMERCIAL GENERAL LIABILITY Y 563000235-00 1/1/2021 1/1/2022 EACH OCCURRENCE $1,000,000 CLAIMS -MADE � OCCUR TED PREMISES (Ea oDAMAGE TO ccurrence) $ 50,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY jE LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY 52-652632-00 1/1/2021 1/1/2022 COMBINED SINGLE LIMIT Ea accident $2,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PIP Basic $ 10,000 B UMBRELLA LIAB X OCCUR 79976A200ALI 1/1/2021 1/1/2022 EACH OCCURRENCE $5,000,000 X AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N 19652186 1/1/2021 1/1/2022 X PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ NIA E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 E 00111363-0 1/1/2021 1/1/2022 F Excess over Auto Pollution B0621PCOUG000721 3/29/2021 1/1/2022 Aggregate Aggregate 4,000,000 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: 20-7789 DESIGNATED DRIVEWAY CONTRACTOR SERVICES For any and all work performed on behalf of Collier County - Collier County is listed as addtional Insured with respects to the General Liability on a primary and non contributory basis.30 Day notice of cancellation applies CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. REPRESENTATIVE r Q ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 1434 Agency Code 12-0644-00 Policy Number 52-65 16.C.12.h 58504 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - BLANKET COVERAGE This endorsement modifies insurance provided under the following COMMERCIAL AUTO POLICY SECTION II - COVERED AUTOS LIABILITY COVER- person or organization qualifies as an insured under AGE is amended. The following provision is added. SECTION II - COVERED AUTOS LIABILITY COVER - Any person or organization is an insured for Covered AGE, A. COVERAGE, 1. Who Is An Insured. Autos Liability Coverage, but only to the extent that All other policy terms and conditions apply. 58504 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 58583 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER PAYMENTS (WAIVER OF SUBROGATION) - BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION V CONDITIONS, A. LOSS CONDITIONS is amended. 5. Our Right to Recover Payments is de- leted and replaced by the following condition. 5. Our Right to Recover Payments If we make a payment under this policy and the per- son to or for whom payment is made has a right to recover damages from another, we will be entitled to that right. That person shall do everything neces- sary to transfer that right to us and do nothing to prejudice it. However, we waive our right to recover payments made for bodily injury or property damage: a. Covered by the policy; and b. Arising out of the operation of autos covered by the policy, in accordance with the terms and conditions of a written contract between you and such person or entity only if such rights have been waived by the written con- tract prior to the accident or loss which caused the bodily injury or property damage. All other policy terms and conditions apply. 58583 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 N N O N r rl N V C L c L 0 U 0 10 ti 0 N c am E U 0 r r Q Packet Pg. 1435 16.C.12.h ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any Location As required by written contract. If anyone, other than the Additional Insured, provides similar insurance for the Additional Insured, then this insurance will apply as outlined in SECTION IV — COMMERCIAL LIABILITY CONDITIONS, paragraph 4. Other Insurance, subparagraph c. Method of Sharing. The inclusion of one or more Insured(s) under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to C. provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: CG 20 10 04 13 © ISO Properties, Inc., 2004 Packet Pg. 1436 16.C.12.h If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 10 04 13 © ISO Properties, Inc., 2004 Packet Pg. 1437 16.C.12.h COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Packet Pg. 1438 16.C.12.i MULTI -CONTRACTOR AWARD AGREEMENT # 20-7789 for DESIGNATED DRIVEWAY CONTRACTOR SERVICES THIS AGREEMENT, made and entered into on this day of 20 21 , by and between Cougar Contracting, LLC authorized to do business in the State of Florida, whose business address is 5420 Divison Drive, Fort Myers, FL 33905 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner").. WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑E upon the date of Board approval; er-B n and terminating three ( 3 ) year(s) from that date or until all outstanding ❑■ Purchase Order(s)❑ Work Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order FENotice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ ❑ id--JTE� ? ❑� Other: Invitation for Qualification ( IFQ ) # 20-7789 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A - Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Pagel of 33 Multi -Contractor Award Agreement [2021_ver.1] (CAC Packet Pg. 1439 16.C.12.i 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 Al The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ❑ 9te Ex ttaehmenti 3.4 FEW The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. FN� The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1 0011 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Scats., otherwise known as the "Local Government Prompt Payment Act". a The Gounty -1-11 row, '-he GeRtFaGteF feF the peFfGffnanee of this AgFeement an estimated . , 4.1 Price Methodology (as selected below): X Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Wime and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 33 Multi -Contractor Award Agreement [2021_ver.11 Packet Pg. 1440 16.C.12.i 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. --. - -- -- -- -- - - - - 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 33 Multi -Contractor Award Agreement [2021 ver.1) 0-7 A 0 Packet Pg. 1441 16.C.12.i 0 NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Cougar Contracting, LLC Address: 5420 Division Drive Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Fort Mvers, FL 33905 Andrew Schmitt. President (239) 275-0746 Andrew@cougarcontractingllc.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Kari Hodgson Division Name: Solid and Hazardous Waste Management Division Address: 3339 Tamiami Trail East Naples. Florida 34112 Administrative Agent/PM: Taylor Sawatzky, Project Manager Telephone: (239) 252-5333 E-Mail(s): Taylor. Sawatzky colIiercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 33 Multi -Contractor Award Agreement (2021_ver.1] Packet Pg. 1442 16.C.12.i 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑N Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. ■❑ Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C.❑ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. •E. ❑ er-Wbili e sha41 ",T�$ perGlaim. Page 5 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1443 16.C.12.i ON Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the Page 6 of 33 Multi -Contractor Award Agreement [2021 ver.1) �.t IU x= Packet Pg. 1444 16.C.12.i performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), F■ Exhibit A Scope of Services, Al Exhibit B Fee Schedule, ❑F-RE ❑ IT-❑0 Other Invitation for Qualification (IFQ) #20-7789 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes and corresponding contract documents, ❑ , ❑ xhibit - - I ublie ReFfWrnanee Bond, F Exhibit D - Release and Affidavit Form, I Exhibit E — Form of Contract Application for Payment, F Exhibit F - Change Order, 0 Exhibit G - Certificate of Substantial Completion, F Exhibit H -Certificate of Final Completion, O Exhibit I - Warranty, and ❑ other 17. APPLICABILITY. Sections corresponding to any checked box (E) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Page T of 33 Multi -Contractor Award Agreement [2021_ver.11 v Packet Pg. 1445 16.C.12.i Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecord Reg uestip_colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. MINI WWWW­ - ....--- -- - - M MEW OWN- ----- ,... _- ._ In._ ., 1 .. ,.-- -- -- - IN -- Page 8 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1446 16.C.12.i 23. FE-1 LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. ■0 PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between Owner and Contractor, Page 9 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1447 16.C.12.i to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. Al CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 28. 0 CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, Page 10 of 33 Multi -Contractor Award Agreement [2021_ver.11 Packet Pg. 1448 16.C.12.i and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. 7 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 30. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31. ❑E TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 32. ■❑ PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 11 of 33 Multi -Contractor Award Agreement [2021_ver.1] CAG Packet Pg. 1449 16.C.12.i 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. F■ COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Page 12 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 145g 16.C.12.i Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 35. A- WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 39. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. Page 13 of 33 Multi -Contractor Award Agreement [2021_ver.1] ,CAC: Packet Pg. 1451 16.C.12.i -' I - - - - - . r - WON I [■ AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 41. ❑E ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. -IN—A-TO_0101_ ■ LI;! MM --- -- - 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance Page 14 of 33 Multi -Contractor Award Agreement (2021_ver.1] Packet Pg. 1452 16.C.12.i and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 44.❑ SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 15 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1453 16.C.12.i IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller By: i Dated: (SEAL) Witnesses. Conkor's First Witness �ip'7S{-�pnyj— Witness '5&eile pefprint w Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: FENNY TAYLOR , Chair 22 r Contracting, LLC signature and titleT Page 16 at 33 F u[U-Contractor Award Agreement 2021 ver.11 CAO Packet Pg. 1454 16.C.12.i Exhibit A Scope of Services 0 following this page (pages 1 through 3 ❑ this exhibit is not applicable Page 17 of 33 Multi -Contractor Award Agreement [2021_ver.1] trin. Packet Pg. 1455 16.C.12.i IFQ# 20-7789 "Designated Driveway Contractor Services EXHIBIT A SCOPE OF SERVICES BACKGROUND The Solid & Hazardous Waste Management Division of the Public Utilities Department is responsible for ensuring that collection and disposal services are provided throughout Collier County in a safe and efficient manner. There are more than 300 dead-end streets in Collier County that do not allow for safe turn -around of waste collection vehicles or large emergency vehicles. Inmost cases, these large vehicles must back down the street to the nearest intersection or back onto private property creating an unsafe condition or damage to private property. The intent of this Agreement is to protect the public and private property by providing turn -around capability on dead-end streets for solid waste collection vehicles by constructing reinforced designated driveways. Designated driveways are property owner -approved reinforced private driveways intended to create safe, designated turn -around areas for solid waste collection vehicles where no turn -around access areas exist. County designated driveway specifications are provided as an attachment to this solicitation. DETAILED SCOPE OF WORK 1. General Requirements The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. 2. Quoting Requirements When the County determines a need for services, a summary of work, technical specifications, etc. will be provided to all selected Contractors, along with a line item quote schedule for providing an all-inclusive lump sum quote. The County's Project Manager will set the required response time for each project, but Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. The work under this Agreement will be for projects with a value up to $200,000. The Contractors pricing shall be all-inclusive and include, but not be limited to, labor, equipment, supplies, permits, rock, debris excavation, limerock, mobilization, Maintenance of Traffic (MOT), piping, silt fence and any other materials required to properly complete the project. Note that each quote schedule may have a set amount designated by the County's Project Manager for an Owner's Allowance line item to be included. This line item is not a guaranteed amount of money to the Contractor (see "Owner's Allowance" Section 4 below). Completion time and the collection of liquidated damages may be specified in the Request for Quotation (RFQ). Reconstruction of a driveway project shall not exceed a seven (7) business day schedule per single driveway, unless additional time is approved in writing by the County's Project Manager or Designee. The Contractors shall make arrangements (if necessary) with the County's Project Manager or Designee to properly inspect the project site subsurface conditions prior to quote submission. Any required rock or debris excavation shall be included in the lump sum quote. 3. Commencement of Work Work shall not commence until a Work Order/Purchase Order and Notice to Proceed is issued as well as a fully executed and recorded Right of Entry (ROE) Form provided by the County's Project Manager or Designee. The Contractor will be responsible for notifying all residents using a County supplied letter at least twenty-four hours before the start of construction. Pagel of 3 Exhibit A- Scope of Services Packet Pg. 1456 16.C.12.i The Contractor shall obtain and maintain all required permits or licenses necessary for the prosecution of the work prior to the start of construction. Permits may include, but not be limited to: Collier County Right -of -Way, Exotic and/or Vegetation Removal Permit, and Southwest Florida Water Management District Permit. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the work shall be procured and paid for by the Contractor. 4. Owner's Allowance It shall be at the sole discretion of the County's Project Manager or Designee to determine if and when the Owner's Allowance may be invoiced against by the Contractor. Owner's Allowance shall be billed at Time and Material. Hourly rates are applicable only to Owner's Allowance. Rate Schedule found in Exhibit B- Fee Schedule of this Agreement. Material markup shall not exceed 15%. Contractor must provide backup documentation for all items exceeding $500. No markup shall be applied to sales tax and/or freight. Subcontractor markup shall not exceed 10%. A copy of the Subcontractor invoice must be provided. Material markup shall not be allowed against a Subcontractor's material. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 5. Work Performance The Contractor shall provide all labor, materials, equipment, supplies, permits and project schedules to complete the entire construction of the awarded project. The County reserves the right to request additional information from the Contractor for clarification on all site -specific construction documents and invoices submitted. Any and all utility relocates that are deemed necessary to complete the project are the responsibility of the Contractor, at no additional cost to the County. A video and digital picture of each project site must be submitted by the Contractor to the County's Project Manager or Designee prior to the start of construction. A video and digital picture of the project site after construction shall be provided upon the Contractor's submittal for Final Completion approval of the project. The method of providing the required media shall be determined by the County Project Manager or Designee. At the County Project Manager's discretion, the Contractor may also be required to submit a video and digital picture of the progress work being performed at the project site at any time. All required videos and digital pictures of the project sites submitted by the Contractor shall become property of the County upon submission. The Contractor shall coordinate and be responsible for all project required testing and inspections, at no additional cost to the County. Testing may include, but not be limited to: Florida Limerock Bearing Ratio (LBR) Testing; Concrete Cylinder Testing and Density Testing. Inspections may include, but not be limited to: County Road Maintenance and/or Right -of -Way permit inspection requirements. All testing and inspection results shall be provided to the County's Project Manager or Designee within twenty-four (24) hours after the report has been issued to the Contractor. The Contractor will be responsible for watering sod for a period of sixty (60) days after installation. 6. Safety It is the Contractor's sole responsibility for safety in the work zone. Contractor shall provide work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, as required by law or the Board of County Commissioners (BCC). The Contractor shall run operations in strict accordance with Occupational Safety and Health Administration (OSHA) regulations and the manufacturer's safety requirements. MOT shall be in accordance with Florida Department of Transportation (FDOT) and Collier County Procedure. The County's Project Manager or Designee will be responsible for providing a copy of the Collier County Procedure to the Contractor by internal request of the Risk Management Division. Contractor shall be required to provide Maintenance of Traffic or Temporary Control Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. High -visibility clothing or vests with retro-reflectorized striping must always be worn by all employees working within Collier County Rights -of Way (See exception below). This includes personnel that may visit the "work zone" temporarily, such as management and/or Contractors. The American National Standard for High -Visibility Safety Apparel and Headwear (ANSI/ISEA 107-2004) or the most current edition, Class 2 or Class 3 garments are required for daytime use. Page 2 of 3 Exhibit A- Scope of Services nCA9 Packet Pg. 1457 16.C.12.i American National Standards Institute/ International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, T-shirts or similarly labeled garments depending on time of day. 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. Exception; When other industry apparel safety standards require workers to wear apparel that is inconsistent with Federal, State or County requirements such as OSHA, ANSI, ISEA, etc., the other standards may prevail. However, apparel must still meet high visibility color requirements of fluorescent lime -green or fluorescent orange only and must be maintained in good condition and replaced as necessary. 7. Clean -Up The Contractor shall be responsible for removing all debris from the project site. The Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's Project Manager or Designee. 8. Damages Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the County's Project Manager or Designee at no additional cost to the County, and damages shall be repaired or replaced within seventy-two (72) hours from the occurrence of the damage. 9. Warranty The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Page 3 of 3 Exhibit A- Scope of Services` t Packet Pg. 1458 FEW following this page (pages 1 through 4 F-I this exhibit is not applicable Exhibit B Fee Schedule Page 18 of 33 Multi -Contractor Award Agreement [2021—ver.1] F—Packet Pg. 1459 16.C.12.i To: Cougar Contracting LLC Contact: Shane Meaker Address: 5420 Division Dr Phone: Ft Myers, FL Fax: Project Name: T & M - LABOR Bid Number: 127602021 Project Location: All Over, FL Bid Date: 2/9/2021 Thank You for Considering Cougar Companies. Item # Item Description Estimated Quantity Unit Unit Price LABOR - STANDARD TIME - 7am - 4pm Monday Thru Friday 01 Backhoe Operator 1.00 HR $38.65 02 Bob Cat Operator 1.00 HR $43.93 03 Box Blade Operator 1.00 HR $43.93 04 Concrete Finisher 1.00 HR $34.27 05 Concrete Foreman 1.00 HR $61.49 06 Concrete Laborer 1.00 HR $31.63 07 Curb Machine Operator 1.00 HR $44.28 08 Dozer Operator 1.00 HR $35.14 09 Excavator Operator 1.00 HR $44.28 10 Foreman - Site 1.00 HR $43.93 11 Foreman - Utilities 1.00 HR $59.51 12 Foreman - Wall Crew 1.00 HR $35.14 13 Finisher - Wall Crew 1.00 HR $35.14 14 Flagman 1.00 HR $43.93 15 Grader Operator 1.00 HR $44.28 16 Laborer 1.00 HR $31.63 17 Loader Operator 1.00 HR $35.14 18 Mixer Operator 1.00 HR $35.14 19 Pipe Layer 1.00 HR $35.14 20 Roller Operator 1.00 HR $35.14 21 Superintendent 1.00 HR $59.51 22 Tail Man 1.00 HR $35.14 23 Tractor Operator 1.00 HR $35.14 24 Truck Driver 1.00 HR $35.14 25 Project Manager 1.00 HR $65.60 LABOR - OVERTIME - 4PM Thru 7AM Monday - Friday; Saturday and Sunday* 51 Backhoe Operator 1.00 HR $73.60 52 Bob Cat Operator 1.00 HR $83.64 53 Box Blade Operator 1.00 HR $83.64 54 Concrete Finisher 1.00 HR $65.24 55 Concrete Foreman 1.00 HR $117.09 56 Concrete Laborer 1.00 HR $60.21 57 Curb Machine Operator 1.00 HR $88.56 58 Dozer Operator 1.00 HR $66.91 59 Excavator Operator 1.00 HR $88.56 60 Foreman - Site 1.00 HR $83.64 61 Foreman - Utilities 1.00 HR $119.02 62 Foreman - Wall Crew 1.00 HR $66.91 63 Finisher - Wall Crew 1.00 HR $66.91 64 Flagman 1.00 HR $83.64 Packet Pg. 1460 16.C.12.i Item # Item Description Estimated Quantity Unit Unit Price 65 Grader Operator 1.00 HR $66.91 66 Laborer 1.00 HR $60.21 67 Loader Operator 1.00 HR $66.91 68 Mixer Operator 1.00 HR $66.91 69 Pipe Layer 1.00 HR $66.91 70 Roller Operator 1.00 HR $66.91 71 Superintendent 1.00 HR $119.02 72 Tail Man 1.00 HR $66.91 73 Tractor Operator 1.00 HR $66.91 74 Truck Driver 1.00 HR $66.91 75 Project Manager 1.00 HR $131.20 Notes: • All items based on 1 hour. *All overtime must be pre -approved, in writing, by the County's Project Manager or designee. CAV� Packet Pg. 1461 16.C.12.i To: Cougar Contracting LLC Contact: Shane Meaker Address: 5420 Division Dr Phone: Ft Myers, FL Fax: Project Name: T & M - EQUIPMENT Bid Number: 127602021 Project Location: All Over, FL Bid Date: 2/9/2021 Thank You for Considering Cougar Companies. Item # Item Description Estimated Quantity Unit Unit Price EQUIPMENT - HOURLY RATE Air Compressor 1.00 HR $10.56 Bobcat Grader T-870 1.00 HR $25.94 BoMag BW 177D Roller 1.00 HR $34.32 BoMag BW 211 Lg Roller 1.00 HR $40.92 BW 260 Broom Tractor 1.00 HR $32.54 CAT 12M3 Grader 1.00 HR $51.48 CAT 299D XPH 1.00 HR $26.73 CAT 303.5 Mini Excavator 1.00 HR $24.42 CAT 311 Excavator 1.00 HR $41.38 CAT 320 Excavator 1.00 HR $36.63 CAT 323 NextGen Excavator 1.00 HR $58.08 CAT 336 Excavator 1.00 HR $61.38 CAT 349 FL Excavator 1.00 HR $89.30 CAT 374F Excavator 1.00 HR $369.60 CAT 390F Excavator 1.00 HR $462.00 CAT 415 IL Box Blade 1.00 HR $27.72 CAT 930M Loader 1.00 HR $54.12 CAT 938M Loader 1.00 HR $55.44 CAT 950GC Lg. Loader 1.00 HR $62.04 CAT CS34 Roller 1.00 HR $21.12 CAT CS54 Lg Roller 1.00 HR $44.88 CAT D3k2 Dozer 1.00 HR $35.64 CAT D5 K2 Lg Dozer 1.00 HR $43.56 CAT D5 Lg Dozer W/ GPS 1.00 HR $54.12 CAT D6 Lg Dozer W/ GPS 1.00 HR $60.72 CAT D6N Lg Dozer W/ GPS 1,00 HR $69.30 CAT Water Truck 1.00 HR $24.42 Trench Box 1.00 HR $145.20 Truck - Foreman / Super / PM 1.00 HR $18.48 Tool Truck - Foreman 1.00 HR $26.40 Freightliner On Road Water Truck 1.00 HR $39.60 John Deere 120 Excavator W/Hammer 1.00 HR $71.81 John Deere 210 Loader Box Blade 1.00 HR $31.68 John Deere 724K Lg. Loader 1.00 HR $88.44 Mobilization (Minimum 4 Hours) 1.00 HR $222.75 4" Hydraulic Pump 1.00 HR $46.20 8" Hydraulic Pump 1.00 HR $81.84 12" Hydraulic Pump 1.00 HR $110.88 Plate Compactor Large 1.00 HR $9.57 Plate Compactor Small 1.00 HR $8.25 r A Packet Pg. 1462 16.C.12.i Notes: • All items based on 1 hour. N CD r- LO r 0) co ti N C d E t 0 w r Q ti Packet Pg. 1463 16.C.12.i ,■X this exhibit is not applicable Exhibit C-1 PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That I as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our representatives, successors and assigns, jointly and severally. heirs, executors, personal WHEREAS, Principal has entered into a contract dated as of the _day of , 20_ with Oblige for drawings and specifications, is referred to as the Contract. in accordance with which contract is incorporated by reference and made a part hereof, and 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 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 Surety be 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 day of , 20_, the name of under -signed representative, pursuant to authority of its governing body. Page 19 of 33 Multi -Contractor Award Agreement [2021_ver.1] m Packet Pg. 1464 16.C.12.i Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) XV Page 20 of 33 Multi -Contractor Award Agreement [2021_ver.1] d Packet Pg. 1465 16.C.12.i As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 21 of 33 Multi -Contractor Award Agreement [2021 ver.1j 1<7 Packet Pg. 1466 16.C.12.i ■0 this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _ day of 20 , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat 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 22 of 33 Multi -Contractor Award Agreement [2021_ver.1I CAS Packet Pg. 1467 16.C.12.i 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 day of , 20_, 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 presence of: PRINCIPAL: Witnesses as to Principal STATE OF _ COUNTY OF By: _ Name: Its: The foregoing instrument was acknowledged before me by means of ❑ physical presence or 0 online notarization, this of 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 23 of 33 Multi -Contractor Award Agreement [2021_ver.1] li Packet Pg. 1468 16.C.12.i ATTEST: Witness as to Surety Witnesses STATE OF _ COUNTY OF SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 24 of 33 Multi -Contractor Award Agreement i2021_ver.1j Packet Pg. 1469 16.C.12.i ❑ this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF ( ) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: [Corporate Seal] The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of _ 20 , by , as of , a He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) corporation, on behalf of the corporation (Signature of Notary Public -State of Florida) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Page 25 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1470 16.C.12.i ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM: (Contractor's Representative) (Contractor's Name) (Contractor's Address) RE: Original Contract Time: Revised Contract Time: Retainage @ 10% thru [insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: % Percent Contract Time completed to Date % Liquidated Damages to be Accrued $ Bid No. Project No. Application Date Payment Application No. for Work accomplished through the Date (Project Name) Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : DATE: (DP's Name) (Signature) (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: _ (Type Name and Title) Page 26 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1 171 16.C.12.i ❑ this exhibit is not applicable ❑ Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract #: I Change #: = Purchase Order #: I = Project #: Contractor/Firm Name: Project Name: Project Manager Name: Department: Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #DIV/0! Total Change from Original Amount Revised Contract/Work Order Total $ 0. 001 #DIV/0! Change from Current BCC Approved Amount Cumulative Chanqes 1 $ 0.00 #DIV/ni Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original Last Approved = Revised Date Date Completion Date Date Includes this change) # of Days Added Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other (see below) Provide a response to the following: 1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: Date: (Project Manager Name and Division) Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Date: (Design Professional and Name of Firm, if project applicable) Approved by: Date: (Procurement Professional Page 27 of 33 Multi -Contractor Award Agreement (2021_ver.1] Packet Pg. 1472 16.C.12.i ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For _ Contract Date EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 28 of 33 Multi -Contractor Award Agreement [2021_ver.1] QCAC+ Packet Pg. 1473 16.C.12.i The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on 20_ Design Professional Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on , 20_ CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20_ OWNER By: Type Name and Title Page 29 of 33 Multi -Contractor Award Agreement [2021_ver.1] CAO ) ,,---/ Packet Pg. 1474 16.C.12.i ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date EXHIBIT H CERTIFICATE OF FINAL COMPLETION ENGINEER'S Project No. This Certificate of Final completion applies to all Work under the Contract documents. To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 30 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1475 16.C.12.i Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1 6 16.C.12.i ❑ this exhibit is not applicable EXHIBIT I WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Page 32 of 33 Multi -Award Agreement 2017.006 Ver.l Packet Pg. 1477 16.C.12.i Other Exhibit/Attachment Description: ❑ following this page (pages through _) 0 this exhibit is not applicable Page 33 of 33 Multi -Award Agreement 2017.006 Ver.l (cA, Packet Pg. 1478 16.C.12.j Collier County Administrative Services Division Procurement Services IFQ #: 20-7789 Title: Designated Driveway Contractor Services Selection Committee Scoring Sheet and Final Ranking Name of Firm Dayne Atkinson Alberto Sanchez Paul Abbott David Closas Total Scores Final Ranking Bonness, Inc. 86 75 89 85 335.00 1 Coastal Concrete Products, LLC dba Coastal Site Development 75 67 86 94 322.00 2 Cougar Contracting, LLC 72 65 79 94 310.00 3 Waypoint Contracting Inc 80 81 63 84 308.00 4 Concrete Works & Paving Inc 62 65 69 80 276.00 5 Procurement Professional Sarah Hamilton Page 1 of 1 Packet Pg. 1479 DocuSign Envelope ID: B081FOE7-E9C7-45CC-BF7D-33A10C4E27A8 ',, 16.C.12.k 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7789 Title: Designated Driveway Contractor Services Due Date and Time: October 9, 2020 at 3:00 P.M. Respondents: Company Name City County State Final Ranking Responsive/Responsible Bonness, Inc. Naples Collier FL 1 Y/Y Coastal Concrete Products, LLC d/b/a Coastal Site Development Fort Myers Lee FL 2 Y/Y Cougar Contracting, LLC Fort Myers Lee FL 3 Y/Y Waypoint Contracting Inc Doral Miami -Dade FL 4 Y/Y Concrete Works & Paving Inc Ave Maria Collier FL 5 Y/Y Florida Blacktop, Inc. Pompano Beach Broward FL N/A N/N Infinite Construction, LLC Fort Myers Lee FL N/A N/N SBA Construction Inc. Naples Collier FL N/A N/N Utilized Local Vendor Preference: Yes = No = Recommended Vendor(s) For Award: On September 9, 2020, the Procurement Services Division released notices of Invitation for Qualification 20- 7789, Designated Driveway Contractor Services. 22,299 notifications were sent, 57 suppliers viewed the solicitation information, and eight (8) proposals were received by the due date of October 9, 2020, as shown above. Five proposers were found to be responsive and responsible. Two (2) of the proposers were contacted to resolve minor irregularities due to incomplete/missing documents. Florida Blacktop, Inc., Infinite Construction, LLC, and SBA Construction Inc. were deemed non -responsive and non -responsible for not submitting evaluation criteria. The Selection Committee met on November 9, 2020 and as described in the solicitation documents, the Committee scored each of the proposals and the proposers were ranked as listed above. The top four (4) contractors are being recommended for award: Bonness, Inc. ranked as 1 Coastal Concrete Products, LLC d/b/a Coastal Site Development ranked as 2 Cougar Contracting, LLC ranked as 3 Waypoint Contracting Inc ranked as 4 Contract Driven = Purchase Order Driven 0 Packet Pg. 1480 DocuSign Envelope ID: B081FOE7-E9C7-45CC-BF7D-33A10C4E27A8 16.C.12.k by: Project Mana DocuSigned by: Procurement Strategist: Required Signatures g,qt Services Director: $ H 11/16/2020 Sandra Herrera Date Packet Pg. 1481 16.C.12.1 Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR DESIGNATED DRIVEWAY CONTRACTOR SERVICES SOLICITATION NO.: 20-7789 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamiltonkcolliercountyfl.aov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor maybe grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1482 16.C.12.1 SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION (IFQ) NUMBER: 20-7789 PROJECT TITLE: DESIGNATED DRIVEWAY CONTRACTOR SERVICES PRE -PROPOSAL CONFERENCE: N/A IFQ OPENING DAY/DATE/TIME: OCTOBER 9, 2020 at 3:00 P.M. PLACE OF IFQ OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas INTRODUCTION As requested by the Solid & Hazardous Waste Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation for Qualification (hereinafter, "IFQ") with the intent of obtaining proposals from interested and qualified contractors in accordance with the terms, conditions and specifications stated or attached. The contractor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Collier County Procurement Ordinance. The County departments anticipate an annual spend of approximately $200,000; however, this may not be indicative of future buying patterns. BACKGROUND The Solid & Hazardous Waste Management Division of the Public Utilities Department is responsible for ensuring that collection and disposal services are provided throughout Collier County in a safe and efficient manner. There are more than 300 dead-end streets in Collier County that do not allow for safe turn -around of waste collection vehicles or large emergency vehicles. In most cases, these large vehicles must back down the street to the nearest intersection or back onto private property creating an unsafe condition or damage to private property. The intent of this solicitation is to protect the public and private property by providing turn -around capability on dead-end streets for solid waste collection vehicles by constructing reinforced designated driveways. Designated driveways are property owner -approved reinforced private driveways intended to create safe, designated turn -around areas for solid waste collection vehicles where no turn -around access areas exist. County designated driveway specifications are provided as an attachment to this solicitation. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure The intent of this solicitation is to qualify three (3) to five (5) contractors. All awarded contractors will be requested to quote for all planned projects using lump sum pricing. The County Manager, or designee, may, at his discretion, extend the Contract under all of the terms and conditions contained in this Contract for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Contract term not less than ten (10) days prior to the end of the Contract term then in effect. DETAILED SCOPE OF WORK 1. General Requirements c 0 M 0 U) CD ti ti 0 N c m E t M .r Q The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. Packet Pg. 1483 16.C.12.1 The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. 2. Quoting Requirements When the County determines a need for services, a summary of work, technical specifications, etc. will be provided to all selected Contractors, along with a line item quote schedule for providing an all-inclusive lump sum quote. The County's Project Manager will set the required response time for each project, but Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. The Contractors pricing shall be all-inclusive and include, but not be limited to, labor, equipment, supplies, permits, rock, debris excavation, limerock, mobilization, Maintenance of Traffic (MOT), piping, silt fence and any other materials required to properly complete the project. Note that each quote schedule may have a set amount designated by the County's Project Manager for an Owner's Allowance line item to be included. This line item is not a guaranteed amount of money to the Contractor (see "Owner's Allowance" Section 5 below). Completion time and the collection of liquidated damages may be specified in the Request for Quotation (RFQ). Reconstruction of a driveway project shall not exceed a seven (7) business day schedule per single driveway, unless additional time is approved in writing by the County's Project Manager or Designee. The Contractors shall make arrangements (if necessary) with the County's Project Manager or Designee to properly inspect the project site subsurface conditions prior to quote submission. Any required rock or debris excavation shall be included in the lump sum quote. 3. Commencement of Work Work shall not commence until a Work Order/Purchase Order and Notice to Proceed is issued as well as a fully executed and recorded Right of Entry (ROE) Form provided by the County's Project Manager or Designee. The Contractor will be responsible for notifying all residents using a County supplied letter at least twenty-four hours before the start of construction. The Contractor shall obtain and maintain all required permits or licenses necessary for the prosecution of the work prior to the start of construction. Permits may include, but not be limited to: Collier County Right -of -Way, Exotic and/or Vegetation Removal Permit, and Southwest Florida Water Management District Permit. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the work shall be procured and paid for by the Contractor. 4. Owner's Allowance c 0 It shall be at the sole discretion of the County's Project Manager or Designee to determine if and when the Owner's Allowance may be invoiced against by the Contractor. Owner's Allowance shall be billed at Time and Material. Hourly rates shall be 2 75 negotiated with the selected contractors, and a Rate Schedule, applicable only to Owner's Allowance, shall become part of the Cn resultant Agreement. CD 1- Material markup shall not exceed 15%. Contractor must provide backup documentation for all items exceeding $500. No markup c shall be applied to sales tax and/or freight. N c Subcontractor markup shall not exceed 10%. A copy of the Subcontractor invoice must be provided. Material markup shall not E be allowed against a Subcontractor's material. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. .r 5. Work Performance Q The Contractor shall provide all labor, materials, equipment, supplies, permits and project schedules to complete the entire construction of the awarded project. The County reserves the right to request additional information from the Contractor for clarification on all site -specific construction documents and invoices submitted. Any and all utility relocates that are deemed necessary to complete the project are the responsibility of the Contractor, at no additional cost to the County. A video and digital picture of each project site must be submitted by the Contractor to the County's Project Manager or Designee prior to the start of construction. A video and digital picture of the project site after construction shall be provided upon the Contractor's submittal for Final Completion approval of the project. The method of providing the required media shall be determined by the County Project Manager or Designee. At the County Project Manager's discretion, the Contractor may also be required to submit a video and digital picture of the progress work being performed at the project site at any time. All required videos and digital pictures of the project sites submitted by the Contractor shall become property of the County Packet Pg. 1484 16.C.12.1 The Contractor shall coordinate and be responsible for all project required testing and inspections, at no additional cost to the County. Testing may include, but not be limited to: Florida Limerock Bearing Ratio (LBR) Testing; Concrete Cylinder Testing and Density Testing. Inspections may include, but not be limited to: County Road Maintenance and/or Right -of -Way permit inspection requirements. All testing and inspection results shall be provided to the County's Project Manager or Designee within twenty-four (24) hours after the report has been issued to the Contractor. The Contractor will be responsible for watering sod for a period of sixty (60) days after installation. 6. Safety It is the Contractor's sole responsibility for safety in the work zone. Contractor shall provide work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, as required by law or the Board of County Commissioners (BCC). The Contractor shall run operations in strict accordance with Occupational Safety and Health Administration (OSHA) regulations and the manufacturer's safety requirements. MOT shall be in accordance with Florida Department of Transportation (FDOT) and Collier County Procedure. The County's Project Manager or Designee will be responsible for providing a copy of the Collier County Procedure to the Contractor by internal request of the Risk Management Division. Contractor shall be required to provide Maintenance of Traffic or Temporary Control Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. High -visibility clothing or vests with retro-reflectorized striping must always be worn by all employees working within Collier County Rights -of Way (See exception below). This includes personnel that may visit the "work zone" temporarily, such as management and/or Contractors. The American National Standard for High -Visibility Safety Apparel and Headwear (ANSI/ISEA 107-2004) or the most current edition, Class 2 or Class 3 garments are required for daytime use. • American National Standards Institute/ International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, c T-shirts or similarly labeled garments depending on time of day. a .N • A Class 3 garment is mandatory for use by flagging personnel during any hours of darkness, including during G inclement weather situations, where conditions may create hours of darkness during normal daylight conditions. . . • Exception: When other industry apparel safety standards require workers to wear apparel that is inconsistent with 0 Federal, State or County requirements such as OSHA, ANSI, ISEA, etc., the other standards may prevail. However, ii apparel must still meet high visibility color requirements of fluorescent lime -green or fluorescent orange only and must be maintained in good condition and replaced as necessary. c W 7. Clean -Up The Contractor shall be responsible for removing all debris from the project site. The Contractor shall keep the premises free of U) debris and unusable materials resulting from their work and as work progresses, or upon request by the County's Project Manager 0" or Designee. ti 6 8. Damages N c m Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, E etc. shall be repaired or replaced by the Contractor to the satisfaction of the County's Project Manager or Designee at no n additional cost to the County, and damages shall be repaired or replaced within seventy-two (72) hours from the occurrence of the damage. Q 9. Warranty The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Packet Pg. 1485 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short -listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Invitation for Qualification selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY' S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Business Plan 25 Points = 4. Experience and Capacity of the Firm 30 Points a 5. Specialized Expertise of Team Members 25 Points 6. Local Vendor Preference 10 Points N TOTAL POSSIBLE POINTS 100 Points ti m Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four c (24) months prior to the IFQ submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on o random selection by the Procurement Services Director before at least three (3) witnesses. an CD 00 ti Each criterion and methodology for scoring is further described below. N c EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) E Provide a cover letter, signed by an authorized officer of the company, indicating the underlying philosophy of the company u in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact Q person(s) concerning proposal. Submission of a signed Proposal is Contractor's certification that the Contractor will accept any awards as a result of this IFQ. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (25 Total Points Available) In this criterion, include but not limited to: Packet Pg. 1486 16.C.12.1 • Please describe how your company typically prioritizes projects when multiple requests are coming in a the same time. • Provide a detailed plan of approach for a project that exceeds fifty thousand dollars ($50,000). • Provide a sample schedule, with milestones for a project that exceeds fifty thousand dollars ($50,000). • Include with the Business Plan or as an attachment, a copy of a Project Summary as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. • Please provide proof that your company is licensed and insured as a General Contractor, Building Contractor, or Underground Utility and Excavation Contractor in the State of Florida. • Please provide Maintenance of Traffic or Temporary Control Certification. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. p • Attach brief resumes of all proposed project team members who will be involved in the management of the N total package of services, as well as the delivery of specific services. ti • Attach resumes of any sub -contractors and attach letters of intent from stated sub -vendors must be included In with proposal submission. c 0 EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE (10 Total Points Available) `° Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax 'o Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent CO physical business address located within the limits of Collier or Lee County from which the vendor's staff operates and Cn performs business in an area zoned for the conduct of such business. ti 0 N VENDOR CHECKLIST E t ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** M Q Packet Pg. 1487 16.C.12.n MULTI -CONTRACTOR AWARD AGREEMENT # 20-7789 for DESIGNATED DRIVEWAY CONTRACTOR SERVICES THIS AGREEMENT, made and entered into on this day of 20 21 by and between Waypoint Contracting Inc authorized to do business in the State of Florida, whose business address is 1324 NW 29th Street, Miami, FL 33142 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County" or "Owner"): WITNESSETH: AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑■ upon the date of Board approval; -op-8-on - and terminating three ( 3 ) year(s) from that date or until all outstanding W Purchase Order(s)❑ Work Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two ( 2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ■❑Purchase Order ❑■ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of ❑ Request ❑ itat+sn- te��� ❑■ Other: Invitation for Qualification ( IFQ ) # 20-7789 including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A - Scope of Services attached hereto. 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Page 1 of 33 Multi -Contractor Award Agreement [2021_ver.1] �40`, Packet Pg. 1488 16.C.12.n 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 3.3 ■❑ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. ❑ ❑ 9the 3.4 ❑■ The County reserves the right to specify in each Request for Quotations: the period of completion; collection of liquidated damages in the event of late completion; and the Price Methodology selected in 4.1. 4. THE AGREEMENT SUM. ■❑ The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations and pursuant to the Price Methodology in Section 4.1 0 Contractor's quoted prices for time and material shall be based on Exhibit B- Fee Schedule. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". ❑ mmewn4 f - \ - y�Fri by the 4.1 Price Methodology (as selected below): ■❑ Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Wime and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Page 2 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1489 16.C.12.n - •- _e = -- = - -M ag W- - 4 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement, Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. appredec+ Sestiea-4--: 'A - .. •FOR �M ..- 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531 C. Page 3 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1490 16.C.12.n A NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Address: Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Waypoint Contracting Inc 7955 NW 12th Street, Suite 400 Doral. FL 33126 _ Jorge L. Lopez, VP / Katrina A. Gonzalez, President (786) 608-1406 Kgonzalez waypointci.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Kari Hodgson Division Name: Solid and Hazardous Waste Management Division Address: 3339 Tamiami Trail East Naples, Florida 34112 Administrative Agent/PM: Taylor Sawatzky, Project Manager Telephone: (239) 252-5333 E-Mail(s): Taylor.Sawatzky@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1491 16.C.12.n 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be the sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. 0 Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. 0 Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. FEW Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. Page 5 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1492 16.C.12.n Govefage- shall -1�a m�ir�imi im limit v=W� r+or �I.+im Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid and Hazardous Waste Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the Page 6 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1493 16.C.12.n performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), FEW Exhibit A Scope of Services, N Exhibit B Fee Schedule, ❑ RF-P-/ ❑ 4T&W Other Invitation for Qualification (IFQ) #20-7789 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes and corresponding contract documents, ❑ , ❑ bit F■ Exhibit D - Release and Affidavit Form, 0 Exhibit E — Form of Contract Application for Payment, n Exhibit F - Change Order, 0 Exhibit G - Certificate of Substantial Completion, FEW Exhibit H -Certificate of Final Completion, 0 Exhibit I - Warranty, and ❑ Gt-hef 17. APPLICABILITY. Sections corresponding to any checked box (N) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Page 7 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1494 16.C.12.n Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordReguest@colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. WMWOTATAWATA -- -- ,,- . - --....-- 0111 Page 8 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1495 16.C.12.n vwlehr��fte.r, su stitute anethelF bend andi "e Owner's ppr, r . 23. F■ LIQUIDATED DAMAGES. The "Commencement Date" shall be established in the Notice to Proceed to be issued by the Owner. Contractor shall commence the work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. The Work shall be substantially completed within the time specified in the Request for Quotation/Scope of Work. The date of substantial completion of the Work (or designated portions thereof) is the date certified by the Owner when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. The Work shall reach final completion and be ready for final acceptance by Owner within the time specified in the Request for Quotation/Scope of Work. Owner and Contractor recognize that since time is of the essence for any work under this Agreement, Owner will suffer financial loss if the Work is not substantially completed within the time specified in the Request for Quotation. Should Contractor fail to substantially complete the Work within the specified time period, Owner shall be entitled to assess as liquidated damages, but not as a penalty, the amount specified in the Request for Quotation/Scope of Work for each calendar day thereafter until substantial completion is achieved. The Project shall be deemed to be substantially completed on the date the Owner issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to substantially complete the Work in a timely manner. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. 24. 0 PAYMENTS. Generally, the Contractor will be paid upon completion; however, for Work in excess of thirty (30) days, the Contractor may request to receive Progress Payments. Subsequent to the first payment, Contractor must provide Owner with a fully executed Release and Affidavit in the form attached hereto as Exhibit "D" as a condition precedent to release of each progress payment. All applications for payment, whether for full payment or a progress payment shall be in writing, and in substantially the form attached hereto as Exhibit "E." 25. PAYMENTS WITHHELD. Owner may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, outstanding punchlist items, subsequently discovered evidence or subsequent inspections. The Owner may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between Owner and Contractor, Page 9 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1496 16.C.12.n to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other Agreement between Contractor and Owner. 26. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 27. FE] CONTRACT TIME AND TIME EXTENSIONS. A. Time is of the essence in the performance of any Work under this Agreement and Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and materialmen, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's supplies and contractors. B. Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of Government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. C. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of his duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage for Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 28. 0 CHANGES IN THE WORK. Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, Page 10 of 33 Multi -Contractor Award Agreement [2021_ver.11 ui Packet Pg. 1497 16.C.12.n and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County's Procurement Ordinance and Procurement Procedures in effect at the time such modifications are authorized. A Change Order in the form attached as Exhibit "F" to this Agreement, shall be issued and executed promptly after an Agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 29. ❑N CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 30. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 31, FN� TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 32, 0 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 11 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1498 16.C.12.n 33. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 34. 0 COMPLETION. When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Owner in writing that the entire Work (or such designated portion) is substantially complete and request that Owner issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner and Contractor shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner does not consider the Work (or designated portion) substantially complete, the Owner shall notify Contractor in writing giving the reasons therefor. If Owner considers the Work (or designated portion) substantially complete, Owner shall prepare and deliver to Contractor a Certificate of Substantial Completion, Exhibit G, which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punchlist of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portions thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punchlist. Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Owner will make such inspection and, if Owner finds the Work acceptable and fully performed under the Contract Documents, Owner shall promptly issue a Certificate of Final Completion, Exhibit H, recommending that on the basis of Owner's observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Final payment shall not become due and payable until Contractor submits: A. The Release and Affidavit in the form attached as Exhibit "D." B. Consent of Surety (if applicable) to final payment. C. If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipt, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. D. The warranty in the form attached as Exhibit "I". Page 12 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1499 16.C.12.n Owner reserves the right to inspect the Work and make an independent determination as to the acceptability of the Work. Unless and until the Owner is completely satisfied, the final payment shall not become due and payable. 35. FE-1 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 36. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 37. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 38. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 39. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. Page 13 of 33 Multi -Contractor Award Agreement [2021 ver.1 ] A C) Packet Pg. 1500 16.C.12.n �� ■ ■� AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 41. ❑■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 42. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 43. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance Page 14 of 33 Multi -Contractor Award Agreement [2021_ver.1] af3.f' f Packet Pg. 1501 16.C.12.n and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 44. FN� SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) Page 15 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1502 16.C.12.n IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Court & Comptroller By: Dated: (SEAL) Contractor's Witnesses: Con,#ractror's First Witness v_ -r' /`—C,-C Gi -F 7. TType/print witness na' neT -� n 41411, Contractor's Second Witness i�zl 1C so C: i TTypelprint witness nameT Approved as to Form and Legality: County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA 10 PENNY TAYLOR , Chair Waypoint Contracting Inc. Contractor By: ti ignature TType/print signature and titlreT Page 16 of 33 Multi -Contractor Award Agreement [2 Packet Pg. 1503 16.C.12.n Exhibit A Scope of Services ❑■ following this page (pages 1 through 3 ❑ this exhibit is not applicable c a� E U a Page 17 of 33 Multi -Contractor Award Agreement [2021_ver.1j C9�) Packet Pg. 1504 16.C.12.n IFQ# 20-7789 "Designated Driveway Contractor Services EXHIBIT A SCOPE OF SERVICES BACKGROUND The Solid & Hazardous Waste Management Division of the Public Utilities Department is responsible for ensuring that collection and disposal services are provided throughout Collier County in a safe and efficient manner. There are more than 300 dead-end streets in Collier County that do not allow for safe turn -around of waste collection vehicles or large emergency vehicles. Inmost cases, these large vehicles must back down the street to the nearest intersection or back onto private property creating an unsafe condition or damage to private property. The intent of this Agreement is to protect the public and private property by providing turn -around capability on dead-end streets for solid waste collection vehicles by constructing reinforced designated driveways. Designated driveways are property owner -approved reinforced private driveways intended to create safe, designated turn -around areas for solid waste collection vehicles where no turn -around access areas exist. County designated driveway specifications are provided as an attachment to this solicitation. DETAILED SCOPE OF WORK 1. General Requirements The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. 2. Quoting Requirements When the County determines a need for services, a summary of work, technical specifications, etc. will be provided to all selected Contractors, along with a line item quote schedule for providing an all-inclusive lump sum quote. The County's Project Manager will set the required response time for each project, but Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. The work under this Agreement will be for projects with a value up to $200,000. The Contractors pricing shall be all-inclusive and include, but not be limited to, labor, equipment, supplies, permits, rock, debris excavation, limerock, mobilization, Maintenance of Traffic (MOT), piping, silt fence and any other materials required to properly complete the project. Note that each quote schedule may have a set amount designated by the County's Project Manager for an Owner's Allowance line item to be included. This line item is not a guaranteed amount of money to the Contractor (see "Owner's Allowance" Section 4 below). Completion time and the collection of liquidated damages may be specified in the Request for Quotation (RFQ). Reconstruction of a driveway project shall not exceed a seven (7) business day schedule per single driveway, unless additional time is approved in writing by the County's Project Manager or Designee. The Contractors shall make arrangements (if necessary) with the County's Project Manager or Designee to properly inspect the project site subsurface conditions prior to quote submission. Any required rock or debris excavation shall be included in the lump sum quote. 3. Commencement of Work Work shall not commence until a Work Order/Purchase Order and Notice to Proceed is issued as well as a fully executed and recorded Right of Entry (ROE) Form provided by the County's Project Manager or Designee. The Contractor will be responsible for notifying all residents using a County supplied letter at least twenty-four hours before the start of construction. Pagel of 3 Exhibit A- Scope of Services Packet Pg. 1505 16.C.12.n The Contractor shall obtain and maintain all required permits or licenses necessary for the prosecution of the work prior to the start of construction. Permits may include, but not be limited to: Collier County Right -of -Way, Exotic and/or Vegetation Removal Permit, and Southwest Florida Water Management District Permit. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the work shall be procured and paid for by the Contractor. 4. Owner's Allowance It shall be at the sole discretion of the County's Project Manager or Designee to determine if and when the Owner's Allowance may be invoiced against by the Contractor. Owner's Allowance shall be billed at Time and Material. Hourly rates are applicable only to Owner's Allowance. Rate Schedule found in Exhibit B- Fee Schedule of this Agreement. Material markup shall not exceed 15%. Contractor must provide backup documentation for all items exceeding $500. No markup shall be applied to sales tax and/or freight. Subcontractor markup shall not exceed 10%. A copy of the Subcontractor invoice must be provided. Material markup shall not be allowed against a Subcontractor's material. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 5. Work Performance The Contractor shall provide all labor, materials, equipment, supplies, permits and project schedules to complete the entire construction of the awarded project. The County reserves the right to request additional information from the Contractor for clarification on all site -specific construction documents and invoices submitted. Any and all utility relocates that are deemed necessary to complete the project are the responsibility of the Contractor, at no additional cost to the County. A video and digital picture of each project site must be submitted by the Contractor to the County's Project Manager or Designee prior to the start of construction. A video and digital picture of the project site after construction shall be provided upon the Contractor's submittal for Final Completion approval of the project. The method of providing the required media shall be determined by the County Project Manager or Designee. At the County Project Manager's discretion, the Contractor may also be required to submit a video and digital picture of the progress work being performed at the project site at any time. All required videos and digital pictures of the project sites submitted by the Contractor shall become property of the County upon submission. The Contractor shall coordinate and be responsible for all project required testing and inspections, at no additional cost to the County. Testing may include, but not be limited to: Florida Limerock Bearing Ratio (LBR) Testing; Concrete Cylinder Testing and Density Testing. Inspections may include, but not be limited to: County Road Maintenance and/or Right -of -Way permit inspection requirements. All testing and inspection results shall be provided to the County's Project Manager or Designee within twenty-four (24) hours after the report has been issued to the Contractor. The Contractor will be responsible for watering sod for a period of sixty (60) days after installation. 6. Safety It is the Contractor's sole responsibility for safety in the work zone. Contractor shall provide work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, as required by law or the Board of County Commissioners (BCC). The Contractor shall run operations in strict accordance with Occupational Safety and Health Administration (OSHA) regulations and the manufacturer's safety requirements. MOT shall be in accordance with Florida Department of Transportation (FDOT) and Collier County Procedure. The County's c4 Project Manager or Designee will be responsible for providing a copy of the Collier County Procedure to the Contractor by internal request of the Risk Management Division. Contractor shall be required to provide Maintenance of Traffic or Temporary Control Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. s ea High -visibility clothing or vests with retro-reflectorized striping must always be worn by all employees working within Collier County Rights -of Way (See exception below). This includes personnel that may visit the "work zone" temporarily, such as Q management and/or Contractors. The American National Standard for High -Visibility Safety Apparel and Headwear (ANSI/ISEA 107-2004) or the most current edition, Class 2 or Class 3 garments are required for daytime use. Page 2 of 3 Exhibit A- Scope of Services .. �u/ Packet Pg. 1506 16.C.12.n American National Standards Institute/ International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, T-shirts or similarly labeled garments depending on time of day. 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. Exception: When other industry apparel safety standards require workers to wear apparel that is inconsistent with Federal, State or County requirements such as OSHA, ANSI, ISEA, etc., the other standards may prevail. However, apparel must still meet high visibility color requirements of fluorescent lime -green or fluorescent orange only and must be maintained in good condition and replaced as necessary. 7. Clean -Up The Contractor shall be responsible for removing all debris from the project site. The Contractor shall keep the premises free of debris and unusable materials resulting from their work and. as work progresses, or upon request by the County's Project Manager or Designee. 8. Damages Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the County's Project Manager or Designee at no additional cost to the County, and damages shall be repaired or replaced within seventy-two (72) hours from the occurrence of the damage. 9. Warranty The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. Q Page 3 of 3 Exhibit A- Scope of Services f w Packet Pg. 1507 16.C.12.n 0 following this page (pages through ❑ this exhibit is not applicable NM:71i1:i Fee Schedule Page 18 of 33 Multi -Contractor Award Agreement [2021 ver.1j Packet Pg. 1508 16.C.12.n Description Cost Unit Project Manager $71.39 hr. Assistant PM $57.00 hr. Project Superintendent $54.80 hr. Foreman $57.00 hr. Equipment Operator $42.00 hr. Laborer $30.00 hr. Equipment: Excavator track hoe $ 150.00 hr. Loader wheel rubber $ 95.00 hr. Backhoe $ 85.00 hr. bobcat $ 70.00 hr. Pick up Truck $ 105.00 hr. Dump truck Rental 6 cy $ 200.00 hr. Flat bed Truck $ 95.00 hr. Submersible pump $ 65.00 hr. Plate compactor jumping jack $ 125.00 per day Plate compactor 14" -20 $ 200.00 per day Chain saws $ 175.00 per day 12" gas Street Saw $ 95.00 per day Walk behind 18" street saw $ 125.00 per day 120 Volts Concrete breaker with 3- 6" " Blade $ 125.00 per day 6.0 cubic ft cy mortar Mixer $ 85.00 per day Auger Drill gas powered 6" diameter $ 80.00 per day 90 PS1 Air Compressor $ 175.00 per day Electric Core drill Rigs up to 5" $ 115.00 per day Gas Pressure washers 2000 -300 psi $ 120.00 per day Welding machine $ 250.00 per day *10% markup on rental equipment N Go r- LO C 0 E U a h`. lcl Packet Pg. 1509 16.C.12.n FN� this exhibit is not applicable Exhibit C-1 PUBLIC PAYMENT BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _day of , 20_ with Oblige for in accordance with drawings and specifications, which contract is incorporated by reference and 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 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 Surety be 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 day of , 20_, the name of under -signed representative, pursuant to authority of its governing body. Page 19 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1510 16.C.12.n Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: _ Name: Its: The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) ATTEST: Witness as to Surety (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) c aD E U a Page 20 of 33 Multi -Contractor Award Agreement [2021_ver.1] 1' 3 Packet Pg. 1511 16.C.12.n As Attorney in Fact (Attach Power of Attorney) Witnesses (Business Address) (Printed Name) (Telephone Number) STATE OF _ COUNTY OF The foregoing instrument was acknowledged before me by means of ❑ physical presence or 0 online notarization, this of 20 , by , as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 21 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1512 16.C.12.n F■ this exhibit is not applicable EXHIBIT C-2 PUBLIC PERFORMANCE BOND Bond No. Contract No. KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the _ day of , with Oblige for in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat 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 22 of 33 Multi -Contractor Award Agreement [2021_ver.1] g{CA�o Packet Pg. 1513 16.C.12.n 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 day of , 20_, 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 presence of : PRINCIPAL: Witnesses as to Principal STATE OF _ COUNTY OF By: _ Name: Its: The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 23 of 33 c aD E U Q Multi -Contractor Award Agreement [2021_ver.11 Packet Pg. 1514 16.C.12.n ATTEST: Witness as to Surety Witnesses STATE OF _ COUNTY OF SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) Name: (Legibly Printed) Notary Public, State of Commission No.: Page 24 of 33 c aD E U a Multi -Contractor Award Agreement [2021_ver.1) Packet Pg. 1515 16.C.12.n ❑ this exhibit is not applicable EXHIBIT D RELEASE AND AFFIDAVIT FORM COUNTY OF ( ) STATE OF ( ) Before me, the undersigned authority, personally appeared being duly sworn, deposes and says: who after (1) In accordance with the Contract Documents and in consideration of $ to be received, ("Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner, dated , 20 for the period from to . This partial waiver and release is conditioned upon payment of the consideration described above. It is not effective until said payment is received in paid funds. (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, shall be fully satisfied and paid upon Owner's payment to Contractor. (3) Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. Witness Witness STATE OF COUNTY OF CONTRACTOR BY: ITS: DATE: [Corporate Seal] The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this of 20 , by , as OF— , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary Public -State of Florida) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: _ Page 25 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1516 16.C.12.n ❑ this exhibit is not applicable EXHIBIT E FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM: RE: Original Contract Time: Revised Contract Time: (Contractor's Representative) (Contractor's Name) (Contractor's Address) Retainage @ 10% thru [insert date] $ Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date % Liquidated Damages to be Accrued $ Bid No. Project No. Application Date Payment Application No. for Work accomplished through the Date: Name) Original Contract Amount: $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; (4) and CONTRACTOR agrees that all overruns as shown on the monthly estimate summary shall, in fact, be added to the revised contract and shall be incorporated into a future Change Order: By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : DATE: (DP's Name) (Signature) (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) Page 26 of 33 Multi -Contractor Award Agreement 12021_ver.11 (CAA) Packet Pg. 1517 16.C.12.n ❑ this exhibit is not applicable ❑ Contract Modification EXHIBIT F CHANGE ORDER ❑ Work Order Modification Contract #: Change M = Purchase Order #: I Project M Contractor/Firm Name: F Project Name: Project Manager Name:_ � Department: F_ Original Contract/Work Order Amount Original BCC Approval Date; Agenda Item # Current BCC Approved Amount Last BCC Approval Date; Agenda Item # Current Contract/Work Order Amount SAP Contract Expiration Date (Master) Dollar Amount of this Change #DIV/0! Total Change from Original Amount Revised Contract/Work Order Total $ 0.00 #DIV/01 Change from Current BCC Approved Amount Cumulative Changes $ 0.00 #DIV/01 Change from Current Amount Completion Date, Description of the Task(s) Change, and Rationale for the Change Notice to Proceed Original [� Last Approved Revised Date Date Completion Date Date Includes this change) # of Days Added C� Select Tasks ❑ Add new task(s) ❑ Delete task(s) ❑ Change task(s) ❑ Other (see below) Provide a response to the following:1.) detailed and specific explanation/rationale of the requested change(s) to the task(s) and / or the additional days added (if requested); 2.) why this change was not included in the original contract; and, 3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. Prepared by: Date: (Project Manager Name and Division) Acceptance of this Change Order shall constitute a modification to contract / work order identified above and will be subject to all the same terms and conditions as contained in the contract / work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor / Vendor / Consultant / Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Accepted by: Date: (Contractor / Vendor / Consultant / Design Professional and Name of Firm, if project applicable) Approved by: Date: (Design Professional and Name of Firm, if project applicable) Approved bDate: y: (Procurement Professional Page 27 of 33 Multi -Contractor Award Agreement [2021_ver.11 ff. Packet Pg. 1518 16.C.12.n ❑ this exhibit is not applicable OWNER'S Project No. 91 CONTRACTOR Contract For _ Contract Date EXHIBIT G CERTIFICATE OF SUBSTANTIAL COMPLETION ENGINEER'S Project No. This Certificate of Substantial completion applies to all Work under the Contract documents or to the following specified parts thereof: To OWNER The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the contract documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. Page 28 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1519 16.C.12.n The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACT OR: The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20_ Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20_ CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20_ OWNER By: Type Name and Title Page 29 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1520 16.C.12.n ❑ this exhibit is not applicable OWNER'S Project No. PROJECT: CONTRACTOR Contract For Contract Date EXHIBIT H CERTIFICATE OF FINAL COMPLETION ENGINEER'S Project No. This Certificate of Final completion applies to all Work under the Contract documents. To OWNER And To The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be finally complete in accordance with the contract documents on: DATE OF FINAL COMPLETION The warranty in Exhibit I is attached to and made a part of this Certificate: Page 30 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1521 16.C.12.n Executed by Design Professional on 120 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Final Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Final Completion on 20 OWNER By: Type Name and Title Page 31 of 33 Multi -Contractor Award Agreement [2021_ver.1] Packet Pg. 1522 16.C.12.n ❑ this exhibit is not applicable EXHIBIT I WARRANTY In consideration of ten dollars, ($10.00), receipt of which is hereby acknowledged, the undersigned CONTRACTOR does hereby provide, warrant and guarantee all work done and executed under the contract either directly performed by the CONTRACTOR or at the express request of the CONTRACTOR by a SUBCONTRACTOR or CONSULTANT. Project Name: Date of Final Completion: Name and Address of CONTRACTOR: CONTRACTOR warrants and guarantees the work performed pursuant to the contract shall be free of all defects of materials and workmanship for a period of one year from the DATE OF FINAL COMPLETION. The undersigned party further agrees that it will, at its own expense, replace and/or repair all defective work and materials and all other work damaged by any defective work upon written demand by the COUNTY. It is further understood that further consideration for this warranty and guaranty is the consideration given for the requirement pursuant to the general conditions and specifications under which the contract was let that such warranty and guaranty would be given. This warranty and guaranty is in addition to any other warranties or guaranties for the work performed under the contract and does not constitute a waiver of any rights provided pursuant to Florida Statutes, Chapter 95, et seq. DATE: CONTRACTOR BY: Attest: Page 32 of 33 Multi -Award Agreement 2017.006 Ver.I Packet Pg. 1523 16.C.12.n Other Exhibit/Attachment Description: ❑ following this page (pages through _) ■0 this exhibit is not applicable Page 33 of 33 Multi -Award Agreement 2017.006 Ver.l Packet Pg. 1524 ---"*1 16.C.12.o ACC?R " CERTIFICATE OF LIABILITY INSURANCE 74/26/2021E(M THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: RSC Insurance Brokerage, Inc. PHONE (305)446-2271 FAx d AIC No Ext : A/C No): (� 3350 S Dixie Hw E-MAIL MIA-Certificates@risk-strategies.com Y ADDRESS- 9 Miami FL 33133 INSURERA:Monroe Guaranty Ins Co 32506 INSURED INSURERB:FCCI Insurance Co 10178 Waypoint Contracting, Inc. INSURER C: National Trust Insurance CO 20141 7955 NW 12th Street, Suite 400 INSURER D: INSURER E : Doral FL 33126 INSURER F: COVERAGES CERTIFICATE NUMBER:CL2061863962 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,( A CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 100,( MED EXP (Any one person) $ 10,( X GL100046991-02 6/30/2020 6/30/2021 PERSONAL & ADV INJURY $ 1,000,( GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,( 1 PRO - POLICY ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,( $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,( X BODILY INJURY (Per person) $ B ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS X CA100015294-03 6/30/2020 6/30/2021 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ NON -OWNED HIRED AUTOS X AUTOS X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 3,000,( AGGREGATE $ 3,000,( B EXCESS LAB CLAIMS -MADE DED X RETENTION $ 10,000 $ UME100025766-02 6/30/2020 6/30/2021 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X PER OTH- STATUTE I ER C ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N ❑ (Mandatory in NH) NIA 010-WC20A-76368 6/30/2020 6/30/2021 E.L. EACH ACCIDENT $ 1,000,( E.L. DISEASE - EA EMPLOYEE $ 1,000,( If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE- POLICY LIMIT $ 1,000,( DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Certificate Holder is Additional Insured with respects to General Liability and Auto Liability on a primary and non-contributory basis when required by written contract. RE: Project 20-7789 Designated Driveway Contractor Services CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail East Naples, Fl, 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Christian/GENFLO © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) 1 Packet Pg. 1525 Collier C01.nty Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION FOR QUALIFICATION (IFQ) FOR DESIGNATED DRIVEWAY CONTRACTOR SERVICES SOLICITATION NO.: 20-7789 SUBMITTED BY: BONNESS INC. SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamiltonkcolliercountyfl. _ oo (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. SOLICITATION PUBLIC NOTICE INVITATION FOR QUALIFICATION (IFQ) NUMBER: 20-7789 PROJECT TITLE: DESIGNATED DRIVEWAY CONTRACTOR SERVICES PRE-PROOSAL CONFERENCE: N/A IFQ OPENING DAY/DATE/TIME: OCTOBER 9, 2020 at 3:00 P.M. PLACE OF IFQ OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hig2s://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Solid & Hazardous Waste Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation for Qualification (hereinafter, "IFQ") with the intent of obtaining proposals from interested and qualified contractors in accordance with the terms, conditions and specifications stated or attached. The contractor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Collier County Procurement Ordinance. The County departments anticipate an annual spend of approximately $200,000; however, this may not be indicative of future buying patterns. BACKGROUND The Solid & Hazardous Waste Management Division of the Public Utilities Department is responsible for ensuring that collection and disposal services are provided throughout Collier County in a safe and efficient manner. There are more than 300 dead-end streets in Collier County that do not allow for safe turn -around of waste collection vehicles or large emergency vehicles. In most cases, these large vehicles must back down the street to the nearest intersection or back onto private property creating an unsafe condition or damage to private property. The intent of this solicitation is to protect the public and private property by providing turn -around capability on dead-end streets for solid waste collection vehicles by constructing reinforced designated driveways. Designated driveways are property owner -approved reinforced private driveways intended to create safe, designated turn -around areas for solid waste collection vehicles where no turn -around access areas exist. County designated driveway specifications are provided as an attachment to this solicitation. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The intent of this solicitation is to qualify three (3) to five (5) contractors. All awarded contractors will be requested to quote for all planned projects using lump sum pricing. The County Manager, or designee, may, at his discretion, extend the Contract under all of the terms and conditions contained in this Contract for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Contract term not less than ten (10) days prior to the end of the Contract term then in effect. DETAILED SCOPE OF WORK 1. General Requirements The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. 2. Quoting Requirements When the County determines a need for services, a summary of work, technical specifications, etc. will be provided to all selected Contractors, along with a line item quote schedule for providing an all-inclusive lump sum quote. The County's Project Manager will set the required response time for each project, but Contractors will be given a minimum of ten (10) business days to provide a quote. Other projects may require a longer quoting period to allow for proper coordination. The Contractors pricing shall be all-inclusive and include, but not be limited to, labor, equipment, supplies, permits, rock, debris excavation, limerock, mobilization, Maintenance of Traffic (MOT), piping, silt fence and any other materials required to properly complete the project. Note that each quote schedule may have a set amount designated by the County's Project Manager for an Owner's Allowance line item to be included. This line item is not a guaranteed amount of money to the Contractor (see "Owner's Allowance" Section 5 below). Completion time and the collection of liquidated damages may be specified in the Request for Quotation (RFQ). Reconstruction of a driveway project shall not exceed a seven (7) business day schedule per single driveway, unless additional time is approved in writing by the County's Project Manager or Designee. The Contractors shall make arrangements (if necessary) with the County's Project Manager or Designee to properly inspect the project site subsurface conditions prior to quote submission. Any required rock or debris excavation shall be included in the lump sum quote. 3. Commencement of Work Work shall not commence until a Work Order/Purchase Order and Notice to Proceed is issued as well as a fully executed and recorded Right of Entry (ROE) Form provided by the County's Project Manager or Designee. The Contractor will be responsible for notifying all residents using a County supplied letter at least twenty-four hours before the start of construction. The Contractor shall obtain and maintain all required permits or licenses necessary for the prosecution of the work prior to the start of construction. Permits may include, but not be limited to: Collier County Right -of -Way, Exotic and/or Vegetation Removal Permit, and Southwest Florida Water Management District Permit. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the work shall be procured and paid for by the Contractor. 4. Owner's Allowance It shall be at the sole discretion of the County's Project Manager or Designee to determine if and when the Owner's Allowance may be invoiced against by the Contractor. Owner's Allowance shall be billed at Time and Material. Hourly rates shall be negotiated with the selected contractors, and a Rate Schedule, applicable only to Owner's Allowance, shall become part of the resultant Agreement. Material markup shall not exceed 15%. Contractor must provide backup documentation for all items exceeding $500. No markup shall be applied to sales tax and/or freight. Subcontractor markup shall not exceed 10%. A copy of the Subcontractor invoice must be provided. Material markup shall not be allowed against a Subcontractor's material. Subcontractor hourly rate shall not exceed the Contractor's hourly rate. 5. Work Performance The Contractor shall provide all labor, materials, equipment, supplies, permits and project schedules to complete the entire construction of the awarded project. The County reserves the right to request additional information from the Contractor for clarification on all site -specific construction documents and invoices submitted. Any and all utility relocates that are deemed necessary to complete the project are the responsibility of the Contractor, at no additional cost to the County. A video and digital picture of each project site must be submitted by the Contractor to the County's Project Manager or Designee prior to the start of construction. A video and digital picture of the project site after construction shall be provided upon the Contractor's submittal for Final Completion approval of the project. The method of providing the required media shall be determined by the County Project Manager or Designee. At the County Project Manager's discretion, the Contractor may also be required to submit a video and digital picture of the progress work being performed at the project site at any time. All required videos and digital pictures of the project sites submitted by the Contractor shall become property of the County upon submission. The Contractor shall coordinate and be responsible for all project required testing and inspections, at no additional cost to the County. Testing may include, but not be limited to: Florida Limerock Bearing Ratio (LBR) Testing; Concrete Cylinder Testing and Density Testing. Inspections may include, but not be limited to: County Road Maintenance and/or Right -of -Way permit inspection requirements. All testing and inspection results shall be provided to the County's Project Manager or Designee within twenty-four (24) hours after the report has been issued to the Contractor. The Contractor will be responsible for watering sod for a period of sixty (60) days after installation. 6. Safety It is the Contractor's sole responsibility for safety in the work zone. Contractor shall provide work zone signage, cones, barricades or barrels, arrow panels, flagging personnel and Stop/Slow Paddles, where necessary, as required by law or the Board of County Commissioners (BCC). The Contractor shall run operations in strict accordance with Occupational Safety and Health Administration (OSHA) regulations and the manufacturer's safety requirements. MOT shall be in accordance with Florida Department of Transportation (FDOT) and Collier County Procedure. The County's Project Manager or Designee will be responsible for providing a copy of the Collier County Procedure to the Contractor by internal request of the Risk Management Division. Contractor shall be required to provide Maintenance of Traffic or Temporary Control Certification. If the Contractor is subcontracting MOT, they shall submit the subcontractor's certification. High -visibility clothing or vests with retro-reflectorized striping must always be worn by all employees working within Collier County Rights -of Way (See exception below). This includes personnel that may visit the "work zone" temporarily, such as management and/or Contractors. The American National Standard for High -Visibility Safety Apparel and Headwear (ANSI/ISEA 107-2004) or the most current edition, Class 2 or Class 3 garments are required for daytime use. American National Standards Institute/ International Safety Equipment Association (ANSI/ISEA) Class 2 or 3 Vests, T-shirts or similarly labeled garments depending on time of day. 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. Exception: When other industry apparel safety standards require workers to wear apparel that is inconsistent with Federal, State or County requirements such as OSHA, ANSI, ISEA, etc., the other standards may prevail. However, apparel must still meet high visibility color requirements of fluorescent lime -green or fluorescent orange only and must be maintained in good condition and replaced as necessary. 7. Clean -Up The Contractor shall be responsible for removing all debris from the project site. The Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's Project Manager or Designee. 8. Damages Carelessness by the Contractor resulting in damage to turf, curbs, sidewalks, pavement or structures, mailboxes, appurtenances, etc. shall be repaired or replaced by the Contractor to the satisfaction of the County's Project Manager or Designee at no additional cost to the County, and damages shall be repaired or replaced within seventy-two (72) hours from the occurrence of the damage. 9. Warranty The Contractor shall professionally perform to the industry standards and to the requirements in this solicitation and subsequent contractual documents. The Contractor shall warrant their work for one (1) year following final acceptance by the County. INVITATION FOR QUALIFICATION (IFO) PROCESS 1.1 The Proposers will submit a qualifications proposal which will be scored based on the criteria in Grading Criteria for Development of Shortlist, which will be the basis for short -listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then grade and rank the firms and recommend multiple firms to establish a library for services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. A contract will be developed with the selected firms, based on their qualifications and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Invitation for Qualification selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the Proposers based on the qualifications, discussion, and clarifying questions, and recommend multiple firms in a library for quoting services. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.6 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY' S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Business Plan 25 Points 4. Experience and Capacity of the Firm 30 Points 5. Specialized Expertise of Team Members 25 Points 6. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the IFQ submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the company, indicating the underlying philosophy of the company in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Contractor's certification that the Contractor will accept any awards as a result of this IFQ. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. EVALUATION CRITERIA NO. 3: BUSINESS PLAN (25 Total Points Available) In this criterion, include but not limited to: • Please describe how your company typically prioritizes projects when multiple requests are coming in at the same time. • Provide a detailed plan of approach for a project that exceeds fifty thousand dollars ($50,000). • Provide a sample schedule, with milestones for a project that exceeds fifty thousand dollars ($50,000). • Include with the Business Plan or as an attachment, a copy of a Project Summary as an example of work product. This should be for one of the projects listed as a reference. EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM (30 Total Points Available) In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. • Please provide proof that your company is licensed and insured as a General Contractor, Building Contractor, or Underground Utility and Excavation Contractor in the State of Florida. • Please provide Maintenance of Traffic or Temporary Control Certification. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS (25 Total Points Available) In this criterion, include but not limited to: • Description of the proposed contract team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. • Attach resumes of any sub -contractors and attach letters of intent from stated sub -vendors must be included with proposal submission. EVALUATION CRITERIA NO.6: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier or Lee County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY OF A; ........... rF BONNESS PAVING SITEWORK UNDERGROUND 8 BONNESS PAVING - SITEWORK - UNDERGROUND October 09, 2020 Collier County Board of County Commissioners Collier County Government Complex Naples, FL 34112 RE: Solicitation 20-7789 Designated Driveway Contractor Services Bonness, Inc. is pleased to submit the enclosed qualification packet for Solicitation 20-7789, Designated Driveway Contractor Services. We look forward to the opportunity to submit proposals and to perform with excellence future roadway work within Collier County. With more than 39 years serving Southwest Florida, Bonness, Inc. is a family owned and operated full -service paving, sitework and underground utilities contractor serving the needs of the counties and municipalities in Southwest Florida, as well as individuals, businesses and community organizations. Our employees are a team of highly motivated individuals who are committed to building nothing but the best. The underlying philosophy of Bonness, Inc. is best expressed in our mission statement, "To fully serve Southwest Florida's paving and sitework needs with honesty and integrity by providing a quality product outstanding customer service, value, and innovation." We understand that mission to be an on -going work -in -progress and we strive each day to make it a reality for our customers. With a full-time staff of more than 90 field and office personnel, Bonness, Inc. will manage your project with a team of employees who are dedicated to exceeding your expectations. The team includes a Contract Administrator, Project Manager, Project Coordinator, Safety Specialist, Superintendent and Foreman and the necessary field crews to complete your projects in a timely, safe and efficient manner. Bonness has a staff of qualified employees with many years of experience in the industry as well as with Bonness. On a weekly basis we assess our staffing needs and make adjustments as necessary to meet our customers' schedules. Bonness, Inc. has successfully managed more than 350 projects annually for over a decade as a matter of standard operations. During weekly officer meetings, we identify and focus on opportunities for improving our processes. We look forward to the opportunity to continue to serve Collier County. If you have any questions regarding our submittal for this qualification or at any time in the future, please don't hesitate to call me at 239-597-6221. 1 acknowledge that by submitting this proposal, we will accept any awards as a result of this RFP. Brad Thornton Vice President of Sales Operations Office: 239-597-6221 EVALUATION CRITERIA NO. 3: BUSINESS PLAN BONNESS PAVING • SITEWORK • UNDERGROUND Bonness, Inc. is pleased to take this opportunity to introduce our many self -performing services to your organization. We look forward to the opportunity to submit proposals and to perform with excellence future Paving, Site -work, and Underground work. With more than 35 years serving Southwest Florida, Bonness, Inc. is a family owned and operated full -service paving, sitework and underground utilities contractor serving the needs of the counties and municipalities in Southwest Florida, as well as individuals, businesses, contractors, developers, condominiums and community organizations. Our employees are a team of highly motivated individuals who are committed to building nothing but the best. Through honesty and integrity, and a strong commitment to customer service, Bonness, Inc. has earned a reputation for being a preferred civil contractor in the region. From Driveways to Highways, Bonness does the groundwork for beautiful sites. MISSION STATEMENT The underlying philosophy of Bonness, Inc. is best expressed in our mission statement, "To fully serve Southwest Florida's paving and sitework needs with honesty and integrity by providing a quality product outstanding customer service, value, and innovation." We understand that mission to be an on -going work -in -progress and we strive each day to make it a reality for our customers. OUR VISION STATEMENT To be recognized as the preferred construction company in Southwest Florida for paving, sitework, and underground utility services; when no job is too big or too small; where the needs of developers, contractors, homeowners, business, associations, and governments are equally met; where success is derived from providing hassle -free customer service and a quality product; where employees can expect a safe working environment, an opportunity for growth, and satisfying wages and benefits; and where there is a fundamental commitment to community and environment. With a full-time staff of more than 120 field and office personnel, Bonness, Inc. will manage your project with a team of employees who are dedicated to exceeding your expectations. The team includes a Contract Administrator, Project Manager, Project Coordinator, Safety Specialist, Superintendent and Foreman and the necessary field crews to complete your projects in a timely, safe and efficient manner. Bonness has a staff of qualified employees with many years of experience in the industry as well as with Bonness. On a weekly basis we assess our staffing needs and make adjustments as necessary to meet our customers' schedules. Bonness, Inc. has successfully managed more than 350 projects annually for over a decade as a matter of standard operations. During weekly officer meetings, we identify and focus on opportunities for improving our processes. SERVICES PROVIDED ROADS Since its inception in 1981, Bonness Inc. has been recognized as a premier quality builder of paved streets and roads. We specialize in edge milling, full milling, and overlays of many types of asphalt depending on the traffic class and speed requirements. Bonness Inc. always utilizes manhole, and valve box risers to ensure a proper pavement tie-in to newly paved or repaved roadways. With a reputation for high standards of quality and customer service, our company has enjoyed successful relationships with the city, county, and private customers alike. Our employees are a team of highly motivated individuals who are committed to building nothing but the best. SITEWORK Bonness Inc. has all the necessary resources in terms of operators, equipment, and expertise to handle all aspects of earthwork and sitework development including clearing, demolition, excavation, importing of fill material, blasting, rock hammering and trenching, stabilizing, subgrading, rough and final grading, swale grading, sloping, and grassing. Through proper job planning, scheduling, and execution, Bonness Inc. will take the utmost pride in completing the groundwork for your beautiful site. UNDERGROUND UTILITIES Underground utility installation is a crucial step in the site development process requiring specialized equipment and expertise. Bonness Inc. is a State Certified Underground Utility and Excavation Contractor and a Certified Class V Fire Protection System Contractor. Bonness Inc.'s experienced utility crews employ a systematic approach to safely and skillfully install these utility systems utilizing the latest technology to ensure accuracy. It is our goal not only to meet the standards and specifications of the project but to exceed the expectations of the customer and inspector. CURBS & WALKS Bonness, Inc. specializes in curbs and walks of all types. Our concrete employees have made an art of their work, especially with their handcrafted curbs. Bonness' expertise is backed up with over a decade of continued success in producing the most beautifully finished products in Southwest Florida. Bonness Inc. is your best choice for a finished product that encompasses competitive pricing, quality, and superior customer service. PARKING LOTS With experienced and talented crews, right -sized equipment, and expertise for any type project, Bonness Inc. is well equipped to build your new parking lot or renovate your existing parking lot. New Construction services include stabilized subgrade, limerock or shell base, asphalt pavement or specialty surfaces, concrete curb and sidewalks, carstops, stripes, and traffic signs. Renovation and maintenance services include additions, removals, re -installations, patching, sealcoating, and re -striping. Bonness Inc.'s strength comes from decades of paving diverse and challenging projects throughout Southwest Florida. DRIVEWAYS First impressions can be lasting. Bonness Inc. has been setting the standards for driveway excellence in Southwest Florida since 1981. Our goal is to construct or renovate your driveway in the most efficient and cost-effective manner without sacrificing quality. The key to a long lasting and functional driveway is a solid base. On top of your properly constructed base, a surface course of asphalt, brick pavers, or decorative stone will give your driveway the first impression appearance that will add beauty and value to your home. Concrete and stamped -concrete are also available. STREET LIGHTING & SIGNALIZATION As part of the overall package, Bonness, Inc. will supervise the installation or modification of street lighting or traffic signalization as part of your new construction or renovation project. PAVEMENT MARKING AND STRIPING Painted or reflective thermoplastic stripes, crosswalks, stop bars, stop signs, speed limit signs, crosswalks, reflective pavement markers, ADA handicap mats, and more. Bonness Inc. has specialty crews who install all pavement markings and signs to complete your project. Installation guidelines are dictated by the plan specifications as well as local traffic control ordinances and Florida D.O.T. Design Standards. TRAFFIC CONTROL Safety is a major concern for the general public as well as our employees. Bonness Inc. provides traffic control in the way of signs, barricades, flagmen, message boards, etc. Lane closures are done only with the permission and guidance of the city, county, or state, depending on the jurisdiction. STATE CERTIFIED LICENSES Bonness Incorporated carries both a Certified Building Contractor license and a Certified Underground Contractor License. Florida# CBC059904 Florida# CUC1224797 Florida Certificate of Authority Document Number: F19249 EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM coley cou"ty Administrative Services Department Procurement Serv-ces Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 204_789 Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name of Individuals Requesting Reference Information) Name: Kyle Fruth Company: Davidson Engineering (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kyle@davidsonengineering.qg FAX: 239.434.6060 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Drainage Improvements / Pavement ResurfaGng $220,000.00 Completion Date: 09/15/2020 Project Number of Days: 45 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Coder County Administrative Semen Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name of Individuals Requesting Reference Information) Name: Mara Foley (Evaluator completing reference questionnaire) mfoley@habitatcollier.org FAX: Company: Habitat for Humanity of Collin (Evaluator's Company completing reference) 239-775-0036 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Vincent's Acres Community Instructure Project Description: fra Project Budget: $` ,795,519.23 Completion Date: May 18, 2020 Project Number of Days: 430 Item Criteria Score must be com leted 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS goo ***UPDATED JANUARY 28, 2020*** dl'.^_1'-tLr_L _z!u_� •ill C..•, Form 5 Reference Questionnaire IUSE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitadon: 20-7789 Reference Questionnaire for: Bonness. Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name Name: Russell Anderson (Evaluator completing reference questionnaire) Email: Russell@sflexcavation.com Information) Company: South Florida Excavation, Ire (Evaluator's Company completing reference) FAX: 239-596-8112 239-596-8111 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of l to 10, with 10 representing that you were very satisifed (and would hire the finm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Inland Village Project Budget: 438842.00 Completion Date: June 2020 Project Number of Days: 90 Item Criteria Score must be coin leted I Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 8 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover, invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 8 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS '""UPDATED JANUARY 28, 2020't• coder county Administrative Services Department Procurement services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name of Individuals Requesting Reference Information) Name: James Heeler company: Toll Brothers (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: JHepler@tollbrothers.com FAX: 239-949-2292 239-949-2308 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0" Project Description: Site development Project Budget: $2.9mil Completion Date: 8/2019 Project Number of Days: 300+ Item Criteria Score must be completed 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) O 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** FDOTT This Certifies that Jeffrey R. Krull Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. Date Expires: 02/09/2022 Instructor: James Ellzey A&SW Consultants, Inc. Phone: 386-788-9899 55 Inlet Harbor Rd. Ste.121 Port Orange, www.FloridaMOT.com nicolle@aswconsultants.com Certificate # 36347 FDOT Provider # 134 I A&SW Certificate of Completion Jeffrey R. Krull Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 02/09/2022 Date Expires 134 MOT Provider # James Ellzey Instructor A&SW Consultants, Inc. 55 Inlet Harbor Rd. Ste.121 Port Orange, www.FloridaMOT.com nicolle@aswconsultants.com 36347 Certificate # FDOT For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com FDOTT This Certifies that JESSIE BRYAN Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. Date Expires: 07/31/2024 Instructor: James Ellzey A&SW Consultants, Inc. Phone: 386-788-9899 5545 Benchmark Lane Sanford&nbsp;, FL 32773 www.FloridaMOT.com nicolle@aswconsultants.com Certificate # 64414 FDOT Provider # 134 2A, Certificate of Completion JESSIE BRYAN Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. 07/31 /2024 Date Expires 134 FDOT Provider # James Ellzey Instructor A&SW Consultants, Inc. 5545 Benchmark Lane Sanford&nbsp;, FL 32773 www.FloridaMOT.com nicolle@aswconsultants.com 64414 Certificate # FDOT� For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com ❑l ■❑ ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES BAILIE, KATHLEEN BONNESS INC I -ri 1900 SEWARD AVE NAPLES A� FL 34109 LICENSE NU EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ❑l ■❑ ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES BAILIE, KATHLEEN BONNESS INC I -ri 1900 SEWARD AVE NAPLES A� FL 34109 LICENSE NU EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ❑l ■❑ ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES BAILIE, KATHLEEN BONNESS INC I -ri 1900 SEWARD AVE NAPLES A� FL 34109 LICENSE NU EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. drNNESS ING SITEWORK • UNDERGROUND 1900 Seward Avenue TEI (239) 597-6221 www.BonnessInc.com FL# CBC059904 Naples, FL 34109 FAX (239) 597-7416 info@BonnessInc.com FL# CUC1224797 Major Projects and Customer References - Last 5 Years Collier County Transportation Construction Management Department Growth Management Division 3299 Tamiami Trail E Ste 700 Naples, FL 34112 John Conti, Senior Field Inspector JohnContiC@Colliergov.net (239) 253-0354 (cell) Roadway Improvements of Immokalee Rd, & Valewood - 2012 Contract No 12-5947, Collier County Project 60016.5 Roadway improvements including underground utility drainage, pipe culverts, asphalt, signals and striping Project Total $1,109,456.17 Collier County Board of County Commissioners 3299 Tamiami Trail E Ste 700 Naples, FL 34112 Wayne Karlovich waynekarlovichQcolliergov.net (239) 252-5372 MPS 306 Force Main -Phase II Installation of Force Main pipe, including maintenance of traffic Project Total $1,107,858.57 City of Fort Myers 2600 Dr. Martin Luther King Jr. Blvd., Suite 101 Fort Myers, FL 33916 Elaine Capps ecapps(a cityftmyers.com (239) 321-7220 Colonial Manor Utilities August, 2015-June, 2016. Water Main, drainage and sanitary sewer installation, including all maintenance of traffic as well as driveway/lawn restoration as needed. Project Total $1,546,198 Charlotte County 18500 Murdock Circle Port Charlotte, FL 33948 John Elias (941)743-1378 john.elias@charlottecountyfl.gov Burnt Store Rd Widening — Phase 1 2010-2012 Four lane road construction and storm water management including large box culverts and canal construction. Scope also included new bridge, complete landscaping and electrical work. Project Total $10,135,637 Vantage Properties, Inc. 400 Carillion Parkway, Suite 230 St. Petersburg, FL 33716 Tim Harvey, Construction Manager (727) 331-5229 tharvey@vantagllp.com University Plaza West PH 1&2 April, 2014 to August, 2014 Site development including, concrete curb and sidewalk, drainage, sewer, water, asphalt paving Project Total $1,189,745 Charlotte County 18500 Murdock Circle Port Charlotte, FL 33948 John Elias (941)743-1378 john.elias@charlottefl.com Garden of Gulf Cove Sidewalks- 2014— Charlotte County/ Constructed new sidewalks Project Total - $122,850.00 Habitat for Humanity of Collier County 11550 E Tamiami Trail Naples, FL 34113 Nick Kouloheras (239)775-0036 nkouloheras@habitatcollier.org Legacy Lakes November, 2015-September, 2016 Residential sitework including clearing and grubbing, underground potable water, sanitary sewer and drainage, concrete curbing and asphalt paving Project Total $1,930,225 Collier County Growth Management Division 2885 South Horseshoe Drive Naples, FL 34104 Daniel G. Hall, P.E 239-252-6077 Palm River Park 2014 Improvement including Sidewalk, curbing, playground, pavers and underground utilities including inlet protection, Inlets, pipe culverts, fire hydrants and sign installation. Project Total $305,000 Hideaway Beach Association 250 South Beach Drive Marco Island, FL 34145 Katie Maline (239)394-5555 kmaline@hideawaybeachclub.org Hideaway Beach — 2013 Large residential community in Collier County - Limerock base, milling, remove/replace asphalt, valley gutter, curbing, striping Project Total: $1,225,421 Taylor Morrison 551 N Cattlemen Rd Suite 200 Sarasota, FL 34232 Keith Berg (941) 554-2888 kberg(aD_taylormorrison.org Oyster Harbor Phase I — 2014-2015 Main Entry, Roadway and Roundabout, including Sitework, Sanitary Sewer, Potable Water Storm Drainage, Roadway and irrigation. Project Total: $5,249,194 City of Bonita Springs Public Works 9101 Bonita Beach Road Bonita Springs, FL 34135 David Liccardi, Senior Project Manager (239) 949-6244 david.liccardi(a-)cityofbonitasprings.org Shangri-La Road sidewalk improvements 2015 Sidewalk, drainage, curb & gutter, Fire hydrant, pipe handrail, precast fencing Project Total: $431,025 McGarvey Development 9260 Estero Park Commons Blvd. Fort Myers, FL 33928 Jeff McGarvey (239) 738-7997 JeffMcGarvey(o)mcgarveydevelopment.com Franklin Academy Sunrise Facility 2015 Turn lane development, sidewalk, site prep, curb Project Total: $639,069 Franklin Academy 2013-2014 Copper City — South Military Trail, Boynton Beach —Full site development of New Charter School Project: $1,150,901 Franklin Academy 2013-14 Boynton Beach- New Charter school site development Project total: $1,405,231 W.H. Bass, Inc. 230 Scientific Drive, Suite 200 Norcross, GA 30092 Brian Snelling (770) 662-8430 Loves Travel Center 2014 Bayshore Rd, Fort Myers Full Site Development of Loves Truck Stop Project Total $1,762,500 Davidson Engineering, Inc. 4365 Radio Road, Suite 201 Naples, FL 34104 Josh Fruth, Vice President (239) 434-6001 iosh(a�davidsonengineering.com Heritage Bay Commons -Tract D May 2015-2016 Site clearing and development, concrete curbing, sidewalk, asphalt paving, ADA mats, irrigation system, site lighting, underground utilities including potable water and drainage Project Total $1,207,925 Tamiami Hyundai Airport -Pulling Road 2013-14 Full site development of a car dealership Project Total $2,168,452 D. R. Horton 10541 Ben C. Pratt Six Mile Cypress Fort Myers, FL 33966 Wayne Everett, (239) 225-2631 jweverett(c�drhorton.com Tuscany Point 2014-15 Site development, underground utilities, drainage, sidewalk and asphalt paving Project total $1,780.904 Sunset Pointe October, 2015-2016 Underground Utilities including Water, sewer, and drainage, Precast Concrete wall installation, concrete curb and gutter, Asphalt paving, signage and striping, pond excavation Project Total $1,139,237.90 Finfrock Construction, Inc. 2400 Apopka Blvd. Apopka, FL 32703 Jin S. Wang (407) 293-4000 JWang(aD-finfrock. com Hyatt Hotel Naples March, 2015-2016 Site Development, Underground utilities sanitary sewer, potable water and drainage, curbing, sidewalk and asphalt paving, pavement markings and signage Project Total $1,758,818 Parkway Construction & Associates 1000 Civic Circle Lewisville, TX 75067 Jon Shaw, Project Manager (214) 490-5811 jshaw@pkwycon.com Naples Grande Clubhouse May, 2015-2016 Site clearing and development, Underground utilities, including potable water, drainage, sewer and fireline, Asphalt paving and pavement marking, concrete sidewalks and asphalt cart paths Project Total $1,239,559 Lutgert Companies 4200 Gulfshore Blvd. Naples, FL 34103 Melanie Peck (239) 261-6100 Residences at Mercato 2015 Site Development, sanitary sewer, water and drainage, curb and gutter Project total $1,140,556 Haley Construction, Inc. 900 Orange Avenue Daytona Beach, FL 32114 Stacy McRitchie, Vice President, Project Manager, (386) 566-7437 Cooper's Hawk Winery & Restaurant Asphalt Paving and striping, Concrete Curb and sidewalk, underground sewer, drainage, water and fireline, new drives and parking areas Project Total $714,384 Naples United Church 5200 Crayton Road Naples, fL 34103 Cynthia Taft (239) 261-5469 ctaft(cDcharlesgateart.com Naples United Church Parking Upgrade April, 2016-November, 2016 Signs, Drainage, Asphalt paving, concrete curbing, Concrete sidewalk, Irrigation, sealcoating Project Total $524,461 South Seas Plantation 17185 South Seas Plantation Captiva, FL Chris Shue (727) 647-5412 cschu@southseas.com South Seas Plantation Mill and Overlay Fall, 2017 Mill and Overlay Roadways $469,475 EVALUATION CRITERIA NO. 5: SPECIALIZED EXPERTISE OF TEAM MEMBERS BONNESS PAVING • SITEWORK • UNDERGROUND KATHLEEN BAILIE — PRESIDENT Having learned the business from the ground up and working within every aspect of the industry with her father, Kathy Bailie became President of Bonness Inc. in 1984. From a humble beginning, with only 10 employees, Bailie managed the business operations, administration, and finances of this local Collier County contractor, performing mostly driveway and parking lot jobs. Over the next three and a half decades, Kathy developed an outstanding business acumen, based on honesty, integrity and common-sense decision -making and leadership to grow Bonness into the burgeoning regional market leader it is today. Believing in the value of people, Kathy has surrounded herself with top notch leaders at all levels and has given them the right balance of leadership, encouragement and entitlement to make Bonness Inc. the success it is today. Under her leadership, Bonness Inc. has diversified its products, to include underground utilities, earthwork, concrete pathways and curbing, asphalt paving and road and highway marking. Bonness Inc. has steadily increased its breadth and know-how to serve the most discerning clientele in Southwest Florida. Bonness Inc. projects range all the way from Marco Island, in south Collier County, throughout all of Naples, Bonita Springs, Ft. Myers, Cape Coral and Port Charlotte, in the north. As development continues to expand throughout the eastern regions of the tri-county area, Bonness continues to stay on the cutting edge with the top developers and builders in the region. The Bonness team now exceeds 120 of the top equipment operators, field managers and support staff in the industry today. A proponent of technological advance, Kathy has championed the deployment and use of some of the top computer -aided tools in the industry and continues to drive the use of GPS positioning tools to keep Bonness Inc at the forefront of the marketplace. She considers Bonness Inc.'s customer service approach to be one of her most important achievements and continues to raise the customer service acumen within the entire workforce. She has earned the respect and loyalty of her employees for her assertive and fair way of doing business. Kathy is an outstanding member of the professional community. She is Past President of the American Specialty Contractors of Florida and is an active member of the U.S. Chamber of Commerce Corporate Leadership Advisory Council where she stays informed and advocates for small and mid -market businesses which she considers to be the heart of our country's economy. B 1 I ESS NavIwG , SJTFWQRK . UHDERGROLAD DAVID CROSBY — VICE-PRESIDENT Having spent nearly four decades in the business, Dave Crosby is the longest -term employee of Bonness Inc. Starting as an equipment operator 36 years ago, Dave has steadily risen through the management ranks, including positions as estimator and foreman, with his most recent posting of seventeen years as a superintendent for Bonness Inc. Dave has hands-on experience with every facet of the business and acts as mentor and trainer for our superintendent corps. He oversees all job and manpower scheduling, customer relations and supervision of project foremen and subcontractors. He directly supervises all work relating to Collier County and the City of Naples annual roadway contracts, as well as residential and multi -million -dollar commercial projects in Collier, Lee and Charlotte Counties. These projects involve all phases of site development including land clearing, blasting, excavation, underground utilities, grading, lime rock base, asphalt, concrete, traffic control, signalization, layout, testing, signage and striping. Dave hold certifications for OSHA, MOT and equipment operations. Dave has hired, trained and developed top talent underground utilities, earthwork, concrete pathways and curbing, asphalt paving and road and highway marking. As Bonness Inc. looks to the future, David is training and guiding the next generation of field management and leaders to meet the changing needs of Bonness' demanding clientele. Having led and managed both large and small projects in every sector of the Southwest Florida market, David continues to provide vital guidance and leadership to the company, with a wealth of local conditions knowledge, vital partner contacts and a global viewpoint for company operations. B 1 I ESS NavIwG , SJTFWQRK • UHDERGROLAD BRAD THORNTON — VICE PRESIDENT OF SALES OPERATIONS Since joining Bonness Inc. in 2005, Brad has filled many key roles for the company with ever- increasing responsibility and leadership. Starting as an estimator and project manager in Renovations, Brad became Chief Estimator for renovations in 2009 and then served as Director of Renovations through 2017. In 2018, he became Vice President of Sales Operations, where he currently oversees the entire Estimating and Project Management Departments. His formative career includes several years learning and mastering every aspect of contracting in both Alaska and Florida. Brad certainly has travelled the farthest to be a part of the Bonness family and we are very fortunate to have him. Renovations represents the "signature service" for Bonness Inc. and includes some of our most demanding clientele, who have come to expect and enjoy the highest level of customer service and attention to detail. In many cases, we are improving the personal residences for our clients and they know that Bonness quality is unsurpassed in every market we choose to operate. Under Brad's leadership, the Renovations Department has developed a winning combination of knowledge and expertise, project efficiency and profitability and the highest level of customer service. Brad carries this same set of leadership qualities into managing the Commercial Estimating and Project management departments. A servant -leader, Brad continues to set the bar for his departments by doing the very things that have made Renovations such a success, in the past. He has developed a strong reputation of leading by example. Brad's position as Vice President of Sales Operations marks a milestone for not only the Renovations Department, but also the Estimating Team as a whole; which Brad oversees the hiring, development and training, and where he continues to advance and take on more responsibility and workload. In addition to his duties in the Estimating and Project Management Departments, Brad serves as an officer of Bonness Inc. and as a senior member of the Bonness Inc. management team. Brad also serves as a market and customer expert and leads the company's customer service initiatives. B 1 I ESS NavIwG , 51TFWQRK . UHDERGROLAD KEN LANE — SENIOR ESTIMATOR / PROJECT MANAGER Ken brings a unique blend of industry experience and technical knowhow to provide Bonness clients with the best solutions possible in managing their projects. Hailing from California, Ken started his career in the data technology field and spent several years in the design and project management of large scale IT systems. As time progressed, Ken began applying his technology expertise to help solve issues for his construction clients. This led to an ability to take his technology and management skills and put them to the test directly in the construction arena. Ken utilizes the same attention to detail that he employed to achieve successful IT system deployments to the management of his projects. His strength in documenting, communicating and managing the project process has made him a sought-after resource in his field With a focus on process streamlining and quality control, Ken first utilized his technology background to service clients in the construction industry and now utilizes the same solutions matrix to bring forth innovative process solutions to enhance the value and efficiency of his projects. Ken serves as the lead for Bonness in developing its project management and quality control systems to better serve our clients. Ken provides the Bonness estimating staff with the ability to identify and exploit opportunities to save costs and increase overall effectiveness and efficiency for our clients. His ability to see and react to potential pitfalls, with innovative solutions, allows Bonness to be a more valuable resource in the marketplace. With a thorough understanding of the practical applications of project management best practices, Ken leads our team in developing project management plans that achieve overall success for all project stakeholders. Ken earned his Bachelor of Science in Business Management from the University of San Francisco. He also holds a Construction Quality Management Certificate from the U.S. Army Corps of Engineers, an Estimating Sitework Construction Certificate from The Construction Estimating Institute and a Government Contracting Certificate from Florida Gulf Coast University SBDC. Ken has most recently been the project lead for a major runway rehabilitation project in Southwest Florida, in accordance with Federal Department of Transportation (FDOT) and Federal Aviation Administration (FAA) provisions. BONNESS PAVING • 51TFWQRK . UNDERGROUND RUAN HILL — SENIOR ESTIMATOR / PROJECT MANAGER Ruan brings diverse industry experience and background to Bonness, Inc. Primarily focused on estimating and project management, Ruan has work with a variety of special contractors and operators in the construction field. Beginning his career in Minnesota, Ruan relocated to the Naples area in 2006. Ruan spent approximately five years in the concrete restoration and repair industry, as an estimator/project manager, before joining Bonness in 2013, in the same position. As a senior member of the Bonness estimating team, Ruan helps determine the opportunities that provide the most beneficial impact for the mutual success of Bonness and its clientele. Ruan is known for his thoroughness and attention to detail and has been engaged in some of the company's most challenging projects. His easy style and can -do attitude are welcomed by clients in all sectors, who are seeking solutions to their demanding construction needs. Ruan leads the firm's efforts to save our not -for -profit and governmental clientele additional costs by managing direct purchase systems and value engineering proposals. Ruan is currently working with new clients in the entertainment and hospitality market sectors, along with several large-scale multi -family project prospects. Ruan studied at the University of Minnesota and earned an Associates Certificate in Industrial Electronics from the Northwestern Electronics Institute. Ruan has a mastery of the computerized systems employed by Bonness and is instrumental in providing leadership to the estimating team. Ruan has most recently been the project lead for some of Bonness' major roadway projects, the Bonita Springs Downtown Enhancement project and currently leads the project team engaged in one of Bonness' largest municipal projects, located in Port Charlotte, Florida. B 1 I ESS NavIwG , 51TFWQRK . UHDERGROLAD JEFF KRULL — GENERAL SUPERINTENDENT Jeff handles a duel role for Bonness Inc. He is a General Superintendent, managing a series of concurrent projects and supervising a staff of project superintendents and foremen. In this role, he is responsible for the successful completion, on time and within budget, of all his projects, through the effective management of his project teams. Jeff also serves as the company's resident expert on concrete operations and personally supervises all the Bonness concrete crews and leaders. Considered a specialty field for Bonness Inc., the concrete crews must coordinate with all other project teams to effectively complete the concrete pathway and curbing aspects of each project. This requires a great deal of planning, coordination and timing to be successful. Jeff serves as the subject matter expert on concrete for all the Bonness Inc. estimating personnel and plays a critical role in the pre -bid and pre -project planning for all projects. Starting his career with Wright Construction, as a superintendent, Jeff has a keen sense of the needs of our general contractor partners as well as direct customer interaction. Jeff joined the Bonness team in 2013 and has steadily taken on larger projects and responsibility roles for the company. Jeff is one of the leaders of the Bonness Inc. technology group, investigating, utilizing and training on GPS and drone technology to increase project team efficiency and effectiveness. Jeff also coordinates closely with our Renovation team. Renovation projects include many smaller, but high -profile engagements for the company. Jeff is required to balance a high sense of customer service and knowledge with the technical requirements of many multi -faceted jobs. Jeff is a graduate of Brevard College and holds certifications in first aid, safety, fall protection, excavation, storm water management and advanced MOT. BONNESS PAVING , SITFWQRK • UNDERGROUND JESSIE BRYAN — GENERAL SUPERINTENDENT Jessie has been with Bonness since 2008 and has steadily worked his way up to General Superintendent, where he manages several concurrent projects and supervises a staff of project superintendents and foremen. Jessie works with each Project Manager on everyjob and is responsible for the successful completion, on time and within budget, of all his projects, through effective management and constant communication with all personnel involved. Jessie has an extensive knowledge of construction; this knowledge allows him to provide General Contractors with the most efficient and cost-effective way to complete a project successfully for all parties involved. His clear communication skills throughout each project with the management team provides assurance to all individuals involved and prevents unforeseen incidents from occurring. Jessie stands by Bonness' mission statement by providing top quality products, customer service, value, and initiative at all times on his projects. Jessie holds certifications in first aid, safety, fall protection, excavation, storm water management, advanced MOT and OSHA 30 Hour. BONNESS PAVING • 51TFWQRK • UNDERGROUND JOE NAGY — RENOVATIONS ESTIMATOR / PROJECT MANAGER For the past nine years, Joe Nagy has developed a keen sense of his client's needs and demands in his role with the Bonness Inc. Renovations Department. Renovations represents the "signature service" for Bonness Inc. and includes some of our most demanding clientele, who have come to expect and enjoy the highest level of customer service and attention to detail. In many cases, we are improving the personal residences for our clients and they know that Bonness quality is unsurpassed in every market we choose to operate. Joe utilizes a well -honed attention to detail and a sense of empathy in determining how best to serve our clients. Joe has mastered every aspect of the work performed by Bonness and typically incorporates elements of each to reach the maximum solution for his customers. The demands of the division require Joe to coordinate and manage the efforts of many disciplines within the company, such as concrete, stone work, paving and utilities. He must be conversant and knowledgeable with each element and seek out innovative solutions to meet the needs of each client. Renovations projects are typically marked by tight timeframes, complex interaction with clients, staff and subcontractors and a heightened need for clarity, transparency and constant communication. Joe meets these challenges every day. Joe has developed a reputation within Bonness for thoughtful solutions, reliability and the ability and desire to assist at any level to ensure the success of each project. Guided by a strong moral compass and sense of ethical business dealing, Joe consistently serves as a role model for his fellow team workers and exemplifies the ideals of the Bonness Inc. mission and vision. LEADING EDGE S A F E T Y G R O U P Ben McManaway — EHS Professional Ben McManaway is the owner and senior EHS professional of Leading Edge Safety Group, Inc in Bonita Springs, FL, a consulting and outsourcing firm that provides safety services to corporations and non-profit organizations. With nearly 20 years experience as an Environmental, Health and Safety (EHS) professional, Beri s passion is improving worker safety, protecting our environment, and assisting companies manage operational risk. He has consulted and managed safety programs with a wide range of industries, from heavy to light construction, manufacturing and fabrication, research and bio-tech companies, hospitality, agriculture, and utilities. Prior to owning his own company, he worked in insurance and construction industries as a risk and safety professional for 12 years. Raised in Columbus, Indiana, Ben has lived in Florida for over 20 years. He received his A.A.S. in Fire and Safety Science from Mesa College in Arizona and a B.S. in Organizational, Leadership and Supervision from the School of Engineering and Technology at Purdue University. Since graduating, he has obtained a number of professional certifications and designations, including authorized OSHA outreach trainer for general and construction industries and authorized ASHI instructor. Ben currently is the Past President of the American Society of Safety Professionals Suncoast Chapter, he continues to hold an officer position and many voluntary roles for the organization in addition he is a current member of the RIMS SWFL organization. EVALUATION CRITERIA NO. 6: LOCAL VENDOR PREFERENCE 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8901425 State License Number: CBC059904 If state license has changed, contact our office at 239.533.6000 Location: 1900 SEWARD AVE NAPLES FL 34109 BONNESS INC BAILIE KATHLEEN M PO BOX 9140 NAPLES FL 34101 Account Expires: September 30, 2021 in the business of: BUILDING CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Information: PAID 558479-607-1 07/17/2020 06:35 PM $50.00 avncl vlM:w.�,.�.y 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8901425 State License Number: CBC059904 If state license has changed, contact our office at 239.533.6000 Location: 1900 SEWARD AVE NAPLES FL 34109 BONNESS INC BAILIE KATHLEEN M PO BOX 9140 NAPLES FL 34101 Account Expires: September 30, 2021 in the business of: BUILDING CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Information: PAID 558479-607-1 07/17/2020 06:35 PM $50.00 avncl vlM:w.�,.�.y 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8901425 State License Number: CBC059904 If state license has changed, contact our office at 239.533.6000 Location: 1900 SEWARD AVE NAPLES FL 34109 BONNESS INC BAILIE KATHLEEN M PO BOX 9140 NAPLES FL 34101 Account Expires: September 30, 2021 in the business of: BUILDING CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Information: PAID 558479-607-1 07/17/2020 06:35 PM $50.00 avncl vlM:w.�,.�.y 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8901425 State License Number: CBC059904 If state license has changed, contact our office at 239.533.6000 Location: 1900 SEWARD AVE NAPLES FL 34109 BONNESS INC BAILIE KATHLEEN M PO BOX 9140 NAPLES FL 34101 Account Expires: September 30, 2021 in the business of: BUILDING CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Information: PAID 558479-607-1 07/17/2020 06:35 PM $50.00 avncl vlM:w.�,.�.y 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8901425 State License Number: CBC059904 If state license has changed, contact our office at 239.533.6000 Location: 1900 SEWARD AVE NAPLES FL 34109 BONNESS INC BAILIE KATHLEEN M PO BOX 9140 NAPLES FL 34101 Account Expires: September 30, 2021 in the business of: BUILDING CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Information: PAID 558479-607-1 07/17/2020 06:35 PM $50.00 avncl vlM:w.�,.�.y Collier C 01, ty Administrative Services Departrnent Procurement Sernces Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 9th day of October 2020 in the County of Collier , in the State of A onr8 Firm's Legal Name: Bonness, Inc. Address: 1900 Seward Avenue City, State, zip Code: Naples, Florida 34109 Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded FEIN: 59-2055219 Telephone: 239-597-6221 Email: Estimating@bonnessinc.com Signature by: Bradley Thornton (Typed and written) Title: Vice President of Sales Operations ***UPDATED JANUARI 28, 2020*** Additional Contact Information Send payments to: Bonness Inc. (required if different from Company name used as payee above) Contact name: Cindy Hueston Title: Accounts Payable 1900 Seward Avenue Address: City, State, Naples, Florida 341019 ZIP 239-597-6221 ext 206 Telephone: Email: CHueston@bonnessinc.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: `UPDATED JANUAR1 28, 2020' coder county Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The fine has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic infonmation as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Bonness, Inc C mpany Name Signature Bradley Thornton Vice President of Sales Operations Print Name and Title State of Florida County of Collier The foregoing instrument was acknowledged before me by means of 14 physical presence or ED online notarization, this 9th day of October (month), 2020 (year), by Bradley Thornton a (nar" of per;pn acknowledging). Personally Known OR Produced Identification Personally Known Type of Identification Produced (Si ture of otary P blic - State of Florida) Loreley Molina PrintType, or St m (Print, yp, rr)• �i:•- l,'omlqg of Notary Pu ic) Commisolon # GG 318086 Expires March 31, 2023 Bonded Thru Troy Fein nsuronca 800.385 7019 '"UPDATED JANUARY 28, 2020"* 2/15/2019 Detail by Entity Name DIVISION OF CORPORATIONS rill (1Jflr/u[ - 'wie Uj'I [ur/. r wb-'if? Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation BONNESS, INC. Filing Information Document Number F19249 FEI/EIN Number 59-2055219 Date Filed 02/04/1981 State FL Status ACTIVE Principal Address 1900 SEWARD AVE NAPLES, FL 34109 Changed: 01/14/2015 Mailing Address 1900 SEWARD AVE NAPLES, FL 34109 Changed: 01/14/2015 Registered Agent Name & Address BAILIE, KATHLEEN M 1900 SEWARD AVE NAPLES, FL 34109 Name Changed: 01/18/2006 Address Changed: 01/14/2015 Officer/Director Detail Name & Address Title Director BONNESS, MAUREEN S 7390 Rookery Lane Naples, FL 34120 Title Director, President I BAILIE. KATHLEEN M I http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=BONNESS... 1 /3 2/15/2019 Detail by Entity Name 267 Channing Ct Naples, FL 34110 Title Director COTY, MARK E 2007 145th Street East Bradenton, FL 34212 Title Director AMON, LAWRENCE 9024 Terranova Drive Naples, FL 34109 Title Director MacKenzie, Sharon 2603 NW 170th St. Newberry, FL 32669 Title VP Crosby, David 1910 49th Street SW Naples, FL 34116 Title Secretary Thornton, Bradley 532 47th Avenue NE Naples, FL 34120 Annual Reports Report Year Filed Date 2017 02/02/2017 2018 01 /17/2018 2019 01/31/2019 Document Images 01/31/2019 -- ANNUAL REPORT 07/18/2018 -- Off/Dir Resignation 01/17/2018 --ANNUAL REPORT 07/03/2017 -- Off/Dir Resignation 05/09/2017 -- AMENDED ANNUAL REPORT 02/02/2017 -- ANNUAL REPORT 01/14/2016 -- ANNUAL REPORT 01/14/2015 -- ANNUAL REPORT 04/03/2014 -- ANNUAL REPORT 09/10/2013 —AMENDED ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&searchNameOrder=BONNESS. View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 2/3 2/15/2( 19 01/25/2013 -- ANNUAL REPORT 06/29/2012 -- ANNUAL REPORT 04/20/2012 -- ANNUAL REPORT 02/07/2012 -- ANNUAL REPORT 04/01/2011 --ANNUAL REPORT 02/24/2011 --ANNUAL REPORT 09/20/2010 --ANNUAL REPORT 01/05/2010 --ANNUAL REPORT 03/30/2009 -- ANNUAL REPORT 01/15/2009 --ANNUAL REPORT 03/24/2008 -- ANNUAL REPORT 04/16/2007 -- ANNUAL REPORT 01/18/2006 --ANNUAL REPORT 04/30/2005 -- ANNUAL REPORT 04/30/2004 -- ANNUAL REPORT 01/21/2003 -- ANNUAL REPORT 07/01 /2002 -- ANNUAL REPORT 04/04/2001 --ANNUAL REPORT 05/22/2000 -- ANNUAL REPORT 05/06/1999 -- ANNUAL REPORT 04/22/1998 -- ANNUAL REPORT 05/09/1997 -- ANNUAL REPORT 01/25/1996 -- ANNUAL REPORT 06/20/1995 -- ANNUAL REPORT Detail by Entity Name View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=BONNESS... 3/3 E-Verify - Employer Wizard - Company Information Page I of I 4r rm-V%rif Employment Eligibility Verification Click any a fol help My Cases New Case View Cases Search Coves My Profgo Edit Profile Change Password Change Security Questions Mycompany Edit Comparry Pmfile Add New User View Eideling Users Close Company Account My Repots View Reports My Resources View Essential Resources Take Tutorial View User Manual Share Ideas Contact Us Company Information Company Name: Bonness Inc Weirame U—la UN Login Madesta Chavez ICW627 12.33 PM 04/MDi5 Lop out View / Edit Company ID Number: 228379 Doing Business As (DBA) Name: OUNS Number: Physical Location: Malting Address: Address 1: 1900 Seward Ave Address 1: PO BOX 9140 Addrna 2: Address 2: City: Naples City: Naples State: FL State: FL 211p Code: 34109 Zip Code: 34101 County. COLLIER Additional Information: Employer Identification Number:592055219 Total Number of Employees: 100 to 499 Parent Organization: Administrator. Bonness ne Organization Designation: Employer Category: Federal Contractor without FAR E-Verity Clause NAILS Code. 238 - SPECIALTY TRADE CONTRACTORS Ed' Total Hiring Sites: I 'total Points of Contact' earl U 5 beoadmanl of Homaland Seorrny-w ans gav U S CIYaaPahlp and hmworsdan SeNeas -www uscis VV Enable Penwant Tooltlps Ae "toliry Download 1Amore https://e-verify.uscis.gov/emp/EmployerWizard.aspx 4/8/2015 cosier Conisity Administrative sew Depa Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.l=ov/), at the time of the submission of the Vendor's proposalibid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which ►vill be produced at the time of the submission of the Vendor's proposal bid or within five (5) day of the Corrnty's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Bonness. Inc pany Name Signature Bradley Thornton Vice President of Sales Operations Print Name and Title State of Florida County of Collier The foregoing instrument was acknowledged before me by means of 8 physical presence or ❑ z of October (month), 2020 online not ation, this 9th _ day (year), by .Bradley Thomton (name AD perso acknowledging). (Si ure of Not ry Pub c - State of Florida) Loreley Molina (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Personally Known ' n'v," •, LORELEY MOLINA Type of Identification Produced `�• �;; Commission III GG 318086 Explres March 31, 2023 :f�►fit° Bonded Thru Troy Fain Insurance 800.385.7019 —UPDATED JANUARN 28, 2020""" E-Verify Company ID Number: 228379 '"a * fNrssar E-VERIFY IS A SERVICE OF DHS THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Bonness Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E- Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 1 of 13JE-Verify MOU for EmployeriRevision Date 10/29/08 co,er- county Administrative Services Deparbnent Procurement Seances Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑■ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in MCollier County or ❑ Lee County: 39 Number of Employees (Including Owner(s) or Corporate Officers): 87 Number of Employees Living in ❑■ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): 48 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under oenaldes-ofoeriarv. ! certify that the information shown on this form is correct to my knowledze. Company Name: _BOnneSS, Inc. Date: 1 O/9/2020 Address in Collier or Lee County: 1900 Seward Ave Naples Florida 34109 Signature: Title: Vice President of Sales Operations `UPDATEDJANUARI 28, 2020*** coley cou"ty Administrative Services Department Procurement Serv-ces Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 204_789 Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name of Individuals Requesting Reference Information) Name: Kyle Fruth Company: Davidson Engineering (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kyle@davidsonengineering.qg FAX: 239.434.6060 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Drainage Improvements / Pavement ResurfaGng $220,000.00 Completion Date: 09/15/2020 Project Number of Days: 45 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Coder County Administrative Semen Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name of Individuals Requesting Reference Information) Name: Mara Foley (Evaluator completing reference questionnaire) mfoley@habitatcollier.org FAX: Company: Habitat for Humanity of Collin (Evaluator's Company completing reference) 239-775-0036 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Vincent's Acres Community Instructure Project Description: fra Project Budget: $` ,795,519.23 Completion Date: May 18, 2020 Project Number of Days: 430 Item Criteria Score must be com leted 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS goo ***UPDATED JANUARY 28, 2020*** dl'.^_1'-tLr_L _z!u_� •ill C..•, Form 5 Reference Questionnaire IUSE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitadon: 20-7789 Reference Questionnaire for: Bonness. Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name Name: Russell Anderson (Evaluator completing reference questionnaire) Email: Russell@sflexcavation.com Information) Company: South Florida Excavation, Ire (Evaluator's Company completing reference) FAX: 239-596-8112 239-596-8111 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of l to 10, with 10 representing that you were very satisifed (and would hire the finm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Inland Village Project Budget: 438842.00 Completion Date: June 2020 Project Number of Days: 90 Item Criteria Score must be coin leted I Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 8 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover, invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 8 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS '""UPDATED JANUARY 28, 2020't• coder county Administrative Services Department Procurement services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Reference Questionnaire for: Bonness, Inc. (Name of Company Requesting Reference Information) Bradley Thornton, Hannely Roque, Loreley Molina (Name of Individuals Requesting Reference Information) Name: James Heeler company: Toll Brothers (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: JHepler@tollbrothers.com FAX: 239-949-2292 239-949-2308 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0" Project Description: Site development Project Budget: $2.9mil Completion Date: 8/2019 Project Number of Days: 300+ Item Criteria Score must be completed 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) O 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS ***UPDATED JANUARY 28, 2020*** FORM 6 IF APPLICABLE GRANT PROVISIONS AND ASSURANCES FORMS ARE PROVIDED IN SEPARATE PACKAGE AND MUST BE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. I� 'UPDATED JANI ARI' 28, 2020`•• CONFIRM ALL REQUIRED LICENSES AND FORMS ARE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE.. 'UPDATED JANUARV 28, 2020- colker county Procurement Services Date: September 28, 2020 Email: Sarah.Hamilton@,colliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7789 - Designated Driveway Contractor Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added the following underlined language to Scope of Work, Section 1. General Requirements: The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. Change 2. Added the following underlined language to Evaluation Criteria No. 4: Experience and Capacity of the Firm: In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. • Please provide proof that your company is licensed and insured as a General Contractor, Building Contractor, or Underground Utility and Excavation Contractor in the State of Florida. • Please provide Maintenance of Traffic or Temporary Control Certification. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. If you require additional information, please post a question on our Bid Sync (www.bids)rnc.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 s (Name of Firm) t � (0Z0 Dat,-+ Coder County Procurement Services Date: September 30, 2020 Email: Sarah.Hamilton(abcolliercountyfl.gov Telephone: (239) 252-8987 Addendum 2 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #2, IFQ 20-7789 - Designated Driveway Contractor Services The following changes are made to the above -mentioned Collier County solicitation: • Insurance Requirements amended to remove the Pollution insurance coverage requirement. 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. (0 q 2DZO (Signature) Date _ E)oy)VI (Name of Firm) Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwJrs.gov1F6rmW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Bonness, Inc. 2 Business name/disregarded entity name, if different from above (1i a) 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to m following seven boxes. certain entities, not individuals; see a instructions on page 3): Cp ElIndividual/sole proprietor or ElC Corporation ❑✓ S Corporation ElPartnership ❑ TrusVestate c single -member LLC Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) IN, p « Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting +' w C LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code if an ( y) d w another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) 1 rn 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 1900 Seward Avenue 6 City, state, and ZIP code Naples, FL. 34109 7 List account number(s) here (optional) OEM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (S. However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other - - IE entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 1 1 1 1 1 1 5 9- 2 0 5 5 2 1 9 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) ► am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of 9 Here U.S. person No- �,� Date► � ( I S `� 1 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018} INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https:Hgpps.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 1,000,000 Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 1000 o of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 50o of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 9820-CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Bonness, Inc. Vendor Signature Print Name Bradley Thornton Insurance Agency Gulfshore Insurance Date 10/9/2020 Agent Name Taylor Fedronich Telephone Number 239-435-7108 Client#: 70615 BONINI ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/30/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Acrisure LLC dba Gulfshore Insurance 4100 Goodlette Road N Naples, FL 34103 239 261-3646 CONTACT NAME: Taylor Fedronich PHONE 239 435-7108 FAX 239 213-2803 A/C, No, Ext : A/C, No E-MAIL ADDRESS: tfedronich@gulfshoreinsurance.com edronich ulfshoreinsurance.com INSURER(S) AFFORDING COVERAGE NAIC# INSURER A National Trust Insurance Company 20141 INSURED Bonness Inc. 1900 Seward Avenue INSURER B FCCI Insurance Company 10178 INSURER C •Homeland Insurance Company New York 34452 Naples, FL 34109 INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY X X GL10004683702 6/01/2020 06/01/2021 EACH OCCURRENCE s2,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 4 OCCUR PREMISES ERENTED ccccr nce $100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $2,000,000 X PD Ded:5,000 GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $4,000,000 POLICY X PRO LOC JECT $ A AUTOMOBILE LIABILITY X CA10000232205 6/01/2020 06/01/2021 CMINED Ea acciden SINGLE LIMIT $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED AUTOS X NON -OWNED AUTOS B X UMBRELLA LIAB X OCCUR X X UMB10001417404 6/01/2020 06/01/2021 EACH OCCURRENCE $1000O 000 AGGREGATE $1 O 00O 000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) N / A X 001 WC2OA73702 06/01/2020 06/01/2021 OTH- X TO Y LIMITATU- EIR T RY LIMIT ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Pollution 7930063790003 6/01/2020 06/01/2021 $1,000,000 Limit B Leased/Rented CM10004684102 06/01/2020 06/01/2021 $1,500,000 Limit Equipment $5,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: For any and all work performed on behalf of Collier County. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County are named as Additional Insured with respect to General Liability as needed by contract, per form CGL088 0115, which includes Waiver of Subrogation. General Liability coverage is primary and non contributory per form CG2001 0413. Additional Insured is included for (See Attached Descriptions) Ill aYIII I a PfG\ IIRS III PJ A.J q "L'\C Pf aA AG\ I t7J0 Collier County Board of County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East Naples, FL 34112 I AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S1608991/M1566753 TPZ18 DESCRIPTIONS (Continued from Page 1) ongoing and completed Operations per form CGL084 1013. Additional Insured and Waiver of Subrogation with regard to Auto policy per form CAU058 0519. Waiver of Subrogation for Workers Compensation per form WC000313 0484. Umbrella Follows Form. 30 days notice of cancellation, except 10 days for nonpayment. These statements are subject to policy terms and conditions; where required by written contract. SAGITTA 25.3 (2010/05) 2 of 2 #S1608991/M1566753 2020 / 2021 CHARLOTTE COUNTY LOCAL BUSINESS TAX RECEIPT ACCOUNT 10130 MUST BE DISPLAYED IN A CONSPICUOUS PLACE EXPIRES SEPTEMBER 30, 2021 TYPE OF 236115 New Single -Family Housing Construction (Except For -Sale Builders) (BUILDING & UN RENEWAL BUSINESS BUSINESS VARIOUS LOCATIONS ADDRESS CHARLOTTE COUNTY, FL 00000 BUSINESS BONNESS, INC. NAME AMOUNT 35.00 PENALTY 0.00 OWNER KATHLEEN M BAILIE CBC059904 - CUC1224797 (DE TOTAL 35.00 MAILING 1900 SEWARD AVE ADDRESS NAPLES,FL 34109 THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED Paid 08/31/2020 Receipt #772-00002748 35.00 2020 / 2021 CHARLOTTE COUNTY LOCAL BUSINESS TAX RECEIPT ACCOUNT 10130 MUST BE DISPLAYED IN A CONSPICUOUS PLACE EXPIRES SEPTEMBER 30, 2021 TYPE OF 236115 New Single -Family Housing Construction (Except For -Sale Builders) (BUILDING & UN BUSINESS RENEWAL BUSINESS VARIOUS LOCATIONS ADDRESS CHARLOTTE COUNTY, FL 00000 BUSINESS BONNESS, INC. NAME AMOUNT 35.00 PENALTY 0.00 OWNER KATHLEEN M BAILIE CBC059904 - CUC1224797 (DE TOTAL 35.00 MAILING 1900 SEWARD AVE ADDRESS NAPLES, FL 34109 THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED Paid 08/31/2020 Receipt #772-00002748 35.00 Dear Business Owner: Your 2020 - 2021 Charlotte County Local Business Tax Receipt is attached above. Please detach the receipt and display it in a place that is visible to the public and available for inspection. The Charlotte County Local Business Tax Receipt is in addition to any other license or certificate that may be required by law and does not signify compliance with zoning, health, or regulatory requirements. The Charlotte County Local Business Tax Receipt is non -regulatory and is not an endorsement of work quality. Your 2020 - 2021 Local Business Tax Receipt is valid from October 01, 2020 through September 30, 2021 . Annual account notices are mailed in June to the address of record at that time. Any Changes to your Local Business Tax Account due to change of Business Name, Ownership, Physical Address or you are Closing your Business please contact our office at 941-743-1350 . VICKIE L. POTTS Charlotte County Tax Collector COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 100788 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252.2477 VISIT OUR WEBSITE AT: www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 1900 SEWARD AVE ZONED: INDUSTRIAL BUSINESS PHONE: 597-6221 STATE OR COUNTY LIC #: CBC059904 31-40 EMPLOYEES CLASSIFICATION: 05-BUILDING CONTRACTOR CLASSIFICATION CODE: 05104801 C0 \01r+4w�4 �► "O" LEGAL FORMM' Corporat' n 1 r , kv This document is a business tax only. This is not certification that lice rs rq�,,alifie( It does not permit the licensee to violate any existing regulatory zoning Ia`VVSO ! e IL nor does it exempt the licensee from any other taxes or permits that may be required DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS, BONNESS INC AILIE, KATHLEEN 900 SEWARD AVE IAPLES, FL 34109 -THIS TAX IS NON -REFUNDABLE - DATE 07/16/2020 AMOUNT 72.00 RECEIPT 502-21-00057363 l'cwgs jtro;(. ;E445r COLLIER v� N TV USINESS TAX BUSINESS TAX NUMBER: 100787 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104.(239) 252-2477 VISIT OUR WEBSITE AT: www.collie►tax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. LOCATION: 1900 SEWARD AVE C FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS, ZONED: INDUSTRIAL BUSINESS PHONE: 597-6221 ' GAL FOR STATE OR COUNTY LIC #: CUC1224797 Corporati n 1 't_ BONNESS INC 1 31-40 EMPLOYEES � '-� I Al CLASSIFICATION: UNDERGROUND UTIL/EXCAVATINAJQ NT CLASSIFICATION CODE: 05102801 This document is a business tax only. This is not certification that IicPl. gi�„yallfie . It does not permit the licensee to violate any existing regulatory zoning laws oM1m*'3t"j'e'jc0'1' nor does it exempt the licensee from any other taxes or permits that may be required by AILIE, KATHLEEN 900 SEWARD AVE IAPLES, FL 34109 -THIS TAX IS NON -REFUNDABLE - DATE AMOUNT RECEIPT sea"# !T i 07/16/2020 72.00 502-21-00057363 R COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 100817 COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR WEBSITE AT: www.colilertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2021 LOCATION: 1900 SEWARD AVE ZONED: INDUSTRIAL BUSINESS PHONE: 597-6221 STATE OR COUNTY LIC #: 1708890001- 31-40 EMPLOYEES CLASSIFICATION: 05-FIRE PROTECTION I I GAL Corporat' n % I 4 ray if w CLASSIFICATION CODE: 05107101 A f }1 This document is a business tax only. This is not certification that lic:M?49 qu lified. �,, It does not permit the licensee to violate any existing regulatory zoning laws p't e t cc cjl -, tv lo, nor does it exempt the licensee from any other taxes or permits that may be required by tn. DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS, BONNESS, INC. KELLY, MARGARET M 1900 SEWARD AVE NAPLES, FL 34109 -THIS TAX IS NON -REFUNDABLE - DATE 07/16/2020 AMOUNT 72.00 RECEIPT 502-21-00057363 z 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 8901425 State License Number: CBC059904 If state license has changed, contact our office at 239.533.6000 Location: 1900 SEWARD AVE NAPLES FL 34109 BONNESS INC BAILIE KATHLEEN M PO BOX 9140 NAPLES FL 34101 Account Expires: September 30, 2021 in the business of: BUILDING CONTRACTOR -CERTIFIED THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Information: PAID 558479-607-1 07/17/2020 06:35 PM $50.00 avncl vlM:w.�,.�.y Firefox file:///C:/Users/rmurphy/AppData/Locanemp/License_permit.htm Jlmmry Padroada Casia Sinca CHIEF FINANCIAL OFFICER BUREAU CHIEF Julius no" DIVISION DIRECTOR Keith McCarthy SAFETY PROGRAM MANAGER FLORMA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 20D East Gai m Sheed - TaQdas M Fbmida 32399-0342 Tel.850.413-3644 Fax.850-410-2467 CERTIFICATE OF COMPETENCY OFFICIAL COPY THIS CERTIFIES THAT: Margaret M Kelly 1900 Seward Ave Naples FL 34109 BUSINESS ORGANIZATION: Bonness Inc. Contractor V means a contractor whose business is limited to the execution of contracts requiring the ability to fabricate, install, inspect, alter, repair and service the underground piping for a fire protection system using water as the extinguishing agent beginning at the point of service as defined in the act and ending no more than 1 foot above the finished floor. Issue Date: 07/01/2020 Type: 09 Class: 14 County: Collier License/Permit#: 170889-0001-2009 Expiration Date: 06/30/2022 Chief Financial Officer loft 7/14/2020, 1:26 PM 0 1 S ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES BAILIE, KATHLEEN M BONNESS INC x 1900 SEWARD A,14 NAPLES A� FL 34109 LICERSE NUMRM'C1,C051904 �r EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ❑l ■❑ ■❑ Ron DeSantis, Governor Halsey Beshears, Secretary Florida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES BAILIE, KATHLEEN BONNESS INC I -ri 1900 SEWARD AVE NAPLES A� FL 34109 LICENSE NU EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. CONTRACTING Evaluation Criteria No. 1- Cover Letter/Management Summary October 7, 2020 Sarah Hamilton, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East Bldg. C-2 Naples, FL 34112 Re. Solicitation No. 20-7789, IFQfor Designated Driveway Contractor Services Good Day Ms. Hamilton, Cougar Companies is a family of companies providing turn -key site work, underground utilities, site paving, vertical concrete and masonry construction, wall sawing and core drilling. By providing a broad spectrum of services, we are able to deliver a quality project ahead of schedule. Cougar Contracting is seeking qualification to be a contractor for the Designated Driveway package. Should Cougar be considered, the following individuals will be your contacts: Jessica Armstrong, Project Coordinator iessica@cougarcontractingllc.com Shane Meaker, Senior Estimator shane@cougarcontractingllc.com Cossette Burgos, Accounting cossette@cougarcontractingllc.com Amaury Perez, Safety Director amaurv@cougarcompanies.com Glen Stasiak, Project Manager glen@cougarcontractinglic.com Tony Weiler, Project Manager tonv@cougarcontractinglic.com Acceptance of Qualification, Estimating Contact for Quotes phone: 239-275-0746 ext. 220 Estimating Contact for Quotes phone: 239-275-0746 ext. 219 Purchase Orders, Invoices, Insurance phone: 239-275-0746 ext. 205 MOT, Safety Manuals and Training phone: 239-275-9934 ext. 209 Project Direction phone: 239-210-8700 Project Direction phone: 239-410-3899 We look forward to servicing your project. Thank you for your consideration. Regard An rew President Cougar Contracting, LLC CONTRACTING Evaluation Criteria No. 2- Certified Woman and/or Minority Business Enterprise Cougar Contracting does not hold a WBE or MBE. Cougar Contracting, LLC CONTRACTING Evaluation Criteria No. 3- Business Plan for Solicitation No. 20-7789, IFQ for Designated Driveway Contractor Services Cougar Contracting LLC prioritizes projects based on permit and site condition status. We also take into consideration our customers schedule and urgency. Cougar has assembled main line crews and services crews. In a case of a smaller project, with less urgency on schedule, we will utilize a service crew. If the project is urgent, we will dedicate our main line crews. This also helps to keep labor costs low by not over -staffing a smaller project. In a situation such as driveway placement over $50,000, our site crew and concrete crew would work together. If this project has multiple driveways to be completed at one time, our site crew would start prep on the first. The concrete crew would then follow behind to form, prep and pour. Meanwhile, our site crew would advance to the next driveway. They would continue this process until the project is complete. If locations of driveways will allow, more than one driveway would be poured at the same time. This would allow Cougar an opportunity to keep material costs to a minimum. Project Summary for Estero Parkway Roadway Improvements Project Description: Road widening, safety and landscaping improvements and utility upgrades. Project Goals: Widen existing 4-lane divided roadway to provide for a 7-ft buffered bike lane on both East and West bound travel ways. Provide upgraded drainage and lighting for safety. Construct 6-ft concrete sidewalk on both sides of roadway. Upgrade landscaping. Project Results: Project is ahead of schedule. Roadway has been paved and most landscaping has been installed. Concrete sidewalk is near completion. Project Costs: Project is funded in whole by tax payer dollars. Subcontractors Used: Concrete sidewalk and mitered ends- Cougar Cutting Asphalt paving- Ajax Paving Landscaping- O'Donnell Landscaping Light Poles- Bentley Electric Owners Rep: KCCS Construction Services, Matthew Fell, 239-278-5999, mfell@kcaeng.com Cougar Contracting, LLC 5420 Division Dr. Ft. Myers, FL 33905 CONTRACTING TYPICAL SCHEDULE FOR EXHIBIT A OF THE CONTRACT. Mobilize 1 Day Silt fence 1 Day Excavate and place base 2 Days Install culvert with mitered ends 1 Day Pour concrete driveway 1 Day Remove existing road (If required) 2 days Grade and sod 2 Days Cougar Contracting, LLC 5420 Division Dr. Ft. Myers, FL 33905 ID Task Name 1 START TO FINISH DAYS 2 101-1- MOBILIZATION 3 101-1-1- PROVIDE/MAINTAIN AS -BUILT PLANS 4 101-1-2 - PROVIDE CONSTRUCTION SURVEYING AND LAYOUT 5 102-1- MAINTENANCE OF TRAFFIC 6 102-3 - COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE 7 104-10-3 - SEDIMENT BARRIER 8 104-18 - INLET PROTECTION SYSTEM 9 110-1-1- CLEARING AND GRUBBING (32.9 +/- AC) 10 110-4-10 - REMOVAL OF EXISTING CONCRETE 11 120-1- REGULAR EXCAVATION 12 120-6 - EMBANKMENT 13 160-4-TYPE "B" STABILIZATION (LBR 40) (12") 14 285-709 - OPTIONAL BASE GROUP 9 (10" LIMEROCK) 15 285-711- OPTIONAL BASE GROUP it (7" ABC-3) 16 327-70-1- MILLING EXISTING ASPHALT PAVEMENT (1" AVG. DEPTH) 17 334-1-53 - SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C, PG 76-22)(2" THICK) 18 334-1-53A -SUPERPAVE ASPHALTIC CONCRETE OVERBUILD (TRAFFIC C, PG 76-22)(VARIABLE) 19 337-7-82 - ASPHALTIC CONCRETE FRICTION COURSE (TRAFFIC C, FC-9.5, PG 76-22)(1 1/4" THICK) 20 Storm 21 TRENCH DRAIN (TYPE F WITH SLOTTED DRAIN) 22 Concrete 23 Pipe Crossing Restoration 24 ADJUST WATER MAIN VALVE TO GRADE 25 Striping & Signage 26 Landscaping 27 Irrigation 28 Lighting 29 30 Substancialto Final Project: Estero Schedule Date: Mon 6/8l20 Duration Start I 330 days Mon 1/6/20 300 days Mon 1/6/20 30 days Wed 10/14/20 300 days Mon 1/6/20 300 days Mon 1/6/20 9 days Mon 6/22/20 300 days Mon 1/6/20 300 days Mon 1/6/20 90 days Mon 1/6/20 15 days Mon 1/20/20 25 days Mon 1/20/20 15 days Mon 2/24/20 25 days Mon 3/16/20 8 days Mon 4/20/20 11 days Thu 4/30/20 9 days Mon 9/7/20 10 days Mon 9/21/20 4 days Mon 10/5/20 13 days Mon 10/5/20 75 days Tue 2/4/20 26.88 days Tue 5/19/20 45.5 days Mon 9/7/20 25 days Mon 5/25/20 3 days Tue 6/23/20 12 days Mon 10/26/20 59 days Tue 8/4/20 90 days Tue 5/26/20 76.5 days Tue 5/19/20 Finish Qtr 1, 2C20 Qtr2,2020 Qtr 3, 2020 Qtr4,2p20 Dec ian Feb Aug.__ iV 003 Nox Thu 11/19/20 Wed 10/21/20 Wed 11/11/20 I Wed 10/21/20 Wed 10/21/20 Tue 6/30/20 Wed 10/21/20 Wed 10/21/20 Wed 4/1/20 Mon 2/3/20 Thu 2/13/20 Mon 3/9/20 Thu 4/9/20 Mon 4/27/20 Sun 5/10/20 Tue 9/15/20 Wed 9/30/20 Thu 10/8/20 Sat10/17/20 $ Thu 4/16/20 Sat6/13/20 OEM Tue 10/20/20 Thu 6/18/20 Thu 6/25/20 Fri11/6/20 Tue 9/29/20 Thu //20 7 Fri /3131/20 30 days Thu 10/22/20 Thu 11/19/20 Task -. Project Summary Manual Task i Start -only E Deadline Split ,.,. Inactive Task Duration -only - Finlshonly ] Progress Milestone ! Inactive Milestone Manual Summary Rollup External Tasks Manual Progress Summary O it Inactive Summary Manual Summary i— External Milestone Page t CONTRACTING Evaluation Criteria No. 4- Experience and Capacity of the Firm Please see attached project references. This will provide information as to how our company works together. Cougar Contracting, LLC 06 " co mpanl41ps, October 7, 2020 Years in business: 3 Years for Cougar Contracting, LLC and 24 years for Cougar Cutting, Inc. Licensing: GC License # CGC1526372 (Since 2018) CGC1508287 (Since 2005) Bonding Capacity: Contracting- $40 Million Single Project and $80 Million Aggregate Bonding Agent: Nielson, Wojtowicz, Neu & Associates Surety: The Hanover Insurance Company A.M. Best Rating: A XV (Listed in the Department of Treasury's Federal Register) Categories of work self -performed: Sitework, Utilities, Concrete, Masonry, M.O.T. Claims/Judgements/Suits: None open Safety Program: Director of Safety, in house, that handles all internal safety procedures, weekly safety meetings, certifications as needed, etc. Current EMR: .65 (Effective Date: 01/01/2020) and .82 (Effective Date: 01/01/2021) Work on Hand/% Completed: Contracting- $79,714,978/50% Completed AR Aging: All current receivables range between 0 to 60 days except for Retainage AP Aging: All current payables range between 0 to 30 days except for Retainage held Equipment Availability: Available owned equipment ranges from skid steers, rollers, graders, dozers, loaders, excavators and tractor. Open credit with large equipment rental companies like United Rental and Caterpillar are also available, as needed. Niel soN, Wo rrt wicz, NF- 1 & A►ssocIATEs A WEL5ON HOOVER GROUP COMPANY October 6, 2020 Re: Cougar Contracting, LLC To Whom It May Concern: This is to advise you that our office provides bid, performance, and payment bonds for Cougar Contracting, LLC The name of their surety is The Hanover Insurance Company, which carries an A.M. Best Rating of A XV, and it is listed in the Department of Treasury's Federal Register. Based upon normal and standard underwriting criteria at the time of the request, The Hanover Insurance Company, should be in a position to provide Cougar Contracting, LLC Performance and Payment Bonds for projects for single projects in the amount of $40,000,000.00 and aggregate support in excess of $80,000,000.00. We reserve the right to review final contractual documents, bond forms and obtain satisfactory evidence of funding prior to final commitment to issue bonds. Cougar Contracting, LLC is an excellent contractor and we hold them in highest regard. We feel extremely confident in our contractor and encourage you to offer them an opportunity to execute any upcoming projects. This letter is not an assumption of liability, nor is it a bid or performance and payment bond. It is issued only as a bonding reference requested by our respected client. We do not assume liability to any third party, including you, if we do not execute said bonds. If you should have any questions, please do not hesitate to give me a call. Sincerely, z z D x a Devin Phillips 1000 Central Avenue Licensed Agent and Surety Specialist Suite 200 DP/eh St, Petersburg, FL 33705 P:727.209.1803 F: 727.209.1335 G'ompanje.S Project References for 20-7789 Designated Driveway Contractor Services Contracted to Cougar Contracting LLC: Project Name and Location: Project Owner: Honda of Fort Myers Fort Myers H. Automotive Management 3550 Colonial Blvd., Ft. Myers, FL 33966 3031 North Rock Point Dr., Ste. 770, Tampa, FL 33607 Cougar's Role: Subcontractor Contract Amount: $2,748,885.53 General Contractor and Contact: Morgan Auto Group John Flinn- President jflinn@mory,anautogroLip.com Date Completed: 12/2019 Scope: Site work, fire line and underground utilities for 3 story dealership, 9.08 Acres. This included a ROW expansion on FDOT roadway and turn lane cut -in on county roadway. Cougar Cutting poured all curb and site concrete. Project Name and Location: Ferrari of Naples 790 Mainhouse Drive, Naples, FL Cougar's Role: Subcontractor Contract Amount: $780,000.00 Anticipated Completion Date: 10/2020 Project Name and Location: Big Corkscrew Island Regional Park 810 39' Ave NE, Naples, FL Cougar's Role: Subcontractor Contract Amount: $8,982,860.00 Anticipated Completion Date: 12/2020 Project Owner: New Country Motor Cars of Naples, LLC 11291 Tamiami Trail North, Naples, FL 34110 General Contractor and Contact: EnviroStruct, LLC Jacob Huntoon - Estimator jacob@envirostruct.net Scope: Site development, fire line and underground utilities for new dealership, 3.4 Acres. Cougar Cutting poured all site concrete and curb. Project Owner: Collier County Board of Commissioners 3299 Tamiami Trail East, Naples, FL 34112 General Contractor and Contact: Astra Group, Inc. David Pabor- Project Manager dpabor@astragroupinc.com Scope: Site and underground utilities for new sports complex, including 2 lift stations, parking areas and roadways. Underground fire line for 2 buildings. 47.83 Acres. Cougar Cutting to pour all site concrete, including pool deck. Project Name and Location: Project Owner: Estero Parkway Improvements The Village of Estero Estero Parkway, Estero, FL 9401 Corkscrew Palms Cir., Estero, FL 33928 Cougar's Role: Owner's Rep and Contact: General Contractor KCCS Construction Services Matthew Fell- Senior Inspector Contract Amount: $7,261,514.82 mfeli kcaen .com Anticipated Completion Date: 01/2021 Scope: MOT, road widening and replacement of underground utilities, lighting, irrigation and landscaping. Length of project is 1.806 miles. Cougar Cutting poured all curb and sidewalk. Contracted to Cougar Cutting Inc.: Project Name and Location: Project Owner: Heights Land Company — New Early Heights Foundation Learning & Education Classroom 15570 Hagie Dr Ft Myers Ft Myers, FL Cougar's Role: General Contractor and Contact: Subcontractor Owen -Ames -Kimball Company 11941 Fairway Lakes Dr Ft Myers Contract Amount: $889,420.00 Ryan Propp - rpropp@oakfl.com Anticipated Completion Date: 12/2020 Scope: Cast in place concrete & Masonry work, Concrete Formwork, Concrete Reinforcing Project Name and Location: Project Owner: Wolter Residence Todd Wolter 1211 Cleburne Dr Ft Myers FL 33919 Cougar's Role: General Contractor and Contact: Subcontractor Todd Wolter tawolter&aol.com Contract Amount: $ 212,938.00 Anticipated Completion Date: 01/2021 Scope: Concrete footings, Install Stem wall, Concrete Columns from I I fl — 2" d floor, 8" masonry, topping on 21 fl Concrete plank Project Name and Location: Alico Business Park A&B 16281 Domestic Ave Ft Myers, FL Cougar's Role: Subcontractor Contract Amount: $1,667,485.00 Completion Date: 8/2020 Project Name and Location: Sutherlin Nissan of Cape Coral 2201 Pine Island Rd Cape Coral FL 33909 Cougar's Role: Subcontractor Contract Amount: $769,046.00 Completion Date: 2019 Project Name and Location: Cape Coral CDJR 2200 Pine Island Rd Cape Coral FL 33909 Cougar's Role: Subcontractor Contract Amount: $805,800.00 Completion Date: 2018 Project Owner: Alico Business Pak A & B General Contractor and Contact: Wolter Group Todd Wolter tawolter@aol.com Scope: 9-1/4 Concrete tilt panels, 5" SOG Concrete, Concrete Ramp walls, Furnish & Install Slant anchors, furnish & install Embeds as detailed Project Owner: Sutherlin Automotive Management 3546 Buford Dr Buford GA 30519 General Contractor and Contact: Hodgen Construction, LLC 1555 Bonaventure Blvd.# 1016 Weston FL 33326 Scope: Concrete Footings, 5 & 6" SOG Concrete, Cure & Seal Slabs, 8" & 12" Masonry Complete, Dumpster Pads, Split face CMIJ Project Owner: Pine Island Real Holding, LLC/ Cape Coral CDJR 16600 NW 57'` Ave Miami Lakes, FL 33014 General Contractor and Contact: Hodgen Construction, LLC 1555 Bonaventure Blvd.# 1016 Weston FL 33326 Scope: Concrete Footings, 5 & 6" SOG Concrete, Cure & Seal Slabs, 8" & 12" Masonry Complete, Dumpster Pads, Split face CMIJ Tftao - I. �01 ,Companies der fff Contracted to Cougar Contracting LLC and Cougar Cutting Inc.: Project Name and Location: Parkside at Estero 3010 Terracap Way, Estero, FL Cougar's Role: Subcontractor Total Contract Amount: $3,470,601.00 Anticipated Completion Date: 12/2020 Project Owner: Lee-Tamiami , LLC 2100 Powers Ferry Road, Suite 200, Atlanta, GA 30339 General Contractor and Contact: The FaverGray Company Adis Ibranovic- Project Manager aibranovicna,favergray. com Contracting Scope: Site development, fire lines and underground utilities for new multi -family complex, 17.1 Acres. Cutting Scope: Poured slabs for 4 apartment buildings, 10 garage buildings and 1 clubhouse, including masonry. Also, all site concrete. Project Name and Location: Conditioned Air 14550 Global Parkway, Ft. Myers, FL Cougar's Role: Subcontractor Total Contract Amount: $1,347,475.00 Date Completed: 5/2020 Project Owner: 14550 Global Parkway, LLC 12801 Commonwealth Dr., Ste. 12, Ft. Myers, FL 33913 General Contractor and Contact: Seagate Development Group Bob Stitzinger- Senior Project Manager bobs@seagatedevelopmentgroLip.com Contracting Scope: Site work, fire line and underground utilities for new office/warehouse Building, 4.1 Acres. Cutting Scope: Tilt wall panels, CIP Concrete Beams, 8" Masonry complete, precast lintels, furnish & install embeds. President, Cougar Companies Ron DeSantis, Governor Halsey Beshears, Secretary db&o--%r a STATE OF FLORIDA ff DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES � • Y,fr r, � ., ti � � tom► r F�� � t i i i .a,■ � s ■ j i t � '� l ■ ■ SMITHERS, LANCE • COUGAR CONTRACTING,• 5420 D ■ y'FORT .■ MYERS FL •r i LICENSE NUMBER: CGC1526372 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com 16 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 0 Amaury Perez From: Cindy Rullan <admin@motadmin.com> Sent: Thursday, October 01, 2020 1:06 AM To: Amaury Perez Subject: Re: Become a provider question Attachments: TTC Portal User Guide Rev 120216.pdf, Exam Process.pdf Good Day Ms. Amaury, Congratulations! Your application has been processed and approved by FDOT. Your provider # is 248. Please keep this approval for your records as it contains the expiration dates for the providership approval and instructor certification. Attached please find the portal user and exam process guide. Please feel free to review the user guide and exam process. I will be out of the office today through Wednesday, but would like to have a call on Thursday to go over the process from start to end. I am available at 11:00am. To login to your MOT profile account use the following: Go to: www. motadmin. com Login: Click on PROVIDERS or LOGIN (Top Right Corner) Username/TIN# : Email Address Password: ZIP CODE Cougar Companies has been approved for the following: BMOT, IMOT/R. Expiration dates are below. You are the primary contact on account so you will not show up on list of Authorized Users. Cougar Companies - 248 . Attachments MOT Application New Provider Approved 9/2812020 (10/0112020) Authorized Users Instructors Amaury Perez Instructor MOT Certificate Expiration Dates: A Provider Provider - - 1Q JApproval Needed Renewal/MmApplicatio Instructor/Proctor Cougar companies I HEW JBmar, imorr/R lNewApplication JArnaury Perez 1 Certificate of Completion AMAURY PEREZ Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Intermediate Course. 07/31 /2024 Date Expires =5or�thwest Florida 1afety 4uncil l.c. 209 FDOT Provider # Michael Stone Instructor 64324 Certificate # Southwest Florida Safety Council 1714 Evans Avenue Fort Myers, FL 33901 FD www.swflsc.com glennb@swflsc.com .. For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com This Certifies that _ Jch'� A. tJiavar iorlda Depar4ment ofiranaPorW App►o�d }ias Gompieied a PTraffic Cordroi iTD1 p d—ued Course TsmP� Date EXPlres: M12TM22 instructor: Juan MOW" !i1$SA hor!e: 540,36S'1741 ftivsralft Parkway st-100 pdarkAk�6urSi: VA, >:F��.stssc.cam �;;s�na,ctsrlc�a�a,cosn Ceraftcah # Wou PDOT Pr*vwr *a, SiifEt g iStt tilt tiYEt Vlltehart Safety Trairting, INC wwm0worgem Donna Vi attart - (A1I) 902-0431 1-112266 Fb This Certifies that Michael W. stov-vt Has Completed a Florida Department of Transportation Approve, Temporary Traffic Control (TTC) Advanced (Refresher) Course. Date Expires: D411812022 Certificate # 389M Instructor: Orlando Porn;W FDOT Provider # 195 Shield Safety A Health Consulting Phone: 813'81742" 1315 Oskfleld Or # 2804 Brandon, FL 33511 A Brandon, FL 33611 www.chieldcafeWandhoulth.com = i opon-ata@,-,hitAdzdoVzndhealth.com B C9 cdav Mks &kk Ai ik * &,* tlat. Bryan Haight has successfully completed 4 Hour Roadway Flagger Training AmM Perez 08/14/24 Instructor Expires 4m- -OW& Companies Juan Carlos Ramirez has successfully completed 4 Hour Roadway Flagger Training Amaury Perez 08/14/24 Instructor Expires Companies r,�*to tit Angel Martinez has successfully completed 4 Hour Roadway Flagger Training Amaury Perez 08/14/24 Instructor Expires Companies r(v, k to a that,• Robert Leport has successfully completed 4 Hour Roadway Flagger Training Amaury Perez 08/14/24 Instructor Expires epA Companies 7;6 ie to &,* tkt.. Amaury Perez has successfully completed 4 Hour Roadway Flagger Training Amaury Perez 08/14/24 C% Companies @P^ Air k to &4 ttat.. Rasheed Shackleford has successfully completed 4 Hour Roadway Flagger Training Amau +r5 Perez 08/14/24 Instructor Expires CNN Companies *W lle,i, * &,q� tike- Vicente Luz has successfully completed 4 Hour Roadway Flagger Training AmM Perez 08/14/24 Instructor Expires C&O^ Companies Ai,k to tkt- Jorge Carvalho has successfully completed 4 Hour Roadway Flagger Training Amaury Perez 08/14/24 Instructor Expires C% — — Alftm- ew, Companies 7k, k * 664 teat. David Rockwell has successfully completed 4 Hour Roadway Flagger Training Amato Perez 08/14/24 Instructor Expires C3" ft% Companies 7 e ae & 6�,* dar. XX has successfully completed 4 Hour Roadway Flagger Training Amaury Perez 08/14/24 Instructor Expires CONTRACTING LLC Evaluation Criteria No. 5: Specialized Expertise of Team Members Project Team: Glen Stasiak, Project Manager glen@cougarcontractinglic.com Please see attached resume. Tony Weiler, Project Manager tone@cougarcontractinglic.com Please see attached resume. Mike Stewart, General Site Superintendent mike@cougarcontractingllc.com Please see attached resume. Project Direction phone: 239-210-8700 Project Direction phone: 239-410-3899 Oversee Site Crews, MOT phone: 239-850-1161 Keith Dean, General Concrete Superintendent Oversee Concrete Crews keith@cougarcuttinginc.com phone: 239-839-9518 Keith has been with Cougar Companies for over four years. He carries with him over 33 years of experience in the concrete industry. He worked his way from a concrete laborer all the way to General Concrete Superintendent. Keith's knowledge of placing concrete in Southwest Florida conditions is extensive. Amaury Perez, Safety Director amaurv@cougarcompanies.com Please see attached resume. MOT phone: 239-275-9934 ext. 209 Cougar Contracting, LLC 5420 Division Dr. Ft. Myers, FL 33905 Amaury Perez, Jr. 3701 Wisteria Place, Punta Gorda, FL 33950 (201) 892-1991 / E-Mail: Perezamaury70@gmail.com Experience: Cougar Companies 12/2019-Present Director of Safety As the Director of Safety schedule and perform safety and health audits at multiple major projects. Identify existing and potential hazards and make recommendations for control or elimination. Conduct toolbox talks and safety orientations at audit sites. Perform accident investigations to determine factors and make recommendations to prevent recurrence. Discuss safety issues at project meetings. Perform industrial hygiene sampling at various company projects. Initiate and participate in the conduction of risk assessments for high hazard tasks. Create corporate and site specific safety programs for cougar companies. Train and conduct orientations with all Cougar employees. Total Safety Consulting 6/14-11/19 Sr. Safety and Loss Control Consultant Schedule and perform safety and health audits regularly at multiple major projects. Identify existing and potential hazards and make recommendations for control or elimination. Perform roadwork audits, review design, construction and maintance of highway roadway and bridge zones. Conduct toolbox talks and safety orientations at audit sites. Perform accident investigations to determine causal factors and make recommendations to prevent recurrence. Discuss safety issues at project meetings and keep safety minutes. Perform industrial hygiene sampling at various company projects. Initiate and participate in the conduction of risk assessments for high hazard tasks. Create corporate and site specific safety programs for various clients. New York City Dept. of Buildings 6/11-6/14 Asst. Chief — Buildings Enforcement Safety Team As the Assistant Chief of BEST Unit I directed inspections of demolition, major buildings, new construction, excavations, and other inspections as required. Managed a team of four Supervisors and 19 Inspectors and ensured that inspection targets for construction contained in the Mayor's Monthly Management Report are met. Maintained senior staff informed of problems and issues that require the intervention of Executive Staff, through the chain of command. On a weekly basis, met with supervisors and inspectors to resolve any concerns they may have about their duties, department policies or procedures. Scheduled and deployed manpower to ensure maximum efficiency and optimum service to the public. Prepared staff evaluations. Respond efficiently and responsibly to emergency situations, community boards, elected officials, the public and other agencies. Ensured that inspections are conducted in accordance with the New York City Building Code, Zoning Resolution and Departmental rules and regulations. New York City Dept. of Buildings 6/08-6/11 Director — Emergency Response Team Report directly to the Commissioner of Construction. Supervise and manage the NYC DOB Emergency Response Teams (ERT) and Command Center Operations staff to assure optimum service. Prepare weekly incident summary reports for Senior staff. Oversee maintenance of files, logs, special reports. Review benchmarks and adjust accordingly. Oversee ERT and Command Ctr. work schedules and monitor the dispatch of 3-1-1 and OEM, NYPD, FDNY, UPI) and other sister agencies. Coordinate with inspection unit heads as necessary. Review data entry and monitor of Incident Notification process; monitor incidents and ensure timely follow ups with responding units. I was appointed as the OSHA Health and Safety Officer and I monitor the agencies respiratory program. MTA New York City Transit Authority 10/94-6/08 System Safety Specialist IV 4/98-6/08 While at the NYCT some of my duties include many N.B.C. and Eyes and Ears safety awareness classes. I audited all NYCT Capital Work Areas ensuring site security. I review all on going contracts. I managed safety compliance to all Local, State, and Federal regulations by contractors performing work on NYC Transit capital projects under one of NYCT's largest divisions, Capital Programs. I review contractors' Accident Prevention Program to assure compliance with contract specifications. I worked along side with O.C.I.P personnel at all stages of a project, and conduct risk assessments of Capital Program Construction projects to assure implementation of safety specifications. I manage a field staff of two permanent and two consultants whom conduct field investigations on construction site accidents and near misses in order to determine cause and implement actions to be taken to ensure no reoccurrence as well as analyze accidents for trend analysis, corrective action and prevention. I have been involved in several safety stand -downs held at various work sites. I have gained trainer experience in preparing and presenting course material and curriculum for many OSHA 30 Construction Safety and 5600 Disaster Response, Contractor Safety Workshops, and Track Safety. Some of my accomplishments include: • Assisted in development and maintenance of a Metrics System to: - Measure compliance to CPM's safety procedures to assure safe construction work sites. Interpret data collected at site audits and prepare reports utilizing charts and graphs for safety presentations • Established and maintain a Safety Video Library for use by all CPM staff. • Publish on a monthly basis a Safety Bulletin and Safety Poster which communicates safety awareness throughout CPM. • Assisted in developing a program to issue safety shoes and prescription safety glasses to CPM personnel. • Received MTA / New York City Transit's We're Serious About Safety Award. • Received MTA / New York City Transit's Employee Recognition Program for Strategic Alignment. • I have the hands on experience in managing the Safety Goals Action Plan for all of CPM after the retirement of previous manager. I maintained the MTA's Lost Time Accident Board System throughout CPM. Associate Project Manager I 4/96-4/98 Environmental sampling, on -site field investigations for environmental borings and monitoring wells. Review and revise asbestos site procedures and protocols. Design and monitor small and large asbestos abatement projects. Coordinate and file all City, State, and Federal documentation for numerous asbestos abatement projects. Negotiating Capital Projects specializing in abatement and remediation. Prepare cost and benefit analysis to research future Capital Projects. Implement policies to assure ISO 9000 and ISO 14000 requirements are met. Associate Engineering Technical II 10/94-4/96 Inspect and conduct risk assessments for lead abatement projects. Coordinate hazardous waste removal and disposal. Manifest and track the disposal of Lead PCB Oil, Asbestos, Mercury, Corrosives, Bio Infectious Waste, Soil, Solids, etc. Supervise and field test underground storage tank removal. Review contract specifications, assist in the study of Environmental Impact Statements, Environmental Risk Assessments. Prepare site reports and laboratory analysis. Complied specific curriculum and presented NYCTA Environmental compliance Training Seminars. New Jersey Institute of Technology -Newark, NJ Education: Masters of Science, Environmental Policies. 9/00-8/04 Courses taken: Environmental Management, Environmental Economics, Environmental Policy Studies, Environmental Ethics, Environmental Problem Solving, Sustainability, Green Design. Thomas A. Edison State College, Trenton, NJ Bachelor of Science, Applied Science and Technology 9/90-9/94 Minor: Environmental Science. Licenses & Certificates NY Dept of Buildings Site Safety Mgr. License # 1917 all current) Florida MOT Temporary Traffic Control Intermediate 16hr NYS Asbestos Investigator & Asbestos Handler Supervisor OSHA 500 -10 & 30 Hour Construction Safety Instructor OSHA 40 Hour Hazardous Waste Operations Response Natl. Highway Institute Structural & Bridge Coatings Inspector Confined Space Entry / Biological Safety Training NYCTA Hazardous Material / Chemical Safety First Aid, CPR, and Emergency Rescue Scaffolding Competent Person Excavation Competent Person 40 Hour Site Safety Manager Seminars: Situation Analysis & Corporate Problem Solving Accident Investigation -National Safety Council Accident Investigation -OSHA Occupational Health Hazards in Construction -OSHA Dupont Managing Safety Traffic Work -Zone Safety — Cornell University OSHA Disaster Response 5600 Trainer Michael W. Stewart 23136 McMullen Ave. Punta Gorda, FL 33980 * email: oldvanderbiltrd@gmail.com *813-310-9230 Cougar Contracting (Ft. Myers, Florida) / General Site Superintendent March 2020 — Present • Oversee 5 mainline site crews; including scheduling and site management • Currently re -constructing Estero Parkway Improvements in Lee County Prince Contracting (Sarasota, Florida) / Project Superintendent June 2015 — March 2020 • Completed the 1st diverging diamond in the state of Florida receiving early substantial completion bonus • Currently constructing State Road 64 & 1-75 road inprovements in Manatee County -Reconstructing existing & creating new ramp overpass while widening 1-75 Granite Construction (Orlando, Florida) / Earthwork Superintendent January 2015 - June 2015 • Reading plans & scheduling • Temporary traffic control implementation and day today earthwork operations Prince Contracting (Sarasota, Florida) / Project Superintendent December 2009 - January 2015 • Promoted to Project Superintendent of Cattleman Road in Sarasota County September 2011 - Completed new south bound & north bound CD roads, 5 bridges and a new access road into Ft. Myers Airport • Running crew & equipment, working with GPS, meeting schedule deadlines • Grade checking, reading plans, making on the go decisions & problem solving • Running equipment: dozer, back hoe, grader, excavator, rock truck, skid steer, loader C & G Myers (Milford, Michigan) / Job Foreman March 2007 - November 2009 • Planning/scheduling job activities, making on the spot - in the field decisions & problem solving • Running the job, crew, and equipment. Reading plans, grade checking, doing some layout • Specialty: roads, residential, airport,and industrial work • Running equipment: dozer, back hoe, grader, excavator, rock truck, skid steer, loader • Jobs completed: Farmington Hills- round about, Hamburg- round about • Bishop Airport- new parking lot, retention ponds, roads, taxi ways Prince Contracting (Sarasota, Florida) / Grade Foreman December 2006 - March 2007 • Started as finish dozer operator, in March 2006 was promoted Grade Foreman • Duties were running crew, performing daily work, reading plans, working with GPS • Specialty: road construction • Running equipment: dozer, back hoe, grader, excavator, rock truck, skid steer, loader C & G Myers (Milford, Michigan) / Site Foreman September 2003 - November 2006 • Run crew & job with up to 13 operators & labors, finish grading • Road work, subdivision & site work, airport work (building taxi lanes) • Specialty: roads, residential, airport,and industrial work • Running equipment: dozer, back hoe, scraper, rock truck, grader, loader, excavator Six S (Southfield, Michigan) / Dozer Operator July 2003 - September 2003 • Waiting on position to open at C & G Myers • Finish grading driveways & sidewalks • Specialty: roads, residential, airport,and industrial work 0 Running equipment: dozer, back hoe, scraper, rock truck, grader, loader, excavator MVA Contracting (Novi, Michigan)/ Grade Foreman January 2000 - July 2003 • Started as operator, finish grading, site development, running various pieces of equipment • Was promoted to foreman in May 2001 • Duties were running crew & job, reading plans, planning work and schedule, operating equipment Angelo 1'Afrate (Southfield, Michigan) August 1999 - January 2000 • Site development, residential & industrial, road building • Running equipment: dozer, scraper, loader, excavator, road grader B & V Construction (Novi, Michigan) August 1998 - August 1999 • Building: roads, building pads, mass grading sites • Running equipment: dozer, scraper, excavator, loader, back hoe, and grader Dozer Construction (Michigan) August 1992 - August 1998 • Golf course construction / development & land clearing • Running equipment: excavator, loader, back hoe, tractor, dozer, scraper • Worked my way up from labor to working foreman • When I left I was finish grading, building greens, tees, and bunkers • Running equipment: loaders, tractors, scrapers, and skid steer • Laboring, running: loaders, tractors, scrapers, and skid steer US Navy -- Gunners Mate October 1990 - July 1992 • Maintaining cargo holds, standing cargo security watch • Moving bombs (running fork lift) Skills: • Excellent leadership skills with knowledge of equipment & development • Able to efficiently manage multiple tasks in a fast paced environment • Able to prioritize & have good time management skills • Ability to run every piece of equipment available • Dedication to getting the job done with honesty and integrity in everything I do GLEN STASIAK Naples, FI 341121 908-307-1533 1 glenstasiak@gmail.com Project Manager Construction Management I Workplace Safety & Compliance ( Collaborative Leadership Dynamic, results -driven Project Manager with extensive experience directing strategic vision including management of multiple projects simultaneously valued at $200M+, leading high-performance teams, managing subcontractor relationships, and driving construction results while ensuring compliance with quality and safety requirements. Collaborative communicator demonstrating ability to coordinate with cross -functional teams, subcontractors, site superintendents, foremen, and stakeholders to align priorities and achieve goals. Analytical leader skilled in leveraging data to adapt strategies, improve processes, and capitalize on best practices to meet deadlines. CORE PROFICIENCIES Project Management I Resource Management I Logistics Planning I Quality Assurance I Safety Management Interpersonal Communication I Budgeting/P&L I Report Preparation I Cross -Functional Team Leadership I Scheduling PROFESSIONAL EXPERIENCE Cougar Contracting LLC 07/2020 to Present PROJECT MANAGER Select Projects: o Big Corkscrew Island Regional Park, Collier County Board of Commissioners — assist project team executing a $8.9M site and underground utilities for new sports complex, including 2 lift stations, parking areas and roadways. Underground fire line for 2 buildings. 47.83 Acres o Estero Parkway Improvements, The Village of Estero — Project Manager on a $7.6M road widening and re- placement of underground utilities, lighting, irrigation and landscaping. Length of project is 1.806 miles. o Bermuda RV Resort, Exit 24 LLC — Project Manager on a $5.5M site work and underground utilities with lift station for new RV resort, 48.78 Acres The Conti Group 02/2012 to 06/20 GENERAL SUPERINTENDENT Select Projects: o Adopted a NCDOT $76.5M project at midpoint, 15% over budget and eight months behind schedule, managed $800K change in sequence delay claim, prepared a project closeout claim package leading to successful nego- tiation of a $2.5M settlement, closed project reducing estimated cost by 5% and increasing revenue by 3%. The project consisted of constructing a new 4 lane 3,400 LF fixed span elevated bridge along with 4 lane 3.8 miles of highway, a new 4 lane 600 LF fixed span bridge and the demolition/removal of the existing drawbridge o Planned and executed the field activities for a USACE $21.2M design and construction project for various US Virgin Island National Guard (VING) facility hurricane repairs. The work included all engineering design and construction required to provide structural, architectural, mechanical, and electrical repairs within fourteen designated VING buildings. Continued... GLEN STASIAK 1 908-307-1533 1 glenstasiak@gmail.com I Page 2 o Planned and executed field activities to reverse a failing LADOT $21.4M project which was one year behind schedule and 100%+ over original budget, within eight months completed 90% of project scope, recovered relationships with the state department of transportation and local government, and negotiated a successful settlement of subsurface condition claim. Project consisted of widening 1-mile of roadway from two 10-foot lanes to four 11.8-foot lanes consisting of class II base course, lime treatment of roadway subgrade, portland cement concrete pavement, 16,000 linear feet of directional drilling, drainage structures, water line installa- tions, gas line installations, traffic signalization and utility installation, while keeping the roadway open at all times. o Spearheaded multiple USACE flood control projects valued at $68.8M including the Southeast Louisiana Drain- age Program (SELA) and the Mississippi River Levee (MRL) program. MRL project consisted of 6,500 LF of new concrete floodwall including three flood gates along the Mississippi River Level. SELA project consisted of installation of three 84-inch cement lined steel pipes (13,500 LF) connecting the discharge pipes from a pump station crossing 4-lane Jefferson Parish Parkway to a levee outlet structure for discharge into the Mississippi River o Facilitated startup operations in Ghana supporting two projects originally valued at $665M+. Hired 150+ local engineers, superintendents, surveyors, foreman, subcontractors, and craft to support field execution and concluded projects at $29.8M in revenue. Responsible for all the construction activities of the dredging and solid waste collection activities at the Korle Lagoon and an infrastructure project valued at $20M. Conti Federal Services 07/2005 to 02/2012 GENERAL SUPERINTENDENT ■ Led project activities aligned with organizational goals by liaising with cross -functional teams, analyzing perfor- mance metrics, and overseeing safety and quality initiatives. Select Projects: o Facilitated startup operations for a New Orleans regional office supporting four simultaneous USACE projects valued at $95M+, hired field supervisors, secured 100+ subcontractor agreements, and continued manage- ment of national projects valued at $200M+ annually. o Oversaw $51.7M project execution to construct a hydraulic barrier slurry wall system to 74 ft depths, struc- tural steel H-piles, steel sheeting for future excavations, excavated 180K cubic yards of material, and installed a 300 gallon -per -minute water treatment plant onsite leading to recognition as Project of the Year from En- gineering News -Record. Additional Experience: ■ SUPERINTENDENT I Conti Federal Services; (02/2001 to 07/2012) Spearheaded project operations with a focus on safety and profitability, liaised with interdisciplinary team members, prepared RFIs, and develop short and long-term project plans. ■ PROJECT SUPERINTENDENT I ENSR Renlediation & Construction; (06/1992 to 02/2001) Managed project execution including safety management, strategic planning, scheduling, quality control, productivity, profitability, and cross functional collaboration. EDUCATION & CREDENTIALS Construction Engineering Technology Certificate, New Jersey Institute of Technology GLEN STASIAK 1 908-307-1533 1 glenstasiak@gmail.com I Page 3 Additional coursework in Construction Engineering Technology, Scheduling, Construction & Project Management Training, Contract Management, Project Management, Leadership, Lead Awareness, Respiratory Protection, Fall Protection, Confined Space, 29 CFR 1910.120-40-hr, 8-hr Refresher, 8-hr Supervisor), Excavation Competent Person Certifications, USACE CQC Representative, OSHA 30-Hr Construction Safety, OSHA 10-Hr Supervisor Construction Safety, Hand Signals Certification, Rigging Certification, NC Level II Supervisor, First Aid/CPR/Blood Borne Pathogen CONTRACTING Evaluation Criteria No. 6- Local Vendor Preference Please see Lee County Business Tax Receipt Cougar Contracting, LLC SU00O252 0 Local Business Tax Receipt Tax Cb ictor sf01 e of f�die Dear Business Owner: Your 2020-2021 Lee County Local Business Tax Receipt is attached below for account number 1803535. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public Iocation. I hope you have a successful year. Sincerely, b • �� Lee County Tax Collector 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1803535 Account Expires: September 30, 2021 State License Number: CGC1526372 !%state hrense has changed, rotnart our ofre at 239.533.6000 May engage in the business of: Location: GENERAL CONTRACTOR -CERTIFIED 5420 DIVSION DR Fr MYERS FL 33905 COUGAR CONTRACTING LLC SMITHERS LANCE ENMON 5420 DIVSION DR FT MYERS FL 331t{ii THIS Payment Information: PAID 559418-72-1 07/27/2020 12:50 PM $50.00 ca167 c0141-ay AfthiServices strative Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: ® General Bid Instructions has been acknowledged and accepted. ® Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. ® Form 1: Vendor Declaration Statement ® Form 2: Conflict of Interest Certification ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http:Hdos.myflorida.com/sunbiz/ should be attached with your submittal. ® Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. ® Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ® E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. ® Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. ® Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. ❑ Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. ® Vendor W-9 Form. ® Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑ The Bid Schedule has been completed and attached with your submittal, applicable to bids. ® Copies of all requested licenses and/or certifications to complete the requirements of the project. ® All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ❑ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ❑ Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. Corler County Administrative SerAces Department Procurement Services Division Form l: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 71 day of October, 2020 in the County of Lee, in the State of Florida. Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: Cougar Contracting LLC 5420 Division Drive Ft. Myers, FL 33905 L17000217083 _65-0715104 239-275-0746 1 I 31UVIIIL Additional Contact Information Send payments to: Cougar Contracting LLC (required if different from Company name used as payee above) Contact name: Cossette Burgos Title: Accounting Address: 5420 Division Drive City, State, ZIP Ft. Myers, FL 33905 Telephone: 239-275-0746 Email: cossette@cougarcontractingllc.com Office servicing Collier County to place orders (required if different from above) Contact name: Same as above Title: Address: City, State, ZIP Telephone: Email: Coiner C014ftty Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Cou a c LLC Company Name Signature _Andrew Schmitt, President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of X physical presence or ❑ online notarization, this 7th day of _October (month), 2020 (year), by Andrew Schmitt namVf person acknowledging). far JESSICA ARMSTRONG : ��Notary Public - State of Florida • Commission # GG 939521 ' ?orrti My Comm. Expires Mar 17, 2024 Bonded through National Notary Assn. Personally Known OR Produced Identification Type of Identification Produced lic - State of Florida) _Jessica Armstrong (Print, Type, or Stamp Commissioned Name of Notary Public) 3/18/2020 Detail by Entity Name 1, of o�<` Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Limited Liability Company COUGAR CONTRACTING, LLC fAng Information Document Number L17000217083 FEI/EIN Number 82-3270916 Date Filed 10/19/2017 State FL Status ACTIVE EdWRAILAddma 5420 DIVISION DRIVE FORT MYERS, FL 33905 Changed: 01/07/2020 Maft9 Address 5420 DIVISION DRIVE FORT MYERS, FL 33905 Changed: 01/07/2020 Registered Agent Name & Address Schmitt, Ronald M 5420 DIVISION DRIVE FORT MYERS, FL 33905 Name Changed: 01/07/2020 Address Changed: 01/07/2020 Author' Pemon(e)-OdajI Name 8r Address 1Ifl177111iyirrl► SCHMITT, ANDREW T 5420 DIVISION DRIVE FORT MYERS, FL 33905 Title MGR SCHMIT . RONALD M search.sunbiz.org/Inquiry/CorporabonSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder—COUGARCONT... 1 /2 3/18/2020 5420 DIVISION DRIVE FORT MYERS, FL 33905 Title P, S SCHMITT, ANDREW T 5420 DIVISION DRIVE FORT MYERS, FL 33905 Title VP, T SCHMITT, RONALD M 5420 DIVISION DRIVE FORT MYERS, FL 33905 Title VP Schmitt, Brandon 5420 DIVISION DRIVE FORT MYERS, FL 33905 Title CFO DIAL, DAWN 5420 DIVISION DRIVE FORT MYERS, FL 33905 Detail by Entity Name Report Year Filed Date 2018 04/22/2018 2019 04/25/2019 2020 01 /07/2020 Document Imaga 01/07/2020 — ANNUAL REPORT View image in PDF format 04/25/2019 — ANNUAL REPORT View image in PDF format 04/22/2018 — ANNUAL REPORT View image in PDF format 1011912017 — Florida Limited Liability, View image in PDF format search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder—COUGARCONT... 2/2 Copier County Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (S) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Cou ar Co LC Company Name Signature _ Andrew Schmitt, President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of X physical presence or ❑ online notarization, this 7th day of _October (month), 2020 (year), by Andrew Schmitt ne of persWledging). J� ►u , JESSICA ARMSTRONG 70 `l•�i=�'-_ Notary Public - State of Florida (S' ure of Notary Public - State of Florida) • �A` Commission # GG 939521 ov tti° ' My Comm. Expires Mar 17, 2024 Bonded through National Notary Assn. Jessica Armstrong (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced E-Verifv 0"40"j); Company ID Number: 1244600 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Cougar Contracting, LLC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv ,� Company ID Number: 1244600 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274E of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ry £Zu E-Verlwfv- Company ID Number: 1244600 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 1244600 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VI of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VI could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-VerifyCc_dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 * �rY fL� 'ka E-Vedfv_ !t Company ID Number: 1244600 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 J,.� -i"a et, -V rm�`�' Company ID Number: 1244600 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete anew Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 ,� s..s • a. rj. {.mFm E-Verifv- Company ID Number: 1244600 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Ow'; E -Ve r mi fy- off Company ID Number: 1244600 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes tc E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 serd� E-Verifv �ddSYfid' Company ID Number: 1244600 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 r t Fr..i E-Verilf ��or Company ID Number: 1244600 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. /_1:i111[13q=1LTA SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including_ but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Ver"I V Company ID Number: 1244600 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 .LS r.w.rs x.a `eew -m'n. V Company ID Number: 1244600 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 1244600 Approved by: Employer Cougar Contracting, LLC Name (Please Type or Print) Title Jessica Armstrong Signature Date Electronically Signed 11/03/2017 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 12/06/2017 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Vmor 1 Yw XI Company ID Number: 1244600 Information Required for the E-Verify Program nformation relating to your Company: Cougar Contracting, LLC mpany Name 5420 Division Drive Fort Myers, FL 33905 mpany Facility Address 5420 Division Drive Fort Myers, FL 33905 pany Alternate Address or Parish I LEE mployer Identification Number 823270916 orth American Industry 237 lassification Systems Code Company umber of Employees 120 to 99 mber of Sites Verified for 11 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 w �,� ire asp E-Verwifv- or.... Company ID Number: 1244600 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv Company ID Number: 1244600 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Andrew Schmitt Phone Number (239) 275 - 0746 Fax Number Email Address andrew@cougarcontractingllc.com Name Jessica Armstrong Phone Number (239) 275 - 0746 ext. 219 Fax Number Email Address jessica@cougarcontractingllc.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv . Company ID Number: 1244600 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Cover County Administrative Services Depatnent Procurement Services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: 3 Number of Employees (Including Owner(s) or Corporate Officers): 80 Number of Employees Living in ® Collier County or ® Lee (Including Owner(s) or Corporate Officers): 70 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties ofperjug, I certify that the information shown on this form is correct to my knowledge Company Name: Cougar Contracting LLC Date: October 7 2020 Address in Crr oun : 5420 Division Drive, Ft. Myers, FL 33905 Signature: Title: President Corer County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Designated Driveway Contractor Services Reference Questionnaire for: Cougar Contracting LLC (Name of Company Requesting Reference Information) Andrew Schmitt (Name of Individuals Requesting Reference Information) Name: Company: John Flinn Morgan Auto Group Email: 'flinn morganautogroup.com FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Site work, fire line and underground Completion Date: utilities for 3 story dealership, 9.08 Acres. This included a ROW expansion on FDOT roadway and turn lane cut in on county roadway. 12/2019 Project Budget: $2 748 885.53 Project Number of Days: Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** COVier COM.IK.ty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Designated Driveway Contractor Services Reference Questionnaire for: Cougar Contracting LLC (Name of Company Requesting Reference Information) Andrew Schmitt (Name of Individuals Requesting Reference Information) Name: Company: Bob Stitzinger Seagate Development Group Email: FAX: Telephone: bobs(&,seagatedevelopmentgroup.com Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Completion Date: 05/2020 Site work, fire line and underground utilities for new office/warehouse Building, 4.1 Acres. Project Budget: $607 475.00 Project Number of Days: Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Cover coullty Administrative Services Departrnent Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Designated Driveway Contractor Services Reference Questionnaire for: Cougar Contracting LLC (Name of Company Requesting Reference Information) Andrew Schmitt (Name of Individuals Requesting Reference Information) Name: Company: Jacob Huntoon EnviroStruct, LLC Email: Jacob@EnviroStruct.net FAX: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Site work, fire line, grease trap and Completion Date underground utilities for new fuel plaza and shopping center, 3.32 Acres. This included two turn lanes. 07/2019 Project Budget: $704 964.80 Project Number of Days: 90 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Corer county Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Designated Driveway Contractor Services Reference Questionnaire for: Cougar Contracting LLC (Name of Company Requesting Reference Information) Andrew Schmitt (Name of Individuals Requesting Reference Information) Name: Company: Robbie Powell Wright Construction Group Email: robbie.powell@wcgfi.com FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Site work for R.O.W. and median in Completion Date: 08/2018 relation to new roadway, 670 Linear feet. Project Budget: $323 477.06 Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7789 Designated Driveway Contractor Services Reference Questionnaire for: Cougar Contracting LLC (Name of Company Requesting Reference Information) Andrew Schmitt (Name of Individuals Requesting Reference Information) Name: David Steger Company: Manhattan Construction Email: dsteger@manhattanconstruction.com FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the frm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Site and underground utilities for new Completion Date: 08/2020 sports complex, including 2 lift stations, parking areas and roadways. Underground fire line for 5 buildings. 65.83 acres. Project Budget: $8 776 524.00 Project Number of Days: 210 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** W-9 Request for Taxpayer I Gyre Form to tine Form (%V. October 2018) Identification Number and Certification requester. Do not send to the IRS. Int R* S rvice ► Go to www.1mgov/Fb#mWV for instructions and the latest GAomretlon. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this Gne Wank. COUGAR CUTTING INC. 2 Suuun,e to name/disregarded entity name, if different Ircm above COUGAR CONTRACTING, LLC M 3 Check appropriate box for federal tax classification of the person whose name is entered on fine 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see rx instructions on page 3): p ❑ WviduaVsole proprietor or ✓❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trusuestate single -member LLC Exempt payee code (ff any) Urnited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ►to p Note: Check the appropriate box in the fine above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting *' LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code Of may) another LLC that is not disregarded horn the owner for U.S. federal trek purposes. Otherwise. a single -member LLC Lhal is disregarded from the owner should cheek the appropriate box for the tax classification of its owner. Oqw (see krsbwvoosi ► i PAaft to fccmFft WA RNrW o RrM. rn, u sl 5 Address (number, sheet, and apt, or suite no.) See instructions. Requester's narne and address (optional) 5420 DIVISION DRIVE e City, state. and 21P Uccle FORT MYERS FL 33905 7 List account number(&) here loptional) Taxpayer IdenWcadon Number Enter your TIN In the appropriate box The TIN provided must match the name given on line 1 to avoid social socurfty number this is generally your social security number (SSNr. However, fora backup wlien, For ietor, r this resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other sole _ ID — entities. it Is vour emolover identification number (EIM. If You do not have a number, see How to oat a TIN, later. Note: If the account Is In more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. MEMl Certifiodion Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certlfldwtlon kot uctiotts. You must cross out item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends an your tax return. For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement ORA), and generally, payments other than Interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Fsknature of egrre I ujL - , s"9.�01 �1 / late ► ' la U Glenwat Instructions • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise . Form 1099-MISC (various types of Income, prizes, awards, or gross noted. proceeds) Future developments. For the latest information about developments s Form 1099-8 (stock or mutual fund sales and certain other related to Form W-9 and its Instructions, such as legislation enacted transactions by brokers) after they were published, go to www.Hs.gov/Form". • Form 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An individual or entity (Forth W-9 requester) who is required to file an • Form 1098 (home mortgage interest), 1098-E (student loan interest), Information return with the IRS must obtain your correct taxpayer 1098-T (tuitlon) Identiflcation number (TIN) which may be your social security number a Form 1099-C (canceled debt) (SSN), individual taxpayer identification number QTNV), adoption taxpayer identification number (ATIM, or employer Identification number . Form 1099-A (acquisition or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person (Including a resident amount reportable on an Information return. Examples of information alien), to provide your correct TIN. returns include, but are not limited to, the following. it you do not return Form W-9 to the requester with a TIN, you might • Form 10994NT (Interest earned or paid) be subject to backup withholding. See What Is backup withholding, later. Cat. No. 10231X Forth W-9 (Rev.10-2018) ..�� COUGCUT-01 JE CERTIFICATE OF LIABILITY INSURANCE DATE 9/(MM/DD (MMlOD/YYYY) 0 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 AWA Insurance Agency 13700 Six Mile Cypress Pkwy Suite #1 Fort Myers, FL 33912 INSURED Cougar Contracting, LLC 5420 Division Dr Fort Myers, FL 33906 COVERAGES CFRTIFICATE NUMBER - air N F n112391418-1100 ( (A"- Nor(239) 418-1164 i A: FCCI Commercial Insurance Co 33472 B:Auto-Owners Insurance Company 18988 c : Evanston Insurance Co 90M D:FCCI Insurance Company 10178 E : XL Specialty Ins 12234 F: 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 DU LTRA TYPE OF INSURANCE AD.SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000'000 CLAIMS -MADE X OCCUR X GL10003832002 1/1/2020 1/1/2021 DAMAGE DAMAGE TO RENTED R occu.7ence 100,000 $ COntracutual/XCU MED EXP (Any one person] $ 5,000 X S 1,000,000 • PERSONAL &ADV INJURY ..GENERAL AGGREGATE PRODUCTS - COMP/OP AGG GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PR0. ❑ LOC JECT # 2,000,000 $ 2,000,000 OTHER' B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT �aoddent) $ 1,aOO'0 X ANY AUTO 2.652632-00 1/1/2020 1/1/2021 BODILY INJURY {Per person $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILYINJURY(Peracd_d .._S _ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE (Per acddent} _ PIP Basic S 10,OOa C UMBRF_LLA LIAB X OCCUR EACH OCCURRENCE 5,000,000 X EXCESS LIAB 1 ; CLAIMS -MADE _ MKLV2EUL103799 1/1/2020 1/1/2021 AGGREGATE_ 5,000,000 S._..... DED RETENTIONS $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? n (Mandatory in NH) 1-WC20A-72982 NIA 1/1/2020 1/1/2021 X I PER STAT.tCL — OT - ER E.L. EACH ACCIDENT $ 1'0w'000 E.L. DISEASE - EA EMPLOY 1,000,000 S Ryes dawAfteun der DESCRIPTION OF OPERATIONS 4e1ow E L. DISEASE - POLICY UMTT 1,000,000 C lPollution CPLMOL102720 4/26/2020 1 4/26/2021 Limits 2,000,000 E Inland Marine- Comme UM00060637MA20A 1/1/2020 1/1/2021 Leased/Rented 300,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: 20-7789 DESIGNATED DRIVEWAY CONTRACTOR SERVICES For any and all work performed on behalf of Collier County - Collier County is listed as addtional Insured with respects to the General Liability on a primary and non contributory basis.30 Day notice of cancellation applies. Collier County Board of County Commissioners Contractor's Licensing 3296 Tamiami Trail Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE kw ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All ngnts reservea. The ACORD name and logo are registered marks of ACORD Ca�zer CcfH.�xty Administrative Serviws Division Procurement Services Date: September 28, 2020 Email: Sarah.Hamilton@colliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #1, IFQ 20-7789 - Designated Driveway Contractor Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added the following underlined language to Scope of Work, Section 1. General Requirements: The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. Change 2. Added the following underlined language to Evaluation Criteria No. 4: Experience and Capacity of the Firm: In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. • Please provide proof that your company is licensed and insured as a General Contractor, Building Contractor, or Underground Utility and Excavation Contractor in the State of Florida. • Please provide Maintenance of Traffic or Temporary Control Certification. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. If you require additional information, please post a question on our Bid Sync (www.bidUnc.com) bidding platform under the solicitation for this project. Please si a . d return a copy of this Addendum with your submittal for the above 09/28/2020 Date Cougar Contracting LLC (Name of Firm) lar COr MV Administrative SeNoes DMslon Procurement Services Date: September 30, 2020 Email: Sarah.Hamilton@colliercountyfl.gov Telephone: (239) 252-8987 Addendum 2 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #2, IFQ 20-7789 - Designated Driveway Contractor Services The following changes are made to the above -mentioned Collier County solicitation: • Insurance Requirements amended to remove the Pollution insurance coverage requirement. 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_belew. and return a copy of this Addendum with your submittal for the above 9/30/2020 Date Cougar Contracting LLC (Name of Firm) INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hops://apps. ildfs.couilbocexemptl 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed contract Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 9/8/20 — CC 9/29/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name s CC W c l l i CLVY1 j Telephone Number TABLE OF CONTENTS TITLE PAGE TABLE OF CONTENTS EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY ........................page 3 EVALUATION CRITERIA NO.2: CERTIFIED WOMAN AND OR MINORITY BUSINESS ENTERPRISE...................................page 5 EVALUATION CRITERIA NO.3: BUSINESS PLAN ...............page 7 EVALUATION CRITERIA NO.4: EXPERIENCE AND CAPACITY OF THE FIRM........................................................................page 12 EVALUATION CRITERIA NO.5: SPECIALIZED EXPERTISE OF TEAM MEMBERS..................................................................page 22 CITY FORMS.......................................................................page 47 CR 'IV, WAYPO 1 NT Contracting, Inc. COVER LETTER AND SUMMARY October 8, 2020 Sarah Hamilton, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 SOLICITATION NO.: 20-7789 DESIGNATED DRIVEWAY CONTRACTOR SERVICES Dear Selection Committee Members, Vol 1, WAYPOINT Contracting, Inc. Waypoint Contracting, Inc. would like to thank you for the opportunity to submit our letter of interest and qualifications for the Designated Driveway Contractor Services to provide turn -around capability on dead-end streets for the waste collection vehicles of Collier County. These improvements will protect the public and private property while creating a safe environment for the residents of Collier County. Waypoint has a great understanding of the County's vision, to be the best community in America to live, work, and play. For decades we have worked closely with local and federal government entities to deliver high -quality, best value public works for their communities. For us, the community's safety and comfort are always our first priority as we accommodate our work around the citizens needs to disturb their daily routines as little as possible. Currently, Waypoint holds a continuing contract with Collier County for Public Transit Construction Projects and have been given the opportunity to complete over twenty bus stop improvements. Our experience working locally has exposed our team to local government regulations and expected site conditions, in which we are now well versed. As presented in our qualifications, the Waypoint team is more than capable of providing top of the line project management and construction expertise to ensure that the projects are completed within schedule and budget. Our proven and effective team has successfully developed several similar projects locally within the past 50 years. Overseeing the project as Senior Project Manager will be our Vice President, Jorge L. Lopez. Mr. Lopez has loads of experience and an impeccable safety record as he has worked on projects with the highest level of federal security. He is a hands-on manager with over a decade of construction management knowledge in providing general contracting services and is well informed on both the requirements and regulations in South Florida. We are incredibly excited about the potential partnership between Collier County and Waypoint. We hope our effort and enthusiasm thus far is evident, and we look forward to the next steps in the process. Sincerely, Katrina Gonzalez 786.472.6721 kgonzalez@waypointci.com City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. CERTIFIED MINORITY BUSINESS ENTERPRISE 8 WAYPO 1 NT Contracting, Inc. Waypoint Contracting is a Woman -Owned Small Business with decades of construction experience. Headquartered in South Florida, Waypoint focuses on providing exceptional Construction Management at Risk, Design -Build, Construction Management and General Contracting Services to Federal and Local Government, and Residential Properties. Below are our listed classifications: • Women Owned Small Business • Economically Disadvantage Women Owned Small Business • Hispanic American Owned aM:A lzs,zo1P-smm Guam.sa Enhemase- canawcaon(SBE - cone) m (seol. a eiviaion am. ml.mai s.,vicea o.pamn.m Osol naa.ompi.I.e v ona(see�co :)�r (SBE)lproe a a rase on(see-canal c.mricalm1'ia vain mr mr.e years provmea mal you subm.. r..p.nmbaa,.. may r..an I, �mm.aml. anon m deter, m urm. nnmv. rrI.I.. ra,wre ho co p v.11111. aa,a I. on(al"mnn.ra airy lhia enyhao)aaya.arv.filem'ion aneaiainciuee auppoa9na aoc ub.menl�a li n. unwPiv. 1 r c.im.ry Unnraniona ounry'a seB wepsne:bn b.i. Ina apparwnM m b'm ana p.nacal. on son umman Ml— nry.If naves yq e.bona or coot. y • Minority Owned Business • Small Business Enterprise (SBE) • Disadvantage Business Enterprise (DB q e•tP, U.S. SMALL BUSINESS AOMINISTBATION WASHINGTON, D.C. 20416 '�4'/9TPPR` Data: 2019-02-1820:59:32 UTC From: Office of Government Contracting To: WAYPOINT CONTRACTING INC Subject: Documents Uploaded to WOSB Program Repository SBA has received documents uploaded by you to the WOSB Program Repository. In order to submit an offer on a contract reserved for competition among ED WOSBa or WOSBa under the WOSB Program, you must be registered in the System for Award Management (SAM.gov), have Trent representation posted on SAM.gov that you qualify as an EDWOSB or WOSB, and have provided the required documents to the WOSB Program Repository. 13 C.F.R. 127.300(a). it is your responsibility to ensure you have uploaded al I of the documents required by 13 C.F.R. 127.300, remember to log into SAM.gov and update your small business cerfification status. You must update your WOSS Program Certification (WOSB or EDWOSB) in the WOSB Program Repository and your EDWOSBANOSB repreaentations and self -certification in SAM.gov as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The certification and representations are effective for a period of one year from the date of submission or update. You must update the supporting documents submitted to the WOSB Program Repository as necessary to ensure they are kept cument, accurate and complete. 13 C.F.R. 127.300(Q. In accordance with 13 C.F.R. 127.400, SBA, at its choosing, retains the authority to sm.n conduct an Eligibility Examination of your submitted documentation. t this should occur, you will be notified per the regulations. m°m1°e°° nsarsam Sincerely, sane a. zBra U.S. Small Business Admi nisttation Office of Govemment Contracting cs,Eoomsaawrn­wuna.o.nao.,.mm,a.wemrvw­ppproai oam. Apra 21, 2111-sm.111a:ma E p-cooeaas.rw (SBE-cos) m Iseol, . m pso) na noamy smao-In—Em.mna. - G.-a S. ..(SBE cas).T nh.r,,1.(ssE)proyrama�sreaea S m r,on:2a.I.I.I.I,2a.t.I.I.2,2Io.a.m,laaa.o2 or Niami-oae. co.nry:coe�. e as) ce .. Apnl�o ea onl.l wim omar�n�:m.::.: omn pnvs al iorenon ofsmamme vo�rr,a.a�n ery ni: oxic.mv. h S .01. says oencaeon anouia �naua. supposing agcum.naeon. you wai reuwe.mey anuniona ounN it you nave ery quaslrona or wnc.rna, you mey Conran ourorrice aI111-3-3111 or AA .-I Al City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. WCI BUSINESS PLAN HANDLING MULTIPLE REQUESTS WAYPOINT Contracting, Inc. At Waypoint, all projects are prioritized equally. Once a project is awarded, resources are allocated to each specific job to ensure timely completion and cost-effectiveness. Each team member is assigned a specific job which they are responsible to complete. By doing this, the management of the project runs smoothly and productivity. All clients receive equal attention from our team. The assigned team members work directly with the client to resolve any problems that may arise. These issues are promptly handled to prevent delays in the project schedule. Waypoint's time management and organizational skills are key factors that allow us to provide our clients with a hassle -free construction experience. DETAILED PLAN OF APPROACH In recent years, Waypoint completed the Morningside Tennis Center project for the City of Miami. The job was located within a residential community making safety a number one priority for our team. Being that it was near residential homes, the working hours were very strict, only being able to work Monday to Friday and only from 8:00 AM to 5:00 PM. Restricting the working hours meant running on a tight schedule but despite the issues that were presented, we turned the project over on time and within budget to a very satisfied client. When planning the job on paper prior to the start of construction, the first step was to push for expedited review of long lead item submittals in order to secure timely delivery of those items and arrive when needed for construction not to cause delay to the project. The second step was getting the staging plan approved for the site expeditiously so that we could mobilize to the site and begin the demolition phase. The sequence of the project had to be carefully coordinated. This allowed the respective trades to install all underground utilities, then begin the subgrade lifts and subsequent asphalt of the tennis courts. The asphalt had to cure for a period of twenty-one days prior to applying the athletic coating on the tennis courts. That twenty -one -day lag for the curing of asphalt had to be accounted for in the schedule and the milestone of the asphalt and surfacing of the tennis court had to be properly coordinated to ensure timely completion of the project. Please see attached sample schedule and project summary. U _ W AYpO`N� City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. 0 WAYPQINT —Contraotlnp, lna.— Morningside Park Tennis Courts Baseline CPM ID p 1F WBS Task Name Duration Start Finish Total Slack Predecessors Successors n 7,18 Ilan 14 '18 Jan 21 '18 Jan 28 '18 Feb 4,'18 Feb 11,'18 Feb 18,'18 Fe625,'18 Mar 4,'18 Mar 11,'18 Mar 18,'18 Mar 25,'18 Apr 1, to Aip, 18 1 IAP 118r 1�81 IAP 122, 181 APr 29,'18 May 6 '18 May 13,'18 May 20,'18 May 27,'18 Jun M T W T F S S I M I T I W I T I F I S S I M I T I W T F S S I M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T T F S S M T T F S S M T W T F S S M T W T F S S M T W T F S S M T IW T F S S M T'lM T F S S M T W1 T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F D 0 1 1.1 1.1.1 1.1.2 1.1.3 1.1.4 1.1.5 1.1.6 1.2 1.2.1 1.2.2 1.2.3 1.2.4 1.2.5 1.2.6 1.2.7 1.2.8 1.2.9 1.2.10 1.2.11 1.2.12 1.2.13 1.2.14 1.2.15 1.2.16 1.2.17 1.2.18 1.2.19 1.2.20 1.2.21 1.2.22 1.2.23 1.2.24 1.2.25 1.2.26 1.3 1.3.1 1.3.2 Morningside Park Tennis Courts Baseline CPM Pre -Construction Phase Administrative Conduct Pre Construction Meeting Receive NTP Submit for City Permits Receive City Permits Submit for NPDES Permit Receive NPDES Permit Submittals Submit Staging Submittal Submit Concrete Submittal Submit Paver Submittal Submit Specialty Equipment Submittal Submit Electrical Submittal Submit SWPP Submittal Submit Storm Drainage Submittal Submit HMA Submittal Submit Sealcoating & Stripping Submittal Submit Tennis Court coating & Nets Submittal Submit Fence & Gates Submittal Submit Submit Irrigation Submittal Submit Landscape Submittal Review & Approve Staging Submittal Review & Approve Concrete Submittal Review & Approve Paver Submittal Review & Approve Specialty Equipment Submittal Review & Approve Electrical Submittal Review & Approve SWPP Submittal Review & Approve Storm Drainage Submittal Review & Approve HMA Submittal Review & Approve Sealcoating & Stripping Submittal Review & Approve Tennis Court Coating & Nets Submittal Review & Approve Fence & Gates Submittal Review & Approve Submit Irrigation Submittal Review & Approve Landscape Submittal Procurement Procure Specialty Equipment Procure Electrical Light Poles 104 days 46 days 8days 1 day 0 days 2 days 5 days 2 days 5 days 25 days 5 days 10 days 10 days 15 days 15 days 5 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 10 days 25 days 20 days 20 days Wed 1/10/18 Mon 6/4/18 10 days Wed 1/10/18 Wed 3/14/18 0 days Wed 1/10/18 Fri 1/19/18 0days IWed 1/10/18 Wed 1/10/18 0 days Wed 1/17/18 Wed 1/17/18 10 days Thu 1/11/18 Fri 1/12/18 8 days Mon 1/15/18 Fri 1/19/18 8 days Thu 1/11/18 Fri 1/12/18 8 days Mon 1/15/18 Fri 1/19/18 8 days Thu 1/11/18 Wed 2/14/18 0 days Thu 1/11/18 Wed 1/17/18 0 days Thu 1/11/18 Wed 1/24/18 28 days Thu 1/11/18 Wed 1/24/18 61 days Thu 1/11/18 Wed 1/31/18 43 days Thu 1/11/18 Wed 1/31/18 33 days Thu 1/11/18 Wed 1/17/18 4 days Thu 1/11/18 Wed 1/24/18 5 days Thu 1/11/18 Wed 1/24/18 35 days Thu 1/11/18 Wed 1/24/18 69 days Thu 1/11/18 Wed 1/24/18 18 days Thu 1/11/18 Wed 1/24/18 28 days Thu 1/11/18 Wed 1/24/18 15 days Thu 1/11/18 Wed 1/24/18 66 days Thu 1/18/18 Wed 1/31/18 0 days Thu 1/25/18 Wed 2/7/18 28 days Thu 1/25/18 Wed 2/7/18 61 days Thu 2/1/18 Wed 2/14/18 43 days Thu 2/1/18 Wed 2/14/18 33 days Thu 1/18/18 Wed 1/31/18 4 days Thu 1/25/18 Wed 2/7/18 5 days Thu 1/25/18 Wed 2/7/18 35 days Thu 1/25/18 Wed 2/7/18 69 days Thu 1/25/18 Wed 2/7/18 18 days Thu 1/25/18 Wed 2/7/18 28 days Thu 1/25/18 Wed 2/7/18 15 days Thu 1/25/18 Wed 2/7/18 66 days Thu 2/8/18 Wed 3/14/18 5 days Thu 2/15/18 Wed 3/14/18 43 days Thu 2/15/18 Wed 3/14/18 33 days 3F5+5 days 3 5 3 7 3 3 3 3 3 3 3 3 3 3 3 3 3 10 11 12 13 14 15 16 17 18 19 20 21 22 26 27 5,10,11,12,13,14, 42 6 42 8 42 23 24 25 26 27 28 29 30 31 32 33 34 35 42 53,59 59 137 38 44 39 58 64 40 54 51 63 60,67 56 _ — -- -- 1 ._. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Project: Morningside Park Tenn Date: Thu 1/11/18 Task Milestone ♦ Split Summary r—­1 Project Summary Inactive Task Inactive Milestone Inactive Summary 9 Manual Task Manual Summary Rollup Start -only C External Tasks I Deadline ♦ Manual Progress Y Duration -only Manual Summary Finish -only ] External Milestone ♦ Progress Page 1 0 WAYPQINT -Contraotlnp, lna.- Morningside Park Tennis Courts Baseline CPM ID a V WBS Task Name Duration Start Finish Total Slack Predecessors Successors n7,'18 MT Jan 14 '18 Jan 21 '18 Jan1T'18 TFSSMT TFSSMT TFSSMT Feb TFSSMT 4,'18 Feb11,'18 Feb 18,'18 Fe625,'18 TFSSMT WTFSSMTWTFSSMTWTFSSMT Mar4,'18 Mar 11,'18 Mar 18,'18 Mar 25,'18 A rl,'16 A re,'18 A r15 '18 A r22,'18 A r29,'18 May6'18 TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT TFSSMT May 13,'18 May 2o,'18 May 27,'18 Jun 3,'18 TFSSMT TFSSMT TFSSMTWTFSSMTWTF 39 1.3.3 1.3.4 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 2.11 2.12 2.13 2.14 2.15 2.16 2.17 2.18 2.19 2.20 2.21 2.22 2.23 2.24 2.25 2.26 3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 Procure Storm Drainage 10 days Thu 2/8/18 Wed 2/21/18 5 days Procure Tennis Court Nets 10 days Thu 2/8/18 Wed 2/21/18 18 days Construction Phase 76 days Thu 2/1/18 Thu 5/17/19 0 days Mobilize to the Site 1 day Thu 2/1/18 Thu 2/1/18 0 days Install Construction Fence 1 day Fri 2/2/18 Fri 2/2/18 0 days Install SWPP Measures & Tree Protection 1 day Mon 2/5/18 Mon 2/5/18 2 days Establish Control 1 day Mon 2/5/18 Mon 2/5/18 3 days Safe off Electrical 1 day Mon 2/5/18 Mon 2/5/18 0 days Musco to Remove Sports Lights 3 days Tue 2/6/18 Thu 2/8/18 0 days Relocate Royal Palm 1 day Tue 2/6/18 Tue 2/6/18 2 days Demolish & Clear Existing Conditions 7 days Fri 2/9/18 Mon 2/19/18 0 days Compact and Grade Existing Subgrade 7 days Tue 2/20/18 Wed 2/28/18 0 days Rough in Underground Utilities, Storm System, & Irrigation 6 days Thu 3/1/18 Thu 3/8/18 0 days Install Geotech Fabric and 6" of Lime Rock 7 days Fri 3/9/18 Mon 3/19/18 0 days Install Tennis Net & Seating Shelter Foundations 7 days Tue 3/20/18 Wed 3/28/18 0 days Install Fence Post 7 days Tue 3/20/18 Wed 3/28/18 0 days Install Trench Drain 3 days Tue 3/20/18 Thu 3/22/18 30 days Install Light Poles at Courtyard 3 days Tue 3/20/18 Thu 3/22/18 30 days Musco to Install Sports Light Poles 3 days Tue 3/20/18 Thu 3/22/18 4 days Install Tennis Court Pavement 7 days Thu 3/29/18 Fri 4/6/18 0 days Install Flatwork, Side Walks & Pavers 5 days Thu 3/29/18 Wed 4/4/18 26 days Install Tables, Benches, Trash Receptacles & Bike Rack 3 days Thu 4/5/18 Mon 4/9/18 28 days Replace Water Fountain 1 day Thu 4/5/18 Thu 4/5/18 30 days Trim out Irrigation System 2 days Thu 4/5/18 Fri 4/6/18 27 days Install Landscape 3 days Thu 4/5/18 Mon 4/9/18 26 days Reseal & Stripe Parking Lot 2 days Tue 4/10/18 Wed 4/11/18 26 days Apply Tennis Court Coating 6 days Mon 4/30/18 Mon 5/7/18 0 days Install Fence Fabric &Wind Screen 8days Tue 5/8/18 Thu 5/17/18 0days Install Nets& Rally Board, & Seating Shelter 3 days Tue 5/8/18 Thu 5/10/18 5 days Close-out Phase 12 days Thu 5/17/18 Mon 6/4/18 0 days Achieve Substantial Completion 0 days Thu 5/17/18 Thu 5/17/18 0 days Develop Contractor Punch List 1 day Fri 5/18/18 Fri 5/18/18 0 days Address Contractor Punch List 5 days Mon 5/21/18 Fri 5/25/18 0 days Develop Owner Punch List 1 day Mon 5/28/18 Mon 5/28/18 0 days Address Owner Punch List 5 days Tue 5/29/18 Mon 6/4/18 0 days Submit O&Ms 10 days Fri 5/18/18 Thu 5/31/18 2 days Submit As-Builts 10 days Fri 5/18/18 Thu 5/31/18 2 days Achieve Final Completion 0 days Mon 6/4/18 Mon 6/4/18 0 days 29 32 6,23,8,4 42 43,28 43 43 46 44 44,45,47,48 49 50,34,39 51 52,24,40 52,33 52 52,38 52 53,54,57,30 54,55,56,24,25 59,37 59 59 59,35 62,63,31 58FS+15 days 65 65,37 60,61,64,67,66 69 70 71 72 69 69 73,74,75 51 53 43 44,45,46 48,49 49 47 149 49 50 51 52 53,54,55,56,57 58 58,59 59 59 58 65FS+15 days 60,61,62,63 69 69 64 64 69 67,66 69 69 70,74,75 71 72 73 76 76 76 6/4 40 41 ...... ••••••••••••••••••• Ill•......••• ::::::::::::::::::: 5/17 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 Project: Morningside Park Tenn Date: Thu 1/11/18 Task Milestone ♦ Split Summary r­­­1 Pr ject Summary �1 Inactive Task Inactive Milestone Inactive Summary Y Manual Task Manual Summary Rollup Start -only C External Tasks Deadline ♦ Manual Progress Y Duration -only Manual Summary r------ - I Finish -only ] External Milestone ♦ Progress Page 2 @ WAY P01 NT Contracting, Inc. Morningside Park Tennis Courts Miami, FL V., � RENOVATION GOVERMENT/ PARK SPORTS FIELD MUNICIPAL Total Contract Client Contact: Value:$1,404,740.54 Nelson Cuardas City of Miami Start I End Dates: 444 SW 2nd Avenue, 8th Floor 01/2018 - 08/2018 Miami, Florida 33130 305-416-1254 Waypoint Contracting, Inc., was awarded this best value contract to reconstruct the Morningside Tennis Center for the City of Miami. The work consisted of furnishing all materials, labor, and equipment necessary for the demolition and reconstruction of the seven existing tennis courts, plus the addition of one new court. The project also included the construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights and resurfacing, and restriping of the existing parking lot. Construction took place in an active park, which required extra precaution. The work area was enclosed to ensure the safety of the public, and so that there was no interruption of the park's regular operations. During construction, our project team discovered that the existing drainage system was deteriorated and needed to be replaced. A new system had to be designed and installed in order to allow for proper stormwater control at the park. The team worked closely with the engineer and City project staff to help design and construct the most economical and feasible solution. Waypoint was also responsible for coordinating with Musco Lighting to provide sports lighting installations. WCI FIRM HISTORY At Waypoint, we partner with our clients and communities and are fully committed to integrating their insights while staying engaged throughout the projects duration. Throughout the years we have worked hard to build solid reputations in the communities we serve as well as maintain strong relationships with vendors, and designers. We focus on the success of our client's project first and will go beyond our reach to develop effective solutions to save time and money. With our team's background, we have close to 50 years of experience working with clients on projects, similar in size and scope. As a company, we are committed to delivering the highest quality of construction services. We take pride in making the construction journey stress -free for Collier County. CR WAYPO 1 NT Contracting, Inc. 50 YEARS OFIXCELJ.EIVCE Waypoint has a deep family heritage of construction excellence with roots that date back to the early 1970's. Nearly fifty years later, is when the family business merged itstalent and experience, forming the state -of -the art company now known as Waypoint Contracting, Inc. Capitalizing on decades of construction industry proficiency and expertise, together the Waypoint team brings a wealth of knowledge across a broad range of project types throughout Florida. Placing emphasis on the client, keen attention to detail, and the ability to form cohesive teams enables Waypoint to make complex and challenging projects easy. Figure 1: Cooper City Community Center parking Figure 2: Cooper City Community Center parking City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. ABILITIES TO MEET TIME REQUIREMENTS WORKLOAD G V, WAYPOINT Contracting, Inc. The Waypoint Team is readily available and does not anticipate any difficulties in managing our workload. Our schedule is flexible, and we have the capacity to take on new assignments. Based on Waypoint's prior proven experience in the South Florida region with comparable contracts, we are more than confident in our team's ability to successfully work on multiple projects, simultaneously. Name of Project/ Owner Brief Project Description I Total Cost Contract Period # of Assigned Percent Professionals Complete Ft Myers State Farmer's Market #9 Construction of a new pre-engineered $1,242,055.63 03/2020 Current 3 5% Ft Myers, FL retail market facility Pop Travers Park Plantation, FL Renovation of Concession Building $454,321.60 06/2020 - Current 2 25% Continuing Contract for GC Public Transit Collier County, FL Renovation of bus stop $304,955.36 06/2020 - Current 2 80% Naples Airport Admin Bldg Naples, FL Construction of a modular base building $345,000.00 09/2020 - Current 2 ° 0 /° COMMITMENT Waypoint Contracting values the county's time and resources. We understand and honor the trust that our clients place in us, and will work proactively to provide our clients with the best value for their construction project. PERSONNEL NAME Eddy Gonzalez ROLE Director of Operations RESOURCE TOTAL MAN-HOURS COMMITTEDTOTAL TO EXISTING PROJECTS 25% ALLOCATION CHART •r- ALLOCATED TO THIS PROJECT 25% MAN-HOURS AVAILABLE 75% MAN-HOURS OF RESERVE CAPACITY 25% Jorge Lopez Senior Project Manager 35% 40% 50% 20% Unai Urresti Project Manager 60% 30% 20% 80% Marco Mope Superintendent 100% 35% 75% 5% Javier Gonzalez Safety Assurance/Foreman ongoing 35% 75% 10% Limreal Blanc Lead Estimator 80% 30% 20% 80% Katrina Gonzalez Bidding Coordinator 60% 15% 20% 60% City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. WCI CAPABILITIES CONSTRUCTION SCHEDULING Vol WAYPO I NT Contracting, Inc. Our ability to keep a schedule translates into thousands of dollars that could be saved in today's competitive market. Waypoint takes pride in our consistent track record of completing projects on time or ahead of schedule. We are firmly committed to maintaining schedule control. Waypoint uses MS Project to develop highly detailed and accurate schedules that are achievable and easy to understand. Using the Critical Path Method we create a three-week look -ahead schedule, which will be updated weekly to coordinate the day to day activities of the project. Activities that are on or near the critical path will be highlighted and monitored to prevent any delays. Waypoint also uses MS Project plug -ins developed and provide to us by NASA to ensure that all scheduling best practices are being met and that the schedule is logically sound. Waypoint will create several schedules of varying degrees of detail, depending on purpose or function of the particular schedule and the user's requirements for planning. The construction schedule is used by the field staff, the project manager, the superintendent and subcontractors to construct the project on time. Many of our past projects have required strategic scheduling due to owner requirements such as facilities remaining open during construction and fixed construction deadlines. Waypoint has thrived in these situations by creating in-depth and detailed project schedules prior to the construction phase to prevent issues during the project. QUALITY CONTROL A project specific Quality Control Plan (QCP) will be developed for each project. It will define the responsibilities and methods that will ensure each task is constructed in accordance with the project scope, drawings, specifications, and any subsequent change orders in a systematic and deliberate manner. Furthermore, the plan will define systems, procedures, and processes for achieving an outcome that is compliant with clients intent. This planned process is designed to provide a record of quality control activities as well as feedback to the designers of record, the client, and to other appropriate stakeholders to identify inconsistencies in the documents that affect the constructibility, utility, and/or suitability of the final product. However, the primary focus of the QCP is to ensure that the design intent and needs are met. COST CONTROL Waypoint Contracting, Inc., understands how critical it is to have early estimates. Waypoint believes that the best way to control the cost of a project is by having a full understanding of the complete project scope. We will work with our team to set realistic budgets and provide ongoing reviews to maximize every penny. In doing so, Waypoint uses a cloud -based project management software, RedTeam, which allows the project team to break down a projects budget, review actual cost, forecast cost savings, foresee and mitigate potential cost overruns all in real time. Job cost reports derived from this information are reviewed with the project executive to ensure projects will be completed within the estimated budget. City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. WCI CAPABILITIES CHANGE ORDER NEGOTIATION Should scope or a situation arise outside of what is contemplated in the contract documents, Waypoint will provide a detailed cost estimate with supporting documentation and cost breakdown to the owner for review. When possible, a minimum of three proposals will be obtained or detailed self perform cost estimates will be provided to substantiate the proposal. SAFETY PROGRAMS All projects are subject to strict conformance of Waypoint's Safety Program, the client's safety requirement, and Federal/ local regulations. Depending on the size and nature of the project a site -specific safety plan will also be provided. This plan will address specific risk associated with each project which will be submitted to the owner for review and approval. Any violation will mean immediate compliance or personnel removal from the site. Waypoint is a zero -tolerance company and a Certified Drug -free Workplace Corporation. A complete copy of Waypoint's Safety Manual is available upon request Figure 4: Asphalt Repairs at National Park Services G IV, WAYPO 1 NT Contracting, Inc. Figure 3: Sitework at Ft. Myers Farmers Market #9 Figure 5: Asphalt Placing at Morningside Park Tennis Courts City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. WCI SKILLS We are a proven and effective team, who has successfully developed similar projects locally within the past years. Our team's strength is built on the owner's values to act with urgency, make no excuses during the project, a passion to win; set goals and achieve them, and direct project involvement and commitment to delivering as promised! Collectively our team has of over 50 years of experience of collaborating with design professionals and working with municipalities to deliver the expected requirements and exceed their expectations in the process of delivery. We are familiar with the site and local conditions in Collier County as we are currently the general contractor for the City of Collier County Nine and Twelve Bus Stops. Waypoint will work with our vast pre -qualified subcontractors pool to ensure that we have participation from subcontractors that are right sized and meet the needs of the project. We will specifically involve our subcontractors from Collier County to participate. Our team has demonstrated our ability to work effectively together and has the knowledge and experience to assist Collier County with the construction service for any given project. WHY WAYPOINT CG WAYPO 1 NT Contracting, Inc. Figure 6: Concrete Pour at Ft. Myers Farmers Market ✓Successfully completed SIMILAR projects ------------------------------------------------------------------------------------------------------- ✓SUCCESSFULLY completed complex projects v1 Waypoint will OUTWORK, the larger firms ------------------------------------------------------------------------------------------------------- ✓ We have a built a REPUTATION of PROVEN success ------------------------------------------------------------------------------------------------------- ✓Limited Bureaucracy, DIRECT contact with Waypoint's owners ------------------------------------------------------------------------------------------------------- ✓ We have an EXCELLENT relationship with the City ofCoiiier County ------------------------------------------------------------------------------------------------------- ✓ We are not here for the bottom line, we want SATISFACTION City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. CAler caHMty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: Waypoint Contracting Inc. (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Chris Schlageter Project Manager (Evaluator completing reference questionnaire) Email: christopher.schlageter@copbfl.conFAX: Company: City Of Pompano Engineering Div (Evaluator's Company completing reference) Telephone: 954-270-2492 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Solar Power Free Standing RestroorTLsompletion Date: Project Budget: $450,000.00 Project Number of Days: 2019 160 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. ***UPDATED JANUARV 28, 2020*** Solicitation: for: Collier County - W*_ Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE), (Name d Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: L1,Z Company: /3C6- f T N(7 (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: L121 • J� -w D �,9l`Ieea.,,- Wi. X: 23 5-- 25 Z " LG � m1 Tele rhone: 2s Z— Ll 119 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work, Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: 13L4S 1�o y l mpyVep"e« �s Project Budget. Completion Date: 2 / %D 1W ProjectNumber of Days: d Item Criteria Score (must be completed', 1 Ability to manage the project costs (minimize change orders to scope). t° 2 Ability to maintain project schedule (complete on -time or early). / a l 3 Quality of work. 4 Quality of consultative advice provided on the project. 7 5 Professionalism and ability to manage personnel. A 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. p, / 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. ` 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. ***UPDATED JANUARY 28, 2020*** CAler caHMty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: William Vazquez Company: DOI, National Park Service (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: william_vazqueZ FAX: T 42- Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Repairs to HQ Asphalt at Project Description: Biscayne National Park Completion Date: Project Budget: $25,019 10/18/2018 Project Number of Days: 36 days Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS ion ***UPDATED JANUARY 28, 2020*** City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. FINANCIAL STABILITY G -' WAYPOINT Contracting, Inc. WAYPOINT CONTRACTING PROFIT AND LOSS January - December 2019 TOTAL Income $3,765,935.91 Cost of Goods Sold 5100 Cost of Direct Labor 347,418.86 5200 Direct Overhead 35,568.65 5300 Direct Material 336,428.44 5400 Direct Subcontract 1,814,574.87 5500 Indirect Job Expenses 160,409.47 Total Cost of Goods Sold $2,694,400.29 GROSS PROFIT $1,071,535.62 Expenses $659,071.10 NET OPERATING INCOME $412,464.52 NET INCOME $412,464.52 BANK ORGANIZATION CONTACT INFORMATION Anne M. Triana VP/Branch Manager 2317 Ponce De Leon Blvd, Coral Gables, FL 33134 W: 786.953.1325 F: 786.953.1326 toll free: 800.377.0800 www.popularbank.com El POPULAR City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. WCI TEAM MEMBERS Vol WAYPOINT Contracting, Inc. Our team is available and committed to exceeding your expectations on the success of these projects. From our prior experience we understand that successful project teams foster mutual respect, effective communication and team col-laboration. Clear and effective communication skills are vital and we have carefully selected the best team that is fa-miliar with the area and has expertise to complete the job(s). At Waypoint, we make it our mission to create an atmosphere of teamwork, integrity, and commitment with all members to focus on continuously improving what we do each day. Eddy Gonzalez Director of Operations +30 years of experience SIMILAR PROJECTS IN SIZE • Palm Springs Pathway Park • Collier County Nine Bus Stops • Collier County 12 Bus Stop • Asphalt Reapirs at Biscayne National Park. Katrina Gonzalez President/ Company Liaison +7 years of experience SIMILAR PORJECTS IN SIZE • John Mullin Park Improvements • Morningside Park Tennis Court • Cooper City Building Department Marco Mejia Superintendent +7 years of experience SIMILAR PORJECTS IN SIZE • Palm Springs Pathway Park • PS 254Q • Liberation Diploma Plus High School • Pumarejo Bridge 2.3 Km Jorge Lopez, PIMP, CPC, LEED GA Senior Project Manager +12 years of experience SIMILAR PORJECTS IN SIZE • Palm Springs Pathway Park • Collier County Nine Bus Stops • Collier County 12 Bus Stop • Asphalt Reapirs at Biscayne National Park. • Morningside park Tennis Courts Unai Urresti Project Manager +16 years of experience SIMILAR PROJECTS IN SIZE • Miami FMS #1 Life Cycle Renovation • Miami Beach Tenant Improvements • Miami Beach Interior Alterations Enrique Sabates Superintendent +10 years of experience SIMILAR PROJECTS IN SIZE • Palm Springs Pathway Park • HEFT II: • Broward Blvd Widening • AT&T Master Contract: City Of Coral Springs RFA NO: 20-13-328 Construction of Fire Station 64 Replacement and Kiwanis Park Renovation. WCI TEAM MEMBERS PROVEN MUNICIPAL PARKS EXPERTS Eddy, Jorge, and Katrina worked together on Morningside park Tennis Courts. This team already knows how to work together on similar size and scope parks for a public client, ensuring continuity and a smooth transition. PROVEN MUNICIPAL CLIENT EXPERTS PROVEN RENOVATION EXPERTS C9 WAYPO I NT Contracting, Inc. Jorge, Marco, and Enrique are currently working together on the Palm Springs Pathway Park, and Ft. Myers State Farmers Market. These projects included public space and were clear and effective -� communication skills are vital. Jorge and Unai worked together on the HARB Repair Water Dam- age caused by Hurricane Irma.The scope of this project included: Repair drywall, Replace all ceiling, Seal all concrete floors, and Re- placement damaged building/canopy City Of Coral Springs RFA NO: 20-B-328 Construction of Fire Station 64 Replacement and Kiwanis Park Renovation. G WAYPO 1 NT Contracting, Inc. • 12+years of experience in managing a variety of complex construction projects ranging from $100K to over a $100M • Actively engaged in all aspects of project management, delivering consistent leadership to the team and a thorough understanding the client's needs TYPES OF PROJECTS • General Contracting Mr. Lopez has over a decade of Project Management experience in the industry providing hands- • CM@Risk on management encouraging collaboration, inspiring teams to effectively accomplish project • Design -Build goals. He is responsible for supporting each department, assuring prompt cost-effective project • Construction Management delivery while promoting safety. His consistent leadership and innovative approach contribute to the development and implementation of systems, procedures, key performance measures EDUCATION and various management tools that keep Waypoint contemporary with industry standards. Mr. • Bachelor of Science in Lopez specializes in designing, constructing, renovating, and maintaining a variety of complex Construction Management, construction projects for government and commercial clients both large and small ranging Florida International University from $100K to over a $100M. He is a natural problem solver with a commitment to thoroughly PROFESSIONAL understanding the client's needs. REGISTRATIONS & CERTIFICATIONS • Project Management PROJECT EXPERIENCE Professional (PMP #1624830) GOVERNMENT • American Institute of Repair Water Damage Hurricane Irma, HARB, FL- hurricane repairs to mulitple buildings. Constructors Certified Sunny Lakes Community Center Renovation, Davie, FL- interior renovation and installation of Professional Constructor a new package lift station, water service and force main. (CPC #8657) Windermere Community Center, Lauderhill, FL- relocation of existing basketabll court and • LEED Green Associate installation of new canopy. (Certification #10679250) St. George Park & Community Center Improvements, Lauderhill, FL- ADA and other • State of Florida Certified improvements to the existing community center. General Contractor Cooper City Building Department, Cooper City, FL- complete remodel of the building (CGC1519415) • USACE Construction Quality department. Control for Contractors Phichol Williams Community Center, Homestead, FL - complete demolition and reconstruction • First Aid / CPR of the community center. • OSHA 30 John Prince Park Fountains, West Palm Beach, FL- ADA compliance upgrades • DoD Clearance — Top Secret Cooper City Community Center Interior Renovations, Cooper City, FL- complete interior renovation. North Broward Service Center Interior Renovations, Broward County, FL - painting of the first and second floo of the sercive center Florida City State Farmers Market, Florida City, FL - hurricane repairs to the roof Convoy Point Building Storm Repair, Homestead, FL - hurricane repairs performed throughout the building. G WAYPOI NT Contracting, Inc. Miami Air Route Playground, Miami, FL - restoration of the Playground for the Miami Air Route Traffic Control. Morningside Park Tennis Courts, Miami, FL- demolition and reconstruction of the existing seven tennis courts, and the addition of one new tennis court; construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights, and resurfacing and restriping of the existing parking lot Go Bond Sadkin Community Center Improvements, Lauderhill, FL - new-cantivlevered Canopy & Installation of Bleachers, scoreboards and all basketball hoop accessories. John Mullin Park Improvements, Lauderhill, FL - repair & replacement of sidewalk, netting, basketball courts fencing, and bathrooms. Sandspur Park Restroom, Pompano Beach, FL- ground -up stand-alone restroom structure Dog Park Restroom, Pompano Beach, FL - ground -up stand-alone restroom structure Sunny Isles Beach Fire Station #10, Sunny Isles, FL - new construction of Fire Station #10. ACP#3 and ACP#4 Design -build — Defense Logistics Agency Facility, Susquehanna, PA, - design and construction of an integrated system of active and passive vehicle barriers at two (2) entry control points to stop threat vehicles from breaching a secured compound perimeter. NOAA NSOF Satellite Facility Mechanical and Electrical System Upgrades- phase renovation of the NOAAfacility that involved doubling the power, UPS, and cooling capacity of an N+2 redundant series of critical systems and rooms that were fully operational and could not be shutdown. USACE Upgrades to Access Control Points 3 & 4, New Cumberland, PA- design -build upgrade of Access Control Points 3 and 4 at the Defense Distribution Center Susquehanna in New Cumberland, Pennsylvania. MDC- Data Processing Center Settlement Remediation — GSA Project #Z00072-GOB227- the settlement remediation of part of Miami Dade County's Data Processing Center DIB FAA ARTCC Major Mechanical and Electrical Upgrades, Miami Florida- phase renovation of the Miami FL, ARTCC facility that involved the replacement of two 300-ton chillers, four chilled water pumps, four 325-ton cooling towers, three 60hp vertical turbine pumps, and seven computer room air units, all without disruption of mission -critical services at the ARTCC in Miami, Florida qV .1 1­1t .. - '11W _EWA TYPES OF PROJECTS • General Contracting • CM@Risk • Design -Build • Construction Management EDUCATION BERGEN COUNTY COMMUNITY COLLEGE, NEW JERSEY. • Blueprint Reading • OSHA 30 • Bluebeam Revu 2019 • Fit Out Roofing Estimating PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • DOB Supported Scaffold • NYPD Construction Site Fire Safety Manager Course • Site Safety Manager • Fire Protection and Prevention • Excavations • Site Safety Plan • Site Safety Training Card G WAYPOINT Contracting, Inc. • 7+ years experience in the Construction Industry • Proactive problem solver with the innate ability to anticipate challenges Mr. Mejia is an experienced superintendent with a background and understanding of the construction industry. Having this knowledge compliments his skills and his experience, allowing ease when managing the day-to-day field operations of construction projects. He is responsible for handling all account functions as it pertains to all records related to labor and material costs including task orders and/or larger lump sum institutional and/or commercial construction projects. Mr. Mejia also reviews the contract documents to ensure they are consistent with the industry and company standards, as well as verifies that all work is getting done in a proper and precise order. In addition, Mr. Mejia travels to job sites within a providing day to day field updates to management, subcontractors, customers and peer groups to make sure upcoming events/ meetings are effectively communicated and proactively attended. PROJECT EXPERIENCE Pumarejo Bridge 2.3 Km. Barranquilla, Colombia. - Hot work operations, Box Culverts, barge maintenance. PS 254Q Queens, New York. - Exterior masonry, roof and parapet replacement, exterior and interior improvement. Liberation Diploma Plus High School Brooklyn, New York - Installations of Basketball hoops in the auditorium/gymnasium, repairing and painting walls, installation of a flood zone athletic floor and wall pads, installation of new stage lighting, curtains and drapery. GNW WAYPOINT Contracting, Inc. 20+ years of cost estimating projects of moderate -to -high complexity for residential, commercial, and industrial markets TYPES OF PROJECTS Limreal "Lim" Blanc has 20+ years of expereience as a senior executive in project management, project implementation, cost engineering and field engineering experiences. His vast knowledge • General Contracting and experience translates into his ability to achieve strategic and team problem solving solutions • CM@Risk for a better project delivery in the fi eld of business development construction and engineering. • Design -Build Lim has worked on some of South Florida's exceptional projects such as: Gibson Park, • Construction Management Grapelands Park, Broward County's Sheriff Lab, several of Miami -Dade County Public School Projects, Miami Dade College, Homeland Aquatic Facility, and the FITTEAM Ballpark of the EDUCATION Palm Beaches - the training facility for the Houston Astros and Washington Nationals. The FITTEAM was designed and built in just 18 months. Limreal is a certifi ed Cost Estimator and • Bachelor of Science in Florida adjuster. He also lead the training and estimating development for the South Florida Business Administration, Chapter of the American Society of Professional Estimators. Reinhardt University • Plans Reading Course, Gold Coast School of Construction PROJECT EXPERIENCE PROFESSIONAL RECREATIONAL REGISTRATIONS & CERTIFICATIONS Ball Park of the PALM Beaches - New Astros I Nationals Spring Training Center. • Doral Park, Doral, FL - Site cleaup New Park Facilities and clubhouse. • Project Management Certifi Cate • Doral Meadows Park - New ball fields and Ammenities. • Business &Financial Management Certifi cate Grapeland Park - New Water, Ball Filed Park, Rec Hall. • Xactimate Certifi ed Broward Regional Park - New Regional Park. • Certifi ed Construction T.Y Park Rehabilitation, Broward County Parks and Rec- New park improvements and Estimator amenities • Pompano Aquatic Facility, City of Pompano Beach - New Pool and Office complex. PROFESSIONAL 0 Lakewood Park, St Lucie County - New Regional Park. ASSOCIATIONS 0 Marathon Community Park, City of Marathon - New community Park and Amphitheatre. • Vero Beach Community Cent I Gym, City of Vero Bch, FL - Gymnasium and Community • American Association of Center. Professional Estimator: ASPE • FIU Recreational Center, Florida International University - New 48,500 Sf Gymnasium. • Member of America Association for Cost Engineering. AACE Wellington Green Gym, Village of Wellington - New Gymnasium Addition. • South Bend Park, St Lucie County - New Park Facility. • Volunteer Park, City of Plantation - New Park Facility. • South Beach Park, City of Boca Raton - Improvements to ext park. • Equestrian Club House, Centerline Commercial - Outdoor Facility Site Furnishings. • Black Diamond Club House, Centerline Commercial - Outdoor Facility Site Furnishings. • South West Recreation Center, City of Pompano Beach - New Community Center. G WAYPOINT Contracting, Inc. 16+ years of project and operation management experience in commercial and residential construction Experienced manager, with a firm understanding of time management as it pertains to the workforce process and adherence of scheduling. Mr. Urresti Corta has several years of operations management experience in the construction TYPES OF PROJECTS industry. His experience and repeated success is specialized in solving problems that could possibly • General Contracting delay construction and add to construction cost. He has succesully managed subcontractor/ • CM@Risk craft workforce to meet deadlines and takes a proactive approach to communicating schedules, • Design -Build holding all team members accountable for projects. Unai is extremely knowledgeable and works • Construction Management with each of the crew to accompllish task, including teaching and mentoring individuals in the crew EDUCATION that are less experienced, maintaining tools, cords and equipment so that they are kept in good • Bachelor of Science in working order and are safe for use. Business Administration, Reinhardt University • Plans Reading Course, Gold PROJECT EXPERIENCE Coast School of Construction Miami FMS #1 Life Cycke Renovation, Miami, Florida - demolition and renovation of the 7,100sq. ft. facility. Miami Beach Tenant Improvements, Miami Beach, Florida - construction of interior buildouts for PROFESSIONAL various housing projects for the City of Miami Beach Housing & Community Services Department. REGISTRATIONS & CERTIFICATIONS Miami Beach Interior Alterations, Miami Beach, Florida - interior alterations of the Code • OSHA 30 Compliance suite located at 1680 Meridian Avenue on Miami Beach. • CMA • CMR A' G WAYPO I NT Contracting, Inc. ` 7+ years experience in the Construction Industry • Bachelor's Degree in Supervision and Management TYPES OF PROJECTS • General Contracting • CM@Risk • Design -Build • Construction Management EDUCATION • Master of Science in Construction Management, Florida International University • Bachelor of Science in Supervision and Management, Miami Dade College PROFESSIONAL REGISTRATIONS & CERTIFICATIONS • First Aid/CPR • SBA Emerging Leader CMAA • Contract of Administration SOP • CMAA Cost Management SOP • CMAA Project Management SOP CMAA Quality Management SOP • CMAA Safety & Risk Management SOP • Certificate of Proficiency for CMDP Ms. Gonzalez is leading the company applying the same values that were passed down from the generations before. With a Bachelor's degree in Supervision and Management and experience gained through years of working at several South Florida construction firms, she brings a wealth of knowledge and diversified expertise to the company. She is also responsible for establishing the strategic direction for the Waypoint, setting attainable goals for the organization. Not afraid to get her hands dirty, Ms. Gonzalez is actively involved in projects, applying her keen sense of attention to detail and thoroughness to each task. Whether she's bringing in new clientele or marketing the brand, her goal is always to ensure quality. Determined to be a catalyst for change, she is dedicated to providing our clients with exceptional construction experience and is committed to promoting the presence of women in construction. PROJECT EXPERIENCE GOVERNMENT Sunny Lakes Community Center Renovation, Davie, FL - interior renovation and installation of a new package lift station, water service and force main. Windermere Community Center, Lauderhill, FL - relocation of existing basketabll court and installation of new canopy. St. George Park & Community Center Improvements, Lauderhill, FL - DA and other improvements to the existing community center. Cooper City Community Center Interior Renovations, Cooper City, FL - complete interior renovation. Cooper City Building Department, Cooper City, FL - complete remodel of the building department. Phichol Williams Community Center, Homestead, FL - complete demolition and reconstruction of the community center. John Prince Park Fountains, West Palm Beach, FL - Project consists of ADA Compliance upgrades. North Broward Service Center Interior Renovations, Broward County, FL - painting of the first and second floo of the sercive center Florida City State Farmers Market, Florida City, FL - hurricane repairs to the roof. f Convoy Point Building Storm Repair, Homestead, FL - hurricane repairs performed throughout the building. G WAYPO I NT Contracting, Inc. Miami Air Route Playground, Miami, FL - restoration of the Playground for the Miami Air Route Traffic Control. Morningside Park Tennis Courts, Miami, FL- demolition and reconstruction of the existing seven tennis courts, and the addition of one new tennis court; construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights, and resurfacing and restriping of the existing parking lot Go Bond Sadkin Community Center Improvements, Lauderhill, FL - new-cantivlevered Canopy & Installation of Bleachers, scoreboards and all basketball hoop accessories. John Mullin Park Improvements, Lauderhill, FL - Project consists of the repair & replacement of sidewalk, netting, basketball courts fencing, and bathrooms. Sandspur Park Restroom, Pompano Beach, FL - ground -up stand-alone restroom structure. Dog Park Restroom, Pompano Beach, FL - round -up stand-alone restroom structure. TYPES OF PROJECTS • General Contracting • CM@Risk • Design -Build • Construction Management EDUCATION • Bachelor of Science in Construction Management, Florida International University G WAYPOINT Contracting, Inc. • 30+ years of construction experience in the South Florida area for residential and commercial projects. • Dynamic leader that ensures projects are on time and within budget • Specialized experience in ADA upgrade construction Eddy Gonzalez is an accomplished construction professional that brings over 30 years of expertise and experience in construction and management. As Director of Operations, he is responsible for business functions, ensuring that each project is delivered with the highest level of service and quality — making sure that budgetary guidelines are met. With a degree in Construction Management adding to his dynamic leadership skills, Mr. Gonzalez is able to lead project teams to success. Under Mr. Gonzalez's leadership, he oversees performance making sure that the strategy is clearly defined, to in return maximize teamwork, and ultimately allow Waypoint to deliver successful projects while maintaining morale. PROJECT EXPERIENCE PROFESSIONAL GOVERNMENT REGISTRATIONS & Sunny Lakes Community Center Renovation, Davie, FL - Waypoint Contracting, Inc., was CERTIFICATIONS selected to demolish and renovate the interior of the existing structure, install a new package lift • State of Florida Certified station, water service, and force main. General Contractor Windermere Community Center, Lauderhill, FL - Waypoint Contracting, Inc., was selected to PROFESSIONAL relocate the existing basketball court and install new canopy over the new basketball court. ASSOCIATIONS John Prince Park Fountains, West Palm Beach, FL - Project consists of ADA Compliance • Former Director of the Latin upgrades. Builders Association St. George Park & Community Center Improvements, Lauderhill, FL - ADA and other • Former Member of Florida improvements to the existing community center. Educational Facilities Planners Phichol Williams Community Center, Homestead, FL - complete demolition and reconstruction Association of the community center. • Former Board Member of ABC Cooper City Community Center Interior Renovations, Cooper City, FL - complete interior renovation. Cooper City Building Department, Cooper City, FL - complete remodel of the building department. North Broward Service Center Interior Renovations, Broward County, FL - painting of the first and second floo of the sercive center Florida City State Farmers Market, Florida City, FL - Thurricane repairs to the roof Convoy Point Building Storm Repair, Homestead, FL - hurricane repairs performed throughout the building. Miami Air Route Playground, Miami, FL - restoration of the Playground for the Miami Air Route Traffic Control. G WAYPOINT Contracting, Inc. Morningside Park Tennis Courts, Miami, FL - The work consisted of furnishing all materials, labor, and equipment necessary for the demolition and reconstruction of the existing seven tennis courts, and the addition of one new tennis court; construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights, and resurfacing and restriping of the existing parking lot. Go Bond Sadkin Community Center Improvements, Lauderhill, FL - Project scope includes: New-cantivlevered Canopy & Installation of Bleachers, scoreboards and all basketaball hoop accessories. John Mullin Park Improvements, Lauderhill, FL - QA/QC Manager. Project consists of the repair & replacement of sidewalk, netting, basketball courts fencing, and bathrooms. Sandspur Park Restroom, Pompano Beach, FL - ground -up stand-alone restroom structure. Watson Island Restrooms - New Construction of a restroom building for the Miami -Dade Parking Authority. FDOT - Sunguide Intelligent Transportation Repairs, Miami, FL - Rehabilitation to exterior finish and waterproofing of existing building. Country Club of Miami Storm Water, Miami, FL - New irrigation system, storm water mitigation, 36 holes. Country Club of Miami Driving Range, Miami, FL - New entrance to club, parking spaces, driving range, practice facility. Kendall Soccer Park, Miami, FL - Artificial turf soccer fields, parking lot, building. African Heritage Cultural Center, Miami, FL - Two-story building with dual portables (CM@Risk). Martin Luther King, Jr. Park, Miami, FL - Two,one-story Recreational Buildings. Haulover Marina Dockmaster Complex, Miami, FL - New dockmaster facility. Miami Circle, Miami, FL - New construction of South Florida landmark. Doral Park Building, Doral, FL - - QA/QC Manager for the design -build of a 1,042 sq ft restroom & storage room. `f 1 ii rd 6 tr � I t a fs' WCI LICENSES _ 1 R- DcSa^:,t. Govcvro' Haley tresecars. SccrCidry - �t- STATE OF FLORIDA "RF DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES LOPEZ, JORGE LUIS WAYPOINT CONTRACTING INC i 1324 NW 29TH ST N MIAMI FL 33142 LICENSE NUMBER: CGC1519415 EXPIRATION DATE: AUGUST31,2022 Always verily Ikenses online at MyFloridaLkemecom OSO tr£ `< Do rat after this document in any torn. r° This is your license. It is unlawful for anyone other than the Ikensee to use this document ❑� Fr c�/:. G .I. WAYPO 1 NT Contracting, Inc. State of Florida Department of State I cenify 6rcnn the rec wd9 of thin office that WAYPOINT CONTRACTINO INi is a corpomuwt orgmuzed under [lie laws of the State of Florida. filed ot[ Novembet 29. 2016. effective November 39, 2016. The docWnerd number of this corporation is P1600D094860. I further cerfity that said corporation has paid all fees due this office through December 31. 2020, that its mom recent smitud reportlutuform business relwo was filal on March 13. 2070, and Ihal ils stalus is active, 1 firther certify that sand cosptxauon luts nM filed Articles of Diescdulion G6— w d,, Mr Awd and ihr Gr w Srul f&, Slutr of R—A, rn Tonal—' rhr C.griar. b!, br 77 brlab drnoflldrrh, :O:U t ,y W--wl Secretary of State t,ad,naxaear, tags-r=cscn Yw aUi4KkweVW tatmare.efsp e,r fwpwtul ercr,rtim, �� nwneea. aup ui. feaor 1hr fnln.nL,ns dNy Pled. anyrrnarlas.wwbcare�FabavCmdkauOtl uuuce'entlev.Auu�•.ri �n�: •. City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. WCI LICENSES NORMI " G WAYPOINT Contracting, Inc. (National Organization of Remediators and Mold Inspectors) Contractor's Education and Training Provider -10111"M bestows upon the here named recipient, the title om Certified [AG/Mold Assessor Unai Urresti Having completed sufficient hands-on, practical training in the areas Advanced Mold Assessment, Screening Techniques, Protocol Writing, NORM/ Professional Practices and Mold Removal, having at the criteria required by the NORMITM Board of Directors Including a minimum of 14 hours ofassessment education and having passed a proctored examination, this certification Is hereby granted with all the rights and privileges attached hereto and authenticated by signature herewith. N . • RM1 FEIOR,IEI Executive Direcfo� D. Douglas Hoffman o MEMBER #30105 Current Active Certification Status May Be Verified at Dale of Certification: 0]/o]/2020 h ttp://www. NORMIPr—mo, NORMI " (National Organization of Remediators and Mold Inspectors) WWWW' Contractor's Education and Training Provider bestows upon the here named recipient, the title on Certified Mold Remediator Una! Urresti Having completed sufficient 14 hrs. of practical training in the areas Mold Evaluation, Remediation/Sanitization Techniques, IICRC 5500, EPA, NY, NORMI Professional Practices, mold, moisture, and personal protection equipment, having met the criteria required by the Board of NOW-, including a proctored examination, this certification is hereby granted with all the rights and privileges attached, authenticated by signature. N RMY 111. :111 Executive Dire D. Douglas Hoffman *-ly a MEMBER #13190 Date of Certificati1n:0]/0]/2020 Current Active Certification Status May Be Verified at,.�L. http.IAv ..NORMiPm.com City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. WCI INSURANCE WAYPOINT Contracting, Inc. A� �® CERTIFICATE OF LIABILITY INSURANCE F DATE (MM/DD/YYYY) 2/6/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NTA T NAME: FA A/c NN Ext: (305)496-2271 q/C, No: RSC Insurance Brokerage, Inc. E-MAILS:certificates@kahn-carlin.com ADDRES 3350 S Dixie Hwy INSURERS AFFORDING COVERAGE NAIC # INSURERA:Monroe Guaranty Ins Cc 32506 Miami FL 33133 INSURED INSURERB:FCCI Insurance CO 10178 INSURER C: National Trust Insurance CO 20141 Waypoint Contracting, Inc. INSURER D: Lloyd's Of London PO BOX 420008 INSURER E : INSURER F: Miami FL 33242 COVERAGES CERTIFICATE NUMBER:CL199930144 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE ❑X OCCUR DAMAGE(RENTED PREMISESS Ea occurrence PREMI $ 100,000 MED EXP(Any one person) $ 10,000 GL100046991-01 6/30/2019 6/30/2020 PERSONAL &ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO - POLICY OX JECT PRO- ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000, 000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ B ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS CA100015294-02 6/30/2019 6/30/2020 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X NON -OWNED HIREDAUTOS N AUTOS X UMBRELLALIAB N OCCUR EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 B EXCESS LIAB CLAIMS -MADE DED X RETENTION $ 10,000 $ UMB100025766-01 6/30/2019 6/30/2020 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N X I PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE C OFFICER/MEMBER EXCLUDED? ❑N/A (Mandatory in NH) 010-WC19A-76368 6/30/2019 6/30/2020 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 000 000 D Professional Liability FEI-CEO-11403 9/6/2019 9/6/2020 General Aggregate/Occurrence $1,000,000 Deductible - Per Claim $10 , 00 0 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Proof of Insurance Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE M Christian/GENFLO © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. G WAYPOINT Contracting, Inc. NPS Biscayne National Park Headquarters Asphalt Repairs Homestead, FL RENOVATION GOVERMENT/ PARK MUNICIPAL Total Contract Value: $25,019.00 Start / End Dates: 01 /2018 - 03/2018 Client Contact: William Vazquez National Park Services 40001 SR 9336 Homestead, FL 33034 william_vazquez@nps.gov Waypoint Contracting, Inc., was selected to make asphalt repairs and construct a new retaining wall at NIPS Biscayne National Park Headquarters The scope of this project included: • Construction of a new 25-ft long, 3-ft high concrete retaining wall • 2000sq. ft. of miscellaneous asphalt repairs throughout • New parking lot striping • Installation of new wheel stops for parking lot City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. Sunny Lakes Park Community Center Renovation Z'S Town Of Davie, FL. RENOVATION GOVERMENT/ PARK MUNICIPAL Total Contract Value: Client Contact: $1,159,945.86 Gerardo Diaz 6591 Orange Drive, Town of Start / End Dates: Davie, FL 33314 Project in progress 954-355-8814 Complete 97% lk G WAYPOI NT Contracting, Inc. Waypoint Contracting, Inc., was selected by the Town of Davie for the Interior Renovation of the Community Center. Waypoint was responsible for the demolition of the existing interior of the building which was remodeled and exterior repairs. The scope of this project included: Renovation of the electrical, mechanical and plumbing system. • Replacement of overhang ceiling and roof downspouts . Complete new fixtures, units, and system was replaced. • Installation of new Awning. New Fire Alarm System installed. • Installation of Exterior Impact Doors/ French Doors. Complete renovation of finishes including flooring, drywall, ceiling, painting, • Fencing and Gates installed. blinds, fire extinguishers, new doors and frames, windows, window sills, kitchen • Landscaping work including sod and plants. millwork and bathrooms. • New ramp and sidewalk including railing at ramp area. New railings installed at balconies and stairways. • Installation of Shutters. Re Paint of the Exterior of Building. • Stucco Repairs. Deck repairs completed: installation of structural members and replacement of deck boards. * uuu unn 0 K �O . Morningside Park Tennis Courts Miami, FL V., � RENOVATION GOVERMENT/ PARK SPORTS FIELD MUNICIPAL Total Contract Client Contact: Value:$1,404,740.54 Nelson Cuardas City of Miami Start I End Dates: 444 SW 2nd Avenue, 8th Floor 01/2018 - 08/2018 Miami, Florida 33130 305-416-1254 Waypoint Contracting, Inc., was awarded this best value contract to reconstruct the Morningside Tennis Center for the City of Miami. The work consisted of furnishing all materials, labor, and equipment necessary for the demolition and reconstruction of the seven existing tennis courts, plus the addition of one new court. The project also included the construction of a new plaza with seating, tables, and other site furnishings; installation of landscaping, an irrigation system, a pre -fabricated tennis practice wall, new fencing, security lights and resurfacing, and restriping of the existing parking lot. Construction took place in an active park, which required extra precaution. The work area was enclosed to ensure the safety of the public, and so that there was no interruption of the park's regular operations. During construction, our project team discovered that the existing drainage system was deteriorated and needed to be replaced. A new system had to be designed and installed in order to allow for proper stormwater control at the park. The team worked closely with the engineer and City project staff to help design and construct the most economical and feasible solution. Waypoint was also responsible for coordinating with Musco Lighting to provide sports lighting installations. WAYPOINT Contracting, Inc. pompano beach_ Florida's Warmest Welcome Dog Park Restroom Pompano Beach, FL RENOVATION GOVERMENT/ MUNICIPAL Total Contract Value: $220,654.25 Start / End Dates: 04/2019 - 06/2019 PARK Client Contact: Tammy Good City of Pompano Beach 1201 NE 51hAvenue, Pompano Beach, FL 33060 954-786-5512 Waypoint Contracting Inc., was selected by the City of Pompano Beach to build from the ground up a stand-alone restroom structure at Dog Park. The restroom features a self-sufficient solar water heater and power system, providing the City with a long lasting sustainable design. Frequent communication and planning with the County was necessary in order to successfully coordinate water and sewer utility connections and to adhere to the construction schedule. Construction took place during the park's normal operational hours, which required site protection and security to preserve the general safety of the public. An MOT (maintenance of traffic) plan was also submitted and implemented, to maintain traffic during installation of utilities. G WAYPOINT Contracting, Inc. G_ WAYPOI NT Contracting, Inc. 0 FIELD ~' MAIHTEW — 5I1���#1F-- Department of Military Affairs FMS 1 Renovations Miami, FL V1,I, RENOVATION GOVERMENT/ SECURED MUNICIPAL FACILITIES P Total Contract Value: Client Contact: $634,558.99 Fred Levinson Department of Military Affairs Start / End Dates: 11/19 - 700 NW 28th St, Miami, FL 05/06/2020 33127 Waypoint Contracting, Inc., was selected by the Army National Guard to Renovate existing library into new ADA accessible unisex toilet and shower and add lockers. Install new fi nishes and fi xtures. Add new water and waste piping to accommodate new restroom in phased process. The scope of this project also included: • Re -roof entire building and re-route existing roof drainage to use scuppers add downspouts versus interior roof drains. • Replace existing window louvers with new weather resistant louvers. • Install new led lighting in vehicle bays • Add 3 new data drops in vehicle bays. • Paint all interior walls & doors For WCI LETTER OF INTENT WAYPOINT Contracting, Inc. Waypoint Contracting, Inc. has a pre -qualified list of sub -contractors that they intend to use when the time is appropriate. The below subcontractors have signed a letter of intent: 1. True Haul, LLC 2. Ron Beecroft, Inc. 3. Arazoza Brothers Corporation City Of Collier County IFQ NO: 20-7789 Designated Driveway Contractor Services. r WAYPOINT Contracting, Inc. Letter of Intent from Waypoint Contracting, Inc. This is to advise you that, you have been added as part of the sub -contracting pool for IFQ 20-7789 Designated Driveway Contractor Services. Worked to be performed by Ron Beecroft, Inc. • Concrete Signature 1'617 Title Date Phone: (786) 608-1406 - Mailing: PO Box 558482 Miami, FL 33255 - www.waypointci.com Vol WAYPO 1 NT Contracting, Inc. Letter of Intent from Waypoint Contracting, Inc. This is to advise you that, you have been added as part of the sub -contracting pool for IFQ 20-7789 Designated Driveway Contractor Services. Worked to be performed by True Haul, LLC • Haul and supply aggregate Signature Title Date W'LC Phone: (786) 608-1406 - Mailing: PO Box 558482 Miami, FL 33255 - www.waypointci.com AYO I T Contracting, Inc. Letter of Intent from Waypoint Contracting, Inc. This is to advise you that, you have been added as part of the sub -contracting pool for IFQ 20-7789 Designated Driveway Contractor Services. Worked to be performed by Arazoza Brothers Corporation • Landscape • Irrigation P'(16 t V7 A /7 /W7_*1 Signature Title Date Phone: (786) 608-1406 - Failing: Po Box 558482 Miami, PL 33255 - www.waypointcl.com Arazoza Bros., Corp. PO Box 924890, Homestead FL 33092 Phone: 305-246-3223 Fax: 305-246-0481 To Whom It May Concern Arazoza Brothers Corporation is a fully bonded and insured Landscape, Irrigation, Mitigation, and Maintenance Contracting Company founded in February 1988. It is a family run operation priding itself on superior workmanship and plant selection, as well as timely and satisfactory completion of landscape contracts. In the past thirty years Arazoza Brothers Corporation has grown steadily on the strength of our improving reputation and respect for our client's needs and concerns. During this time we have completed many landscape construction projects of a variety of scopes. These projects range from residential homes and developments to government parks, roads and state highways. We have completed jobs from Key West to as far north as Jacksonville. Arazoza Brothers also operates 300 acres of field and container grown plant material under the name Agri Brothers Corporation. Agri Brothers is a wholesale nursery servicing other landscape companies, as well as growing plant material for upcoming Arazoza Brothers landscaping projects. All this helps to make Arazoza Brothers a complete package for our customers. Enclosed you will find other pertinent company information. Cordially Albert A azoza President Cdliev County Adminstative Services Depart ent Procurement $ery D "sim Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: l� General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement UV Form 2: Conflict of Interest Certification Iy Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - htto://dos.mvflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposalibid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE �p E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. For 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. pp Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All fors must be executed, or you MAY be DEEMED NON -RESPONSIVE. Vendor W-9 For. VVendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑ The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. Iy County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARY 28, 2020*** Collier County Adnunstrabve Services Deparhvnt Proanen tse,c D,vi Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. INWITNESSREOF, WE have hereunto subscribed our names on this 8 day of October , 2020 in the County of mift .--. ' intheStateof FIOf1Qq Firm's Legal Name: Waypoint Contracting, Inc. Address: 7955 NW 12 ST STE 400 City, State, Zip Code: Dural, FL 33126 Florida Certificate of Authority Document Number Federal Tax 81-4602789 Identification Number *CCR # or CAGE Code 7TLU1 *Only if Grant Funded Telephone: 786-608-1406 Email: kgonzalez@waypointci.com Signature by: (Typed and written) Title: Katrina Gonzalez, President ***UPDATED JANUARY 28, 2020*** Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Katrina Gonzalez Title: President Address: 7955 NW 12 ST STE 400 City, State, ZIP Dural, PL 33126 Telephone: 786-608-1406 Email: konzalez@waypointci.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: ***UPDATED JANUARY 28, 2020*** Collier County Administrative Semv Department Rr mment Se,Dmsm Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Waypoint Contracting, Inc. Company Name O.G L t &L:.l_ I - r0 Signature Katrina Gonzalez, President Print Name State of Florida County of Miami -Dade The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online notarization, this a day of October (month), 202o (year), by Katrina Gonzalez (name of person acknowledging). ersonally Known OR Produced Identification Type of Identification Produced (Signature of Notary Public - State of Florida) Tamara Devos (Print, Type, or Stamp Commissioned Name of Notary Public) TAMARA DEVOS - MY COMMISSION 0 GG082792 "yoa, EXPIRES April 03.2021 ***UPDATED JANUARY 28, 2020*** Collier C01414ty Administrative Services Departneot Ro .r nt SeNk Ds", Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (httl)s://www.e-verify.gov/), at the time of the submission of the Vendor's proposallbid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposallbid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Waypoint Contracting, Inc. Katrina Gonzalez, State of Florida County of Miami -Dade Company Name 1 U Signature Print Name and Title The foregoing instrument was acknowledged before me by means of O physical presence or O online notarization, this 8 day Of nrtnher (month), 2020 (year), by Katrina Gonzalez (name of person acknowledging). toil �c�1ec� � (Signature of Notary Public - State of Florida) Tamara Devos (Print, Type, or Stamp Commissioned Name of Notary Public) rsonally Known OR Produced Identification ;:'•': , ;w••'`%; TAMARA DEVOS I Type of Identification Produced ;y, • My COMMISSION # GG089792I '7'✓q lor EXPIRES April 03. 2021 '••UPDATED JANUARY 28, 2020""' Coder County Administrative Services Department Procurement Sery Di 6" Form 4: Vendor Submittal — Local Vendor Preference Cerlificati (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑ Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ❑ Lee (Including Owner(s) or Corporate Officers): If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties ofperiury. I certify that the information shown on this form is correct to my knowledge. Company Name: Address in Collier or Lee County: Signature: Date: Title: ***UPDATED JANUARY 28, 2020*** -so� ler County Administrative Services Division Prowrement Services Date: September 28, 2020 Email: Sarah.Hamilton(a),colliercountl�fl.eov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #l, IFQ 20-7789 - Designated Driveway Contractor Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added the following underlined language to Scope of Work, Section 1. General Requirements: The Contractor shall be a Certified General Contractor, Certified Building Contractor, or Certified Underground Utility and Excavation Contractor with the State of Florida. Certification must be current to perform any work under the resultant Contract. Contractor must also be licensed to operate in Collier County. The Contractor and all employees shall comply with applicable Federal, State and Local laws and regulations. Change 2. Added the following underlined language to Evaluation Criteria No. 4: Experience and Capacity of the Firm: In this criterion, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Describe the various team members' successful experience in working with one another on previous projects. • Please provide proof that your company is licensed and insured as a General Contractor, Building Contractor, or Underground Utility and Excavation Contractor in the State of Florida. • Please provide Maintenance of Traffic or Temporary Control Certification. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients (during the last 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using Form 5 provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work. 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 below and return a copy of this Addendum with your submittal for the above refe enced solicitation. G 12-M v T (Si afore) Date (Name of Firm) Coder County Adminishabve Services Division Promement Services Date: September 30, 2020 Email: Sarah.Hamilton(a)colliercountvfl.eov Telephone: (239) 252-8987 Addendum 2 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum #2, IFQ 20-7789 - Designated Driveway Contractor Services The following changes are made to the above -mentioned Collier County solicitation: • Insurance Requirements amended to remove the Pollution insurance coverage requirement. 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 rleffeerenced solicitation. (Si tore) V 0 Date C.